Loading...
HomeMy WebLinkAboutC2021-348 - 12/7/2021 - ApprovedDocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD CONTRACT DOCUMENTS FOR CONSTRUCTION OF ONSWTP Sedimentation Basins Improvements Project 181306 O trio ItialA Hazen and Sawyer 500 N. Shoreline Blvd Suite 1102 Corpus Christi, TX 78401 (361) 500-0410 Record Drawing Number WTR-480 December 2021 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 00 0100 TABLE OF CONTENTS Division / Section Title Division 00 Contracting Requirements 00 52 23 Agreement (Rev8-2019) 00 72 00 General! Conditions (Rev 12-2020) 00 73 00 5YJP.J ha erne intary.._Conditions (Rev 2-2020) Division 01 General Requirements 01 11 00 Summary of Work, (Rev 10-2018) 01 23 10 Alltermi a and Aillowances (Rev 5-2020) 01 29 01 Measurement and Balla for Payment (Rev 5-2020) 01 33 01 Submittal! Register (Rev 10-2018) 01 35 00 Social! Procedures (Rev 10-2018) 01 50 00 Temporary Fcilities.... and ...._Cr urtirQIS (Rev 8-2019) 01 57 00 Temporary Cii1„ Trolls (Rev 8-2019) Part S Standard Specifications 02 41 00 Cutting, Patching and Demolition Work Part T Technical Specifications Division 01 General Requirements 01 14 00 — T Coordination with Owner's Operations 01 33 00 —T Submittal Procedures 0142 00 — T References 01 61 00 — T Product Requirements and Options 01 65 00 — T Product Delivery Requirements 01 66 00 — T Product Storage and Protection Requirements 01 75 00 — T Checkout and Startup Procedures 01 78 23 —T Operation and Maintenance Data 01 78 43 — T Spare Parts and Extra Material Table of Contents ONSWTP Sedimentation Basins Improvements Project 18130B 000100-1 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Table of Contents ONSWTP Sedimentation Basins Improvements Project 18130B 000100-2 Rev 12/2020 Division / Section Title 01 79 00 — T Instruction of Owner's Personnel Division 03 Concrete 03 10 00 — T Concrete Forming and Accessories 03 20 00 — T Concrete Reinforcing 03 30 00 — T Cast -In -Place Concrete 03 60 00 - T Grouting Division 05 Metals 05 12 00 — T Structural Steel Framing 05 50 00 — T Metal Fabrications Division 09 Finishes 09 90 00 — T Painting Division 26 Electrical 26 05 00 — T Basic Electrical Requirements 26 05 60 — T Low -Voltage Electric Motors 26 09 16 — T Electric Controls and Relays Division 40 Process Interconnections 40 05 00 — T Basic Mechanical Requirements 40 05 07 —T Pipe Supports 40 05 19 —T Ductile Iron Pipe 40 05 51— T Valves, General 40 05 57 — T Valve Operators and Electric Valve Actuators 40 05 62 —T Plug Valves 40 06 20 — T Process Pipe, Valve, and Gate Schedules 40 61 23 —T Signal Coordination Requirements 40 61 26 —T Process Control System Training 40 61 93 —T Process Control system Input -Output List 40 61 96 — T Process Control Descriptions Table of Contents ONSWTP Sedimentation Basins Improvements Project 18130B 000100-2 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Division / Section Title Division 46 Water and Wastewater Equipment 46 00 00 — T Equipment General Provisions 46 43 80 — T Hoseless Sludge Removal System Drawings Drawings and Other Design Documents City of Corpus Christi O.N. Stevens Water Treatment Plant Sedimentation Basin Improvements Project NO. 18130A — BID SET Appendix Title 1 City of Corpus Christi ONSWTP Instrumentation and Electrical Specifications & Standard Details Project E13064 2 City of Corpus Christi Number Schema (City of Corpus Christi Equipment Index, and Drawing/Loop/Equipment Numbering Scheme and List) END OF SECTION Table of Contents ONSWTP Sedimentation Basins Improvements Project 18130B 000100-3 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD O.N. Stevens Water Treatment Plant Sedimentation Basin Improvements City Project No. 18130B SEAL SHEET PROCESS MECHANICAL HAZEN & SAWYER TBPE FIRM NO. F-13618 Responsible Specification Division 00, 01, 02, 09, 46 40 05 00 40 05 07 40 0519 40 05 51 40 05 57 40 05 62 40 06 20 BRETT L7 I UE:LTEL x21398 ELECTRICAL HAZEN & SAWYER TBPE FIRM NO. F-13618 Responsible Specification Division 26 STRUCTURAL LNV, LLC TBPE FIRM NO. F-366 Responsible Specification Division 03 and 05 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD * DANIEL B EDWARDS 19611.0 INSTRUMENTATION & CONTROLS HAZEN & SAWYER TBPE FIRM NO. F-13618 Responsible Specification 40 6123 40 6126 40 6193 40 6196 DocuSign Envelope ID: 47013437E-329A-489F-B7A0-FC4C2BB999CD ACORD® CERTIFICATE OF LIABILITY INSURANCE k1111.," DATE (MM/DD/YYYY) 12/8/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Artex Risk Solutions, Inc. 2850 Golf Road, 5th Floor Rolling Meadows IL 60008 CONTACT NAME: Sheryl Haas PHONE FAX (A/c, No, Ext): 630-285-4187 (A/c, No): 630-285-4199 ADDARESS: Sheryl_Haas@artexrisk.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Old Republic Insurance Company 24147 INSURED CSACONS-01 CSA Construction, Inc. 2314 Mc Allister Rd Houston TX 77092 INSURER B : Travelers Property Casualty Co of America 25674 INSURERC: 4/1/2022 INSURER D: $ 1,000,000 INSURER E : INSURER F : X COVERAGES CERTIFICATE NUMBER: 629604874 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 LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y MWZY 307203 21 4/1/2021 4/1/2022 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR PRS RENTED PREMISES ( (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GE 'L AGGREGATE POLICY OTHER: X LIMITAPPLIES TNT -LOC PER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y MWTB 307105 21 4/1/2021 4/1/2022 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ Comp. Ded: $250 $ Coll. Ded: $500 B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Y ZUP-14P94967-21-NF 4/1/2021 4/1/2022 EACH OCCURRENCE $ 15,000,000 AGGREGATE $ 15,000,000 DED X RETENT ON $ D SIR $ 10,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N/A Y MWC 307104 21 4/1/2021 4/1/2022 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Owner and list the other members f the OPT and any other individuals or entities identified in the Supplementary Conditions, Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent are included as additional insured on the General liability and Auto liability policies where required by written contract. The insurance provided in the General Liability policy is primary and any other insurance shall be excess only, and not contributing. Waiver of Subrogation applies to the certificate holder as respect to General liability, Auto liability, Workers Compensation and Umbrella Liability policies pursuant to and subject to the policies terms, definitions, conditions and exclusions where required by written contract. Umbrella Follows Form. 30 Days notice of cancellation provided to certificate holder 18130B ONSWTP Sedimentation Basins Imps CERTIFICATE HOLDER CANCELLATION City of Corpus Christi —Engineering Attn: Construction Contract Admin P.O. Box 9277 Corpus Christi TX 78469-9277 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRES TATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD COMMERCIAL GENERAL LIABILITY CG 24 53 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) - AUTOMATIC This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. CG 24 53 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 MWZY 307203 21 CSA Construction, Inc. 04/01/2021 - 04/01/2022 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Name of Person or Organization: All persons or organizations as required by contract or agreement (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The Transfer Of Rights Of Recovery Against Others To Us Condition is changed by adding the following: We waive any right of recovery we may have against the person(s) or organization(s) shown in the Schedule because of payments we make for injury or damage. This waiver applies only to the person or organization shown in the Schedule. PCA 024 10 13 Page 1 of 1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD CSA Construction, Inc. Policy Number: MWZY307203 21 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. © Insurance Services Office, Inc., 2018 Page 1 of 1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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) © 1983 National Council on Compensation Insurance. INSURED COPY DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 contract or agreement The locations as specified in the written contracts 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 include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. CG 20 10 07 04 © ISO MWZY 307203 21 B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 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. Properties, Inc., 2004 Page 1 of 1 CSA Construction, Inc. 04/01/2021 -04/01/2022 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 agreement The locations as specified in the written contracts or agreements 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: 4706437E-329A-489F-B7A0-FC4C2BB999CD 00 6113 PERFORMANCE BOND Contractor as Principal Name: CSA Construction, Inc. Mailing address (principal place of business): 2314 McAllister Rd. Houston,TX 77092 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Contracts and Procurement 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: wwwwww,w,,,,_ ONSWTP Se ,,,......._ dimentation Basins Improvements PROJECT No. 181306 Award Date of the Contract: 12/7/2021 Six Million Six Hundred Eighty Three Contract Price: 6r683o00 Thousand and No/100 Dollars Bond Date of Bond: 12/08/2021 (Date of Bond cannot be earlier than Award Date of the Contract) Performance Bond ONSWTP Sedimentation Basins Improvements Project No. 18130B BOND NO. 61BCSIT2213 Surety Name: Hartford Fire Insurance Company Mailing address (principal place of business): One Hartford Plaza Hartford, CT 06155 Physical address (principal place of business): One Hartford Plaza Hartford, CT 06155 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 860-547-5000 Telephone (for notice of claim): 888-266-3488 Local Agent for Surety Name: Stacy Owens Address: 2800 North Loop West, Suite 1100 Houston, TX 77092 Telephone: 713-880-7100 Email Address: sowens@bmbinc.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 006113-1 6/11/2021 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal actio Contractor as Principal„ Signature: Name: Title: P.ic lirl :.i President Email Address: rmayfieldPcsaconstruction.com Performance Bond ONSWTP Sedimentation Basins Improvements Project No. 181308 Surety Signature: Name: Title: Stagy Owens Attorney -in -Fact Email Address:c sowenuxbmbin.com .�.... ........... (Attach Power of Attorney and place surety seal below) END OF SECTION 006113-2 6/11/2021 DocuSign Envelope ID: 47013437E-329A-489F-B7A0-FC4C2BB999CD ALL PIESS •NS IEW THESE PRE,SEISTS THAT: El LJ Agency Name: ene. Code: frect s/Claims to: THE H RTFOR IBONID, T-11 nSe Hartfor Plaza Hanford, Connecticut 06155 PS) 11 3 11 noi%I,11 w41, o tfio or, ro cafe 8-266-3488 or fax: 860457- BOWEN MICLETTE & :BRITT INS AGY Lee 46-504809, 61-613.558, :21-225.344 * ardord ii Insurance Company, a cotporation duly organized Inkier the laws ofthe State of Connecticut ardor Casualty Insuranc Company, a corporation duly organized under the laws of the State of Indiana Harrlord Accident an* In ennuiCo pany, a co oration duly organized under the laws of the Seale of Connecticut tior! LintSenewiters insurance Company, a corporation duly organized t der the laws of the State of Connecticut Twin City Fire Insuranc . Co pany, a corporation duly organized under the laws of the State of Indiana. Iltforw insurance Compa y of Minois, a oomoration duly organized under the laws attic State of Illinois H ord Insurance Company of the Midwest, a co oration duly organized under the laws of the State Of Indiana H Mord Insur nce Company of t e Southeast, a corporation duly organized under the laws of the State of Florida 5 having their home office in Hartford, sonnecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, to the amount of Und 1 mi t ed David T. Miciette, Ashley Britt, Alyson Carmichael, Robert C. Davis, Tabitha Dorman, Rita G. Gulizo, Nikole Jeannette, Barry K. McCord, Susan. Zapalowski, Lauren. 0. Moudy, Robert. M. Overbey Jr., Lacey Mayfield, Stacey Bosley, Stacy Owens of Port Smith. AR, New Orleans LA and Houston, TX Mary R. Butcher, Gail S. Barr, James J. Drew, Matthew S. Nines, Lenita W. Wright of Maitland FL, their true nd 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 define above by and to execute, seal and acknowledge any and all bonds, undenakings, 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 c ntracts and executing or guaranteeing bonds and undertakings required oir permitted in any actions or proceedings alio ed by law. in itness hereof, and as auth nized by a ;ISecolution 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., Shelby Wiggins, Assistant Secretary STATE OF FLORIDA SS. 1.,..ake Mary COUNTY OF SEMINOLE joelle L.. LaPiere, Assistant Vice President On this 20th day of May, 2021, before me sersonelly came joelle LaPierre, to me known, who being by me duly sworn, did depose and say, that (s)he resides in Seminole County, State of Ronda; 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 comorations; that the seals affixed to the said instrument are such co orate seals; that they were so affixed by authority of the Boards of Directors off said corporations and that (s)he signed hisiher name thereto by like authority., ,‘• • ,4.„, e'ettSs.se (") , 44,e, Jessica Ciccone My Commission ITH122280 Expires Awe 20, 202.5 I, the undersigned, Assistant ioa resident of the Companies, DO HIEERIli! Y CERTIFY that the above and foregoing is a true and correct copy of the P wer of Attorney executed by saki Companies, which is still in full force effective as of Dec ember 6 , 2 0 2 1 Signed and sealed in Loke Mary, Florida. Keith D. Dozois, Assistant Vice President DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 00 6116 PAYMENT BOND Contractor as Principal Name: CSA Construction, Inc. Mailing address (principal place of business): 2314 McAllister Rd. Houston TX 77092 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Contracts and Procurement 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: ONSWTP Sedimentation Basins Improvements PROJECT No 1.81308 Award Date of the Contract' 12/712021 Six Million Six Hundred Eighty Three Contract Price: 6 683,000 Thousand end No/100 Dollars Bond Date of Bond: 12/08/2021 (Date of Bond cannot be earlier than Award Date of Contract) Payment Bond Form ONSWTP Sedimentation Basins Improvements Project No. 181308 BOND NO. 61BCSIT2213 Surety Name: Hartford Fire Insurance Company Mailing address (principal place of business): One Hartford Plaza Hartford, CT 06155 Physical address (principal place of business): One Hartford Plaza Hartford, CT 06155 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 860-547-5000 Telephone (for notice of claim): 888-266-3488 Local Agent for Surety Name: Stacy Owens Address: 2800 North Loop West, Suite 1100 Houston, TX 77092 Telephone: 713-880-7100 Email Address: sowens@bmbinc.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 006116-1 6/11/2021 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principe Signature: Name: Richard IVl ie.ldi-- .---..... Title: President Email Address: rmafield csaconstructioncom, Payment Bond Form ONSWTP Sedimentation Basins Improvements Project No. 18130B Surety Signature (1 Name: Sta4_;:v Owens Title: Attorney in Fact Email Address: sowens@bmbino.com (Attach Power of Attorney and place surety seal below) END OF SECTION 006116-2 6/11/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD POWER OF ATT•RNEY KNOW ALL PERSONS BY THESE PRESENTS THAT: X X Direct inquiries/Claims to: THE HARTFORD BOND, T-11 One Hartford Plaza Hartford, Connecticut 06155 1101 V rigrru. s �UVuw'1!), itly�U ¢nfl , call: 888-266-3488 or fax: 860-757-5835 Agency Name: BOWEN MICLETTE & BRITT INS AGY LLC A enc Code: 46-504809, 61-613558, 21-225344 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 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. p44y'k5tI 4 •= Ki ®` 1i87- '5 STATE OF FLORIDA Shelby Wiggins, Assistant Secretary ss. Lake Mary OttiAblk6i'?;),(4 Joelle L. LaPierre, Assistant Vice President COUNTY OF SE INOLE 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. :e9 Jessica Ciccone My Commission HH 122280 Expires June 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 December 8 , 2021 Signed and sealed in Lake Mary, Florida. Keith D. Dozois, Assistant Vice President DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Clai Hartford Fire Insurance Company Hartford Casualty Insurance Company Hartford Accident and Indemnity Company Hartford Underwriters Insurance Company n niries.Notice Twin City Insurance Company Hartford Insurance Company of Illinois Hartford Insurance Company of the Midwest Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford' s underwriting companies to the following: Phone Number: Fax — Claims E-mail Mailing Address : Claims Inquiries Notice 2003 888-266-3488 860-757-5835 or 860-221-3965 bond.claims wthehartford.com The Hartford BOND, T-4 One Hartford Plaza Hartford, CT 06155 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll-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) 490-1007 Web: wmi,1"-(ll E-mail: (,on iirlPi-Prote, t1471& tex‘ 0.,( PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the 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. ./TX4275-1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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: O. N. Stevens Water Treatment Plant Sedimentation Basin Improvements Prolect 18130B ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hazen and Sawyer 500 N. Shoreline Blvd., Suite 1102 Corpus Christi, Texas, 78401 eged@hazenandsawver.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP — Assistant Director of Construction City of Corpus Christi — Engineering Services 4917 Holly Road, Bldg. #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 360 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 390 days after the date when the Contract Times commence to run. Agreement ONSWTP Sedimentation Basin Improvements Project 18130B 005223-1 Rev 7/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 $1,500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $1,500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 6,683,000 Agreement ONSWTP Sedimentation Basin Improvements Project 18130B 005223-2 Rev 7/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, retainage may be increased to a higher percentage rate, not to exceed ten percent, if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. Agreement ONSWTP Sedimentation Basin Improvements Project 18130B 005223-3 Rev 7/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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. 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 Agreement ONSWTP Sedimentation Basin Improvements Project 18130B 005223-4 Rev 7/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 01 00 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Solicitation documents and Contractor's response, which are incorporated by reference. 5. Addenda, which are incorporated by reference. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award, which is incorporated by reference. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement ONSWTP Sedimentation Basin Improvements Project 18130B 005223-5 Rev 7/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI DocuSigned by: DocuSigned by: Er.JEeB-FFICcr4*o... Jeff Edmonds, P.E. 0 Rebecca Huerta City Secretary 1/19/2022 1/19/2022 Engineering Services M2021-220 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL DocuSigned by: 444 Mals. 1/18/2022 Assistant City Attorney ATTEST (IF CORPORATION) (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer 12/07/2021 RH/SB CONTRACTOR CSA Con By: Title: QQCmn4Il:t1134,A President 2314 McAllister Road Address Houston City (713) 686-8868 TX State 77092 Zip Phone Fax rmayfield@csaconstruction.com EMail END OF SECTION Agreement ONSWTP Sedimentation Basin Improvements Project 18130B 005223-6 Rev 7/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Iprovements Report Created On: 9/1/21 7:09:14 PM BID TOTALS BASE BID Total PART A - WTP IMPROVEMENTS (PER SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) $6,683,000.00 Total $6,683,000.00 PART A - WTP IMPROVEMENTS (PER SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price Al MOBILIZATION/DEMOBILIZATION (5% MAXIMUM) LS 1 $250,000.00 $250,000.00 A2 BONDS AND INSURANCE AL 1 $50,000.00 $50,000.00 A3 DEMOLITION OF STRUCTURAL, MECHANICAL, ELECTRICAL, AND INSTRUMENTATION/CONTROLS EQUIPMENT LS 1 $250,000.00 $250,000.00 A4 SEDIMENTATION BASINS SOLIDS COLLECTION SYSTEM LS 1 $1,622,430.00 $1,622,430.00 A5 FIBEROPTIC CABLING, DUCTBANKS, CONDUITS, AND PULLBOXES AT THE NORTH AND SOUTH LAGOONS AND LOW LIFT PUMP STATION LS 1 $850,000.00 $850,000.00 A6 NEW REINFORCED CONCRETE TOPPING IN THE PRIMARY SEDIMENTATION BASINS CY 3650 $387.00 $1,412,550.00 A7 TYPE 1 CONCRETE REPAIR (CRACK REPAIR) LF 4150 $51.00 $211,650.00 A8 TYPE 2 CONCRETE REPAIR (SPALL REPAIR- NO REBAR) CF 5 $500.00 $2,500.00 A9 TYPE 3 CONCRETE REPAIR (SPALL REPAIR- REBAR) CF 25 $500.00 $12,500.00 Al0 CLEANING AND FILLING OF FLOOR EXPANSION JOINTS LF 3260 $52.00 $169,520.00 All REPAIR OF WALL EXPANSION JOINTS LF 870 $55.00 $47,850.00 Al2 INSTALLATION OF EQUIPMENT SUPPORTS EA 24 $7,000.00 $168,000.00 A13 INSTALLATION OF ALUMINUM GUARDRAILS AROUND THE EQUIPMENT SUPPORTS EA 24 $2,000.00 $48,000.00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Iprovements Report Created On: 9/1/21 7:09:14 PM A14 INSTALLATION OF NEW LADDERS EA 6 $6,000.00 $36,000.00 A15 INSTALLATION OF PVC PIPE SLEEVE AT EXISTING PRESSURE RELIEF VALVES (IN PRIMARY SEDIMENTATION BASINS ONLY) EA 4 $500.00 $2,000.00 A16 THIS ITEM INCLUDES ALL WORK SPECIFIED AND/OR SHOWN ON THE CONTRACT DOCUMENTS, AND ALL OTHER ITEMS NECESSARY TO COMPLETE THE WORK THAT ARE NOT SPECIFICALLY INCLUDED IN OTHER BID ITEMS LS 1 $1,500,000.00 $1,500,000.00 A17 ALLOWANCE FOR UNANTICIPATED SITE CONDITIONS INCLUDING UTILITY RELOCATION AND CONFLICTS, DEWATERING, AND CONCRETE REPAIR. AL 1 $50,000.00 $50,000.00 Subtotal: $6,683,000.00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Iprovements Report Created On: 9/1/21 7:09:14 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Addendum No. 1 08/31/2021 18:35:50 PM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Iprovements Report Created On: 9/1/21 7:09:14 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans RFB 3791 ONSWTP Sed Basins Imps Drawings 8/2/21 8:24:38 AM Addenda Addendum No. 1 8/25/21 3:46:59 PM Invitation To Bid RFB 3791 ONSWTP Basins Imps Specs 8/2/21 10:16:32 AM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 00 30 01 BID FORM Project Name: 0. N. Stevens Water Treatment Plant Sedimentation Basin Improvements Project Number: Owner: OAR: Desi ner: 18130A City of Corpus Christi Brett Van Hazel 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: Signature: Name: Title: Attest: CSA Construc nc. t . President George C ary State of Residency: Texas Federal Tx ID No. 74-2041560 (full legal name of Bidder) (signature of person with authority to bind the Bidder) (printed name of person signing Bid Form) (title of person signing Bid Form) (signature) Address for Notices: 2314 McAllister Road Houston, Texas 77092 Phone: 713-686-8868 Basis of Bid Email: bidmail csaconstruction.com DESCRIPTION ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid WTP MPROVEMENTS (perSECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT MOBILIZATION/DEMOBILIZATION (5% MAXIMUM) A2 BONDS AND INSURANCE DEMOLITION OF STRUCTURAL, MECHANICAL, A3 ELECTRICAL, AND INSTRUMENTATION/CONTROLS EQUIPMENT A4 SEDIMENTATION BASINS SOLIDS COLLECTION SYSTE Bid Form ONSWTP Sedimentation Basin Improvements 18130A 00 30 01 - Page 1 of 2 Rev 8/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 007200-1 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 007200-2 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 007200-3 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 12.04 Substitutions 55 Article 13 — 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 Corpus Christi Standards 007200-4 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 007200-5 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 007200-6 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 24.03 Contractor's Responsibilities 104 24.04 Document Submittal 105 24.05 Document Numbering 105 24.06 Document Requirements 106 Article 25 — 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 Article 26 — 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 Corpus Christi Standards 007200-7 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Article 30 - Miscellaneous 128 30.01 Computation of Times 128 30.02 Owner's Right to Audit Contractor's Records 128 30.03 Independent Contractor 129 30.04 Cumulative Remedies 129 30.05 Limitation of Damages 129 30.06 No Waiver 129 30.07 Severability 129 30.08 Survival of Obligations 129 30.09 No Third Party Beneficiaries 130 30.10 Assignment of Contract 130 30.11 No Waiver of Sovereign Immunity 130 30.12 Controlling Law 130 30.13 Conditions Precedent to Right to Sue 130 30.14 Waiver of Trial by Jury 130 30.15 Attorney Fees 130 30.16 Compliance with Laws 130 30.17 Enforcement 131 30.18 Subject to Appropriation 131 30.19 Contract Sum 131 30.20 Contractor's Guarantee as Additional Remedy 131 General Conditions Corpus Christi Standards 007200-8 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 30.21 Notices. 131 General Conditions Corpus Christi Standards 007200-9 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-10 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-11 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-12 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-13 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-14 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-15 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-16 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-17 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-18 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-19 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-20 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-21 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-22 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-23 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 24 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-25 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-26 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-27 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-28 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-29 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-30 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-31 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-32 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-33 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 34 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-35 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-36 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by this section, with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of General Conditions Corpus Christi Standards 00 72 00-37 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-38 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract 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 Corpus Christi Standards 00 72 00-39 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-40 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-41 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-42 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-43 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-44 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-45 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-46 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT or other contractor retained by the City: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards 00 72 00-47 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-48 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-49 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-50 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-51 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-52 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-53 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 54 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-55 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-56 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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. Any time 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 Corpus Christi Standards 00 72 00-57 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-58 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-59 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 60 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. For Contractor- and Subcontractor -owned machinery, trucks, power tools or other equipment, use the FHWA rental rates found in the Rental Rate Blue Book ("Blue Book") multiplied by the regional adjustment factor and the rate adjustment factor to establish hourly rates. Use the rates in effect for each section of the Blue Book at the time of use. Payment will be made for the actual hours used in the Work. 1) Standby costs will be paid at 50% of the FHWA rental rates found in the Blue Book if Contractor is directed by Owner in writing to standby. Standby costs will not be allowed during periods when the equipment would otherwise have been idle. For a six-day work week, no more than eight hours per a 24-hour day, no more than 48 hours per week and no more than 208 hours per month shall be paid of standby time. Operating costs shall not be charged by Contractor. e. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; 1) The hourly rate shall be determined by dividing the actual invoice cost by the actual number of hours the equipment is involved in the Work. Owner reserves the right to limit the hourly rate to comparable Blue Book rates. 2) If Contractor is directed to standby in writing by Owner, standby costs will be paid at the invoice daily rate excluding operating costs, which includes fuel, lubricants, repairs and servicing. f. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; g. Deposits lost for causes other than negligence of Contractor's Team; h. Royalty payments and fees for permits and licenses; i. Cost of additional utilities, fuel, and sanitary facilities at the Site; j. Minor expense items directly required by the Work; and k. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed General Conditions Corpus Christi Standards 00 72 00-61 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 62 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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.B.1 through 15.05.B.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.B.1 and 15.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 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 Corpus Christi Standards 00 72 00 - 63 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-64 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 65 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 66 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 67 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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; 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; g. 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 Corpus Christi Standards 00 72 00 - 68 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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; Other items entitling Owner to a set-off against the amount recommended; or Payment would result in an over -payment of the Contract Price. P. q. 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 Corpus Christi Standards 00 72 00 - 69 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-70 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-71 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-72 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-73 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 74 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-75 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-76 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 17.12 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 17.11 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 Corpus Christi Standards 00 72 00-77 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 17.15 Final Payment A. Make final Application for Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 17.16 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 22 and specifically noted in the Certificate of Final Completion. 17.17 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or, in the event of a latent defect, within 1 year after discovery thereof by City. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 17.17.A and 17.17.B corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. General Conditions Corpus Christi Standards 00 72 00-78 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-79 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 80 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-81 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 82 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 83 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-84 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 85 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 86 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 87 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 88 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 89 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-90 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-91 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-92 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-93 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; g. General Conditions Corpus Christi Standards 00 72 00 - 94 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-95 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-96 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-97 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-98 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 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 Corpus Christi Standards 00 72 00-99 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 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 Corpus Christi Standards 00 72 00 - 100 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-101 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 102 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 103 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 104 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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. 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. g. 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 Corpus Christi Standards 00 72 00 - 105 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 106 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 107 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 108 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 109 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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. 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. g. General Conditions Corpus Christi Standards 00 72 00-110 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-111 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-112 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-113 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-114 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-115 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-116 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-117 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-118 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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. 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. g. 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 Corpus Christi Standards 00 72 00-119 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 120 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00-121 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 122 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 123 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 124 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 125 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 126 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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. Start date, warranty or guarantee period, and expiration date for each warranty, bond, and service agreement; g. General Conditions Corpus Christi Standards 00 72 00 - 127 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 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 Corpus Christi Standards 00 72 00 - 128 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Paragraph 30.02 in any Subcontractor, supplier or vendor contract. 30.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership or formal business organization of any kind. 30.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 30.04 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. 30.05 Limitation of Damages A. Owner is not liable to Contractor for claims, costs, losses or damages sustained by Contractor's Team associated with other projects or anticipated projects. 30.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision or affect the enforceability of that provision or the remainder of this Contract. 30.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. 30.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. General Conditions Corpus Christi Standards 00 72 00 - 129 Rev 12/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 30.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 30.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the prior written consent of the Owner. 30.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. B. This Contract is to perform a governmental function solely for the public benefit. 30.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County, Texas. 30.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 30.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 30.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 30.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. B. No qualified person shall on the basis of race, color, religion, national origin, gender, age or disability be excluded from participation in, be denied the benefits of, or be subjected to General Conditions Corpus Christi Standards 00 72 00 - 130 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 30.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 30.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. 30.21 Notices. A. Any notice required to be given to Owner under any provision in this Contract must include a copy to OAR by mail or e-mail. END OF SECTION General Conditions Corpus Christi Standards 00 72 00-131 Rev 12/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 Hazen and Sawyer Ardurra B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. All structural, mechanical, electrical, and instrumentation improvements for Plant 1 primary and secondary sedimentation basins such that basins can be placed into service. b. All fiber, terminations, conduit, ductbanks, pullboxes, and site work for the fiber routing at the North and South lagoons. 2. Only the following items not yet complete in accordance with the Contract Documents: a. Integration and programming of the new solids collection control system into the ONSWTP SCADA network b. O&M manuals and staff training ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain Supplementary Conditions ONSWTP Sedimentation Basin Improvements Project 18130B 007300-1 Rev 2/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 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: October 2020 survey drawings. 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 Supplementary Conditions ONSWTP Sedimentation Basin Improvements Project 18130B 007300-2 Rev 2/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 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 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non - Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft $1,000,000 Per Claim © Required • Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost Structure and Contents of • Required © Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price • Required © Not Required Supplementary Conditions ONSWTP Sedimentation Basin Improvements Project 18130B 007300-3 Rev 2/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 sun up and sun down unless other times are specifically authorized in writing by OAR. SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14 — PREVAILING WAGE RATE REQUIREMENTS SC -14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) Supplementary Conditions ONSWTP Sedimentation Basin Improvements Project 18130B 007300-4 Rev 2/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD The 2021 Davis -Bacon Act Wage Determinations published January 2021 for Nueces county is provided below: "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 EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Supplementary Conditions ONSWTP Sedimentation Basin Improvements Project 18130B 007300-5 Rev 2/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Modification Number Publication Date 0 01/01/2021 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 2.58 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within Supplementary Conditions ONSWTP Sedimentation Basin Improvements Project 18130B 007300-6 Rev 2/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates Supplementary Conditions ONSWTP Sedimentation Basin Improvements Project 18130B 007300-7 Rev 2/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. Supplementary Conditions ONSWTP Sedimentation Basin Improvements Project 18130B 007300-8 Rev 2/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 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: Supplementary Conditions ONSWTP Sedimentation Basin Improvements Project 18130B 007300-9 Rev 2/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Hazen and Sawyer 361-500-0410 Ardurra 361-883-1984 Evan Ged 336-403-7586 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/ Wastewater/ Stormwater hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 IT Department (City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications (Network Operations Center) 1-888-632-0931 CenturyLink 361-208-0730 Windstream 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 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 specification 01 33 01— Submittal Register Supplementary Conditions ONSWTP Sedimentation Basin Improvements Project 18130B 00 73 00-10 Rev 2/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Specification Section Shop Drawing Description 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: • Project Manager - $220/hr • Process Mechanical - $195/hr • Structural Engineer - $210/hr • Electrical Engineer - $200/hr • Instrumentation and Controls Engineer - $200/hr • Engineer In Training (EIT) - $135/hr ARTICLE 26 — RECORD DATA SC -26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description Record Drawings at completion of construction END OF SECTION Supplementary Conditions ONSWTP Sedimentation Basin Improvements Project 18130B 00 73 00-11 Rev 2/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. Solids Collection System Replacement a. The contractor shall demolish current solids collection system (a.k.a Trac -Vacs) and associated electrical, piping, and other equipment as shown in the plans and as specified by the engineer. b. The contractor shall provide and install new hoseless solids collection system and associated electrical, piping and other equipment as show in the plans and as specified by the engineer. 2. Rehabilitation of Sedimentation Basin Structures a. The contractor shall conduct sedimentation basin foundation and wall repair, expansion joint repair, as well as concrete fill as shown in the plans and as specified by the engineer. 3. North and South Lagoon Fiberoptic Cable Routing a. The contractor shall install fiberoptic cable, ductbanks, conduits, and pull boxes as shown on the plans and specified by the engineer. 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. City of Corpus Christi ONSWTP Raw Water Improvements and Chemical Feed Improvements Project E17047. 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. Summary of Work ONSWTP Sedimentation Basins Improvements Project 18130B 011100-1 Rev 10/2018 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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. Sedimentation Basin shutdown, draining, dewatering, and solids removal in preparation for construction and installation. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. END OF SECTION Summary of Work ONSWTP Sedimentation Basins Improvements Project 18130B 011100-2 Rev 10/2018 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per Article 19 of SECTION 01 72 00 GENERAL CONDITIONS. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances ONSWTP Sedimentation Basin Improvements Project 18130B 012310-1 Rev 5/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per Article 12 of SECTION 00 72 00 GENERAL CONDITIONS to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. C. The Lump Sum Bid Items described as "Allowances" have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. 1.03 DESCRIPTION OF ALTERNATES NONE 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A — 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 ONSWTP Sedimentation Basin Improvements Project 18130B 012310-2 Rev 5/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD B. Allowance B -Bid Item A-17: 1. The sum of $50,000 to be used for any unanticipated site conditions or conflicts related to the proposed improvements including utility relocation, dewatering, and concrete repair. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances ONSWTP Sedimentation Basin Improvements Project 18130B 012310-3 Rev 5/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 ONSWTP Sedimentation Basin Improvements Project 18130B 012901-1 Rev 5/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 — Consists of all supervision, equipment, tools, labor, and materials to perform all demolition of structural, mechanical, electrical, and instrumentation/controls work, as indicated in the contract drawings. 1. Measurement for payment will be made per the following lump sum basis: 50% of the lump sum bid item, minus retainage, will be paid when the Contractor has completed demolition and removal from the site of the existing Trac -Vac system and appurtenances in one of the primary sedimentation basins. The remaining 50% of the lump sum bid item, minus retainage, will be eligible for payment after completing demolition and removal from the site of the Trac -Vac system and all appurtenances from the second primary sedimentation basin. D. Bid Item A-4 — Consists of all supervision, equipment, tools, labor, and materials as required to construct, complete and make operable the new sedimentation basins solids collection system including all structural, mechanical, electrical, and instrumentation and controls work. 1. Measurement for payment will be made per the following lump sum basis: Upon delivery of the equipment to the project site, the Contractor will be eligible for payment of the actual cost of the equipment, minus retainage. Documentation of the equipment purchase order shall be provided to the Owner and Engineer prior to approval for payment. 50% of the remaining lump sum bid item, minus retainage, will be eligible for payment after completing installation and successful start up of the solids collection system in one of the primary sedimentation basins. The remaining portion of the lump sum bid item, minus retainage, will be eligible for payment after completing installation and successful startup of the solids collection system in the second primary sedimentation basin. Measurement and Basis for Payment ONSWTP Sedimentation Basin Improvements Project 18130B 012901-2 Rev 5/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD E. Bid Item A-5 — Consists of all labor, equipment, materials, incidentals and related items required for the installation of the fiberoptic cabling, duct banks, conduits, and pullboxes for the fiber routing at the north and south lagoons and low lift pump station. 1. Bid item shall be measured by complete and functioning improvements of the fiberoptic cabling, conduits, duct banks, and pullboxes, complete in place. 2. Measurement for payment will be made per lump sum basis: F. Bid Items A-6 - Furnish all labor, equipment, materials, incidentals and related items required for new reinforced concrete topping in the primary sedimentation basins. Item includes all services specified for quantities shown on the structural construction documents. A minimum of 3500 cy will be paid at the unit price provided. 1. Payment will be made for the actual quantity of work completed during the payment period per the contract documents. 2. Measure the work described in the agreement for payment. Payment will be made only for the actual measured volume. Include cost for waste, overages, and tolerances in the unit price for that line item. G. Bid Items A-7 - Furnish all labor, equipment, materials, incidentals and related items required for Type 1 concrete repair (crack repair). Item includes all services specified for quantities shown on the structural construction documents. A minimum of 4000 If will be paid at the unit price provided. 1. Payment will be made for the actual quantity of work completed during the payment period per the contract documents. 2. Measure the work described in the agreement for payment. Payment will be made only for the actual measured length. Include cost for waste, overages, and tolerances in the unit price for that line item. H. Bid Items A-8 - Furnish all labor, equipment, materials, incidentals and related items required for Type 2 concrete repair (spall repair - no rebar). Item includes all services specified for quantities shown on the structural construction documents. A minimum of 4 CF will be paid at the unit price provided. 1. Payment will be made for the actual quantity of work completed during the payment period per the contract documents. 2. Measure the work described in the agreement for payment. Payment will be made only for the actual measured length and volume. Include cost for waste, overages, and tolerances in the unit price for that line item. I. Bid Items A-9 - Furnish all labor, equipment, materials, incidentals and related items required for Type 3 concrete repair (spall repair - rebar). Item includes all services specified for quantities shown on the structural construction documents. A minimum of 20 CF will be paid at the unit price provided. 1. Payment will be made for the actual quantity of work completed during the payment period per the contract documents. 2. Measure the work described in the agreement for payment. Payment will be made only for the actual measured length and volume. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement and Basis for Payment ONSWTP Sedimentation Basin Improvements Project 18130B 012901-3 Rev 5/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD J. Bid Items A-10 - Furnish all labor, equipment, materials, incidentals and related items required for cleaning and filling of floor expansion joints. Item includes all services specified for quantities shown on the structural construction documents. A minimum of 3,000 LF will be paid at the unit price provided. 1. Payment will be made for the actual quantity of work completed during the payment period per the contract documents. 2. Measure the work described in the agreement for payment. Payment will be made only for the actual measured length and volume. Include cost for waste, overages, and tolerances in the unit price for that line item. K. Bid Items A-11 - Furnish all labor, equipment, materials, incidentals and related items required for repair of wall expansion joints. Item includes all services specified for quantities shown on the structural construction documents. A minimum of 740 LF will be paid at the unit price provided. 1. Payment will be made for the actual quantity of work completed during the payment period per the contract documents. 2. Measure the work described in the agreement for payment. Payment will be made only for the actual measured length. Include cost for waste, overages, and tolerances in the unit price for that line item. L. Bid Items A-12 - Furnish all labor, equipment, materials, incidentals and related items required for installation of equipment supports. Item includes all services specified for quantities shown on the structural construction documents. 1. Payment will be made for the actual quantity of work completed during the payment period per the contract documents. 2. Measure the work described in the agreement for payment. Payment will be made only for the actual measured number. M. Bid Items A-13 - Furnish all labor, equipment, materials, incidentals and related items required for installation of aluminum guardrails around the equipment supports. Item includes all services specified for quantities shown on the structural construction documents. 1. Payment will be made for the actual quantity of work completed during the payment period per the contract documents. 2. Measure the work described in the agreement for payment. Payment will be made only for the actual measured number. N. Bid Items A-14 - Furnish all labor, equipment, materials, incidentals and related items required for installation of new ladders. Item includes all services specified for quantities shown on the structural construction documents. 1. Payment will be made for the actual quantity of work completed during the payment period per the contract documents. 2. Measure the work described in the agreement for payment. Payment will be made only for the actual measured number. O. Bid Item A-15 - Furnish all labor, equipment, materials, incidentals and related items required for installation of PVC pipe sleeve at existing pressure relief valves. Measurement and Basis for Payment ONSWTP Sedimentation Basin Improvements Project 18130B 012901-4 Rev 5/2020 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1. Payment will be made for the actual quantity of work completed during the payment period per the contract documents. 2. Measure the work described in the agreement for payment. Payment will be made only for the actual measured number. P. Bid Item A-16 - Consists of all supervision, equipment, tools, labor, and materials to perform all demolition and temporary work, site/civil, structural, mechanical, electrical, and instrumentation/controls work, as required to construct complete and make operational the ONSWTP sedimentation basins improvements that are not specifically included in other bid items. 1. Measurement for payment will be made per lump sum basis. 2. Bid item shall be measured by complete and functioning improvements of the ONSWTP sedimentation basins project per the Contract Documents. Q. Bid Item A-17 — Allowance for unanticipated site conditions. 1. The bid item described as "Unanticipated Site Conditions" 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 adjustment of a utility, unknown structure, dewatering, repair or similar situation 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 actuals costs. 2. Bid item shall be measured by complete and functioning adjustment of utilities, relocations, dewatering, repairs, or other improvements as specified by the OAR. R. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID FORM. END OF SECTION Measurement and Basis for Payment ONSWTP Sedimentation Basin Improvements Project 18130B 012901-5 Rev 5/2020 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 0133 01 Submittal Register .1 lir, 0 01 35 00 /J Detailed Tie-in Plan 0 1.01 E 41). - µ//A 0 0 ®� 0 ®� fry 0 f . srv.., 16 01 35 00 Propose Construction Sequence Plan 1.02 A 01 35 00 Emergency Demand Scenario Request 1.02 A 01 35 00 Plan of Action for Shutting Down Essential Services 1.03 01 35 00 Plan of Action for Critical Operations 1.04 B 01 50 00 Temporary Utilities 2.05 Ala 01 57 00 Copies of Notices, Records, and Reports as Required by the Contract Documents/Laws/Regulations 1.03 B Record Data 01 6100 Warranty Log Book 1.03.A Record Data 01 79 00 Training Schedules and Lesson Plan 1.04.A Record Data 03 10 00 Information on Proposed Forming System 1.05 A Record Data 03 20 00 Shop Drawings 1.03 B Shop Drawing 03 20 00 AWS qualification Certificate for Welders 1.03 C Record Data 03 20 00 Certified Copies of Mill Test Report 1.03 D Record Data 03 30 00 Data on Manufactured Products, Admixtures and Vapor Barrier 1.04 B Record Data 03 30 00 Concrete Mix Design 1.04 C Shop Drawing 03 30 00 Certificate of Compliance 1.04 D Record Data 03 30 00 Installation Procedures 1.04 F Record Data 03 60 00 Test Results Veryfying the Compressive Strength and Shrinkage and Expansion Requirements 1.04 Al Record Data 03 60 00 Manufacturer's Literature 1.04 A2 Record Data 05 10 00 Material Certifications w/ Shop Drawings for Metal Products 1.04 A Shop Drawing 05 12 00 Shop Drawings 1.04 A Shop Drawing 05 12 00 Erection Drawings 1.04 B Shop Drawing 05 12 00 Manufacturer's Mill Certificate 1.04 C Record Data 05 12 00 Mill Test Reports 1.04 D Record Data 05 50 00 Shop Drawings 1.03 B Shop Drawing 05 50 00 Welding Certificates 1.03 C Record Data 09 90 00 Coating System MSDS, Painting Schedule, and QC Inspection Plan 1.04.A Record Data 26 05 00 IR Inspection Forms and reports 1.09 Record Data 26 05 00 Protective Device Setting and Testing Forms 1.10 Record Data 26 05 00 Power System Study 1.11 Record Data 26 05 19 Conductors and Cable 2.01 Shop Drawing 26 05 19 Connectors and Splices 2.02 Shop Drawing 26 05 26 Grounding Test Reports 1.05 Record Data 26 05 26 Ground Conductors 2.01 Shop Drawing 26 05 26 Ground Connectors 2.02 Shop Drawing 26 05 26 Grounding Electrodes 2.03 Shop Drawing 26 05 29 Trapeze Hangers 1.05(B)(1) Shop Drawing 26 05 29 Steel Slotted Channel Systems 2.01(A) Shop Drawing 26 05 29 Nonmetallic slotted channel systems 2.01(B) Shop Drawing 26 05 29 Equipment supports 2.02 Shop Drawing 26 05 33 Metal Conduits, Tubing, and Fittings 2.01 Shop Drawing 26 05 33 Nonmetallic Conduits, Tubing, and Fittings 2.02 Shop Drawing 26 05 33 Conduit Layout and Coordination 1.05 Shop Drawing 26 05 33 Metal Wireways and Aux. Gutters 2.03 Shop Drawing 26 05 33 Nonmetallic wireways and Aux. Gutters 2.04 Shop Drawing 26 05 33 Boxes, Enclosures, and Cabinets 2.05 Shop Drawing 26 05 36 Cable Tray Equipment 1.03(A) Shop Drawing 26 05 36 Cable Tray Layout 1.03(B) Shop Drawing 26 05 43 Handholes 2.02 Shop Drawing 26 05 53 Conduit and conductor Identification Materials 2.01-2.04 Shop Drawing 26 05 53 Underground Warning Tape 2.06 Shop Drawing 26 05 53 Cable Ties 2.10 Shop Drawing Submittal Register ONSWTP Sedimentation Basins Improvements Project 18130B 01 33 01-1 7/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD .1 lir, 0 26 24 16 /J Panelboards 0 //A Part 2 41). - µ0 0 ®� Shop Drawing 0 f ry ®� 0 f . srv.., 16 26 24 19 MCC Buckets 2.07 Shop Drawing 26 5100 Lighting 1.04(A) Shop Drawing 27 13 23 Fiber Optic Cable 2.03 Shop Drawing 27 13 23 Fiber Optic Enclosure 2.05 Shop Drawing 40 05 00 Couplings, Pipe Joining Systems, and Valves Part 2 Shop Drawing 40 05 07 Pipe Supports 1.03.B Shop Drawing 40 05 19 Ductile Iron Pipe and Fittings 2.01 Shop Drawing 40 05 51 Certified Factory and Field Performance Test Results 3.02.A Record Data 40 05 57 Electric Actuators 1.02.A Shop Drawing O&M Manual 40 05 57 Electric Actuator Certified Shop Testing and Field testings 3.03 & 3.04 Record Data 40 05 62 Plug Valves 2.01 Shop Drawing O&M Manual 40 61 26 Control System Training Plan 1.03.A Record Data 40 90 00 Training Digital Recordings Record Data 40 90 00 PLC Programming Record Data 40 90 00 HMI Screen Record Data 40 90 01 Instrumentation Submittals Shop Drawing O&M Manual 40 90 02 SCADA Record Data 40 90 02.1 SCADA Power Protection Shop Drawing 40 90 03 SCADA Instrumentation and Commissioning Test Plan Record Data 40 90 03 PLC Programming Record Data 40 90 03 OIT Programming Record Data 40 90 03 HMI Programming Record Data 40 90 03 Training Schedule Record Data 40 90 03 Testing Documentation Record Data 40 90 03 Test Proceedures Record Data 40 90 03 Test Reports Record Data 46 43 80 Submittal O&M Manuals in Electronic and Physical Form 1.03 Al O&M Manual 46 43 80 Structural Design Calcualtions 1.03 A2 Shop Drawing 46 43 80 Manufacturer's Literature, Illustrations, Specifications and Engineering Data 1.03 A3 Shop Drawing 46 43 80 Drawings showing dimensions, overall arrangement of equipment and materials 1.03 A4 Shop Drawing 46 43 80 Literature and certified shop drawings 1.03 A5 Shop Drawing 46 43 80 Information required for detailed design and location 1.03 A7 Shop Drawing 46 43 80 Weight of the Equipment 1.03 A8 Shop Drawing 46 43 80 Drive and Motor Data 1.03 A9 Shop Drawing 46 43 80 Panel Layout Drawings, Schematic Wiring Diagrams and Component Produce Data Sheets for Control Panels 1.03 A10 Shop Drawing 46 43 80 Detailed Description of Equipment control System w/ instructions on sequence of opertation and control narrative 1.03 All O&M Manual 46 43 80 Complete Operation and Maintenance Manuals in Electronic and Physical Forms 1.03 B1 O&M Manual 46 43 80 Equipment Introduction and Operation, Warranty, Troubleshooting, Maintenance and Drawings 1.03 B2 O&M Manual 46 43 80 Field Start up Reports 1.03 B3 Record Data DWG M8 Davit Cranes Note 6 Shop Drawing O&M Manual DWG E3 Proposed Routing for OH Cable Tray Note 2 Shop Drawing DWG E4 Plant 1 Conduit Routing Note 1 Shop Drawing DWG E5 Fiber Optic Routing Note 2 Shop Drawing DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 GENERAL REQUIREMENTS A. Please note that the ONSWTP is a critical provider of potable water to the City of Corpus Christi, TX and is operating under the terms of a drinking water permit issued by the Texas Commission on Environmental Quality. This permit, which is posted at the ONSWTP for review, specifies the water quality limits that the plant must meet prior to discharge of finished water. Work shall be performed in a manner that will not prevent the existing facility from achieving the finished water quality established by the permit. The Contractor shall bear the cost of penalties imposed on the Owner for water quality violations caused by actions of the Contractor. B. It is critical that the Contractor coordinates with the City of Corpus Christi Drinking Water Operations and the OAR throughout construction to maintain the required flow range and quality from ONSWTP at all times. The ONSWTP required flow range to be maintained during specific time frames of the year are as follows: ONSWTP REQUIRED FLOW RANGE TIME FRAME MINIMUM FLOW MAXIMUM FLOW November 1 through March 31 (all years) 45 MGD 85 MGD April 1 through October 31 (all years) 50 MGD 130 MGD C. The Contractor shall schedule the Work in accordance with the sequence defined in the contract documents so that the facility is maintained in continuous operation. All processes shall be maintained in continuous operation during the construction period. D. Contractor shall notify Owner and Engineer of planned basin shutdowns in writing at least 30 days in advance of any requested planned outage, unless otherwise noted. The City reserves the right to grant, delay, or deny such shutdown request depending upon required treatment capacity at the time. In addition, the Contractor's overall construction schedule shall clearly highlight the anticipated scheduled shutdown dates and duration. The time of shutdown will be decided by the City as detailed in the contract documents. E. Contractor shall prepare and submit to the Owner and Engineer a detailed tie-in plan for every interconnection with an existing facility, component, system, structure, panel, pipe ducts and conduits associated with the project. Every tie-in plan and its approval shall be identified as specific activities on the Contractor's overall construction schedule. F. Tie-ins and shutdowns shall not begin until all required materials are on site and ready for installation. Each tie-in and shutdown shall commence at a time approved by the Owner, and the Contractor shall proceed with the Work continuously, start to finish, until the Work is completed, and normal operation is restored. Tie-ins shall be fully coordinated with the Owner at least 72 hours before the scheduled shutdown. The time of day, schedule and duration of short-term shutdowns shall be during normal City work hours. Special Procedures ONSWTP Sedimentation Basins Improvements Project 18130I3 013500-1 Rev 10/2018 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD G. The Owner shall have the authority to order Work stopped, that will, in the Owner's opinion unreasonably result in interrupting the necessary plant operations. If the Contractor has shut down operations, but will not have sufficient time to complete work in the given time restrictions, the Owner or Engineer may direct the Contractor to stop tie-ins or demolition work and return the system to service. H. If the Contractor impairs plant performance or operation as a result of not complying with specified construction sequence, then the Contractor shall immediately make all repairs or replacements and do all work necessary to restore the plant operation to the satisfaction of the Engineer and Owner. Such work shall progress continuously to completion on a 24 -hours per day, seven days per week basis. I. The Contractor shall provide the services of emergency repair crews on call 24 hours per day during scheduled tie-ins and scheduled shutdowns until the system is returned to full service. J. An unobstructed traffic route on the site access driveway and parking area shall be maintained at all times for the Owner's operations personnel and maintenance equipment. A limited amount of parking space for personal vehicles of construction personnel is available at the site. The Contractor's use of this parking is to be coordinated with the Owner's requirements. If additional parking is required, the Contractor shall be responsible for providing access to and for preparing and maintaining this additional parking area. K. Owner's personnel shall have access to all areas that remain in operation throughout the construction period. The Contractor shall locate stored material, dispose of construction debris and trash, provide temporary walkways, provide temporary lighting, and other such work as directed by the Engineer and Owner to maintain personnel access to areas in operation. Access and adequate parking areas for Owner's personnel must be maintained throughout construction. L. Electric power, lighting service and communications systems shall be maintained in uninterrupted operation in all areas that remain in operation. M. All process piping to be demolished shall be cleaned to ensure process chemicals have been removed prior to disassembling the piping. The contents of all pipes and conduits to be removed, replaced or relocated (or dewatered for a specific purpose) shall be collected and disposed of offsite in accordance with all appropriate EPA, TCEQ and OSHA regulations. N. The Contractor shall be responsible for any associated permitting with discharges to the storm sewer. The Owner shall not be responsible for disposal of the drainage water or necessary permits related to the stormwater discharge. No uncontrolled spillage of a pipe or conduit shall be permitted. O. The Contractor shall unload equipment and materials in the designated staging area only. The Contractor shall be responsible for removing all equipment and materials within 72 - hour notice in the event of a weather event or as requested by the Owner. P. ONSWTP classifies these sedimentation basins as Permit Required Confined Space and requires having an OSHA certified environmental technician from the Contractor's team be present at all times when work is being carried out in the sedimentation basins. Special Procedures ONSWTP Sedimentation Basins Improvements Project 181303A 013500-2 Rev 10/2018 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1.02 CONSTRUCTION SEQUENCE A. Perform the Work within the Contract Times and in the sequence stipulated in Specification Section 01 14 00, Coordination With Owner's Operations. The construction activities in sequence are proposed to accomplish the improvement work as shown on the Drawings and specified herein. It should be noted that the construction sequence serves as an outline to the Contractor on how the construction of work shall be sequenced in compliance with the constraints of maintaining plant operation. However, it is the Contractor's responsibility to develop a detailed construction plan that outlines the specific details of proposed construction activities and submit to the City and Engineer for review and approval. The construction phases are based on the following constraints: • Only one sedimentation basin can be taken offline at a time. • Contractor should provide a 30 -day notice in advance for requesting basin shutdowns. • Basin shutdown shall not begin until all materials required for structural upgrades are on site. • At the end of each phase the basin shall be cleaned and all tools and materials shall be removed before bringing the basin back online. The next basin shutdown shall not occur until the offline basin has been filled and has been determined to be placed back in service by the City OAR. • In the event the City must bring a sedimentation basin back online in an emergency demand scenario, the City OAR will submit the request to the Contractor in writing at least 1-3 days in advance. The Contractor shall be responsible for removing all tools, equipment from the basins and cleaning and restoring to satisfactory condition of the City. B. Substantial and Final completion 1. After completion of all start-up and commissioning activities of all Phases, the contractor shall notify the Owner and request inspection for substantial completion per conditions stipulated by the Contract. 2. After completion of punch -list items from the substantial completion per contract documents, the Contractor shall notify the Owner and request consensus on final completion. C. Work shall be completed within the specified time for these items as stipulated in Specification Section 01 14 00, Coordination With Owner's Operations. D. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. E. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. Special Procedures ONSWTP Sedimentation Basins Improvements Project 181303A 013500-3 Rev 10/2018 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1.03 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Other designated functions. B. Describe the following in the plan of action 1. Scheduled dates for construction, 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. 1.04 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) Sludge Pump Station 24 hours Up to 24 hours $500 MCC -PC and MCC -PD 24 hours Up to 24 hours $500 B. Submit a written plan of action per Paragraph 1.03 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. Special Procedures ONSWTP Sedimentation Basins Improvements Project 181303A 013500-4 Rev 10/2018 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1. These items are critical to the operation of the solids collection system for basins that are in operation. 2. Loss of operation of the sludge pump station or electrical gear can negatively impact ability to operate sedimentation basin process. 3. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1 -Sludge Pump Station: a. A sludge pump station is located south of primary sedimentation basin 2 and serves both primary sedimentation basin 1 and 2. The sludge pump station uses float operated submersible pumps to transfer sedimentation basin sludge blowdown to the lagoons. Modifications to the sludge pump station are not included in the project however it may be necessary to adjust float position to optimize performance of the new solids collection system. As the sludge pump station is the only means of removing solids from primary sedimentation basins 1 and 2, its operation is critical to maintaining solids removal capabilities for any basins in service. 2. Critical Operation 2 - MCC -PC and MCC -PD: a. New power panels for the solids collection system will be connected to the existing MCC -PC and MCC—PD for primary sedimentation basins 1 and 2. MCC - PC and MCC -PD will need to be temporarily de -energized to install the circuit breakers for PP -PC and PP -PD. At this time the existing chlor -vac units and ancillary 120 V loads will be inoperable. The work on MCC -PC and MCC -PD shall be sequenced to minimize impacts to plant operations. 1.05 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing basins as much as possible through existing drain valves. The Contractor will be responsible for providing dewatering pumps, etc. required to handle any 2� y;-Nes�rc� gat a t st-r-ewet wr-e&accuimullabon of iraiiirnwateir. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures ONSWTP Sedimentation Basins Improvements Project 181303 013500-5 Rev 10/2018 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 ONSWTP Sedimentation Basins Improvements Project 18130B 01 50 00 - 1 Rev 8/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. 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 ONSWTP Sedimentation Basins Improvements Project 18130B 015000-2 Rev 8/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls ONSWTP Sedimentation Basins Improvements Project 18130B 015000-3 Rev 8/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. 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 ONSWTP Sedimentation Basins Improvements Project 18130B 015000-4 Rev 8/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 ONSWTP Sedimentation Basins Improvements Project 18130B 015700-1 Rev 8/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 ONSWTP Sedimentation Basins Improvements Project 18130B 015700-2 Rev 8/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 ONSWTP Sedimentation Basins Improvements Project 18130B 015700-3 Rev 8/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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 ONSWTP Sedimentation Basins Improvements Project 18130B 015700-4 Rev 8/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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. 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 agencies in the disposal of all water used in the Project. Include a description and details for Temporary Controls ONSWTP Sedimentation Basins Improvements Project 18130B 015700-5 Rev 8/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the current version of the International Building Code (IBC). When applicable, Owner 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 ONSWTP Sedimentation Basins Improvements Project 18130B 015700-6 Rev 8/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD City of Corpus Christi Standard Specifications for Construction SECTION 02 41 00 CUTTING, PATCHING AND DEMOLITION WORK PART1 GENERAL 1.1 Summary A. This specification is intended to define cutting, patching, demolition, removal and relocation of all mechanical equipment, conduit and wiring, and piping, specified or required for a complete demolition. B. The City Of Corpus Christi retains salvage rights to all demolished equipment and wire. 1.2 Definitions A. Cutting: Removal of existing construction necessary to permit installation or performance of other work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other work. C. Demolition is to be as described in the following: 1. The removal of all existing work so indicated, specified or required. 2. The removal of existing work required to be removed for replacement by new work. 3. The removal of existing work required to be temporarily removed in order to erect new work. Work temporarily removed shall be reinstalled or replaced in a manner to restore the work to its original condition, subject to the approval of the Engineer. When such existing work is removed for the convenience of the various trades, such removal and replacement or reinstallation shall be performed by mechanics skilled in the trade of erecting the type of work involved. 4. The removal and reinstallation or relocation of existing electrical work as required by the installation of new work of all trades. 1.3 Work Not Shown On Plans A. Work not shown on the plans which must be removed and reinstalled, shall be done with no increase in contract price. The Contractor shall visit the site prior to bid and determine the existing conditions to verify the demolition or removal. This work shall be done with no increase in contract price. 1.4 Existing Equipment A. The Contractor shall furnish all labor and materials required to insure the continued service of any affected systems interrupted by the demolition or removals. This work shall be done with no increase in contract price. B. Existing conduits exposed by demolition work shall be relocated as necessary. Coordinate with owner such that no loss of time is incurred by the owner regarding facility operations and/or maintenance. C. Existing concealed conduits not reused in the work may be abandoned in place; however, all wires shall be removed. D. Existing exposed conduits not reused in the work shall be removed unless otherwise indicated on drawings. 1.5 Damage and Protection of Property A. Care shall be exercised while performing work under this section in order to assure there will be no damage to installations that are to remain in place. Any damage shall be repaired by the contractor at no increase in contract price. B. The Contractor shall remove, at his own expense, any part of the work that has been improperly executed. He shall be responsible for the care of all work until its completion and final acceptance, and he shall replace any damaged or lost material. The Owner/Engineer's opinion of improperly executed work shall prevail. 1.6 Quality Assurance A. Structural Elements: Do not cut and patch structural elements in a manner that could change their load -carrying capacity or load -deflection ratio. Page 1 of 6 CUTTING, PATCHING, AND DEMOLITION — 02 41 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD City of Corpus Christi Standard Specifications for Construction B. Operational Elements: Do not cut and patch the following operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. 1. Primary operational systems and equipment. 2. Fire -protection systems. 3. Control systems. 4. Communication systems. 5. Electrical wiring systems. 6. Operating systems of special construction in Division 13 Sections. C. Miscellaneous Elements: Do not cut and patch the following elements or related components in a manner that could change their load -carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. 1. Water, moisture, or vapor barriers. 2. Membranes and flashings. 3. Exterior curtain -wall construction. 4. Equipment supports. 5. Piping, ductwork, vessels, and equipment. 6. Noise and vibration -control elements and systems. PART2 PRODUCTS 2.1 Materials A. All products must comply with NSF/ANSI Standard 61. Use materials identical to existing materials. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of existing materials. B. For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. C. Storage / Packing Containers 1. Shall be 28 inches long x 20 3/4 inches wide x 15 7/16 inches wide. 2. Shall be manufactured from high density gray polyethylene and be equipped with permanently attached flip up interlocking lids suitable for stacking up to three high. 3. Buckhorn Model NR422104 or approved equal. PART 3 EXECUTION 3.1 Examination A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Owner. E. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.2 Fittings A. Existing Utilities: Maintain services indicated to remain and protect them against damage during selective demolition operations. B. Do not interrupt existing utilities serving occupied or operating facilities unless authorized in writing by Owner and authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to Owner and to authorities having jurisdiction. Provide at least seven (7) working days notice to Owner if shutdown of service is required Page 2 of 6 CUTTING, PATCHING, AND DEMOLITION — 02 41 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD City of Corpus Christi Standard Specifications for Construction during changeover. C. Utility Requirements: Locate, identify, disconnect, and seal or cap off indicated utilities serving areas to be selectively demolished. 1. Owner will arrange to shut off indicated utilities when requested by Contractor. 2. Arrange to shut off indicated utilities with utility companies. 3. If utility services are required to be removed, relocated, or abandoned, before proceeding with selective demolition provide temporary utilities that bypass area of selective demolition and that maintain continuity of service to other parts of building. 4. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing. D. Utility Requirements: Refer to Division 15 and Division 16 Sections for shutting off, disconnecting, removing, and sealing or capping utilities. Do not start selective demolition work until utility disconnecting and sealing have been completed. 3.3 Preparation A. Temporary Support: Provide temporary support of work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existing Services: Where existing services are required to be removed, relocated, or abandoned, bypass such services before cutting to minimize interruption of services to occupied areas. E. Dangerous Materials: Drain, purge, or otherwise remove, collect, and dispose of chemicals, gases, explosives, acids, flammables, or other dangerous materials before proceeding with selective demolition operations. These items include the proper removal of any treated chilled water that is to be drained from the system. Receive proper written permission from the Owner if chilled water is to be drained into the sewer system. F. Site Access and Temporary Controls: Conduct selective demolition and debris -removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1 Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. 2. Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. 3. Protect existing site improvements, appurtenances, and landscaping to remain. 4. Erect a plainly visible fence around drip line of individual trees or around perimeter drip line of groups of trees to remain. G. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect furniture, furnishings, and equipment that have not been removed H. Temporary Enclosures: Provide temporary enclosures for protection of existing building and construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weather tight enclosure for building exterior. Page 3 of 6 CUTTING, PATCHING, AND DEMOLITION — 02 41 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD City of Corpus Christi Standard Specifications for Construction Temporary Partitions: Erect and maintain dustproof partitions and temporary enclosures to limit dust and dirt migration and to separate areas from fumes and noise. J. Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent movement, settlement, or collapse of construction to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. Strengthen or add new supports when required during progress of selective demolition. K. Camera Equipment Demolition 1 Each camera shall be neatly and securely packed in the containers noted in section 2.0 Materials of these specifications. 2. Each component of the camera system shall be packaged with the camera itself. This includes but not limited to the following: a. Camera VDP cable system b. Fiber transceivers c. Coax and Surge Suppression devices d. Camera controller 3. Each separate camera system component shall be neatly wrapped with at least two layers of bubble wrap and secured with packing tape. 4. Once all components of each camera system are properly stored in the containers, each container shall be sealed and labeled by the camera number. Contact Owner for proper disposition of camera containers. 5. All demolitioned camera VDP cable systems shall not be cut but shall be removed from the connectorized end of the cable. The cable shall be tie wrapped to secure the cable in a coiled manner. All cable connectors shall be bubble wrapped with a least two layers and secured with packing tape for storage. 3.4 Selective Demolition A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain fire watch and portable fire -suppression devices during flame -cutting operations. 5. Maintain adequate ventilation when using cutting torches. 6. Remove decayed, vermin -infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. 7. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 8. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 9. Owner reserves the "right of first refusal" for all demolished items as indicated on the drawings. Contractor is to take possession of demolished equipment and materials and verify the intent of the owner to refuse any items. Contractor shall dispose of refused demolished items and materials promptly. 10. Return elements of construction and surfaces that are to remain to condition existing before selective demolition operations began. Page 4 of 6 CUTTING, PATCHING, AND DEMOLITION — 02 41 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD City of Corpus Christi Standard Specifications for Construction B. Existing Facilities: Comply with building manager's requirements for using and protecting elevators, stairs, walkways, loading docks, building entries and other building facilities during selective demolition operations. C. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. D. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Owner, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. E. Concrete: Demolish in small sections. Cut concrete to a depth of at least 3/4 inch at junctures with construction to remain, using power -driven saw. Dislodge concrete from reinforcement at perimeter of areas being demolished, cut reinforcement, and then remove remainder of concrete indicated for selective demolition. Neatly trim openings to dimensions indicated. F. Masonry: Demolish in small sections. Cut masonry at junctures with construction to remain, using power -driven saw, then remove masonry between saw cuts. G. Concrete Slabs -on -Grade: Saw -cut perimeter of area to be demolished, then break up and remove. 3.5 Performance A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. Cut existing construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Cutting: Cut existing construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original installer. Comply with original installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Existing Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. 4. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 5. Proceed with patching after construction operations requiring cutting are complete C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other sections of these specifications. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of Page 5 of 6 CUTTING, PATCHING, AND DEMOLITION — 02 41 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD City of Corpus Christi Standard Specifications for Construction patching and refinishing. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or re -hang existing ceilings as necessary to provide an even - plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weather tight condition. END OF SECTION Page 6 of 6 CUTTING, PATCHING, AND DEMOLITION — 02 41 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 01 14 00 COORDINATION WITH OWNER'S OPERATIONS PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Requirements for coordinating with Owner's operations during the Work and included requirements for tie-ins and shutdowns necessary to complete the Work without impact on Owner's operations except as allowed in this Section. 2. Contractor shall provide labor, materials, tools, equipment and incidentals shown, specified and required to coordinate with Owner's operations during the Work. B. General Requirements: 1. Except for shutdowns specified in this Section, perform the Work such that Owner's facility remains in continuous satisfactory operation during the Project. Schedule and conduct the Work such that the Work does not: impede Owner's production or processes, create potential hazards to operating equipment and personnel, reduce the quality of the facility's products or effluent, or cause odors or other nuisances. 2. The Work will include two separate shutdowns for each sedimentation basin. It is expected the longest lead time item will be the hoseless sludge collection system. Structural improvements will be made to each of the sedimentation basins, sequentially, while waiting on shop drawing preparation, review, fabrication, and delivery of the hoseless sludge collection system. A second set of shutdowns will be used to install the hoseless sludge collection system after the structural improvements have been completed. The proposed sequence is based on substantiiall combilletiion by .f , . . a ti iH4-11-rn October_1., 2022. All four secondalry.sedimentation basins must be in __ ___ service July — September. No more than one-,piriirary sediiimentatiion basin may be out of service at a time throushoutthe entre construction duulratiion,The Contractor may propose an alternative construction sequence so long as the proposed schedule complies with dates and requirements listed above. 3. The Contractor shall submit to the Engineer and the City the Hoseless Sludge Removal System (46 43 80) submittal and shop drawings no later than 10 weeks after Notice To Proceed. The Contractor and hoseless sludge removal system supplier shall prioritize and expedite preparation of the review package as needed to maintain the project schedule. 1813018 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 0 121-g/750 J'"/2021 01 14 00-1 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 4. Work not specifically covered in this Section or in referenced Sections may, in general, be completed at any time during regular working hours in accordance with the General Conditions and Supplementary Conditions, subject to the requirements in this Section. 5. Contractor has the option of providing additional temporary facilities that can eliminate or mitigate a constraint without additional cost to Owner, provided such additional temporary facilities: do not present hazards to the public, personnel, structures, and equipment; that such additional temporary facilities do not adversely affect Owner's ability to comply with Laws and Regulations, permits, and operating requirements; that such temporary facilities do not generate or foster the generation of odors and other nuisances; and that requirements of the Contract Documents are fulfilled. 6. Coordinate shutdowns with Owner and Engineer. When possible, combine multiple tie-ins into a single shutdown to minimize impacts on Owner's operations and processes. 7. Do not shut off or disconnect existing operating systems, unless accepted by Engineer in writing. Operation of existing equipment will be by Owner unless otherwise specified or indicated. Where necessary for the Work, Contractor shall seal or bulkhead Owner -operated gates and valves to prevent leakage that may affect the Work, Owner's operations, or both. Provide temporary watertight plugs, bulkheads, and line stops as required. After completing the Work, remove seals, plugs, bulkhead, and line stops to satisfaction of Engineer. C. Continuous Treatment Provision: 1. Contractor shall provide labor, equipment, materials, and incidentals to provide continuous treatment to the level prior to construction Work. 2. Contractor shall be responsible for providing temporary pumping facilities, systems, piping, valve, appurtenances, equipment, materials, and temporary utilities necessary to complete the Work without treatment bypassing. 1.02 REFERENCES A. Definitions: A "shutdown" is when a portion of the normal operation of Owner's facility, whether equipment, systems, piping, or conduit, must be temporarily suspended or taken out of service to perform the Work. 1.03 ADMINSTRATIVE REQUIREMENTS A. Coordination: 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 0� � 1481.2. i/2021 01 14 00-2 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1 Review installation procedures under other Specification sections and coordinate Work that must be performed with or before the Work specified in this Section. 2. Notify other contractors in advance of Work requiring coordination with Owner's operations, to provide other contractors sufficient time for work included in their contracts that must be installed with or before Work specified in this Section. 3. When possible, combine multiple tie-ins into a single shutdown to minimize impacts on Owner's operations and processes. B. Pre -Shutdown Meetings: Contractor shall schedule and conduct meeting with Owner and Engineer prior to scheduling shutdown. C. Sequencing: 1. Perform the Work in the specified sequence. Certain phases or stages of the Work may require working 24-hour days or work during hours outside of regular working hours. Work may be accelerated from a later stage to an earlier stage if Owner's operations are not adversely affected by proposed sequence change, with Engineer's acceptance. Stages specified in this Section are sequential in performance of the Work. D. Scheduling: 1. Work that may interrupt normal operations shall be accomplished at times convenient to Owner. 2. Furnish at the Site, in close proximity to the shutdown and tie-in work areas, tools, equipment, spare parts and materials, both temporary and permanent, necessary to successfully complete the shutdown. Complete to the extent possible, prefabrication of piping and other assemblies prior to the associated shutdown Demonstrate to Engineer's satisfaction that Contractor has complied with these requirements before commencing the shutdown. 3. If Contractor's operations cause an unscheduled interruption of Owner's operations, immediately re-establish satisfactory operation for Owner. 4. Unscheduled shutdowns or interruptions of continued safe and satisfactory operation of Owner's facilities that result in fines or penalties by authorities having jurisdiction shall be paid solely by Contractor if, in Engineer's opinion, Contractor did not conform to the requirements of the Contract Documents, or was negligent in the Work, or did not exercise proper precautions in conducting the Work. 5. Work requiring service interruptions for tie-ins shall be performed during scheduled shutdowns. 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 0� � 1 '48/ .507/2021 01 14 00-3 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 6. Temporary, short-term shutdowns of smaller piping, conduits, equipment, and systems may be required. Coordinate requirements for such shutdowns with Engineer and Owner. 1.04 SUBMITTALS A. Action/Informational Submittals: 1. Substitute Sequence Submittal: When deviation from specified sequence is proposed, provide submittal explaining in detail the proposed sequence change and its effects, including evidence that Owner's operations will not be adversely affected by proposed change. List benefits of proposed sequence change, including benefits to Progress Schedule. 2. Shutdown Planning Submittal: a. For each shutdown, submit an inventory of labor and materials required to perform the shutdown and tie-in tasks, an estimate of time required to accomplish the complete shutdown including time for Owner to take down and start up existing equipment, systems, or conduits, and written description of steps required to complete the Work associated with the shutdown. b. Furnish submittal to Engineer at least thirty (30) days prior to proposed shutdown start date. Do not start shutdown until obtaining Engineer's acceptance of shutdown planning submittal. 3. Shutdown Notification: After acceptance of shutdown planning submittal and prior to starting the shutdown, provide written notification to Owner and Engineer of date and time each shutdown is to start. Provide notification at least 14..dgia in advance of each shutdown. 1.05 SITE CONDITIONS A. General Constraints: Specified in the Contract Documents are the sequence and shutdown durations, where applicable, for Owner's equipment, systems, and conduits that are to be taken out of service temporarily for the Work. New equipment, materials, and systems may be used by Owner after the specified field quality controls and testing are successfully completed and the materials or equipment are Substantially Complete. B. The following constraints apply to coordination with Owner's operations: 1. Operational Access: Owner's personnel shall have access to equipment and areas that remain in operation. 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 0� � 1 -0/ .^ i/2021 01 14 00-4 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Schedule and perform equipment and system start-ups for Monday through Thursday. Equipment and systems shall not be placed into operation on Friday, Saturday, and Sunday without prior approval of Owner. 3. Dead End Valves or Pipe: Provide blind flanges, watertight bulkheads, or valves at temporary and permanent terminuses of pipes and conduits. Blind flanges and bulkheads shall be suitable for the service and braced and blocked, as required, or otherwise restrained as directed by Engineer. Temporary valves shall be suitable for their associated service. Where valve is provided at permanent terminus of pipe or conduit, also provide on downstream side of valve a blind flange with drain/flushing connection. 4. Owner will dewater process tanks, basins, conduits, and other work areas to be dewatered for shutdowns. Upon initiating shutdown of the basins the City shall have 10 days to drain and clean the basin„ olerovve aIIII skluudgLe.,Tlhe Owner sI aIIII iii sta11lll_menr por.iry blind flange on 48" iinflluent lie to prevent fllow of raw water into the basins. 5. Draining and Cleaning of Conduits, Tanks, and Basins: Unless otherwise specified, Owner will dewater process tanks and basins at beginning of each shutdown. Owner will flush and wash down tanks and basins with plant non - potable water removing as much of the accumulated solids as possible. As needed to maintain a dry working area the Contractor shall: a. Contractor shall remove liquids and solids and dispose of them at appropriate location at the Site as directed by Engineer. Contents of pipes, tanks, basins, and conduits undergoing modifications shall be transferred to existing process tanks or conduits at the Site with capacity sufficient to accept such discharges, using hoses, piping, pumps, or other means provided by Contractor. Discharge of fluids across floors is not allowed. c....11... Uncontrolled spillage of pipe's or conduit's contents is not allowed. Spillage shall be brought to Engineer's attention immediately, both verbally and in writing, and reported in accordance with Laws and Regulations. Contractor shall wash down spillage to floor drains or sumps and flush the system to prevent clogging and odors. If spillage is not suitable for discharge to the drainage system, such as chemical spills, as determined by Engineer, Contractor shall remove spillage by other method, such as vacuum truck, acceptable to Engineer. 1813018 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 1248/.5772021 01 14 00-5 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 6. Electrical, Control, Communication, and Monitoring Systems: a. Owner's existing SCADA system and fiber optic network shall remain functional, subject to the constraints herein. b. Fiber optic communications and network connectivity shall remain operational at all times. c. Unless Contractor elects to use existing fiber and/or temporary fiber, at his/her discretion, at least one communication path shall be in place at all times until substantial completion. d. Each process area shall be permitted to have a single, non -concurrent, scheduled outage for the purpose of making PLC panel hardware modifications, loading the associated PLC logic, and its field testing/demonstration. Field testing and demonstration shall immediately follow modifications in an effort to keep scheduled shutdowns as short as possible. A 14 -day day period of no SCADA outage shall proceed each scheduled shutdown. 1.06 SUGGESTED SEQUENCE OF WORK A. Perform the Work in the specified sequence or as otherwise approved by Engineer. Certain phases or stages of the Work may require working 24-hour days or work during hours outside of regular working hours. Work may be accelerated from a later stage to an earlier stage if Owner's operations are not adversely affected by proposed sequence change, and with Engineer's acceptance. Stages specified in this Section are sequence - dependent. 1. Stage 1: Plant 1 Primary and Secondary Sedimentation Basin 1 a. Stage 1A: Demolish Trac -Vac solids collectors, guiderails, sludge hoses, pneumatic air lines, control panels, extractor rails, guidepost and trolley, ported membrane baffle wall, ladders, supports, and hardware and as shown in the Contract Drawings. Demolish 6" ductile iron sludge collection pipe up to center wall and fill with grout. b. Stage 1 B: Perform concrete repair, expansion joint repair, and sedimentation basin floor modifications including 16" basin drain modifications. c. Stage 10: Install new ladders and equipment framing supports. d. Stage 1 D: The basin will be filled and brought back online prior to taking the next basin out of service. 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 0� � 1481.2. i/2021 01 14 00-6 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1) NOTE: The basin will not have solids collection equipment and will be filled and operating at a low rate to minimize solids production until ready to be drained and cleaned for installation of the new hoseless sludge collection system 2. Stage 2: Plant 1 Primary and Secondary Sedimentation Basin 2 a. Stage 2A: Work may begin after Primary and Secondary Sedimentation Basin 1 is filled and back in service as determined by the OAR. b. Stage 2B: Demolish Trac -Vac solids collectors, guiderails, sludge hoses, pneumatic air lines, control panels, extractor rails, guidepost and trolley, ported membrane baffle wall, ladders, supports, and hardware and as shown in the Contract Drawings. Demolish 6" ductile iron sludge collection pipe up to center wall and fill with grout. c. Stage 2C: Perform concrete repair, expansion joint repair, and sedimentation basin floor modifications including 16" basin drain modifications. d. Stage 2D: Install new ladders and equipment framing supports. 3. Stage 3: Plant 1 Primary Sedimentation Basin 2 a. Stage 3A: Upon completion of the Basin 2 structural improvements and concrete repair the basin will be ready for installation of the new hoseless sludge collection equipment. All Basin 2 hoseless sludge collection equipment must be onsite and ready for installation no later than M > >;>...7_months after NTP._ The_secondalry_ diiim nrabon wiillll_be iin service ar __ ___ ____ _ the Uime. b. Stage 3B: Install circuit breaker and ancillary circuits in MCC -PD. This will require temporarily disconnecting power to MCC -PD as described in section 3.03. c. Stage 3C: Install new hoseless sludge collection system, stainless steel curbs, local control panels and associated equipment and valves. Hoseless sludge collectors shall be installed in pairs along with the corresponding local control panel. 1) Each pair of sludge collectors shall be completed and commissioned to make operable via the local control station prior to beginning work on the next pair of collectors. 2) The construction sequencing shall be scheduled to allow for the Contractor to remove all equipment and materials from the basin and 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 0� � 1 '48/ .507/2021 01 14 00-7 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD have the basin ready to be brought online within 48 hours from written notice from the City OAR. 3) Final integration to the plant SCADA system will be performed once all basin hoseless sludge collectors are completed and made operational. d. Stage 3D: Test each two -unit local control panel and equipment within one week following installation of the panel. e. Stage 3E: The new 6" sludge pipe that services the Primary Sedimentation Basin 1 hoseless sludge collectors shall be installed while Sedimentation Basin 2 is drained and offline. The tie-in shall be at the existing wall stub out as indicated in Table 01 14 00-A. This line will not be in use even though Sedimentation Basin 1 is filled and may be in operation. f. Stage 3F: After all hoseless sludge collectors have been installed and confirmed operational the Basin shall be refilled and confirmed ready for operation by the City OAR prior to shutdown on the next Basin. 4. Stage 4: Plant 1 Primary Sedimentation Basin 1 a. Stage 4A: Upon completion of the Basin 2 hoseless sludge collection system and filling and returning to service, Primary Sedimentation Basin 1 will be taken out of service to complete the installation of the hoseless sludge collection system. Both secondary sediumentatiion basins wiillll be iin service at thus tiiime. 1) Only the Primary Sedimentation Basin 1 will be drained. Secondary Sedimentation Basin 1 will remain filled and on standby to return to service once the Work is completed. 2) Primary Sedimentation Basin 1 will be drained and cleaned by the City prior to the Contractor beginning installation of the hoseless sludge collection equipment. No solids collection equipment will be available to facilitate removal of solids. 3) All Sedimentation Basin 1 hoseless sludge collection equipment must be onsite and ready for installation no later than A{ > :% 9_irmonth after NTP. b. Stage 4B: Install circuit breaker and ancillary circuits in MCC -PC. This will require temporarily disconnecting power to MCC -PC as described in section 3.03. c. Stage 4C: Install new hoseless sludge collection system, stainless steel curbs, local control panels and associated equipment and valves. Hoseless 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 0� � 12 / .^ 1''72021 01 14 00-8 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD sludge collectors shall be installed in pairs along with the corresponding local control panel. 1) Each pair of sludge collectors shall be completed and commissioned to make operable via the local control station prior to beginning work on the next pair of collectors. 2) The hoseless sludge collectors will be tied into the new 6" sludge collection pipe that was installed Stage 3. This pipe must be fully operational and in service at the time the Primary Sedimentation Basin 1 hoseless sludge collectors are being installed. 3) The construction sequencing shall be scheduled to allow for the Contractor to remove all equipment and materials from the basin and have the basin ready to be brought online within 48 hours from written notice from the City OAR. 4) Final integration to the plant SCADA system will be performed once all basin hoseless sludge collectors are completed and made operational. d. Stage 4D: Test each two -unit local control panel and equipment within one week following installation of the panel. e. Stage 4E: After all hoseless sludge collectors have been installed and confirmed operational the Basin shall be refilled and confirmed ready for operation by the City OAR. 5. Stage 5: SCADA Modifications a. Stage 5A: Implement SCADA modifications and integration of the new hoseless sludge collection system into the overall plant control system. 1) Develop HMI screens for remote operation and control of the hoseless sludge collection system 6. Stage 6: North and South Lagoon Fiber Optic Cabling and Ductbanks a. Stage 6A: Construction of PVC conduits, fiberoptic cabling, duct banks, and pull boxes near north and south lagoon area as shown on plans will have minimal impacts on plant operations; therefore, this work shall be completed the higl- aand peren al114 144a-are4n-sen.gee Gr -as needed to meet the overall project schedule. 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 1.2481.2.50112021 01 14 00-9 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1.07 TIE-INS A. Table 01 14 00-A in this Section lists connections by Contractor to existing facilities. Table 01 14 00-A may not include all tie-ins required for the Work; Contractor shall perform tie-ins required to complete the Work. For tie-ins not included in Table 01 14 00- A, obtain requirements for tie-ins from Engineer. 1.08 SHUTDOWNS A. General: 1. Work that may interrupt normal operations shall be accomplished at times convenient to Owner. 2. Furnish at the Site, in close proximity to the shutdown and tie-in work areas, tools, equipment, spare parts and materials, both temporary and permanent, necessary to successfully complete the shutdown. Complete to the extent possible, prefabrication of piping and other assemblies prior to the associated shutdown. Demonstrate to Engineer's satisfaction that Contractor has complied with these requirements before commencing the shutdown. 3. If Contractor's operations cause an unscheduled interruption of Owner's operations, immediately re-establish satisfactory operation for Owner. 4. Unscheduled shutdowns or interruptions of continued safe and satisfactory operation of Owner's facilities that result in fines or penalties by authorities having jurisdiction shall be paid solely by Contractor if, in Engineer's opinion, Contractor did not conform to the requirements of the Contract Documents, or was negligent in the Work, or did not exercise proper precautions in conducting the Work. 5. Shutdowns shall be in accordance with Table 01 14 00-B of this Section. Work requiring service interruptions for tie-ins shall be performed during scheduled shutdowns. 6. Temporary, short-term shutdowns of smaller piping, conduits, equipment, and systems may not be included in Table 01 14 00-B. Coordinate requirements for such shutdowns with Engineer and Owner. B. Treatment Process Shutdown and Site Access Constraints: 1. Owner shall have the following unit processes and equipment operational at all times during the Project, unless specified herein: a. Minimum of three (3) Sedimentation Basins 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 0� � 1 '48/ .507/2021 01 14 00-10 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Owner shall have roadway access: To all plant roads. Contractor equipment or staging should not block roadway access from Owner or chemical truck deliveries. C. Shutdowns of Electrical Systems: Comply with Laws and Regulations, including the National Electric Code. Contractor shall lock out and tag circuit breakers and switches operated by Owner and shall verify that affected cables and wires are de -energized to ground potential before shutdown Work is started. Upon completion of shutdown Work, remove the locks and tags and notify Engineer that facilities are available for use. D. Shutdowns of Communications, SCADA, and Networking: 1. Permissible SCADA outages for each process area include outages less than 30 minutes duration to update software. 2. SCADA modifications required for the Work shall be implemented after completion of any local control panel. This will require the new hoseless sludge collection system to be run locally until new signals from HMI to local control panels can be completed and tested. PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION 3.01 GENERAL A. Refer to Table 01 14 00-B in this Section for schedule of process equipment and service lines out -of -service during shutdown. B. Refer to Table 01 14 00-B in this Section for schedule of process equipment in operation during shutdown. C. Refer to Table 01 14 00-B in this Section for tie-ins required during each shutdown. Refer to Table 01 14 00-A in this Section for detailed tie-in schedule. D. Refer to Table 01 14 00-B in this Section for duration of each shutdown. 3.02 DETAILED SHUTDOWN REQUIREMENTS: A. Prior to Typical Shutdown: 1. Obtain Engineer's acceptance of proposed shutdown planning submittal and shutdown notification submittal. 2. Submittal and approval of all shop drawings required. 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 0� � 1481.2. i/2021 01 14 00-11 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3. Coordinate with plant operations on timing of shutdown and provide required notice to Owner. 4. Bring necessary piping, couplings, valves, equipment, and appurtenances to the work areas. 5. Assist Owner in preparing to take equipment, tanks, basins, and conduits temporarily out of service. 6. Coordinate other tie-ins to be performed simultaneously. 7. Install and ensure functionality of temporary systems as applicable. B. During Typical Shutdown: 1. Owner will dewater tanks and basins. 2. Remove existing equipment, piping, and accessories as required. 3. Verify operation of new equipment, materials, and systems. 4. Following approval from Engineer, return equipment and system to operation with Owner. C. Following Typical Shutdown: 1. Verify functionality of equipment and system. 2. Verify operation of new equipment and systems and verify that joints in piping are watertight or gastight as applicable. 3. Repair joints that are not watertight or gastight as applicable. 4. Remove temporary systems as applicable. 3.03 PROPOSED SHUTDOWN SEQUENCE A. Shutdown No. 1 Description: Primary and Secondary Sedimentation Basin 1. 1. General: a. Impact on Other Equipment and Processes: Reduction in peak flow capacity for approximately three months. b. Location: Primary and Secondary Sedimentation Basin 1 c. Owner access to Site roadways: Not Applicable 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 0� � 1 '48/ .507/2021 01 14 00-12 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Prior to Shutdown: a. Obtain Engineer's acceptance of proposed shutdown planning submittal and shutdown notification submittal. b. Owner will be responsible for draining and cleaning basins. Allow for up to 10 days after initiating shutdown 3. During Shutdown: a. Maintain clean and dry work area. Perform any additional .sel4-.v dewatering as necessary for Contractor's operations. b. Perform Work as described in Stage 1 in Section 1.06. 4. Following shutdown: a. After cleaning and preparing Primary and Secondary Sedimentation Basin 1 to be brought back online, notify the City OAR in writing so City may begin to re -fill and prepare the basin for service. B. Shutdown No. 2 Description: Primary and Secondary Sedimentation Basin 2. 1. General: a. Impact on Other Equipment and Processes: Reduction in peak flow capacity for approximately•.' v six months. 2 hour shutdown of MCC -PD for circuit breaker installation. b. Location: Primary and Secondary Sedimentation Basin 2 c. Owner access to Site roadways: Not Applicable 2. Prior to Shutdown: a. Obtain Engineer's acceptance of proposed shutdown planning submittal and shutdown notification submittal. b. Owner will be responsible for draining and cleaning basins. Allow for up to 10 days after initiating shutdown. c. Specific requirements: 1) Transmit hoseless sludge collection submittals for approval not later than 10 weeks after NTP. 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 1.2481.2.507/2021 01 14 00-13 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2) Deliver major mechanical and electrical equipment not later than 7 months after NTP 3. During Shutdown: a. Maintain clean and dry work area. Perform any additional dewatering as necessary for Contractor's operations. b. Perform Work as described in Stage 1 in Section 1.06. Structural improvements shall be completed prior to installation of new hoseless sludge collectors. c. Perform tie-ins shown on Table 01 14 00-B. d. Verify functionality of equipment and system. Sludge collectors shall be capable of local operation prior to implementing SCADA improvements. 4. Following shutdown: a. After cleaning and preparing Primary and Secondary Sedimentation Basin 2 to be brought back online, notify the City OAR in writing so City may begin to re -fill and prepare the basin for service. C. Shutdown No. 3 Description: Primary Sedimentation Basin 1. 1. General: a. Impact on Other Equipment and Processes: Reduction in peak flow capacity for approximately three months. Secondary Sedimentation Basin 1 shall not be drained and must remain available in the event the basin must be placed back into service. 2 hour shutdown of MCC -PC for circuit breaker installation. b. Location: Primary Sedimentation Basin 1 c. Owner access to Site roadways: Not Applicable 2. Prior to Shutdown: a. Obtain Engineer's acceptance of proposed shutdown planning submittal and shutdown notification submittal. b. Assist Owner in preparing to take equipment, tanks, basins, and conduits temporarily out of service. c. Specific requirements: 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 1.2481.2.507/2021 01 14 00-14 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1) Deliver major mechanical and electrical equipment not later than 9. mon ths after N TIPAps. > ; 3. During Shutdown: a. Installation of remaining hoseless sludge collection system as required. b. Perform tie-ins shown on Table 01 14 00-B. c. Verify functionality of electrical equipment associated with each two -unit local control panel within one week following installation of equipment. Sludge collectors shall be capable of local operation prior to implementing SCADA improvements. 4. Following shutdown: a. After cleaning and preparing Primary Sedimentation Basin 1 to be brought back online, notify the City OAR in writing so City may begin to re -fill and prepare the basin for service. D. Shutdown No. 4 Description: SCADA Modifications 1. General: a. Impact on Other Equipment and Processes: Connection to plant SCADA system may need to be temporarily disabled for updates to software. This shutdown will not impact physical processes and all sedimentation basins shall be in service during the SCADA integration phase. b. Location: Not Applicable c. Owner access to Site roadways: Not Applicable 2. Prior to Shutdown: a. Obtain Engineer's acceptance of proposed shutdown planning submittal and shutdown notification submittal. b. Assist Owner in preparing to take equipment, tanks, basins, and conduits temporarily out of service. c. Specific requirements: Implement SCADA modifications. 3. During Shutdown: a. Programming and integration into plant SCADA system. 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 1.2481.2.50112021 01 14 00-15 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD b. Verify functionality of equipment and system for remote operations. 4. Following shutdown: a. Not Applicable 1813010 - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 1.2481.2.507/2021 01 14 00-16 COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Table 01 14 00-A Schedule of Tie -Ins Tie -In No. New Line Size and Service Existing (Connecting) Line Size & Service Tie -In Building/Location Construction Stage Remarks 1 8" SL 8" SL 8" SL Wall Stubout at south sedimentation basin wall 3E 181308A — O. N. STEVENS \A P SEDIMENTATION BASINS IMPROVEMENTS 3P6/2 124-3,/ 23 7/2021 01 14 00-17 CITY OF CORPUS CHRISTI COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Table 01 14 00-B Schedule of Shutdowns Shutdown No. Process Equipment and Service Lines Out -of -Service During Shutdown Process Equipment In Operation During Shutdown Tie -In Nos. Maximum Duration 1 Primary and Secondary Sedimentation Basin 1 Primary and Secondary Sedimentation Basin 2, Plant 2 3 months 2a Primary and Secondary Sedimentation Basin 2 Primary and Secondary Sedimentation Basin 1, Plant 2 1 months 2b MCC PD Primary and Secondary Sedimentation Basin 1, Plant 2 2 hours 3a Primary Sedimentation Basin 1 Primary and Secondary Sedimentation Basin 2, Plant 2 2-3 months 3b MCC PC Primary and Secondary Sedimentation Basin 2, Plant 2 2 hours 4 Plant SCADA System All plant unit process shall be in operation 30 minutes END OF SECTION 181308A — O. N. STEVENS WTP SEDIMENTATION BASINS IMPROVEMENTS 3P6/20? 1243123 7/2021 01 14 00-18 CITY OF CORPUS CHRISTI COORDINATION WITH OWNER'S OPERATIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1 — GENERAL 1.01 SUMMARY A. Section includes: 1. Contractor shall provide submittals in accordance with the General Conditions as modified by the Supplementary Conditions, and this Section. 2. Contractor is responsible to confirm and correct dimensions at the Site, for information pertaining to the fabrication processes and to techniques of construction, and for coordinating the work of all trades. Contractor's signature of submittal's stamp and letter of transmittal shall be Contractor's representation that Contractor has met his obligations under the Contract Documents relative to that submittal. B. Related Sections: 1. Section 01 78 23 — Operation and Maintenance Data. 2. Section 01 78 43 — Spare Parts and Extra Material. 3. Section 01 79 00 — Instruction of Owner's Personnel. 1.02 ADMINISTRATIVE REQUIREMENTS A. Types of Submittals: When type of submittal is not specified and is not specified in this Section, Engineer will determine type of submittal. 1. Action/Informational Submittals: a. Shop Drawings. b. Product data. c. Delegated design submittals in accordance with the General Conditions and as modified by the Supplemental Conditions. d. Samples. e. Testing plans, procedures, and testing limitations. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 33 00-1 SUBMITTAL PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD f. Design data not sealed and signed by a design professional retained by Contractor, Subcontractor, or Supplier. g. Pre -construction test and evaluation reports, such as reports on pilot testing, subsurface investigations, potential Hazardous Environmental Conditions, and similar reports. h. Supplier instructions, including installation data, and instructions for handling, starting -up, and troubleshooting. Sustainable design submittals (other than sustainable design closeout documentation). j. Lesson plans for training and instruction of Owner's personnel. 2. Closeout Submittals: a. Maintenance contracts. b. Operations and maintenance data. c. Bonds, such as maintenance bonds and bonds for a specific product or system. d. Warranty documentation. e. Record documentation. f. Sustainable design closeout documentation. g. Software. 3. Maintenance Material Submittals: a. Maintenance materials schedule and checklist. b. Spare parts. c. Extra stock materials. d. Tools. 4. Quality Assurance Submittals: a. Performance affidavits. b. Certificates. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 33 00-2 SUBMITTAL PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD c. Source quality control submittals (other than testing plans, procedures, and testing limitations), including results of shop testing. d. Field or Site quality control submittals (other than testing plans, procedures, and testing limitations), including results of operating and acceptability tests at the Site. e. Supplier reports. f. Special procedure submittals, including health and safety plans and other procedural submittals. g. Qualifications statements. B. Submittal Requirements: 1. Contractor shall submit electronic copy of submittals for Engineer's review via the Engineer's or City of Corpus Christi's construction management file storage website, unless otherwise specified in individual Specification Sections. Acceptable electronic formats are Adobe PDF, Microsoft Word, Autodesk DWF and AutoCAD. 2. Submittals shall be furnished in hard copy format and two dimensional PDF format. 3. Submittal shall be accompanied by letter of transmittal containing date, project title, Contractor's name, number and title of submittal, list of relevant Specification Sections, notification of deviations from Contract Documents, and other material required for Engineer's review. C. Scheduling: 1. Provide submittals well in advance of the Work following Engineer's approval or acceptance of the associated submittal. Work covered by a submittal will not be included in progress payments until approval or acceptance of related submittals has been obtained in accordance with the Contract Documents. 2. Submittals shall be provided by Contractor with at least thirty (30) working days for review and processing. 1.03 SCHEDULE OF SUBMITTALS A. Schedule of Submittals, as specified in this Section: 1. Timing: a. Provide submittal within time frames specified in the Contract Documents. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 33 00-3 SUBMITTAL PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD b. Provide updated Schedule of Submittals with each submittal of the updated Progress Schedule. 2. Content: In accordance with the General Conditions as modified by the Supplementary Conditions, and this Section. Requirements for content of preliminary Schedule of Submittals and subsequent submittals of the Schedule of Submittals are identical. a. Identify submittals required in the Contract Documents. Updates of Schedule of Submittals shall show scheduled dates and actual dates for completed tasks. Indicate submittals that are on the Project's critical path. b. Indicate the following for each submittal: 1) Date when submittals are requested and received from Supplier. 2) Date when certification is received from Supplier and when submitted to Engineer. 3) Date when submittals are submitted to Engineer and returned with disposition from Engineer. 4) Date when submittals are revised by Supplier and submitted to Engineer. 5) Date when submittals are returned with "Furnish as Submitted" (FAS) or "Furnish as Corrected" (FAC) disposition from Engineer. 6) Date when approved submittals are returned to Supplier. 7) Date of Supplier scheduled delivery of equipment and material. 8) Date of actual delivery of equipment and material. 9) Whether submittal will be for a substitution or "equal". Procedures for substitutions and "or equals" are specified in the General Conditions. 10) For submittals for materials or equipment, date by which material or equipment must be at the Site to avoid delaying the Work and to avoid delaying the work of other contractors. 3. Prepare Schedule of Submittals using same software, and in same format, specified for Progress Schedules. 4. Coordinate Schedule of Submittals with the Progress Schedule. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 33 00-4 SUBMITTAL PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 5. Schedule of Submittals that is not compatible with the Progress Schedule, or that does not indicate submittals on the Project's critical path, or that places extraordinary demands on Engineer for time and resources, is unacceptable. Do not include submittals not required by the Contract Documents. 6. In preparing Schedule of Submittals: a. Considering the nature and complexity of each submittal, allow sufficient time for review and revision. b. Reasonable time shall be allowed for: Engineer's review and processing of submittals, for submittals to be revised and resubmitted, and for returning submittals to Contractor. c. Identify and accordingly schedule submittals that are expected to have long anticipated review times. 1.04 ACTION/INFORMATIONAL SUBMITTALS A. Provide the following Submittals in accordance with the individual Specification Sections, including, but not limited to, the following: 1. Product Data: a. Catalog cut -sheets b. Descriptive bulletins/brochures/specifications c. Material of construction data, including details on all components including applicable ASTM designations. d. Lifting, erection, installation, and adjustment instructions, and recommendations. e. Finish/treatment data, including interior and exterior shop coating systems. f. Equipment/material weight/loading data, including total uncrated weight of the equipment plus the approximate weight of shipped materials. Support locations and loads that will be transmitted to bases and foundations following installation. Size, placement, and embedment requirements of anchor bolts. g. Complete information regarding location, type, size, and length of all field welds in accordance with "Standard Welding Symbols" AWS A2.0 of the American Welding Society. Special conditions shall be fully explained by notes and details. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 33 00-5 SUBMITTAL PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD h. Motor data including horsepower; enclosure type; voltage; insulation class; temperature rise and results of dielectric tests; service -rating; rotative speed; motor speed -torque relationship; efficiency and power factor at 1/2, 3/4, and full load; slip at full load; running, full load, and locked rotor current values; safe running time -current curves; motor protective devices; and interconnection diagrams. i. Engineering design data, calculations, and system analyses j. Digital system documentation k. Operating sequence descriptions I. Software/programming documentation m. Manufacturer's instructions 2. Shop Drawings: a. Equipment and material layout drawings, including panel layout drawings. b. System schematics and diagrams including, but not limited to, piping systems; HVAC and ventilation systems; process equipment systems; electrical operating systems; wiring diagrams; controls, alarm and communication systems. c. Layout and installation drawings (interior and exterior) for all pipes, valves, fittings, sewers, drains, heating and ventilation ducts, all electrical, heating, ventilating and other conduits, plumbing lines, electrical cable trays, lighting fixture layouts, and circuiting, instrumentation, interconnection wiring diagrams, communications, power supply, alarm circuits, etc. d. Layout and installation drawings shall show connections to structures, equipment, sleeves, valves, fittings, etc. e. Drawings shall show the location and type of all supports, hangers, foundations, etc., and the required clearances to operate valves, equipment, etc. f. Drawings for pipes, ducts, conduits, etc., shall show all 3 inch and larger electrical conduits and pressure piping, electrical cable trays, heating and ventilation ducts or pipes, structure, manholes or any other feature within four (4) feet (measured as the clear dimension) from the pipe duct, conduit, etc., for which the profile is drawn. g. Equipment and material schedules. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 33 00-6 SUBMITTAL PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3. Delegated design submittals, which include documents prepared, sealed, and signed by a design professional retained by Contractor, Subcontractor, or Supplier for materials and equipment to be incorporated into the completed Work. Delegated design submittals do not include submittals related to temporary construction unless specified otherwise in the related Specification Section. Delegated design submittals include: design drawings, design data including calculations, specifications, certifications, and other submittals prepared by such design professional. B. Samples: 1. General Requirements: a. Conform submittal of Samples to the General Conditions as modified by the Supplementary Conditions, this Section, and the Specification Section in which the Sample is specified. b. Furnish at the same time Samples and submittals that are related to the same unit of Work or Specification Section. Engineer will not review submittals without associated Samples and will not review Samples without associated submittals. c. Samples shall clearly illustrate functional characteristics of product, all related parts and attachments, and full range of color, texture, pattern, and material. 2. Submittal Requirements: a. Securely label or tag Samples with submittal identification number. Label or tag shall not cover, conceal, or alter appearance or features of Sample. Label or tag shall not be separated from the Sample. b. Submit number of Samples required in Specifications. If number of Samples is not specified in the associated Specification Section, provide at least one identical Samples of each item required for Engineer's approval. If Contractor requires Sample(s) for Contractor's use, notify Engineer in writing and provide additional Sample(s). Contractor is responsible for furnishing, shipping, and transporting additional Samples. c. Deliver one Sample to Engineer's field office at the Site. Deliver balance of Samples to location directed by Engineer. 1.05 CLOSEOUT SUBMITTALS A. Provide the following Closeout Submittals in accordance with the individual Specification Sections, including, but not limited to, the following: 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 33 00-7 SUBMITTAL PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1. Maintenance contracts 2. Bonds for specific products or systems 3. Warranty documentation 4. Sustainable design closeout documentation. 5. Software programming and documentation. B. On documents such as maintenance contracts and bonds, include on each document furnished original signature of entity issuing the document. C. Operations and Maintenance Data: Submit in accordance with Section 01 78 23 — Operations and Maintenance Data. D. Disposition: Dispositions and meanings are the same as specified for Informational Submittals. 1.06 MAINTENANCE MATERIAL SUBMITTALS A. For spare parts, extra stock materials, and tools, submit quantity of items specified in associated Specification Section. Furnish in accordance with Section 01 78 43 — Spare Parts and Extra Materials. B. Disposition: Dispositions and meanings are the same as specified for Informational Submittals. 1.07 CONTRACTOR'S RESPONSIBILITIES A. Contractor shall review, coordinate, and verify submittals with Subcontractors, Manufacturers, and Suppliers, including field measurements at Site, in accordance with the General Conditions and as modified by Supplemental Conditions prior to submitting material for Engineer's review. B. Contractor shall provide Contractor's stamp of approval certifying submittal material has been reviewed and conform to the Contract Documents prior to submitting material for Engineer's review. C. Contractor shall provide written notice of deviations or variations that submittal may have with the Contract Documents. D. Contractor shall provide bound, dated, labeled, tabulated, and consecutively numbered submittals as specified in the individual Specification Section. Label shall contain the following: 1. Specification Section. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 33 00-8 SUBMITTAL PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Referenced Drawing number. 3. Subcontractor or Supplier name. 4. Type of equipment and/or materials. E. Contractor shall perform the following after receiving Engineer's review disposition: 1. Order, fabricate, or ship equipment and materials included in the submittal (pending Engineer's review of source quality control submittals) with the following disposition: a. "Furnish as Submitted" (FAS). b. "Furnish as Corrected" (FAC). c. "Furnish as Corrected — Confirm" (FACC), only portions of Work that do not require resubmittal for Engineer's review. 2. Resubmittal requirements: a. Partial resubmittal of "Furnish as Corrected — Confirm" (FACC) returned dispositions, until Engineer's disposition is either "Furnish as Submitted" (FAS) or "Furnish as Corrected" (FAC). b. Full resubmittal of material with Engineer's disposition of "Revise and Resubmit" (R&R), until Engineer's disposition is "Furnish as Submitted" (FAS), "Furnish as Corrected" (FAC), or "Furnish as Corrected — Confirm" (FACC) that requires a partial resubmittal. c. Contractor shall be responsible for Engineer's charges to Owner if submittals are not approved within the number of specified submittals in accordance with the General Conditions. Engineer's charges shall include, but not limited to, additional review effort, meetings, and conference calls with Contractor, Subcontractor, or Supplier. 1.08 ENGINEER'S REVIEW A. Engineer's review of the Contractor's submittal shall not relieve Contractor's responsibility under the Contract Document in accordance with the General Conditions and as modified in the Supplemental Conditions. An acceptance of a submittal shall be intended to mean the Engineer does not have specific objection to the submitted material, subject to conformance with the Contract Drawings and Specifications. B. Engineer's review of Contractor's submittal shall be confined to general arrangement and compliance with the Contract Documents, and shall not be for the purpose of 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 33 00-9 SUBMITTAL PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD checking dimensions, weights, clearances, fittings, tolerances, interferences, coordination of Subcontractor work, etc. C. Review Dispositions: 1. "Furnish as Submitted" (FAS) — No exceptions are taken. 2. "Furnish as Corrected" (FAC) — Minor corrections are noted for Contractor's correction. 3. "Furnish as Corrected — Confirm" (FACC) — Corrections are noted and partial resubmittal shall be made as noted. 4. "Revise and Resubmit" (R&R) — Corrections are noted and complete resubmittal shall be made. Submittal does not conform to applicable requirements of the Contract Documents and is not acceptable. Revise submittal and re -submit to indicate acceptability and conformance with the Contract Documents. 5. "Receipt Acknowledged" (RA) — a. Information included in submittal conforms to the applicable requirements of the Contract Documents and is acceptable. No further action by Contractor is required relative to this submittal, and the Work covered by the submittal may proceed, and products with submittals with this disposition may be shipped or operated, as applicable. b. Information included in submittal is for Project record purposes and does not require Engineer's review or approval. 6. "Rejected" (R) — Information included in submittal does not conform to the applicable requirements of the Contract Documents and is unacceptable. Contractor shall submit products and materials as specified in the Contract Documents or provide required information for substitution as specified in the Contract Documents for consideration by Engineer. D. Electronic Submittal Return to Contractor: Electronic submittals shall be returned electronically with dispositions provided. PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION (NOT USED) END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 33 00-10 SUBMITTAL PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 01 42 00 REFERENCES PART 1 — GENERAL 1.01 SUMMARY A. Definitions and terminology applicable to all the Contract Documents are included in the General Conditions and Supplementary Conditions. 1.02 REFERENCES A. Abbreviations and Acronyms: Common abbreviations that may be found in the Contract Documents are listed below: alternating current a -c ampere A Architectural Barriers Act ABA Americans with Disabilities Act ADA Americans with Disabilities Act Accessibility Guidelines ADAAG ante meridian a.m. average avg biochemical oxygen demand BOD brake horsepower bhp British thermal unit Btu Centigrade (or Celsius) C chlorinated polyvinyl chloride CPVC Code of Federal Regulations CFR cubic inch cu in cubic foot cu ft cubic yard cdu yd, or CY cubic feet per minute cfm cubic feet per second cfs 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 01 42 00-1 CITY OF CORPUS CHRISTI REFERENCES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD degree Centigrade (or Celsius) degrees C or °C degrees Fahrenheit degroes F or F diameter dia direct current d -c dollars $ each ea efficiency eff Fahrenheit F feet ft feet per hour fph feet per minute fpm feet per second fps figure Fig flange flg foot-pound ft -Ib gallon gal gallons per hour gph gallons per minute gpm gallons per second gps gram g grams per liter g/L Hertz Hz horsepower hp or HP hour hr human -machine interface HMI inch in. inches water gage in. w.g. inch -pound in. -Ib 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 01 42 00-2 CITY OF CORPUS CHRISTI REFERENCES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD inside diameter ID iron pipe size IPS thousand pounds kips thousand pounds per square inch ksi kilovolt -ampere kva kilowatt kw linear foot lin ft or LF liter L maximum max mercury Hg milligram mg milligrams per liter mg/I or mg/L milliliter ml millimeter mm million gallons per day mgd or MGD million gallons MG minimum min national pipe threads NPT net positive suction head NPSH net positive suction head available NPSHA net positive suction head required NPSHR nominal pipe size NPS number no. operator interface terminal OIT ounce oz ounce -force ozf outside diameter OD parts per hundred pph 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 01 42 00-3 CITY OF CORPUS CHRISTI REFERENCES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD parts per million ppm parts per billion ppb polyvinyl chloride PVC post meridian p.m. pound Ib pounds per square inch psi pounds per square inch absolute psia pounds per square inch gauge psig pounds per square foot psf process control system PCS programmable logic controller PLC revolutions per minute rpm second sec specific gravity sp gr or SG square sq square foot sq ft or sf square inch sq in. square yard sq yd or SY standard std standard cubic feet per minute scfm total dynamic head TDH B. Definitions: Terminology used in the Specifications includes: 1. "Indicated" refers to graphic representations, notes, or schedules on the Drawings, or to other paragraphs or schedules in the Specifications and similar locations in the Contract Documents. 2. "Shown", "noted", "scheduled", and "specified" are used to help the user locate the reference without limitation on the location. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 42 00-4 REFERENCES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3. "Installer", "applicator", or "erector" is Contractor or another entity engaged by Contractor, either as an employee or subcontractor, to perform a particular construction activity, including installation, erection, application or similar Work. Installers shall be experienced in the Work that installer is engaged to perform. 4. "Experienced", when used with the term "installer" means having successfully completed a minimum of five previous projects similar in size and scope to this Project; being familiar with the special requirements indicated; being familiar with Laws and Regulations; and having complied with requirements of authorities having jurisdiction, and complying with requirements of the Supplier of the material or equipment being installed. 5. Trades: Use of a term such as "carpentry" does not imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter", unless otherwise indicated in the Contract Documents or required by Laws or Regulations. Such terminology also does not imply that specified requirements apply exclusively to trade personnel of the corresponding generic name. 6. "Assigned specialists" and similar terms: Certain Sections of the Specifications require that specific construction activities be performed by specialists recognized as experts in those operations. Engage said specialists for those activities, and their engagement is a requirement over which Contractor has no option. These requirements do not conflict with enforcement of building codes and other Laws and Regulations. Also, such requirements are not intended to interfere with local trade union jurisdictional settlements and similar conventions. Such assignments shall not relieve Contractor of responsibility for complying with the requirements of the Contract Documents. C. Reference Standards: 1. Refer to General Conditions, as may be modified by the Supplementary Conditions, relative to reference standards and resolving discrepancies between reference standards and the Contract Documents. Provisions of reference standards are in effect in accordance with the Specifications. 2. Copies of Standards: Each entity engaged in the Work shall be familiar with reference standards applicable to its construction activity. Copies of applicable reference standards are not bound with the Contract Documents. Where reference standards are needed for a construction activity, obtain copies of standards from the publication source. 3. Abbreviations and Names: Where reference standards, specifications, codes, manuals, Laws or Regulations, or other published data of international, national, regional or local organizations are referred to in the Contract Documents, the 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 42 00-5 REFERENCES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD organization issuing the standard may be referred to by their acronym or abbreviation only. 4. Following acronyms or abbreviations that may appear in the Contract Documents shall have the meanings indicated below. Listing is alphabetical by acronym. AA Aluminum Association AABC Associated Air Balance Council AAMA American Architectural Manufacturers Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ACIFS American Cast Iron Flange Standards ACS American Chemical Society ADC Air Diffusion Council ADSC International Association of Foundation Drilling. AEIC Association of Edison Illuminating Companies AF&PA American Forest and Paper Association ABMA American Bearing Manufacturers Association (formerly Anti- Friction Bearing Manufacturers Association (AFBMA)) AGA American Gas Association AGMA American Gear Manufacturers Association AHDGA American Hot Dip Galvanizers Association Al Asphalt Institute AIA American Institute of Architects AIChE American Institute of Chemical Engineers AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction ALSC American Lumber Standards Committee AMA Acoustical Materials Association 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 01 42 00-6 CITY OF CORPUS CHRISTI REFERENCES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD AMCA Air Movement and Control Association AMP National Association of Architectural Metal Manufacturers, Architectural Metal Products Division ANSI American National Standards Institute APA The Engineered Wood Association API American Petroleum Institute APHA American Public Health Association AREA American Railway Engineering Association ARI Air Conditioning and Refrigeration Institute ASA American Standards Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASNT American Society for Non -Destructive Testing ASQ American Society for Quality ASSE American Society of Safety Engineers ASTM American Society for Testing and Materials AWCI Association of the Wall and Ceiling Industry AWI Architectural Woodwork Institute AWPA American Wood Protection Association AWPI American Wood Preservers Institute AWS American Welding Society AWWA American Water Works Association BAAQMD Bay Area Air Quality Management District BHMA Builders Hardware Manufacturers Association BIA Brick Industry Association BOCA Building Officials and Code Administrators CBMA Certified Ballast Manufacturers Association 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 01 42 00-7 CITY OF CORPUS CHRISTI REFERENCES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD CDA Copper Development Association CEMA Conveyor Equipment Manufacturers Association CGA Compressed Gas Association CISCA Ceilings and Interior Systems Construction Association CISPI Cast Iron Soil Pipe Institute CLFMI Chain Link Fence Manufacturers Institute CMAA Crane Manufacturers Association of America CPSC Consumer Product Safety Commission CRSI Concrete Reinforcing Steel Institute CSI Construction Specifications Institute DIN Deutsches Institut fur Normung eV (German Institute for Standardization) DIPRA Ductile Iron Pipe Research Association EJCDC Engineers Joint Contract Documents Committee EJMA Expansion Joint Manufacturers Association, Inc. ETL Intertek Testing Services, Inc. (formerly ETL Testing Laboratories, Inc.) FCC Federal Communications Commission FEMA Federal Emergency Management Agency FHWA Federal Highway Administration FM Factory Mutual (FM Global) FRPI Fiberglass Reinforced Plastics Institute FS Federal Specification GA Gypsum Association GANA Glass Association of North America HEW United States Department of Health, Education and Welfare HI Hydraulic Institute HMI Hoist Manufacturers Institute HUD United States Department of Housing and Urban Development 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 01 42 00-8 CITY OF CORPUS CHRISTI REFERENCES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD IBC International Building Code ICC International Code Council ICEA Insulated Cable Engineers Association IEEE Institute of Electrical and Electronics Engineers IESNA Illuminating Engineering Society of North America IFI Industrial Fasteners Institute IFCEA Insulated Power Cable Engineers Association IRI Industrial Risk Insurers ISA Instrumentation, Systems, and Automation Society (formerly Instrument Society of America) ISO Insurance Services Office IOS International Organization for Standardization LPI Lightning Protection Institute MIA Marble Institute of America ML/SFA Metal Lath/Steel Framing Association MS Military Specifications MSS Manufacturers' Standardization Society MMA Monorail Manufacturers Association NAAMM National Association of Architectural Metal Manufacturers NACE National Association of Corrosion Engineers NAPF National Association of Pipe Fabricators, Inc. NARUC National Association of Regulatory Utilities Commissioners NBHA National Builders Hardware Association NBS United States Department of Commerce, National Bureau of Standards NCMA National Concrete Masonry Association NEC National Electric Code NELMA Northeastern Lumber Manufacturers' Association NEMA National Electrical Manufacturers Association 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 01 42 00-9 CITY OF CORPUS CHRISTI REFERENCES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD NESC National Electrical Safety Code NETA International Electrical Testing Association NFPA National Fire Protection Association NFRC National Fenestration Rating Council NGA National Glass Association NHLA National Hardwood Lumber Association NHPMA Northern Hardwood and Pine Manufacturers Association NIST United States Department of Commerce, National Institute of Standards and Technology NLGA National Lumber Grades Authority NRCA National Roofing Contractors Association NRMCA National Ready Mixed Concrete Association NSF National Sanitation Foundation NSSGA National Stone, Sand, and Gravel Association NTMA National Terrazzo and Mosaic Association OSHA Occupational Safety and Health Administration PCA Portland Cement Association PCI Precast/Prestressed Concrete Institute PEI Porcelain Enamel Institute PFI Pipe Fabrication Institute PPI Plastics Pipe Institute PGMC Primary Glass Manufacturers Council PS Product Standards Section, United States Department of Commerce RCSC Research Council on Structural Connections (part of AISC) RMA Rubber Manufacturers Association SAE Society of Automotive Engineers SBCCI Southern Building Code Congress International, Inc. SCAQMD Southern California Air Quality Management District SCPRF Structural Clay Products Research Foundation 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 01 42 00-10 CITY OF CORPUS CHRISTI REFERENCES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SCTE Society of Cable Telecommunications Engineers SDI Steel Deck Institute SDI Steel Door Institute SIGMA Sealed Insulating Glass Manufacturing Association SJI Steel Joist Institute SMACNA Sheet Metal and Air Conditioning Contractor's National Association SPI Society of the Plastics Industry SPIB Southern Pine Inspection Bureau SSPC Society for Protective Coatings SWI Steel Window Institute TCEQ Texas Commission on Environmental Quality TCNA Tile Council of North America TEMA Tubular Exchanger Manufacturers Association TIA/EIA Telecommunications Industry Association/Electronic Industries Alliance UBC Uniform Building Code UL Underwriters Laboratories, Inc. USAB United States Access Board USDOE United States Department of Energy USEPA United States Environmental Protection Agency USGBC United States Green Building Council USGS United States Geological Survey USPHS United States Public Health Service WCLIB West Coast Lumber Inspection Bureau WCMA Window Covering Manufacturers Association WCMA Wood Component Manufacturers Association MDMA Window and Door Manufacturers Association WWEMA Water and Wastewater Equipment Manufacturers Association WWPA Western Wood Products Association 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 01 42 00-11 CITY OF CORPUS CHRISTI REFERENCES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 42 00-12 REFERENCES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 01 61 00 PRODUCT REQUIREMENTS AND OPTIONS PART 1 — GENERAL 1.01 SUMMARY A. Section includes: 1. Common requirements for products. 2. Contractor's options for selecting products. 3. Requirements for consideration of "or equal" products. 4. Warranty requirements of products. 1.02 REFERENCES A. Definitions: 1. "Products" includes materials, equipment, machinery, components, fixtures, systems, and other goods incorporated in the Work. Products do not include machinery and equipment used for preparing, fabricating, conveying, erecting, or installing the Work. Products include Owner -furnished goods incorporated in the Work where use of such goods is specifically required in the Contract Documents. 2. "Special Warranties" includes additions or modifications to standard warranty requirements specified in the Contract Documents. 1.03 SUBMITTALS A. Warranty Log Book: 1. Submit warranty log book prepared specifically for this Project. Submittal shall include a summary listing of all equipment and material warranties furnished in the Contract, date received, and start/end date of warranty period. Individual warranty documentation shall be provided in the submittal. 2. Submit prior to submittal of final application for payment. B. Patent Documentation: Submit licensing arrangement and agreement documentation. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 61 00-1 PRODUCT REQUIREMENTS AND OPTIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1.04 REQUIREMENT A. Common Products: 1. Provide products that have not been previously incorporated into another project or facility unless otherwise indicated in the Contract Documents. 2. Provide products of the same generic kind from a single source. 3. Provide products complete with accessories, trim, finish, fasteners, and other items shown, indicated, or required for a complete installation for the indicated use and performance. 4. Standard Products: When available, and unless custom or nonstandard options are specified or indicated, provide standard products of types that have been produced and used successfully in similar situations on other projects. 5. Visual Matching: Where required in the Contract Documents, provide products that match referenced existing construction, approved mock-ups, or approved Sample, as determined by Engineer. 6. Where the Contract Documents include the phrase "as selected" for product color, finish pattern, option, or similar phrase, provide products selected by Engineer as follows: a. Standard Range: Where the Contract Documents include the phrase "standard range of colors, patterns, textures" or similar phrase, provide color, pattern, density, or texture selected by Engineer from manufacturer's product line that does not include premium items. b. Full Range: Where the Contract Documents include the phrase "full range of colors, patterns, textures" or similar phrase, Engineer will select color, pattern, density, or texture from manufacturer's entire product line, including standard and premium items. B. Product Compatibility: 1. Similar products by the same Supplier shall be compatible with each other, unless otherwise indicated in the Contract Documents. 2. Provide products compatible with products previously selected or installed on the Project. C. Product Options: 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 61 00-2 PRODUCT REQUIREMENTS AND OPTIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1. For products specified only by reference standard or description, without reference to Supplier, provide products meeting that standard, by a Supplier or from a source that complies with the Contract Documents. 2. For products specified by naming one or more products or Suppliers, provide the named products that comply with the Contract Documents, unless an "or equal" or substitute product is approved by Engineer. 3. For products specified by naming one or more products or Suppliers and the term, "or equal", when Contractor proposes a product or Supplier as an "or equal", submit to Engineer a request for approval of an "or equal" product or Supplier. 4. For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is allowed, there is no option and no substitution will be allowed. D. Concerning Patents: 1. Owner shall be provided a guarantee by Contractor and equipment Supplier that equipment and material furnished in accordance with the Contract Documents is not the subject of patent litigation. 2. Patent litigation or controversy shall include, but not limited to, the following: a. Actual furnished equipment and material the is subject or could be subject to patent litigation or is known to infringe on a patent. b. Furnished equipment and material that may result in a process that use of equipment and material in a manner that infringes upon or violates a patent. 3. When patent infringement may occur, Contractor and Supplier shall submit license arrangements among parties, including Contractor, Supplier, and patent owner (controller of patent) at a minimum, which shall permit use of equipment and material as specified in the Contract Documents. 4. Supplier shall indemnify and hold harmless Owner and Engineer against all claims, costs, losses, and damages arising out of or relating to any infringement or patent rights or copyrights incident to the use of equipment and material specified in the Contract Documents and as required in General Conditions and as modified in the Supplemental Conditions. E. "Or Equal" Products: 1. For proposed products not named in the Contract Documents and considered as an "or equal" as defined in the General Conditions, Contractor shall request in 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 61 00-3 PRODUCT REQUIREMENTS AND OPTIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD writing Engineer's approval of the "or equal". Request for approval of an "or equal" product shall accompany the Shop Drawing or product data submittal for the proposed product and shall include: a. Contractor's request that the proposed product be considered as an "or equal" in accordance with the General Conditions, accompanied by Contractor's certifications required in the General Conditions. b. Documentation adequate to demonstrate that proposed product does not require revisions to the Contract Documents, that proposed product is consistent with the Contract Documents, and that proposed product will produce results and performance required in the Contract Documents, and that proposed product is compatible with other portions of the Work. c. Detailed comparison of significant qualities of proposed product with the products and manufacturers named in the Contract Documents. Significant qualities include attributes such as performance, weight, size, durability, visual effect, performance and specific features and requirements shown or indicated. d. Evidence that proposed product manufacturer will furnish warranty equal to or better than specified, if any. e. List of similar installations for completed projects with project names and physical addresses of installation along with the names, telephone numbers, email addresses and physical address of design professionals and owners associated with the referenced installation, if requested. f. Samples, if requested. g. Other information requested by Engineer. 1.05 WARRANTY A. Warranties specified for products shall be in addition to, and run concurrent with, Contractor's general warranty and guarantee and requirements for the required correction period. Disclaimers and limitations in specific product warranties do not limit Contractor's general warranty and guarantee. 1. Product manufacturer's warranty is preprinted written warranty published by product manufacturer and specifically endorsed by product manufacturer to Owner. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 61 00-4 PRODUCT REQUIREMENTS AND OPTIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Equipment and material shall be guaranteed to be free from defects in workmanship, design, and/or materials for a period of one (1) year unless otherwise specified in the individual Specification Section for a Special Warranty. 3. Warranty period shall start on the date of the particular equipment and material is substantially complete, which includes requirements specified in Section 01 75 00 — Checkout and Startup Procedures for start-up certification and specified elsewhere in the Contract Documents. 4. Warranty requirements may be added to or modified in the individual Specification Sections. Special warranty is written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by product manufacturer's warranty or to provide increased rights to Owner. 5. Special warranty information, if any, will be located in the Specification Section for that product. B. Requirements for Special Warranties: Provide written special warranty document that contains appropriate terms and identification, ready for execution by product manufacturer and Owner. Submit draft warranty with submittals required for product. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed by product manufacturer and other parties as appropriate. 2. Specified Form: When specified forms are included in the Contract Documents, prepare written document, properly executed by product manufacturer and Owner, using appropriate form. 3. Refer to Specifications for content and requirements for submitting special warranties. C. Submit product manufacturer's warranties and special warranties as submittals in accordance with Schedule of Submittals accepted by Engineer. PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION (NOT USED) END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 61 00-5 PRODUCT REQUIREMENTS AND OPTIONS DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 01 65 00 PRODUCT DELIVERY REQUIREMENTS PART 1 — GENERAL 1.01 SUMMARY A. Section includes: 1. General requirements for preparing for shipping, delivering, and handling materials and equipment. 2. Contractor shall make all arrangements for transporting, delivering, and handling of materials and equipment required for prosecution and completion of the Work. 1.02 SUBMITTALS A. Refer to individual Specification Sections for submittal requirements relative to delivery and handling materials and equipment. 1.03 SHIPMENT REQUIREMENTS A. When practical, factory -assemble materials and equipment. Match mark or tag separate parts and assemblies to facilitate field assembly. Cover machined and unpainted parts that may be damaged by the elements with strippable, protective coating. B. Package materials and equipment to facilitate handling, and protect materials and equipment from damage during shipping, handling, and storage. Mark or tag outside of each package or crate to indicate the associated purchase order number, bill of lading number, contents by name, Owner's contract name and number, Contractor name, equipment number, and approximate weight. Include complete packing lists and bills of materials with each shipment. C. Protect materials and equipment from exposure to the elements and keep thoroughly dry and dust -free at all times. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Lubricate bearings and other items requiring lubrication in accordance with manufacturer's instructions. D. Advance Notice of Shipments: 1. Keep Engineer informed of delivery of all materials and equipment to be incorporated in the Work. E. Do not ship materials and equipment until: 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 65 00-1 PRODUCT DELIVERY REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1. Related Shop Drawings, Samples, and other submittals have been approved or accepted (as applicable) by Engineer, including, but not necessarily limited to, Submittals associated with the materials and equipment being delivered. 2. Manufacturer's instructions for handling, storing, and installing the associated materials and equipment have been submitted to and accepted by Engineer in accordance with the Specifications. 3. Results of source quality control testing (factory testing), when required by the Contract Documents for the associated materials or equipment, have been reviewed and accepted by Engineer. 4. Facilities required for handling materials and equipment in accordance with manufacturer's instructions are in place and available. 5. Required storage facilities have been provided. 1.04 DELIVERY REQUIREMENTS A. Scheduling and Timing of Deliveries: 1. Arrange deliveries of materials and equipment in accordance with the accepted Progress Schedule and in ample time to facilitate inspection prior to installation. a. Equipment and material shall not be delivered to the Site prior to 90 days in advance of scheduled installation. b. Partial payment requests will not be processed for materials delivered prior to 90 days before installation or for materials that are improperly stored. 2. Schedule deliveries to minimize space required for and duration of storage of materials and equipment at the Site or delivery location, as applicable. 3. Coordinate deliveries to avoid conflicting with the Work and conditions at Site, and to accommodate the following: a. Work of other contractors and Owner. b. Owner's operations and maintenance. c. Storage space limitations. d. Availability of equipment and personnel for handling materials and equipment. e. Owner's use of premises. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 65 00-2 PRODUCT DELIVERY REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 4. Deliver materials and equipment to the Site during regular working hours. 5. Deliver materials and equipment to avoid delaying the Work and the Project, including work of other contractors, as applicable. Deliver anchor system materials, including anchor bolts to be embedded in concrete or masonry, in ample time to avoid delaying the Work. B. Deliveries: 1. Shipments shall be delivered with Contractor's name, Subcontractor's name (if applicable), Site name, Project name, and contract designation clearly marked. 2. Site may be listed as the "ship to" or "delivery" address; but Owner shall not be listed as recipient of shipment unless otherwise directed in writing by Engineer. 3. Provide Contractor's telephone number to shipper; do not provide Owner's telephone number. 4. Arrange for deliveries while Contractor's personnel are at the Site. Contractor shall receive and coordinate shipments upon delivery. Shipments delivered to the Site when Contractor is not present will be refused by Owner, and Contractor shall be responsible for the associated delays and additional costs, if incurred. C. Containers and Marking: 1. Have materials and equipment delivered in manufacturer's original, unopened, labeled containers. 2. Clearly mark partial deliveries of component parts of materials and equipment to identify materials and equipment, to allow easy accumulation of parts, and to facilitate assembly. D. Inspection of Deliveries: 1. Immediately upon delivery, Contractor shall inspect shipment to verify that: a. Materials and equipment comply with the Contract Documents and approved or accepted (as applicable) submittals. b. Quantities are correct. c. Materials and equipment are undamaged. d. Containers and packages are intact and labels are legible. e. Materials and equipment are properly protected. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 65 00-3 PRODUCT DELIVERY REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Promptly remove damaged materials and equipment from the Site and expedite delivery of new, undamaged materials and equipment, and remedy incomplete or lost materials and equipment to furnish materials and equipment in accordance with the Contract Documents, to avoid delaying progress of the Work. 3. Advise Engineer in writing when damaged, incomplete, or defective materials and equipment are delivered, and advise Engineer of the associated impact on the Progress Schedule. 1.05 HANDLING REQUIREMENTS A. Provide equipment and personnel necessary to handle materials and equipment, including those furnished by Owner, by methods that prevent soiling or damaging materials and equipment and packaging. B. Provide additional protection during handling as necessary to prevent scraping, marring, and otherwise damaging materials and equipment and surrounding surfaces. C. Handle materials and equipment by methods that prevent bending and overstressing. D. Lift heavy components only at designated lifting points. E. Handle materials and equipment in safe manner and as recommended by the manufacturer to prevent damage. Do not drop, roll, or skid materials and equipment off delivery vehicles or at other times during handling. Hand -carry or use suitable handling equipment. PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION (NOT USED) END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 65 00-4 PRODUCT DELIVERY REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 01 66 00 PRODUCT STORAGE AND PROTECTION REQUIREMENTS PART 1 — GENERAL 1.01 SUMMARY A. General requirements of storing and protecting equipment and materials. 1.02 STORAGE A. Store and protect materials and equipment in accordance with manufacturer's recommendations and the Contract Documents. B. Contractor shall make all arrangements and provisions necessary for, and pay all costs for, storing materials and equipment. Construction equipment, and materials and equipment to be incorporated into the Work shall be placed to avoid injuring the Work and existing facilities and property, and so that free access is maintained at all times to all parts of the Work and to public utility installations in vicinity of the Work. Store materials and equipment neatly and compactly in locations that cause minimum inconvenience to Owner, other contractors, public travel, and owners, tenants, and occupants of adjoining property. Arrange storage in manner to allow easy access for inspection. C. Areas available at the Site for storing materials and equipment are shown or indicated in the Contract Documents, or as approved by Engineer. D. Store materials and equipment to become Owner's property to facilitate their inspection and ensure preservation of quality and fitness of the Work, including proper protection against damage by freezing, moisture, and high ambient temperatures. Store in indoor, climate -controlled storage areas all materials and equipment subject to damage by moisture, humidity, heat, cold, and other elements, unless otherwise acceptable to Owner. E. Contractor shall be fully responsible for loss or damage (including theft) to stored materials and equipment. F. Do not open manufacturer's containers until time of installation, unless recommended by the manufacturer, directed by Engineer or otherwise specified in the Contract Documents. G. Do not store materials or equipment in structures being constructed unless approved by Engineer in writing. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 66 00-1 PRODUCT STORAGE AND PROTECTION REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD H. Do not use lawns or other private property for storage without written permission of the owner or other person in possession or control of such premises. Contractor shall not store unnecessary equipment and materials at the Site. Contractor shall prevent structures from being loaded with a weight that endanger its security and/or safety of persons. K. Stored equipment and materials shall not be placed within 10 feet of fire hydrants. L. Gutters, drainage channels and inlets shall be kept unobstructed at all times. 1.03 PROTECTION A. Contractor shall provide temporary storage containers/facilities, if required, to protect equipment and materials at the Site. B. Equipment to be incorporated into the Work shall be boxed, crated, or otherwise completely enclosed and protected during shipping, handling, and storage, in accordance with Section 01 65 00 — Product Delivery Requirements. C. Store all materials and equipment off the ground (or floor) on raised supports such as skids or pallets. D. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Painted equipment surfaces that are damaged or marred shall be repainted in their entirety in accordance with equipment manufacturer and paint manufacturer requirements, to the satisfaction of Engineer. 1.04 SPECIFIC STORAGE REQUIREMENTS A. Uncovered: 1. The following types of materials may be stored outdoors without cover on supports so there is no contact with the ground: a. Piping, except polyvinyl chloride (PVC) or chlorinated PVC (CPVC) pipe. B. Covered: 1. The following materials and equipment may be stored outdoors on supports and completely covered with covering impervious to water: a. Grout and mortar materials. b. Rough lumber. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 66 00-2 PRODUCT STORAGE AND PROTECTION REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD c. PVC and CPVC pipe. 2. Tie down covers with rope, and slope covering to prevent accumulation of water. C. Fully Protected: 1. All materials and equipment not named as uncovered or covered in this Section, shall be stored on supports in buildings or trailers that have concrete or wooden flooring, roof, and fully closed walls on all sides. Covering with plastic sheeting or similar material in space without floor, roof, and walls is not acceptable. Comply with the following: a. Provide heated storage for materials and equipment that could be damaged by low temperatures or freezing. b. Provide air-conditioned storage for materials and equipment that could be damaged by high temperatures. c. Protect mechanical and electrical equipment from being contaminated by dust, dirt, and moisture. d. Maintain humidity at levels recommended by manufacturers of electrical and electronic equipment. e. Energize space heaters fore electrical equipment and material. D. Maintenance of Storage: On scheduled basis, periodically inspect stored materials and equipment to ensure that: 1. Condition and status of storage facilities is adequate to provide required storage conditions. 2. Required environmental conditions are maintained on continuing basis. 3. Materials and equipment exposed to elements are not adversely affected. 1.05 RECORDS A. Keep up-to-date account of materials and equipment in storage to facilitate preparation of Applications for Payment, if the Contract Documents provide for payment for materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 66 00-3 PRODUCT STORAGE AND PROTECTION REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 66 00-4 PRODUCT STORAGE AND PROTECTION REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 01 75 00 CHECKOUT AND STARTUP PROCEDURES PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Checkout of products and equipment. 2. Startup procedures of products and equipment B. Contractor shall initially start up and place equipment installed under the Contract into successful operation, in accordance with the equipment manufacturer's written instructions and as instructed by Supplier at the Site. C. Provide all material, labor, tools, and equipment required to complete equipment checkout and start-up. D. Provide chemicals, lubricants, and other required operating fluids. E. General activities include: 1. Cleaning, as required under other provisions of the Contract Documents. 2. Removing temporary protective coatings. 3. Checking and correcting (if necessary) leveling plates, grout, bearing plates, anchorage devices, fasteners, and alignment of piping, conduits, and ducts that may place stress on the connected equipment. 4. All adjustments required. 1.02 ADMINISTRATIVE REQUIREMENTS A. Definitions: 1. Displacement, as used herein, shall mean total peak -to -peak movement of vibrating equipment, in mils; velocity or speed of the vibration cycle, measured in distance per time, velocity and acceleration of the vibration cycle. Displacement, velocity and acceleration shall be measured by instruments/equipment equal to IRD Mechanalysis, Bentley, Nevada. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 75 00-1 CHECKOUT AND STARTUP PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD B. Coordination: 1. Coordinate checkout and start-up with other contractors performing Work at the Site. 2. Do not start up system or subsystem for continuous operation until all components of that system or subsystem, including instrumentation and controls, have been tested to the extent practicable and proven to be operable as intended by the Contract Documents. 3. Responsibility for proper operation is by Contractor. 4. Supplier shall be present during checkout, start-up, and initial operation, except as otherwise specified. 5. Do not start up system, unit process, or equipment without submitting acceptable preliminary operations and maintenance manuals by Contractor, in accordance with Section 01 78 23 — Operations and Maintenance Data. C. Contractor's Requirements Prior to Owner's Responsibility: 1. Owner will assume responsibility for the equipment upon Substantial Completion. 2. Prior to turning over to Owner responsibility for operating and maintaining system or equipment shall be in accordance with this Section and the following requirements: a. Submit acceptable final operations and maintenance manuals in accordance with Section 01 78 23 — Operations and Maintenance Data. b. Provide training of operations and maintenance personnel in accordance with Section 01 79 00 — Instruction of Owner's Personnel. c. Complete system field quality control testing in accordance with the Contract Documents including, but not limited to, the following: 1) Start-up certification shall be performed and completed by the equipment Supplier for the equipment and material prior to be placed into intended use by Owner as specified in the Contract Documents. 2) Equipment and material shall be operated for a minimum 30 -day operational period to verify performance. In addition to specific requirements specified in the individual specification sections, process data that is recorded in the PLC shall be submitted to the Engineer in tabular format showing hourly process performance data. A log of all 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 75 00-2 CHECKOUT AND STARTUP PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD alarms shall also be submitted, along with notes describing corrective measures applied in response to alarm condition. 3) If equipment and material does not perform satisfactorily during the 30 - day operational period, then the warranty period start shall be delayed until satisfactorily performance is verified. a) Contractor shall repair or replace equipment and material that does not perform satisfactorily at no cost to Owner. b) Contractor shall furnish all equipment and material, labor, and incidentals necessary to provide equipment and material to the performance level required by the Contract Documents. d. Obtain from Engineer final certificate of Substantial Completion for either entire Work or the portion being turned over to Owner. 1.03 SUBMITTALS A. Startup Schedule: Detailed summary of schedule, duration, manpower requirement, and Contractor's means and methods for startup. B. Vibration testing results C. Closeout Submittals: Manufacturer's certification of installation in accordance with this Section. D. Startup testing and operational demonstration performance data. PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION 3.01 PRELIMINARY REQUIREMENTS A. Prior to the start-up of the facilities, Contractor shall have prepared and tested all equipment, subsystems and systems in accordance with the requirements of the individual Specification Section to check its ability for sustained operation, including inspections and adjustments by Manufacturer's representative. B. Contractor shall develop and submit schedule in accordance with this Section. C. After the facilities are sufficiently complete to permit start-up, Contractor shall furnish manufacturer's representative to start-up the hoseless sludge removal system. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 75 00-3 CHECKOUT AND STARTUP PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Contractor will be responsible for startup of all facilities constructed under this Contract. During the initial start-up period the Contractor shall check and provide for mechanical operation in accordance with the Contract Documents. 3.02 FIELD QUALITY CONTROL A. Manufacturers' Field Services: 1. When specified, furnish services of factory trained representatives of material and equipment manufacturers as specified, including supervising installation, adjusting, checkout, start-up, and testing of materials and equipment. 2. Certification: a. When services by manufacturer are required at the Site, within 14 days after first test operation of equipment, submit to Engineer a letter from manufacturer, on manufacturer's letterhead, stating that materials and equipment are installed in accordance with manufacturer's requirements and installation instructions, and in accordance with the Contract Documents. b. Include in the final operations and maintenance manual for the associated equipment a copy of the letter or completed form, as applicable. 3. Manufacturer shall bring any discrepancies to the immediate attention of the Contractor for correction. Contractor shall promptly correct any discrepancies noted by the Manufacturer. Manufacturer shall coordinate correction of discrepancies with the Contractor. Discrepancies and their correction shall be noted in inspection records and in all required reports. Any corrections that result in changes to the work as shown on the Contract Documents shall be approved by the Engineer prior to their execution. 3.03 SYSTEM START-UP A. Equipment and materials shall be provided in conformance with the manufacturer's installation instructions and in accordance with the Contract Documents. B. Provide start-up services as specified in the individual Specification Sections. C. Contractor shall furnish consumables required for startup including, but not limited to, electricity, water, chemicals and lubrication. Contractor shall provide a plan for disposal of water used for testing unless otherwise specified in the Contract Documents. D. General system requirements: 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 75 00-4 CHECKOUT AND STARTUP PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1. Start-up of the plant by Contractor shall include all mechanical systems, including but not limited to, pumps, compressors, and like equipment, and the ventilating, air conditioning (or heating), plumbing, and electrical systems. Start-up of either the heating or air conditioning systems is dependent upon the time of year that the plant start up is initiated. Contractor will be required to return at the beginning of the next heating or air conditioning season (whichever is applicable) to start the appropriate system. 2. Cleaning as required under provisions of the Contract Documents. 3. Remove temporary protective coatings. 4. Flushing and replacing greases and lubricants as required by Manufacturer 5. Lubrication. 6. Verify the following: a. Shaft and coupling alignments and reset where needed. b. Set motor, pump and other equipment rotation, safety interlocks, and belt tensions. c. Leveling plates, grout, bearing plates, anchor bolts, fasteners, and alignment of piping, conduits and ducts that may apply stress on equipment. 7. Valves: a. Tighten packing glands to ensure no leakage but allow valve stems to operate without galling. b. Replace packing in valves to retain maximum adjustment after system is determined to be complete. c. Replace packing on valves that continue to leak. d. Remove and repair bonnets that leak. e. After cleaning, coat packing gland threads and valve stems with surface preparation of "Molycote" or "Fel-Pro". 8. Verify that control valve seats are free of foreign matter and are properly positioned for intended service. 9. Tighten flanges and other pipe joints after system has been placed in operation. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 75 00-5 CHECKOUT AND STARTUP PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 10. Replace gaskets that show signs of leakage after tightening. 11. Inspect all joints for leakage: a. Promptly remake each joint that appears to be faulty; do not wait for rust other corrosion to form. b. Clean threads on both parts and apply compound and remake joints. 12. After system has been placed in operation, clean valve seats and headers in fluid system to ensure freedom from foreign matter. 13. Remove rust, scale, and foreign matter from equipment and renew defaced surfaces. 14. Repair damaged insulation. END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 75 00-6 CHECKOUT AND STARTUP PROCEDURES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: Requirements for operation and maintenance data, manuals, and documentation. 1. Submit operation and maintenance data, in accordance with this Section and in accordance with requirements elsewhere in the Contract Documents, as instructional and reference manuals by operations and maintenance personnel at the Site. 2. Required operation and maintenance data groupings are listed in this Section. At minimum, submit operation and maintenance data for: a. All equipment and systems b. Valves, gates, actuators, and related accessories c. Instrumentation and control devices d. Electrical gear 3. For each operation and maintenance manual, submit the following: a. Preliminary Submittal: Printed and bound copy of entire operation and maintenance manual or electronic copy, except for test data and service reports by Supplier. b. Final Submittal: Printed and bound copy of complete operations and maintenance manual and electronic copy, including test data and service reports by Supplier. 1.02 ADMINISTRATIVE REQUIREMENTS A. Quantity Required and Timing of Submittals: 1. Preliminary Submittal: a. Printed Copies: One copy, exclusive of copies required by Contractor. b. Electronic Copies: One copy. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 78 23-1 OPERATION AND MAINTENANCE DATA DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD c. Submit to Engineer, whichever occurs first: 1) 60 days prior to starting training of operations and maintenance personnel. 2) 30 days prior to field quality control testing at the Site. d. Furnish preliminary operation and maintenance data submittal in acceptable form and content, as determined by Engineer, before associated materials and equipment will be eligible for payment. 2. Preliminary Submittal shall be reviewed by Engineer. One printed or electronic copy shall be returned to Contractor with required revisions noted. 3. Final Submittal: Provide 14 days prior to checkout and startup procedures specified in Section 01 75 00 — Checkout and Startup Procedures, unless Submittal is specified as required prior to an interim Milestone. a. Printed Copies: Two copies. b. Electronic Copies: One copy. B. Format of Printed Copies: 1. Binding and Cover: a. Bind each operation and maintenance manual in durable, permanent, stiff - cover binder(s), comprising one or more volumes per copy as required. Binders shall be minimum one -inch wide and maximum of three-inch wide. Binders for each copy of each volume shall be identical. b. Provide the following information on cover of each volume: 1) Title: "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) Name or type of material or equipment covered in the manual. 3) Volume number, if more than one volume is required, listed as "Volume _ of ", with appropriate volume -designating numbers filled in. 4) Name of Project and, if applicable, Contract name and number. 5) Name of building or structure, as applicable. c. Provide the following information on spine of each volume: 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 78 23-2OPERATION AND MAINTENANCE DATA DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1) Title: "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) Name or type of material or equipment covered in the manual. 3) Volume number, if more than one volume is required, listed as "Volume _ of ", with appropriate volume -designating numbers filled in. 4) Project name and building or structure name. 2. Drawings: a. Bind into the manual drawings, diagrams, and illustrations up to and including 11 inches by 17 inches in size, with reinforcing. b. Documents larger than 11 inches by 17 inches shall be folded and inserted into clear plastic pockets bound into the manual. Mark pockets with printed text indicating content and drawing numbers. Include no more than three drawing sheets per pocket. 3. Copy Quality and Document Clarity: a. Contents shall be original -quality copies. Documents in the manual shall be either original manufacturer -printed documents or first -generation photocopies indistinguishable from originals. If original is in color, copies shall be in color. b. Clearly mark in ink to indicate all components of materials and equipment on catalog pages for ease of identification. In standard or pre-printed documents, indicate options furnished or cross out inapplicable content. 4. Organization: a. Provide table of contents in each volume for each chapter or section. b. Use dividers and indexed tabs between major categories of information, such as operating instructions, preventive maintenance instructions, and other major subdivisions of data in each manual. C. Format of Electronic Copies: 1. Each electronic copy shall include all information included in the corresponding printed copy. 2. Submit electronic copy via transferable method and format acceptable to Engineer. 3. File Format: 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 78 23-3OPERATION AND MAINTENANCE DATA DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD a. Acceptable formats include Adobe PDF, Microsoft Word, Autodesk DWF, and AutoCAD. b. Files shall be electronically searchable. c. Submit separate file for each separate document in the printed copy. d. Within each file, provide bookmarks for the following: 1) Each chapter and subsection listed in the corresponding printed copy document's table of contents 2) Each figure 3) Each table 4) Each appendix 4. Submit drawings and figures in one of the following formats: ".bmp", ".tif", ".jpg", ".gif', "dwf", or "dwg". D. General Content Requirements: 1. Prepare each operations and maintenance manual specifically for the Project. Include in each manual all pertinent instructions, as -built drawings as applicable, bills of materials, technical bulletins, installation and handling requirements, maintenance and repair instructions, and other information required for complete, accurate, and comprehensive data for safe and proper operation, maintenance, and repair of materials and equipment furnished for the Project. Include in manuals specific information required in the Specification Section for the material or equipment, data required by Laws and Regulations, and data required by authorities having jurisdiction. 2. Submit complete, detailed written operating instructions for each material or equipment item including: function; operating characteristics; limiting conditions; operating instructions for start-up, normal and emergency conditions; regulation and control; operational troubleshooting; and shutdown. Also include, as applicable, written descriptions of alarms generated by equipment and proper responses to such alarm conditions. 3. Submit written explanations of all safety considerations relating to operation and maintenance procedures. 4. Submit complete, detailed, written preventive maintenance instructions including all information and instructions to keep materials, equipment, and systems properly lubricated, adjusted, and maintained so that materials, equipment, and 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 78 23-4OPERATION AND MAINTENANCE DATA DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD systems function economically throughout their expected service life. Instructions shall include: a. Written explanations with illustrations for each preventive maintenance task such as inspection, adjustment, lubrication, calibration, and cleaning. Include pre -startup checklists for each equipment item and maintenance requirements for long-term shutdowns. b. Recommended schedule for each preventive maintenance task. c. Lubrication charts indicating recommended types of lubricants, frequency of application or change, and where each lubricant is to be used or applied. d. Table of alternative lubricants. e. Troubleshooting instructions. f. List of required maintenance tools and equipment. 5. Submit complete bills of material or parts lists for materials and equipment furnished. Lists or bills of material may be furnished on a per -drawing or per - equipment assembly basis. Bills of material shall indicate: a. Manufacturer's name, address, telephone number, fax number, and Internet website address. b. Manufacturer's local service representative's or local parts supplier's name, address, telephone number, fax number, Internet website address, and e- mail addresses, when applicable. c. Manufacturer's shop order and serial number(s) for materials, equipment or assembly furnished. d. For each part or piece include the following information: 1) Parts cross-reference number. Cross-reference number shall be used to identify the part on assembly drawings, Shop Drawings, or other type of graphic illustration where the part is clearly shown or indicated. 2) Part name or description. 3) Manufacturer's part number. 4) Quantity of each part used in each assembly. 5) Current unit price of the part at the time the operations and maintenance manual is submitted. Price list shall be dated. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 78 23-5OPERATION AND MAINTENANCE DATA DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 6. Submit complete instructions for ordering replaceable parts, including reference numbers (such as shop order number or serial number). 7. Submit manufacturer's recommended inventory levels for spare parts, extra stock materials, and consumable supplies for the initial two years of operation. Consumable supplies are items consumed or worn by operation of materials or equipment, and items used in maintaining the operation of material or equipment, including items such as lubricants, seals, reagents, and testing chemicals used for calibrating or operating the equipment. Include estimated delivery times, shelf life limitations, and special storage requirements. 8. Submit manufacturer's installation and operation bulletins, diagrams, schematics, and equipment cutaways. Where materials pertain to multiple models or types, mark the literature to indicate specific material or equipment supplied. Marking may be in the form of checking, arrows, or underlining to indicate pertinent information, or by crossing out or other means of obliterating information that does not apply to the materials and equipment furnished. 9. Submit original -quality copies of each approved and accepted Shop Drawing, product data, and other submittal, updated to indicate as -installed condition. Reduced drawings are acceptable only if reduction is to not less than one-half original size and all lines, dimensions, lettering, and text are completely legible on the reduction. 10. Submit complete electrical schematics and wiring diagrams, including complete point-to-point wiring and wiring numbers or colors between all terminal points. 11. Submit copy of warranty bond and service contract as applicable. 12. When copyrighted material is used in operations and maintenance manuals, obtain copyright holder's written permission to use such material in the operation and maintenance manual. 1.03 SUBMITTALS A. Action/Informational Submittals: Submit preliminary schedule (listing) of operations and maintenance data for Engineer's review. Preliminary operations and maintenance data shall be grouped as major equipment and material systems and divided into sub- systems as required for clarity, subject to Engineer's approval. B. Closeout Submittals: 1. Operation and maintenance data: Submit the operations and maintenance data indicated in the Contract Documents, grouped into submittals as approved by Engineer. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 78 23-6OPERATION AND MAINTENANCE DATA DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 78 23-7OPERATION AND MAINTENANCE DATA DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 01 78 43 SPARE PARTS AND EXTRA MATERIAL PART 1 — GENERAL 1.01 SUMMARY A. Contractor shall furnish spare parts data and extra materials for materials and equipment in accordance with the Contract Documents. B. Spare Parts and Extra Materials: 1. Provide spare parts, extra stock materials, maintenance supplies, and special tools required for maintenance ("spare parts and extra materials") for one year of operation (unless otherwise specified in the individual Specification Section). a. Provide Supplier recommended lubricating oil and grease in accordance with this Section and the Contract Documents. 2. Provide list of Supplier recommended spare parts and extra material. a. Include list of four standard lubricants, minimum, that shall be interchangeable for each type of lubricant required in the Contract Documents. b. Include unit prices in current United States funds c. Source(s) of supply for each. C. Packaging and Labeling: 1. Furnish spare parts and extra materials in manufacturer's unopened cartons, boxes, crates, or other original, protective covering suitable for preventing corrosion and deterioration for maximum length of storage normally anticipated by manufacturer. 2. Packaging of spare parts and extra materials shall be clearly marked and identified with name of manufacturer, applicable equipment, part number, part description, and part location in the equipment. 3. Protect and package spare parts and extra materials for maximum shelf life normally anticipated by manufacturer. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 78 43-1 SPARE PARTS AND EXTRA MATERIAL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD D. Finishes: Spare parts and extra material shall have painting, protective coating, and finishes identical to original installed equipment and material. Where painting, protective coating, or finishes are not specified, suitable provisions shall be furnished to protect from corrosion. E. Special Tools: Contractor shall provide special tools necessary to operate, disassemble, service, repair, and adjust equipment and material in accordance with the manufacturer's operation and maintenance manual. Special tool requirements shall be the same as spare parts and extra material specified in this Section. F. Storage Prior to Delivery to Owner: Prior to furnishing spare parts and extra materials to Owner, store spare parts and extra materials in accordance with the Contract Documents and manufacturers' recommendations. G. Delivery Time and Eligibility for Payment: 1. Deliver to Owner spare parts and extra materials prior to date of Substantial Completion for equipment or system associated with the spare parts and extra materials. Do not deliver spare parts and extra materials before commencing start- up for associated equipment or system. 2. Spare parts and extra materials are not eligible for payment until delivered to Owner and Contractor's receipt of Owner's countersignature on letter of transmittal. H. Procedure for Delivery to Owner: 1. Deliver spare parts and extra materials to Owner's permanent storage rooms at the Site or area(s) at the Site designated by Owner. 2. When spare parts and extra materials are delivered, Engineer and Owner will mutually inventory the spare parts and extra materials delivered to verify compliance with the Contract Documents regarding quantity and part numbers. 3. Additional procedures for delivering spare parts and extra materials to Owner, if required, will be developed by Engineer and complied with by Contractor. Transfer Documentation: 1. Furnish on Contractor letterhead a letter of transmittal for spare parts and extra materials furnished under each Specification Section. Letter of transmittal shall accompany spare parts and extra materials. Do not furnish letter of transmittal separate from associated spare parts and extra materials. 2. Furnish three original, identical, signed letters of transmittal for each Specification Section. Upon delivery of specified quantities and types of spare parts and extra 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 78 43-2 SPARE PARTS AND EXTRA MATERIAL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD materials to Owner, designated person from Owner will countersign each original letter of transmittal indicating Owner's receipt of spare parts and extra materials. a. Owner will retain one fully signed original. b. Contractor shall submit one fully signed original to Engineer. c. Contractor shall retain one fully signed original for Contractor's file. 3. Letter of transmittal shall include the following: a. Information required for letters of transmittal in Section 01 33 00 — Submittal Procedures. b. Transmittal shall list spare parts and extra materials furnished under each Specification Section. List each individual part or product and quantity furnished. c. Provide space for countersignature by Owner as follows: space for signature, space for printed name, and date. Contractor shall be fully responsible for loss or damage to spare parts and extra materials until spare parts and extra materials are received by Owner. 1.02 SUBMITTALS A. Action/Informational Submittals: Individual Specification Sections that require spare parts, extra material, or tools, Contractor shall submit inventory checklist for each individual Specification Section that includes the following information: 1. Specification Section number and title. 2. Name of spare parts, extra material, or tools. 3. Manufacturer, part number and description. 4. Quantity specified and furnished. PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION (NOT USED) END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 78 43-3 SPARE PARTS AND EXTRA MATERIAL DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 01 79 00 INSTRUCTION OF OWNER'S PERSONNEL PART 1 — GENERAL 1.01 SUMMARY A. Contractor shall furnish services of operation and maintenance training specialists to instruct Owner's personnel in recommended operation and maintenance procedures for materials and equipment furnished, in accordance with the Contract Documents. B. Contractor shall provide a combination of classroom and field training at the Site, unless otherwise required elsewhere in the Contract Documents. C. Owner reserves the right to record training sessions on video for Owner's later use in instructing Owner's personnel. 1.02 ADMINISTRATIVE REQUIREMENTS A. Definitions: 1. Training - Manufacturer's verbal, visual, and written presentation of materials to Owner's staff to ensure that any Owner personnel undergoing training understand the Manufacturer's recommended procedures to properly operate and maintain the equipment and systems for the expected service life. B. Qualifications: 1. Contractor's instructors shall be factory -trained by manufacturer of material or equipment. 2. Contractor's instructors shall be proficient and experienced in conducting training of type required. 3. Qualifications of instructors are subject to acceptance by Engineer. If Engineer does not accept qualifications of proposed instructor, furnish services of replacement instructor with acceptable qualifications. C. Scheduling: 1. General: 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 79 00-1 INSTRUCTION OF OWNER'S PERSONNEL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD a. Contractor shall coordinate training services with start-up and initial operation of materials and equipment on days and times, and in manner, acceptable to Owner, in accordance with the Contract Documents. b. Training may be required outside of normal business hours to accommodate schedules of operations and maintenance personnel. Furnish training services at the required days and times at no additional cost to Owner. c. Prerequisites to Training: Training of Owner's personnel shall commence after acceptable preliminary operation and maintenance data has been submitted and work required in Section 01 75 00 — Checkout and Startup Procedures is complete. 2. Training Schedule Submittal: a. Training Schedule Required: Contractor shall prepare and submit proposed training schedule for review and acceptance by Engineer and Owner. Proposed training schedule shall show all training required in the Contract Documents, and shall demonstrate compliance with specified training requirements relative to number of hours of training, number of training sessions, and scheduling. b. Timing of Training Schedule Submittal: Submit initial training schedule at least thirty days before scheduled start of first training session. Submit final training schedule, incorporating revisions in accordance with Engineer's comments, no later than seven days prior to starting the first training session. c. Owner reserved the right to modify personnel availability for training in accordance with process or emergency needs at the Site. 1.03 TRAINING REQUIREMENTS A. General Lesson Plan Requirements: 1. Contractor's lesson plan shall describe specific instruction topics, system components for which training will be furnished, and training procedures. Handouts, if any, to be used in training shall be included with the lesson plan. Describe in lesson plan "hands-on" demonstrations planned for training sessions. 2. Submit acceptable lesson plan 14 days prior to starting associated training. 3. Lesson plan shall include estimated duration of each training segment. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 79 00-2 INSTRUCTION OF OWNER'S PERSONNEL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD B. Specific Lesson Plans Requirements: 1. Equipment overview shall cover the following: a. Equipment's operating (process) function, performance objectives, and fundamental operating principles. b. Equipment's mechanical, electrical, and electronic components and features. Group related components into subsystems and describe function of subsystem and subsystem's interaction with other subsystems. c. Support equipment and appurtenances. d. Safety and potential hazards. e. Safety and control interlocks. 2. Operations personnel training shall cover the following: a. Equipment overview: As described in this Section. b. Operation: 1) Principles, operating, start-up, and shutdown procedures. 2) Abnormal or emergency start-up, operating, and shutdown procedures. 3) Alarm conditions and responses. 4) Monitoring and record keeping. 5) Housekeeping. c. Troubleshooting: Required corrective maintenance or an operating parameter adjustment. 3. Maintenance personnel training: a. Equipment overview: As described in this Section. b. Equipment preventive maintenance: 1) Inspection procedures: a) Operation. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 79 00-3 INSTRUCTION OF OWNER'S PERSONNEL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD b) Trouble symptoms and anticipate breakdowns. c) Predictive maintenance. 2) Preventative maintenance intervals. 3) Lubricant and replacement parts. 4) Cleaning practices and intervals. 5) Special tools required. 6) Removal, installation, and disassembly and assembly procedures. 7) "Hands-on" demonstrations of preventive maintenance procedures. 8) Measuring instruments and procedures 9) Torqueing, mounting, calibrating, and aligning procedures and settings requirements. 10) Check and test equipment following corrective maintenance. 4. Equipment Troubleshooting: a. Systematic troubleshooting procedures. b. Checklists. c. Testing and diagnostic procedures. d. Corrective maintenance procedures with "hands on" demonstrations. C. Training Aids: 1. Contractor's instructor shall incorporate training aids as appropriate to assist in the instruction. Provide handouts of text, tables, graphs, and illustrations as required. Other appropriate training aids include: a. Audio-visual aids b. Equipment cutaways and samples c. Tools, including special tools 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 79 00-4 INSTRUCTION OF OWNER'S PERSONNEL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Podium presentation aids: Presentation shall cover equipment, products and materials provided. Provide electronic version of presentation material to Engineer. a. Electronic version of presentation aids shall be Microsoft PowerPoint or equivalent format. b. Presentation shall include the following sections: 1) Complete system overview including, but not limited to, related and associated equipment specific to the system. 2) Specific equipment requirements and how equipment functions within the overall system. 3) Site specific system and equipment requirements. c. Hardcopy handouts of the electronic presentation aids shall be provided prior to each training section for review during podium presentation. 3. Handouts: a. Contractor's instructor shall distribute and use descriptive handouts during training. b. Handouts should be coordinated with the instruction c. Provide at least ten copies of handouts for each training session 4. Audio-visual Equipment: Training provider shall provide audio-visual equipment required for training sessions. 1.04 SUBMITTALS A. Action/Informational Submittals: 1. Training Schedule: Detailed schedule of training sessions, demonstrating compliance with number of training sessions, hours required in the Contract Documents, and complying with the Contract Times. Submit training schedule submittals in accordance with timeframes specified in this Section. 2. Lesson Plan: Acceptable lesson plan for training on each material or equipment item, in accordance with the Contract Documents. Lesson plan shall comply with requirements of this Section. Include with lesson plan copy of handouts that will be used during training sessions. Provide lesson plan submittals in accordance with timeframes specified in this Section. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 79 00-5 INSTRUCTION OF OWNER'S PERSONNEL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3. Podium presentation material, electronic version. 4. Qualifications: Credentials of Contractor's proposed operations and maintenance instructor(s). Credentials shall demonstrate compliance with requirements of this Section and shall include brief resume and specific details of instructor's operating, maintenance, and training experience relative to the specific material and equipment for which instructor will provide training. B. Closeout Submittals: 1. Trainee sign -in sheet for each training session. Submit to Owner's training coordinator. C. Quality Assurance Submittals: 1. Qualifications: Credentials of Contractor's proposed operations and maintenance instructor(s). Credentials shall demonstrate compliance with requirements of this Section and shall include brief resume' and specific details of instructor's operating, maintenance, and training experience relative to the specific material and equipment for which instructor will provide training. PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION 3.01 "HANDS-ON" DEMONSTRATIONS A. Contractor's instructor shall provide "hands-on" demonstration of operations and maintenance of equipment and materials for each training session. B. Contractor shall furnish tools and appurtenances required for demonstrations. 3.02 SCHEDULE A. Contractor shall furnish the hours of training and number of sessions indicated, at a minimum. Travel time and expenses are the responsibility of the manufacturer and are excluded from required training time indicated in the Contract Documents. B. Owner's operations at the Site occur 24 hours per day, divided into three shifts. Training shall be scheduled during day shift, normal working hours unless otherwise approved by Engineer. C. Training shall be provided for a minimum of two identical sessions, unless otherwise specified, with each session scheduled for different weeks. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 79 00-6 INSTRUCTION OF OWNER'S PERSONNEL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD D. Training Schedule: 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 79 00-7 INSTRUCTION OF OWNER'S PERSONNEL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Spec. Section Specification Title Staff Class- room Hours Hands- On Hours Total Session Hours Number of Sessions TOTAL HOURS 40 05 57 Electric Valve Actuators Maintenance and Operations 2 2 4 2 8 Electrical and Instrumentation 2 2 4 2 8 46 43 80 Hoseless Sludge Removal System Y Maintenance and Operations 4 4 8 2 16 Electrical and Instrumentation 4 4 8 2 16 END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 01 79 00-8 INSTRUCTION OF OWNER'S PERSONNEL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 03 10 00 Technical Specifications for Construction CONCRETE FORMING AND ACCESSORIES 1. 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: 1. ACI 117 - Standard Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301 - Specifications for Structural Concrete. 3. ACI 318 - Building Code Requirements for Structural Concrete. 4. ACI 347 - Guide to Formwork for Concrete. B. American Forest and Paper Association: 1. AF&PA - National Design Specifications for Wood Construction. C. The Engineered Wood Association: 1. APA/EWA PS 1 - Voluntary Product Standard for Construction and Industrial Plywood. Concrete forming and Accessories 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 1 of 13 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction D. American Society of Mechanical Engineers: 1. ASME A17.1 - Safety Code for Elevators and Escalators. E. ASTM International: 1. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 2. ASTM E96/E96M - Standard Test Methods for Water Vapor Transmission of Materials. F. West Coast Lumber Inspection Bureau: 1. WCLIB - 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. C. Install work in accordance with local, state, and federal regulations. D. Maintain one copy of each document on site. Concrete forming and Accessories 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 2 of 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1.7 QUALIFICATIONS Technical Specifications for Construction 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. 2. PRODUCTS 2.1 WOOD FORM MATERIALS A. Lumber Forms: 1. 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 1; 5 -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. 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. Concrete forming and Accessories 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 3 of 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2.2 PREFABRICATED FORMS Technical Specifications for Construction 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. 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. Concrete forming and Accessories 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 4 of 13 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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. I. 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 gage, Type 304 stainless steel in accordance with ASTM A 167, 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. 3) 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. a. Manufacturers: 1) Hohmann and Barnard, Inc.; Hauppauge, NY; Model No. 3O3SV. 2) Heckmann Building Products, Inc.; Chicago, IL; Model No. 361. 3) Substitutions: Submit substitutions for approval. 3. Wire Reinforcement: 9 gage, Type 304 stainless steel wire in accordance with ASTM A 580. a. Manufacturers: 1) Hohmann and Barnard, Inc.; Hauppauge, NY. Concrete forming and Accessories 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 5of13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 2) Heckmann Building Products, Inc.; Chicago, IL. J. Flashing Reglets: Galvanized steel or rigid PVC, 22 gage 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. 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. Concrete forming and Accessories 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 6 of 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3.2 INSTALLATION Technical Specifications for Construction 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. 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. Concrete forming and Accessories 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 7 of 13 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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. 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 Contract Drawings. I. 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. Concrete forming and Accessories 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 8 of 13 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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. 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. Concrete forming and Accessories 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 9 of 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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: 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. I. 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 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 10 of 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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. 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. Concrete forming and Accessories 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 11 of 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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 fc. 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. 3.7 ERECTION TOLERANCES A. Tolerances: 1. Finish concrete shall conform to shapes, lines, grades, and dimensions indicated on the Contract 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 Contract 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 Contract Drawings by use of forms with chord lengths not to exceed 2 feet. 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 Bolts Plus 1/4 Minus 0.0 inches Anchor Bolt Setting Plus 1/16 Minus 1/16 inches Concrete forming and Accessories 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 12 of 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3.8 FIELD QUALITY CONTROL Technical Specifications for Construction 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 18130B - ONSWTP Sedimentation Basin Improvements Section 03 10 00 July 2021 Page 13 of 13 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 03 20 00 Technical Specifications for Construction CONCRETE REINFORCING 1. 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: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 318 - Building Code Requirements for Structural Concrete. 3. ACI 350 - Environmental Structures: Code Requirements. 4. ACI 530.1 - Specifications for Masonry Structures. 5. ACI SP -66 - ACI Detailing Manual. B. ASTM International: 1. ASTM A82/A82M - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM 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. ASTM A496/A496M - Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. 5. ASTM A497/A497M - Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. 6. ASTM A615/A615M - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 7. ASTM A704/A704M - Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement. 8. ASTM A706/A706M - Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. Concrete Reinforcing 18130B - ONSWTP Sedimentation Basin Improvements Section 03 20 00 July 2021 Page 1 of 6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 9. ASTM A767/A767M - Standard Specification Bars for Concrete Reinforcement. 10. ASTM A775/A775M - Standard Specification Bars 11. ASTM A884/A884M - Standard Specification Welded Wire Reinforcement. C. Concrete Reinforcing Steel Institute: 1. CRSI - Manual of Standard Practice. 2. CRSI - Placing Reinforcing Bars. 1.3 SUBMITTALS Technical Specifications for Construction for Zinc -Coated (Galvanized) Steel for Epoxy -Coated Steel Reinforcing for Epoxy -Coated Steel Wire and A. Section 01 33 00 - Submittal Procedures: Submittal procedures. B. Shop Drawings: Prepare shop drawings according to ACI 315. Reproductions of Contract Drawings are not acceptable. Do not scale dimensions from Contract 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 01 30 00 - Administrative Requirements: Coordination and project conditions. B. Coordinate with placement of formwork, formed openings and other Work. Concrete Reinforcing 18130B - ONSWTP Sedimentation Basin Improvements Section 03 20 00 July 2021 Page 2 of 6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. PRODUCTS 2.1 REINFORCEMENT Technical Specifications for Construction 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 gage 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. For bars No. 10 and Smaller: No. 3 deformed bars. Concrete Reinforcing 18130B - ONSWTP Sedimentation Basin Improvements Section 03 20 00 July 2021 Page 3 of 6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. For bars No. l land Larger: No. 4 deformed bars. Technical Specifications for Construction I. 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. 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. Concrete Reinforcing 18130B - ONSWTP Sedimentation Basin Improvements Section 03 20 00 July 2021 Page 4 of 6 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction D. Space reinforcement bars with minimum clear spacing in accordance with ACI 318 of one bar diameter, but not less than 1 inch. 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 weather No. 6 bars and larger 2 inches No. 5 bars and smaller 1-1/2 inches Concrete not exposed to weather or in contact with ground; slabs, walls & joists No. 14 bars and larger 1-1/2 inches No. 11 bars and smaller 3/4 inches Beams and Columns 1-1/2 inches Shell and Folded Plate Members No. 6 bars and larger 3/4 inch 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 18130B - ONSWTP Sedimentation Basin Improvements Section 03 20 00 July 2021 Page 5 of 6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3.2 ERECTION TOLERANCES Technical Specifications for Construction A. Install reinforcement within the following tolerances for flexural members, walls, and compression members: Reinforcement Depth Depth Tolerance Concrete Cover 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 18130B - ONSWTP Sedimentation Basin Improvements Section 03 20 00 July 2021 Page 6 of 6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 03 30 00 Technical Specifications for Construction CAST -IN-PLACE CONCRETE 1. 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: 1. ACI CT - Concrete Terminology. 2. ACI 301 - Specifications for Structural Concrete. 3. ACI 305 - Hot Weather Concreting. 4. ACI 306.1 - Standard Specification for Cold Weather Concreting. 5. ACI 308.1 - Standard Specification for Curing Concrete. 6. ACI 309R - Guide for Consolidation of Concrete. 7. ACI 318 - Building Code Requirements for Structural Concrete. 8. ACI 347 - Guide to Formwork for Concrete. B. ASTM International: 1. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 2. ASTM C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 3. ASTM C33 - Standard Specification for Concrete Aggregates. 4. ASTM C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 5. ASTM C42 - Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 6. ASTM C78 — Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading). 7. ASTM C94 - Standard Specification for Ready -Mixed Concrete. 8. ASTM C109 — Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 -in. Cube Specimens). 9. ASTM C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 10. ASTM C150 - Standard Specification for Portland Cement. Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 1 of 18 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD 11. ASTM C172 - Standard 12. ASTM C173 - Standard the Volumetric Method. 13. ASTM C192 - Standard the Laboratory. 14. ASTM C231 - Standard the Pressure Method. 15. ASTM C26O - Standard 16. ASTM C33O - Standard Concrete. 17. ASTM C494 - Standard Specification for Chemical Admixtures for Concrete. 18. ASTM C496 — Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. 19. ASTM C595 - Standard Specification for Blended Hydraulic Cements. 20. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 21. ASTM C685 - Standard Specification for Concrete Made By Volumetric Batching and Continuous Mixing. 22. ASTM C845 - Standard Specification for Expansive Hydraulic Cement. 23. ASTM C92O — Standard Specification for Elastomeric Joint Sealants. 24. ASTM C989 - Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. 25. ASTM C1O17 - Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. 26. ASTM C1O64 - Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. 27. ASTM C11O7 - Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink). 28. ASTM C1116 - Standard Specification for Fiber -Reinforced Concrete and Shotcrete. 29. ASTM C1157 - Standard Performance Specification for Hydraulic Cement. 30. ASTM C1218 - Standard Test Method for Water -Soluble Chloride in Mortar and Concrete. 31. ASTM C124O - Standard Specification for Silica Fume Used in Cementitious Mixtures. 32. ASTM D994 - Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). 33. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 34. ASTM D1752 - Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 35. ASTM D669O - Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements. 36. ASTM E96 - Standard Test Methods for Water Vapor Transmission of Materials. Technical Specifications for Construction Practice for Sampling Freshly Mixed Concrete. Test Method for Air Content of Freshly Mixed Concrete by Practice for Making and Curing Concrete Test Specimens in Test Method for Air Content of Freshly Mixed Concrete by Specification for Air -Entraining Admixtures for Concrete. Specification for Lightweight Aggregates for Structural Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 2 of 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 37. ASTM E119 - Standard Test Methods for Fire Tests of Building Construction and Materials. 38. ASTM E154— Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs, on Walls, or as Ground Cover. 39. ASTM E1643 - Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill under Concrete Slabs. 40. ASTM E1745 - Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs. C. Concrete Reinforcing Steel Institute: 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 00 - Submittal Procedures: Submittal procedures. 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. 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 Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 3 of 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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: 1. 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. 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. Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 4 of 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. PRODUCTS 2.1 CONCRETE Technical Specifications for Construction 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 II 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. 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", unless otherwise indicated on the plans or approved by the Engineer. Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 5of18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction D. Lightweight Aggregate: ASTM C330. 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 C260. 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% of cementitious materials by weight, maximum. 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% 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. Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 6 of 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1. Manufacturers: a. Stego Wrap by Stego Industries, LLC. b. VaporGuard by Griffolyn. c. Zero -Perm by Alumiseal. d. Substitutions: Not Permitted. Technical Specifications for Construction C. Curing Compound: 1. 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 #610 or #628 by Greenstreak, Inc. 2) Substitutions: Permitted. Contractor to submit substitutions to Engineer for review and approval. 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: Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 7 of 18 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction Minimum Max. Slump Cement Maximum Types of Compressive Aggregate (in) Type Water- Structures Strength Size (in) Cement (f 'c) Ratio 28 -day (psi) 4000 5/8 4 +/- 1 Type II Normal 0.45 slab on grade foundations, suspended slabs, beams, roof slabs, walls, retaining walls 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. 4. Allowable slump for foundations shall be within the following limits: Slump in Inches Element Minimum Maximum Slabs 4 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. Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 8 of 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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. 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 Number 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 Number 16 screen. 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. Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 9 of 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3.2 PREPARATION Technical Specifications for Construction 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. 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 E1643. Lap joints and seal watertight in accordance with manufacturer's installation instructions. Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 10 of 18 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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. I. Apply sealants in joints in accordance with Section 07 90 00. J. Deposit concrete as nearly as practical in its final position. Prevent segregation of mix. K. Concrete placed with a tremie pipe shall not be allowed to free fall more than 6 feet, with the exception of concrete piers. L. Place concrete in continuous operation for each panel or section determined by predetermined joints. M. 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. 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 one inch. N. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. 0. Place concrete continuously between predetermined expansion, control, and construction joints. P. 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. Q. Place floor slabs in saw -cut pattern as indicated on Drawings. R. Contractor shall submit construction joint placement plans for Engineer approval prior to placing concrete. Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 11 of 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction S. 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. T. Screed floors and slabs on grade level, maintaining surface flatness of maximum 1/8 inch in 10 ft. 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. 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: 1. 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": 1. F1 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. Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 12 of 18 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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: 1) After curing, obtain final finish by rubbing with carborundum stone of approximately Number 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 Number 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 Number 50 or Number 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. Si 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 Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 13 of 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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: 1. F4 Finish for Following Vertical Surfaces: a. Concrete surfaces specified or indicated to be painted. b. Concrete surfaces, interior or exterior, exposed to view. 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 S1 Finish below. d. All other surfaces not specified to be finished otherwise. 6. S1 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 tile 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. Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 14 of 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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. 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% 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. Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 15 of 18 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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 5 sets of cylinders, take samples from five randomly selected batches, or from every batch when less than 5 batches are used. 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 C1O64. 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. I. 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 Cast -In -Place Concrete 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 16 of 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 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. 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 lacinis less than values indicated in the followin table: No. Days Consecutive Placing of Percent of Strength Specified Any One Class of Concrete 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 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 17 of 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 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% 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 18130B - ONSWTP Sedimentation Basin Improvements Section 03 30 00 July 2021 Page 18 of 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 03 60 00 GROUTING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Portland cement grout. 2. Rapid curing epoxy grout. 3. Non -shrink cementitious grout. B. Related Sections: 1. Section 03 30 00 - Cast -In -Place Concrete. 2. Section 05 12 00 - Structural Steel Framing. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT Technical Specifications for Construction A. Grout: 1. Basis of Measurement: By cubic foot. 2. Basis of Payment: Includes preparation of substrate, grout, placement, consolidation, troweling and curing. 1.3 REFERENCES A. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 318 - Building Code Requirements for Structural Concrete. B. American Society of Testing and Materials: 1. ASTM C33 - Standard Specification for Concrete Aggregates. 2. ASTM C40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. 3. ASTM C150 - Standard Specification for Portland Cement. 4. ASTM C827 - Test Method for Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixtures. 5. ASTM C1107 — Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink). 1.4 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit product data on grout proposed for use. Grouting 18130B - ONSWTP Sedimentation Basin lznproverents Section 03 60 00 July 2021 Page 1 of 5 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction C. Manufacturer's Installation Instructions: Submit manufacturer's instructions for mixing, handling, surface preparation and placing epoxy type and non -shrink type grouts. D. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver grout in manufacturer's unopened containers with proper labels intact. B. Store grout in a dry shelter, protect from moisture. 1.6 ENVIRONMENTAL REQUIREMENTS A. Maintain minimum temperature of 40 degrees F before, during, and at least 72 hours after grouting placement, until grout has set. PART 2 PRODUCTS 2.1 PORTLAND CEMENT GROUT MATERIALS A. Portland Cement: ASTM C150, Type I and H. B. Water: 1. Potable; containing no impurities, suspended particles, algae or dissolved natural salts in quantities capable of causing: a. Corrosion of steel. b. Volume change increasing shrinkage cracking. c. Efflorescence. d. Excess air entraining. C. Fine Aggregate: 1. Washed natural sand. 2. Gradation in accordance with ASTM C33 and represented by smooth granulometric curve within required limits. 3. Free from injurious amounts of organic impurities as determined by ASTM C40. D. Mix: 1. Portland cement, sand and water. Do not use ferrous aggregate or staining ingredients in grout mixes. 2.2 RAPID CURING EPDXY GROUT A. Manufacturers: 1. Chockfast Red — ITW Engineered Polymers. 2. EG-96HP — W.R. Meadows. 3. Substitutions: Submit substitutions for approval. Grouting 18130B - ONSWTP Sedimentation Basin lznproverents Section 03 60 00 July 2021 Page 2 of 5 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction B. Rapid Curing Epoxy Grout: High strength, three component epoxy grout formulated with thermosetting resins and inert fillers. Rapid -curing, high adhesion, and resistant to ordinary chemicals, acids and alkalies. Property Test Result Compressive Strength ASTM C579 12,000 psi at 7 days Tensile Strength ASTM C307 2,000 psi minimum Coefficient of Expansion ASTM C531 30x10-6 in per degree F Shrinkage ASTM C827 None 2.3 NON -SHRINK CEMENTITIOUS GROUT A. Manufacturers: 1. Non -Metallic Grout: where grout is exposed to view or weathering: a. "Five Star Grout" - Five Star Products, Inc. b. "Supergrout 1000" - Conchem, Inc. c. "MasterFlow 713" or "Set Grout" - Master Builders, Inc. d. "Crystex" - L&M Chemicals e. "Euco NS" - Euclid Chemical Company 2. Metallic Grout: Where covered by earth, concrete or masonry, or otherwise concealed from view, Contractor, at his option, may use: a. "Embeco 885" or "Embeco 636" — Master Builders, Inc. b. "Ferro -Grout" — L&M Chemicals c. "Firmix" — Euclid Chemical Co. 3. Substitutions: Submit substitution for approval. B. Non -shrink Cementitious Grout: Factory pre -mixed ready for use formulation requiring only addition of water; non -shrink, non -corrosive, non-metallic, non -gas forming, no chlorides. C. Properties: Certified to maintain initial placement volume or expand after set and meet the following minimum properties when tested in accordance with CRD -C621 and ASTM C1107, for Grades B and C non -shrink grout: Property Test Time Result Setting Time ASTM C191 Initial 2 hours (Approx) Final 3 hours (Approx) Expansion 0.10% - 0.4% Maximum Compressive Strength ASTM C1107 1 day 3,400 psi 7 days 7,000 psi 28 days 8,500 psi to 10,800 psi 2.4 FORMWORK A. Refer to Section 03 10 00 for formwork requirements. Grouting 18130B - ONSWTP Sedimentation Basin lznproverents Section 03 60 00 July 2021 Page 3 of 5 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2.5 CURING Technical Specifications for Construction A. Prevent rapid loss of water from grout during first 48 hours by use of approved membrane curing compound or with use of wet burlap method. PART 3 EXECUTION 3.1 EXAMINATION A. Contractor shall inspect all work for location and readiness for grouting. Do not proceed until unacceptable areas are corrected. 3.2 PREPARATION A. Remove defective concrete, laitance, dirt, oil, grease and other foreign material from concrete surfaces by brushing, hammering, chipping or other similar means until sound, clean concrete surface is achieved. B. Roughen concrete lightly, but not enough to interfere with placement of grout. C. Remove foreign materials from metal surfaces in contact with grout. D. Align, level and maintain final positioning of components to be grouted. E. Saturate concrete surfaces with clean water; remove excess water, leave none standing. 3.3 INSTALLATION - FORMWORK A. Construct leak -proof forms anchored and shored to withstand grout pressures. B. Install formwork with clearances to permit proper placement of grout. 3.4 MIXING A. Portland Cement Grout: 1. Use proportions of 2 parts sand and 1 part cement, measured by volume. 2. Prepare grout with water to obtain consistency to permit placing and packing. 3. Mix water and grout in two steps; pre -mix using approximately 2/3 of water; after partial mixing, add remaining water to bring mix to desired placement consistency and continue mixing 2 to 3 minutes. 4. Mix only quantities of grout capable of being placed within 30 minutes after mixing. 5. Do not add additional water after grout has been mixed. 6. Capable of developing minimum compressive strength of 2400 psi in 48 hours and 7000 psi in 28 days. B. Mix and prepare rapid curing epoxy grout in accordance with manufacturer's instructions. C. Mix and prepare non -shrink cementitious grout in accordance with manufacturer's instructions. Grouting 18130B - ONSWTP Sedimentation Basin lznproverents Section 03 60 00 July 2021 Page 4 of 5 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction D. Mix grout components in proximity to work area and transport mixture quickly and in manner not permitting segregation of materials. 3.5 PLACING GROUT A. Place grout material quickly and continuously. B. Do not use pneumatic -pressure or dry -packing methods. C. Apply grout from one side only to avoid entrapping air. D. Do not vibrate placed grout mixture, or permit placement when area is being vibrated by nearby equipment. E. After grout has acquired its initial set, trim to lower edge of bearing place and remove excess material. F. Thoroughly compact final installation and eliminate air pockets. G. Do not remove leveling shims for at least 48 hours after grout has been placed. H. Provide and maintain protection to ensure that work to be grouted is maintained at proper temperature and in its set position during grouting operation and until the grout has thoroughly hardened. 3.6 CURING A. Immediately after placement, protect grout from premature drying, excessively hot or cold temperatures, and mechanical injury. B. After grout has attained its initial set, keep damp for minimum of 3 days. C. Follow all manufacturers' instructions for curing. 3.7 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301 and ACI 318. B. Submit proposed mix design of each class of grout to Engineer for approval prior to commencement of Work. C. Tests of grout components may be performed to ensure conformance with specified requirements. END OF SECTION Grouting 18130B - ONSWTP Sedimentation Basin Iznproverents Section 03 60 00 July 2021 Page 5 of 5 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1. GENERAL 1.1 SUMMARY Technical Specifications for Construction SECTION 05 12 00 STRUCTURAL STEEL FRAMING A. Section Includes: 1. Structural shapes. 2. Channels and angles. 3. Hollow structural sections. 4. Structural pipe. 5. Structural plates and bars. 6. Floor plates. 7. Bolts, connectors, and anchors. 8. Grout. B. Work Included: Work consists of furnishing all labor, material, and equipment necessary for completion of the following work: 1. Structural steel framing and support members, tension rods or cables, pipe columns, struts and braces complete with required braces, connection plates, welds, washers, bolts, nuts, shims, anchor bolts and templates. 2. Base plates, cap plates, and shear stud connectors. 3. Erecting, connecting, field welding and adjusting for plumb and level. 4. All other work normally related to the above, as shown on Contract Drawings, or specified under this section. C. Work Furnished but not Installed: 1. Anchor bolts, anchor bolt templates, loose bearing plates and embedded items installed under Division 3 and/or Division 4 sections. D. Definitions: 1. Structural Steel: That work defined in Section 2.1 of the AISC "Code of Standard Practice", as shown on the Contract Drawings and specified herein. E. Related Requirements: 1. Section 03 60 00 - Grouting: Grout for setting base and bearing plates. 2. Section 05 50 00 - Metal Fabrications: Steel fabrications affecting structural steel work. 1.2 REFERENCE STANDARDS A. American Institute of Steel Construction: 1. AISC 303 - Code of Standard Practice for Steel Buildings and Bridges. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 1 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 2. AISC 341 - Seismic Provisions for Structural Steel Buildings. 3. AISC 360 - Specification for Structural Steel Buildings.American Society of Civil Engineers: 4. ASCE 19 - Standard Applications of Steel Cables for Buildings. B. ASTM International: 1. ASTM A36/A36M - Standard Specification for Carbon Structural Steel. 2. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot - Dipped, Zinc -Coated, Welded and Seamless. 3. ASTM A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold - Finished. 4. ASTM A123/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 5. ASTM A193/A193M - Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service. 6. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength. 7. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 8. ASTM A354 - Standard Specification for Quenched and Tempered Alloy Steel Bolts, Studs, and Other Externally Threaded Fasteners. 9. ASTM A449 - Standard Specification for Quenched and Tempered Steel Bolts and Studs. 10. ASTM A490 - Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 11. ASTM A500/A500M - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 12. ASTM A501 - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. 13. ASTM A514/A514M - Standard Specification for High -Yield -Strength, Quenched and Tempered Alloy Steel Plate, Suitable for Welding. 14. ASTM A529/A529M - Standard Specification for High -Strength Carbon - Manganese Steel of Structural Quality. 15. ASTM A563 - Standard Specification for Carbon and Alloy Steel Nuts. 16. ASTM A572/A572M - Standard Specification for High -Strength Low -Alloy Columbium -Vanadium Structural Steel. 17. ASTM A588/A588M - Standard Specification for High -Strength Low -Alloy Structural Steel with 50 ksi (345 MPa) Minimum Yield Point to 4 -in. (100 - mm) Thick. 18. ASTM A618/A618M - Standard Specification for Hot -Formed Welded and Seamless High -Strength Low -Alloy Structural Tubing. 19. ASTM A786/A786M - Standard Specification for Hot -Rolled Carbon, Low - Alloy, High -Strength Low -Alloy, and Alloy Steel Floor Plates. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 2 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 20. ASTM A847/A847M - Standard Specification for Cold -Formed Welded and Seamless High Strength, Low Alloy Structural Tubing with Improved Atmospheric Corrosion Resistance. 21. ASTM A852/A852M - Standard Specification for Quenched and Tempered Low -Alloy Structural Steel Plate with 70 ksi (485 MPa) Minimum Yield Strength to 4 in. (100 mm) Thick. 22. ASTM A913/A913M - Standard Specification for High -Strength Low -Alloy Steel Shapes of Structural Quality, Produced by Quenching and Self - Tempering Process (QST). 23. ASTM A992/A992M - Standard Specification for Structural Steel Shapes. 24. ASTM B695 - Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel. 25. ASTM E94 - Standard Guide for Radiographic Examination. 26. ASTM E164 - Standard Practice for Ultrasonic Contact Examination of Weldments. 27. ASTM E165 - Standard Test Method for Liquid Penetrant Examination. 28. ASTM E709 - Standard Guide for Magnetic Particle Examination. 29. ASTM F436 - Standard Specification for Hardened Steel Washers. 30. ASTM F959 - Standard Specification for Compressible -Washer -Type Direct Tension Indicators for Use with Structural Fasteners. 31. ASTM F1554 - Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength. 32. ASTM F1852 - Standard Specification for Twist Off Type Tension Control Structural Bolt/Nut/Washer Assemblies, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 33. ASTM F2329 - Standard Specification for Zinc Coating, Hot -Dip, Requirements for Application to Carbon and Alloy Steel Bolts, Screws, Washers, Nuts, and Special Threaded Fasteners. C. American Welding Society: 1. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination. 2. AWS D1.1 - Structural Welding Code - Steel. D. Green Seal: 1. GC -03 -2nd Edition, January 7, 1997 - Anti -Corrosive Paints. E. Research Council on Structural Connections: 1. RCSC - Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts. F. SSPC: The Society for Protective Coatings: 1. SSPC - Steel Structures Painting Manual. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 3 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 2. SSPC Paint 20 - Zinc -Rich Primers (Type I - Inorganic and Type II - Organic). 3. SSPC SP 3 - Power Tool Cleaning. 4. SSPC SP 6 - Commercial Blast Cleaning. 5. SSPC SP 10 - Near -White Blast Cleaning. 1.3 COORDINATION A. Coordinate work with the following: 1. Section 05 50 00 for miscellaneous steel supports other than structural steel. B. Pre -Installation Conference: Schedule and attend a meeting prior to beginning steel erection at the site. 1.4 SUBMITTALS A. Shop Drawings: 1. Indicate profiles, sizes, spacing, locations of structural members, openings, attachments, and size and type of bolts. 2. Connections. Connections not detailed. 3. Cambers, loads, and clearances. 4. Indicate welded connections with AWS A2.4 welding symbols. State AWS pre -qualified weld designations for all types of groove welds used. Clearly indicate net weld lengths, sizes and welding sequences. B. Erection Drawings: 1. Submit erection drawings defining location of each assembly or piece within the structure a. Provide sufficient details to describe all field welding. b. Clearly identify all high strength bolts not required to be tensioned (a snug tight as defined by AISC). c. If drawings are submitted in multiple packages, each submittal shall be complete with all erection drawings, details, and piece drawings. d. Subsequent submittals of erection drawings which modify or add to earlier versions will be clearly marked. 2. Submit setting drawings for bolts and plates installed by others. a. Submit this information to the concrete contractor also so it may be utilized for installation of such items. C. Reproduction of the Contract Documents is not permitted. D. Manufacturer's Mill Certificate: Certify products meet or exceed specified requirements. E. Mill Test Reports: Submit indicating structural strength, and destructive and non- destructive test analysis. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 4 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction F. Welders Certificates: Certify welders employed on the Work, verifying AWS qualification within previous 12 months. G. Welding Procedure: Submit one copy welding procedure to Engineer of record and one copy to the testing agency for review. Welding procedures shall minimize distortions due to welding and through thickness stresses due to restraint of welding shrinkage. 1. Submit welding procedure specifications per AWS D1.1 for all groove welds. H. Contractor Requested Changes: 1. All contractor requests for substitutions of member sizes or material grades or modification of the strength or configuration of the structural framing for the Contractor's convenience, erection sequence, or construction equipment, shall be subject to the Owner's written approval. Additional costs for such changes shall be borne by the Contractor. 2. Contractor shall compensate the structural engineer of record to make these changes or review the design calculations of others and modify the construction documents. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with the following: 1. Structural Steel: AISC 303, ASIC 341 and AISC 360. 2. Architecturally Exposed Structural Steel: AISC 303, Section 10. 3. High Strength Bolted Connections: RCSC Specification for Structural Joints Using ASTM A325 or A490 Bolts. 4. Steel Cable Structures: ASCE 19. B Unidentified Members: Structural steel members shown on plans but not identified as to size, section and/or material grade will be included in the bid price for the work by assuming sizes, sections and/or material grades, shown for similarly loaded members having approximately the same overall length. 1. All such members and their associated cost will be identified in the bid for the work. 1.6 QUALIFICATIONS A. Fabricator: Company specializing in performing Work of this section with minimum 5 years documented experience. B. Erector: Company specializing in performing Work of this section with minimum 5 years documented experience for projects of similar size. C. Shop Painter: Company specializing in performing Work of this section with minimum 5 years documented experience. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 5of17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction D. Welders and Welding Procedures: AWS D1.1 qualified within previous 12 months. 2. PRODUCTS 2.1 STRUCTURAL STEEL A. Structural W -Shapes: ASTM A992/A992M, unless otherwise indicated on Contract Drawings. B. Structural M -Shapes: ASTM A36/A36M, unless otherwise indicated on Contract Drawings. C. Structural S -Shapes: ASTM A36/A36M, unless otherwise indicated on Contract Drawings. D. Structural T -Shapes: Cut from structural W -shapes. E. Channels and Angles: ASTM A36/A36M, unless otherwise indicated on Contract Drawings. F. Round Hollow Structural Sections: ASTM A500/A500M, Grade B. G. Rectangular Hollow Structural Sections: ASTM A500/A500M, Grade B. H. Structural Pipe: ASTM A53/A53M, Grade B. ASTM A-500, Grade B, or ASTM A-501 excluding furnace butt welding. I. Structural Plates and Bars: ASTM A36/A36M. Unless otherwise indicated on Contract Drawings. J. Floor Plates: ASTM A786/A786M; pattern as indicated on Contract Drawings. K. Sliding Bearing Plates: Teflon coated. L. Suspension Cable: wire rope as indicated on Contract Drawings. 2.2 BOLTS, CONNECTORS, AND ANCHORS A. Bolts: Heavy hex, structural type. 1. ASTM A325; Type 1, plain unless otherwise indicated on Contract Drawings, or Type 3, plain, unless otherwise indicated on Contract Drawings. 2. ASTM A490; Type 1 or 3, plain. B. Nuts: ASTM A563; heavy hex type. 1. Finish: Plain, unless otherwise indicated on Contract Drawings. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 6 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction C. Washers: ASTM F436; Type 1, circular. 1. Finish: Plain, unless otherwise indicated on Contract Drawings. D. Compressible -Washer -Type Direct Tension Indicators: ASTM F959; Type 325 unless otherwise indicated on Contract Drawings. 1. Finish: Mechanically galvanized, unless otherwise indicated on Contract Drawings. E. Tension Control Assemblies: ASTM F1852; Type 1, heavy hex head, twist off type; complete with washers and heavy hex nuts. 1. Finish: Finish: Unfinished, unless otherwise indicated on Contract Drawings. F. Shear Connectors: ASTM A108; 60 ksi ultimate stress; headed, unfinished and in accordance with AWS D1.1; Type B. G. Anchor Rods: ASTM F1554; Grade 55, weldable, unless otherwise indicated on Contract Drawings. 1. Shape: Hooked, unless otherwise indicated on Contract Drawings. 2. Plate Washers: ASTM A36/A36M. H. Threaded Rods: ASTM A36/A36M, unless otherwise indicated on Contract Drawings. 1. Finish: Unfinished, unless otherwise indicated on Contract Drawings. I. Expansion Anchors: Wedge type with current ICC -ES approved and published ICC -ES Evaluation Report. Complete with required nuts, washers and manufacturer's installation instructions. Size and manufacturer as indicated on Contract Drawings. 1. Interior Use: Conditioned environments free from potential moisture; provide carbon steel anchors a. Finish: Zinc plating in accordance with ASTM B633, type III Fe/Zn 5 (SC1). 2. Exterior or Exposed Use: Exposed or potentially wet environments and attachment of exterior cladding materials; provide galvanized carbon steel conforming to ASTM A153 or stainless steel anchors. Stainless steel nuts shall conform to ASTM F594. a. Type: Galvanized, unless otherwise indicated on Contract Drawings. b. Nuts and washers shall match alloy group of anchors and shall have minimum proof stress equal to or greater than the specified minimum full-size tensile strength of the externally threaded fastener. c. Avoid installing stainless steel anchors in contact with galvanically dissimilar metals. 3. Where anchor manufacturer is not indicated, subject to compliance with requirements and acceptance by the Owner, provide one of the following: a. Kwik Bolt 3, ICC ESR -1385 and ESR -2302 — Hilti Fastening Systems b. Trubolt, ICC ESR 2251 — ITW Red Head Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 7 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction c. Wedge -All, ICC ESR -1396 — Simpson Strong -Tie J. Adhesive Anchors: Threaded carbon steel rod conforming to ASTM A36 complete with required nuts, washers, adhesive system and manufacturer's installation instructions. Current ICC -ES approval and published ICC -ES Evaluation Report required. Size and manufacturer as indicated on Contract Drawings. 1. Interior Use: Conditioned environments free from potential moisture; provide carbon steel anchors a. Finish: Zinc plating in accordance with ASTM B633, type III Fe/Zn 5 (SC1). 2. Exterior or Exposed Use: Exposed or potentially wet environments and attachment of exterior cladding materials; provide galvanized carbon steel conforming to ASTM A153 or stainless-steel anchors. Stainless steel nuts shall conform to ASTM F594. a. Type: Galvanized, unless otherwise indicated on Contract Drawings. b. Nuts and washers shall match alloy group of anchors and shall have minimum proof stress equal to or greater than the specified minimum full-size tensile strength of the externally threaded fastener. c. Avoid installing stainless steel anchors in contact with galvanically dissimilar metals. 3. Where anchor manufacturer is not indicated, subject to compliance with requirements and acceptance by the Owner, provide one of the following: a. HIT -RE 500 SD, ICC ESR -2322 — Hilti Fastening Systems b. SET22, ICC ESR -1772 — Simpson Strong -Tie K. Drilled -In Inserts: Size and type as noted on the Contract Drawings. L. Forged Structural Steel Hardware: 1. Clevises and Turnbuckles: ASTM A108; Grade 1085. 2. Eye Nuts and Eye Bolts: ASTM A108; Grade 1030. 3. Sleeve Nuts: ASTM A108; Grade 1018. 4. Rod Ends, Yoke Ends and Pins, Cotter Pins, and Coupling Nuts: Carbon steel. 2.3 WELDING MATERIALS A. Welding Materials: AWS D1.1; type required for materials being welded. 1. Rebar used for welding shall meet the requirements of ASTM A706. Rebar bends shall meet the minimum bend diameters listed in ACI 318. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 8 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2.4 FABRICATION Technical Specifications for Construction A. General: 1. Fabricate and assemble structural assemblies in shop to greatest extent practicable, in accordance with reference standards cited herein and final shop drawings. 2. Use detailing and fabrication procedures that account for distortion and shrinkage due to welding processes, both in the shop and in the field. 3. Take measurements on site as required for correct fabrication and installation. Fabricator shall be responsible for errors in fabrication and for correct fit of structural steel. B. Connections: 1. Provide connections as shown or noted on the Contract Drawings. The design of connections not shown or noted shall be provided by the Owner upon request. Standard framing connections not shown shall be bid on the basis of connection tables on pages 4-9 thru 4-31 of the AISC A Manual of Steel Construction, ASD. 2. Alternate connections designed by the Contractors Engineer may be submitted with one set of design calculations, signed and sealed by a Texas Registered Professional Engineer, for review and approval. 3. Alternate connection concepts shall be pre -approved during bidding. 4. All connections shall be designed for 110% of the value noted on plans. 5. Welds not specified shall be 3/16" fillet continuous but not less than the AISC minimum based on the thickness of the parts joined. C. Space shear stud connectors at as indicated on Contract Drawings. 1. Automatically end weld according to AWS D1.1, unless indicated otherwise on Contract Drawings. 2. Shop weld where possible. 3. Thoroughly clean surface where stud is to be attached. Remove mill scale by grinding or sandblasting where it is sufficiently thick to interfere with proper welding. D. Continuously seal joined members by continuous welds. E. Fabricate connections for bolt, nut, and washer connectors. F. Develop required camber for members. G. Mark all members in protected, plainly visible locations in accordance with reference numbers on setting diagrams. 1. The member work point at each end of columns shall be determined and marked in the shop with a center punch or other acceptable means. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 9 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 2. Marking shall be placed on the flanges and web at each end of columns. 3. Work point shall be as defined in AISC Code of Standard Practice, Section 7.11.2(a). H. Perform all necessary cutting, fitting and drilling for the accommodation of other trades. 1. Secure correct information for required openings both before and after steel is delivered. 2. No cutting or drilling will be permitted on the job without the acceptance of the Owner. I. Splicing of members to obtain the required lengths will not be permitted without prior acceptance of the Owner, unless shown on the Contract Drawings. J. Camber beams and girders where indicated on the Contract Drawings. K. Where exact sizes and weights called for are not readily available, secure the Owner's acceptance of suitable sizes in time to prevent delay due to such substitutions. 2.5 FINISHES A. Prepare structural component surfaces to be covered in the completed structure in accordance with SSPC SP 3. B. Prepare structural component surfaces exposed to weather in the completed structure in accordance with SSPC SP 6. C. Shop prime structural steel members. Do not prime surfaces that will be fireproofed, field welded, in contact with concrete, or high strength bolted friction type (slip critical) connections. D. Galvanizing: ASTM A123/A123M; hot dip galvanize after fabrication where shown on Contract Drawings. E. Galvanizing for Bolts, Connectors, and Anchors: Where shown on Contract Drawings 1. Hot -Dipped Galvanizing: a. Bolts, Nuts, and Washers: ASTM F2329. b. Connectors and Anchors: ASTM A153/A153M. 2. Mechanical Galvanizing: ASTM B695; Class 50 minimum. 2.6 ACCESSORIES A. Grout: Non -shrink type, pre -mixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing additives, capable of developing minimum compressive strength of 7,000 psi at 28 days. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 10 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction B. Shop Primer: SSPC Paint 15, Type 1, red oxide, minimum 2 coats at 2 oz per square foot. C. Touch -Up Primer: Match shop primer. D. Touch -Up Primer for Galvanized Surfaces: SSPC Paint 20 Type I Inorganic or Type II Organic. 2.7 SOURCE QUALITY CONTROL A. Testing Agency: 1. Testing and inspection will be made by an approved testing laboratory selected and paid by the Owner. a. Retention by the Owner of an independent testing agency shall in no way relieve the Contractor of responsibility for performing all work in accordance with the contract documents. B. Shop test bolted and welded connections as specified for field quality control tests. C. When fabricator is approved by authority having jurisdiction, submit certificate of compliance indicating Work performed at fabricator's facility conforms to Contract Documents. 1. Specified shop tests are not required for Work performed by approved fabricator. D. Furnish the testing agency with the following: 1. Access on site to a complete set of field use shop and erection drawings with Engineer's approval stamp. 2. Mill test reports. 3. Information as to time and place of all rollings and shipment of material to shops. 4. Full and ample means and assistance for testing all material. 5. Proper facilities, including scaffolding, temporary work platforms, etc., for inspection of the work in the mills, shop and field. 6. Representative sample pieces requested for testing. 7. Welding procedure specification. E. Assign an identifying symbol or mark to each person installing connections. Identify all shop and field connections with this mark so that the inspector can refer back to the person making the connection. F. Shop welds, including stud and rebar welds to embed plates and assemblies shall be tested before arriving at the job site. G. Contractor shall notify testing agency at least 10 working days in advance of any qualification testing for welding required herein. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 11 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3. EXECUTION 3.1 EXAMINATION Technical Specifications for Construction A. Verify bearing surfaces are at correct elevation. Report all deviations to the General Contractor. B. Verify anchor rods are set in correct locations and arrangements with correct exposure for steel attachment. Report all deviations to the General Contractor. C. Do not proceed with erection until all unacceptable conditions are corrected. 3.2 PREPARATION A. Furnish setting drawings, templates and directions for installation of anchor rods and embedments in concrete and masonry work. 1. Templates shall be permanently marked with column center lines and north arrow. B. Deliver anchor bolts and other anchorage devices which are embedded in cast -in-place concrete and masonry work to the project site in time to be installed before the start of cast -in-place concrete and masonry work operations. C. Storage of Structural Steel: 1. Support structural steel members which are stored at the project site above ground on platforms, skids, or other supports, upright to prevent twisting. 2. Protect steel from corrosion. 3. Store other materials in weather -tight and dry place, until ready for use. 4. Store packaged materials in their original, unbroken package or container. 5. Where materials are to be stored on structure, store in a manner that will not cause distortion or damage the supporting structure. 6. Repair or replace damaged materials or structures as directed. 3.3 ERECTION A. Erect structural steel in accordance with AISC Specifications, including supplements, with additional requirements of this section. B. Allow for erection loads, and for sufficient temporary bracing to maintain structure safe, plumb, and in alignment until completion of erection and installation of permanent bracing. 1. Consider all structural steel as non -self-supporting steel frames until permanently secured. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 12 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 2. Permanently secured is when the structure has its complete gravity and lateral load resisting systems in place including floor and roof diaphragms, vertical bracing and/or shear walls and foundations. 3. Contractor shall coordinate installation of all non-structural steel items which will load the non -self-supporting structural steel frame. The structural steel frame temporary supports shall resist all loads from these non-structural steel items. C. Protect any adjacent materials or areas below from damage due to weld splatter or sparks during field welding. D. Set base and bearing plates level and at correct elevations on roughened surfaces cleaned of all bond reducing materials. Temporarily support on steel wedges or shims until supported members are plumbed and grouting is completed. E. Field weld components and shear connectors indicated on Contract Drawings and shop drawings. 1. Clean existing surfaces before welding to existing steel. F. Field connect members with threaded fasteners; torque all high strength bolts used in column splices, connections of beams and girders to columns, and where noted on the Contract Drawings to the minimum tension shown in Table J3.7 of AISC "Specification for Structural Steel Buildings, ASD", June 1, 1989; tighten to snug tight for bearing type connections. 1. All A325 and A490 bolts specified as slip critical or fully pre -tensioned shall be tightened and inspected using Direct Tension Indicating washers. 2. No drifting or cutting to enlarge unfair holes will be allowed. Make minor corrections by reaming. 3. Serious defects may not be corrected in the field but shall be called to the attention of the Owner for a decision as to the method and/or procedure for correction. G. Do not field cut or alter structural members without approval of Engineer. H. Splice only where indicated on Contract Drawings. I. Fasten splices in compression after bearing surfaces have been brought into contact. Clean bearing surfaces before assembly. Close all gaps 1/32" wide or greater by driving non-tapered mild steel shims full depth of the bearing surface along the full length of the gap. J. After erection, touch up welds and abrasions to match shop finishes. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 13 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction K. Drilled -In Inserts: Install in accordance with manufacturer's recommendations in accurately drilled holes of required diameter and depth. Where adhesive inserts are used, clean hole in accordance with manufacturer's recommendations. 1. Do not drill holes in concrete until material has achieved full design strength. 3.4 GROUT INSTALLATION A. Grout under base plates as indicated on Contract Drawings, in accordance with Section 03 60 00. B. Shim bearing plates and equipment supports to proper elevation, snug tighten anchor bolts. C. Fill void under bearing surface with grout. Install and pack grout to remove air pockets. D. Moist cure grout. E. Remove forms after grout is set. Trim grout edges to from smooth surface, splayed 45 degrees. F. Tighten anchor bolts after grout has cured for a minimum of 3 days, or as recommended by manufacturer. 3.5 TOLERANCES A. Comply with Requirements of AISC Code of Standard Practice for Steel Buildings and Bridges, except as follows: 1. Columns: a. Maximum deviation of column from established column line shall not exceed 1", accumulative from all sources. b. Bases of all columns shall be located on established centerlines (plan dimension) within +/- 1/8". Bases shall be at specified elevation +/- 1/16". c. Maximum variation between top elevation of all columns shall not exceed 1/4". Maximum variation between top elevations of any two adjacent columns shall not exceed 1/8". 2. Members connecting to Columns: a. Horizontal deviation of member working point from position with respect to supporting column working line shall not exceed +/- 1/16" from the location shown on Contract Drawings. b. Elevation deviation of member working point with respect to upper splice line of supporting column shall not exceed + 1/8" or — 1/4" from the elevation shown on Contract Drawings. 3. Cambered Steel Beams: Fabrication camber shall be adjusted to compensate for conditions of shipping, handling and erection. Maximum deviation of Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 14 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction vertical camber at mid span of beam after erection, prior to placing deck, +3/8" or -0" maximum. 4. Other Members: Deviation of member working point horizontal location and elevation with respect to the supporting member shall not exceed +/- 1/16" from the location and elevation shown on the Contract Drawings. 5. Leveling and Plumbing: Base leveling and plumbing on a mean temperature of 70 degrees F. Compensate for difference in temperature at time of erection. 3.6 FIELD QUALITY CONTROL A. Verification of Erection Tolerances: 1. Surveys, made by a surveyor with experience on similar projects, employed by the General Contractor and acceptable to the Owner shall be made as follows: a. Determine actual plan location and elevation at the top and bottom of each column immediately upon completion of erection. 2. Survey reports shall be submitted to the Owner within 24 hours after recording the data. Such reports shall, in addition, identify all deviations of member location and/or elevation in excess of allowable tolerances specified. B. Shop inspection by the Testing Agency for all columns and 20% of beams and girders shall include examination of steel for straightness and alignment, conformance to length and camber tolerances, fissures, mill scale and other defects and deformities, as described in ASTM A6 and examination of aforementioned fabricated pieces for conformity with approved shop drawings. C. Bolted Connections: Inspect in accordance with AISC 303 and "Specification for Structural Joints Using ASTM A325 or A490 Bolts". 1. Visually inspect all bolted connections. Verify the specified surface preparation of the faying surface has been correctly prepared. If twist off (self -indicating) bolts are used, verify that all torque -off splines have been sheared off. 2. Inspect the bolt tightness of 10% of the bolts (minimum of 2), selected at random, in each high strength bolted connection. a. If rejectable bolts are found in any connection, all remaining bolts in that connection shall be inspected for tightness. 3. For Direct Tension Indicators, comply with requirements of ASTM F959. Verify that gaps are less than gaps specified in Table 2. 4. When splines of twist off bolts are not sheared, or indicator washers are not properly deformed, the Testing Agency shall determine that proper bolt tension has been achieved by the application of a properly calibrated testing torque or the Contractor may, at his option, remove and replace all bolts with unsheared splines and all bolts without properly deformed indicator washers. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 15 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction All cost of additional inspection required by this paragraph shall be borne by the Contractor. D. Drilled -In Inserts 1. Self -Expanding Inserts: The testing Agency shall inspect self -expanding, drilled -in inserts shown on the structural Contract Drawings as follows: a. Prior to installation, the Testing Agency shall determine that the installing contractor has the proper materials and equipment for drilling holes in the receiving surface of required diameter and length. b. All inserts shall be visually inspected after installation to ensure that they have been installed perpendicular to the receiving surface and to the proper depth. 2. Adhesive -Bonded Inserts: The Testing Agency shall inspect adhesive - bonded, drilled in inserts as follows: a. The Testing Agency shall be present at the site to observe the installation of the first 10 inserts placed. Such observation shall be to ensure that drilled holes are of required diameter and depth, holes are properly cleaned prior to installation of the insert, and that holes are completely filled with properly mixed adhesive after installation. b. All inserts shall be visually inspected after installation to ensure that the insert has been installed perpendicular to the receiving surface and to proper depth. E. Welding: Inspect welds in accordance with AWS D1.1. 1. Certify welders and conduct inspections and tests as required. Record types and locations of defects found in work. Record work required and performed to correct deficiencies. 2. Inspection of welding by the Testing Agency will be such as to assure that the work conforms to specified requirements, and will include: a. Ascertainment that electrodes used for manual shielded metal -arc welding and the electrodes and flux used for submerged arc welding conform to the requirements herein. b. Ascertain that the welding is performed only by welding operators and welders who are properly certified. c. Ascertainment that the fit -up, joint preparation, size, contour, extent of reinforcement, and length and location of welds conform to specified requirements and the Contract Drawings, and that no specified welds are omitted or unspecified welds added without approval of the Owner. 3. Visually inspect all welds. 4. Ultrasonic Inspection: ASTM E164; perform on all full and/or partial penetration groove welds. 5. Liquid Penetrant Inspection: ASTM E165. Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 16 of 17 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 6. Magnetic Particle Inspection: ASTM E709; performed on 10% of all other welds. 7. Radiographic Inspection: ASTM E94; performed on may be substituted for ultrasonic inspection with prior approval. 8. All embedded plates and assemblies manufactured by the steel fabricator and supporting structural elements shall be tested. 9. Test components of those embedded plates and assemblies as follows: a. Welded reinforcing bars and deformed anchors: 100% visual and 10% magnetic particle. 100% ultrasonic for all complete penetration groove welds to reinforcing bars. b. Stud connectors shall have all studs visually and acoustically tested in accordance with AWS D1.1. c. Plates: Embedded plates thicker than 3/8" shall be ultrasonically tested along the center line of the plate width. Such tests shall be made after stud/rebar shop welding. 1) Any discontinuity shall be cause for rejection. 10. If defective welds are discovered, the remaining uninspected welds shall receive such ultrasonic or magnetic particle inspection as may be required by the Owner. All cost of additional inspection required by this paragraph shall be borne by the Contractor. 11. The welding inspector will have the authority to reject weldments. Such rejection may be based on visual inspection where in his opinion the weldment would not pass a more detailed investigation. 12. Reports by the Testing Agency's inspector will contain, as a minimum, an adequate description of each weld tested, the identifying mark of the welder responsible for the weld, critique of any defects noted by visual inspection or testing, and a statement regarding the acceptability of the weld tested, as judged by current AWS standards. Reports shall be distributed as early as possible, but not later than one work week after the tests have been performed. The Owner shall be notified by phone if, in the judgment of the inspector, test results require immediate comment. F. Correct defective bolted connections and welds. 1. The cost of re -inspection of previously defective bolted and/or welded connections shall be borne by the Contractor. END OF SECTION Structural Steel Framing 18130B - ONSWTP Sedimentation Basin Improvements Section 0512 00 July 2021 Page 17 of 17 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 05 50 00 METAL FABRICATIONS PART 1 GENERAL 1.01 SUMMARY Technical Specifications for Construction A. Provide all labor, materials and equipment to accomplish all miscellaneous metal work; including, but not limited to lintels, support angles and frames, their anchorage and other items of ferrous metals indicated or required for completion of the project. 1.02 REFERENCE STANDARDS A. Aluminum Association: 1. AA DAF -45 - Designation System for Aluminum Finishes. B. American Architectural Manufacturers Association: 1. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum. 2. AAMA 2603 - Voluntary Specification, Performance Requirements and Test Procedures for Pigmented Organic Coatings on Aluminum Extrusions and Panels. 3. AAMA 2604 - Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels. 4. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels. C. American National Standards Institute: 1.ANSI A14.3 - American National Standard (ASC) for Ladders - Fixed - Safety Requirements. D. American Welding Society: 1. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination. 2. AWS D1.1/D1.1M - Structural Welding Code - Steel. 3. AWS D1.6/D1.6M - Structural Welding Code - Stainless Steel. E. ASTM International: 1. ASTM A36/A36M - Standard Specification for Carbon Structural Steel. 2. ASTM A53/A53M- Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless. 3. ASTM A123/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 4. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. Metal Fabrications 18130B - ONSWTP Sedimentation Basin Improvements Section 05 50 00 July 2021 Page 1 of 5 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 5. ASTM A193/A193M - Standard Specification for Alloy -Steel and Stainless -Steel Bolting for High Temperature or High -Pressure Service and Other Special Purpose Applications. 6. ASTM A240/A240M - Standard Specification for Chromium and Chromium -Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications. 7. ASTM A269 - Standard Specification for Seamless and Welded Austenitic Stainless -Steel Tubing for General Service. 8. ASTM A276 - Standard Specification for Stainless Steel Bars and Shapes. 9. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength. 10. ASTM A312/A312M - Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless -Steel Pipes. 11. ASTM A325/A325M - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 12. ASTM A354 - Standard Specification for Quenched and Tempered Alloy Steel Bolts, Studs, and Other Externally Threaded Fasteners. 13. ASTM A500/A500M - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 14. ASTM A501 - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. 15. ASTM A554 - Standard Specification for Welded Stainless -Steel Mechanical Tubing. 16. ASTM A563/A563M - Standard Specification for Carbon and Alloy Steel Nuts. 17. ASTM A572/A572M - Standard Specification for High -Strength Low -Alloy Columbium -Vanadium Structural Steel. 18. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 19. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless -Steel Sheet, Strip, Plate, and Flat Bar. 20. ASTM A780/A780M - Standard Practice for Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coatings. 21. ASTM A992/A992M - Standard Specification for Structural Steel Shapes. 22. ASTM B26/B26M - Standard Specification for Aluminum -Alloy Sand Castings. 23. ASTM B85/B85M - Standard Specification for Aluminum -Alloy Die Castings. 24. ASTM B177/B177M - Standard Guide for Engineering Chromium Electroplating. 25. ASTM B209/B209M - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate. 26. ASTM B210/B210M - Standard Specification for Aluminum and Aluminum -Alloy Drawn Seamless Tubes. 27. ASTM B211/B211M - Standard Specification for Aluminum and Aluminum -Alloy Rolled or Cold Finished Bar, Rod, and Wire. 28. ASTM B221/B221M - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 29. ASTM B695 - Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel. Metal Fabrications 18130B - ONSWTP Sedimentation Basin Improvements Section 05 50 00 July 2021 Page 2 of 5 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Technical Specifications for Construction 30. ASTM F436/F436M - Standard Specification for Hardened Steel Washers. 31. ASTM F1554 - Standard Specification for Anchor Bolts, Steel, 36, 55, and 105 ksi Yield Strength. F. Builders Hardware Manufacturers Association (BHMA): 1. ANSI/BHMA A156.20 - American National Standard for Strap and Tee Hinges and Hasps. G. California Department of Health Services: 1. CA/DHS/EHLB/R-174 - Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers, including 2004 Addenda. H. SSPC: The Society for Protective Coatings: 1. SSPC - Steel Structures Painting Manual. 2. SSPC Paint 15 - Steel Joist Shop Primer/Metal Building Primer. 3. SSPC Paint 20 - Zinc -Rich Coating (Type I - Inorganic and Type II - Organic). 4. SSPC SP 1 - Solvent Cleaning. 5. SSPC SP 10 - Near -White Blast Cleaning. 1.03 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. C. Welders Certificates: Certify welders employed on the Work, verifying AWS qualification within previous 12 months. 1.04 INSERTS AND ANCHORAGES A. Furnish inserts and anchoring devices to be built into other work for installation of miscellaneous metal items; coordinate delivery to job site to avoid delay. PART 2 PRODUCTS 2.01 BASIC MATERIALS SHALL MEET OR EXCEED THE FOLLOWING: A. Steel Plates, Shapes, Bars: ASTM A 36. B. Cold -Formed Steel Tubing: ASTM A 500, Grade B. C. Steel Pipe: ASTM A 53, Grade B. Metal Fabrications 18130B - ONSWTP Sedimentation Basin Improvements Section 05 50 00 July 2021 Page 3 of 5 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD D. Cold -Rolled Steel Sheets: ASTM A 366. Technical Specifications for Construction E. Anchors: ASTM F 1554; Grade 55, hooked, weldable unless noted otherwise on Drawings. Furnish with nut and washer. F. Galvanized Steel Sheets: ASTM A 526, with ASTM A 525, Grade G90 zinc coating. (minimum 2 oz. per square foot of surface area.) G. Concrete Inserts: Malleable iron (ASTM A 47) or cast steel (ASTM A 27) inserts, with steel bolts, washers and shims; hot dip galvanized. H. Shop Paint: FS TT -P-86, Type II, or, SSPC-Paint 14. Apply to cleaned and degreased steel surfaces at rate to provide a 2.0 -mil dry film thickness, minimum 2 coats. I. Galvanizing: ASTM A 386 for a assembled products; A 153 for iron and steel hardware. PART 3 EXECUTION 3.01 FABRICATION, GENERAL A. Fit and shop -assemble items in largest practical sections for delivery to Site. B. Fabricate items with joints tightly fitted and secured. C. Use materials of size and thickness shown or, if not shown, of required size and thickness to produce strength and durability in finished product. Shop paint all items not specified to be galvanized after fabrication. D. Weld corners and seams continuously; grind exposed welds smooth and flush. E. Form exposed connections with hairline, flush joints; use concealed fasteners where possible. 3.02 ROUGH HARDWARE A. Furnish Custom fabricated bolts, plates, anchors, hangers, dowels, and other miscellaneous steel and iron shapes for framing and supporting and anchoring woodwork. Galvanize, unless otherwise indicated. 3.03 LOOSE BEARING PLATES A. Provide for steel items bearing on masonry or concrete, as shown. Drill plates to receive anchor bolts. Galvanize after fabrication. Metal Fabrications 18130B - ONSWTP Sedimentation Basin Improvements Section 05 50 00 July 2021 Page 4 of 5 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3.04 MISCELLANEOUS FRAMING AND SUPPORTS Technical Specifications for Construction A. Provide as required to complete work and not included with structural steel framework. Fabricate lengths of welded construction in as large units as possible; drill and tap as required to receive hardware and similar items. Include required anchors for building into other work; spaced not more than 24" o.c. 3.05 MISCELLANEOUS STEEL TRIM A. Fabricate to shapes and sizes as required for profiles shown; continuous welded joints and smooth exposed edges. Use concealed field splices wherever possible. Provide cutouts, fittings, and anchorages; coordinate assembly and installation with other work. 3.06 INSTALLATION A. Perform cutting, drilling and fitting required for installation; set work accurately in location, alignment and elevation, measured from established lines and levels. Provide anchorage devices and fasteners where necessary for installation to other work. B. Set loose items on cleaned bearing surfaces, using wedges or other adjustments as required. Solidly pack open spaces with bedding mortar, consisting of one -part Portland cement to three parts sand and only enough water for packing and hydration, or use commercial non - shrink grout material. C. Touch up shop paint after installation. Clean field welds, bolted connections and abraded areas, and apply same type paint as used in shop. Use galvanizing repair paint on damaged galvanized surfaces. END OF SECTION Metal Fabrications 18130B - ONSWTP Sedimentation Basin Improvements Section 05 50 00 July 2021 Page 5 of 5 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 09 90 00 PAINTING PART 1 — GENERAL 1.01 THE REQUIREMENT A. Furnish labor, materials, equipment and appliances required for complete execution of Work shown on Drawings and Specified herein. B. Section Includes: 1. Paint Materials 2. Shop Painting 3. Field Painting a. Surface Preparation b. Piping and Equipment Identification c. Schedule of Colors d. Work in Confined Spaces e. OSHA Safety Colors 1.02 RELATED SECTIONS A. Section 40 05 53 — Identification for Process Piping and Equipment 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of these specifications, the Work shall conform to the applicable requirements of the following documents: 1. SSPC — The Society for Protective Coatings Standards a. SSPC-Vis 1 — Pictorial Surface Preparation Standards for Painting Steel Structures b. SSPC-SP2 — Hand Tool Cleaning c. SSPC-SP3 — Power Tool Cleaning 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-1 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD d. SSPC-SP5/NACE 1 — White Metal Blast Cleaning e. SSPC-SP6/NACE 3 — Commercial Blast Cleaning f. SSPC-SP7/NACE 4 — Brush-off Blast Cleaning g. SSPC-SP10/NACE 2 — Near -White Metal Blast h. SSPC-SP11 — Power Tool Cleaning to Bare Metal i. SSPC-SP13/NACE6 — Surface Preparation of Concrete 2. ICRI — International Concrete Repair Institute 3. NACE — National Association of Corrosion Engineers 4. NAFP — The National Association of Pipe Fabricators 5. ASTM D1737 — Test Method for Elongation of Attached Organic Coatings with Cylindrical Mandrel Apparatus 6. ASTM B117 — Method of Salt Spray (Fog) Testing 7. ASTM D4060 — Test Method for Abrasion Resistance of Organic Coating by the Taber Abraser 8. ASTM D3359 — Method for Measuring Adhesion by Tape Test 1.04 SUBMITTALS A. Submit the following for each product: 1. Manufacturer's literature and Material Safety Data Sheets for each product. 2. Painting schedule identifying surface preparation and paint systems proposed. Cross reference with Tables 1 and 2. Provide the name of the paint manufacturer, and name, address, and telephone number of manufacturer's representative who will inspect the work. Submit schedule for approval as soon as possible following the Award of Contract, so approved schedule may be used to identify colors and specify shop paint systems for fabricated items. Manufacturer shall substitute paint system with equal performance where required for VOC compliance. 3. Contractor shall submit Q.C. Inspection plan describing all tests and inspections task to be performed. Include copy of daily log showing environmental conditions measurements and frequency. Copy of completed log shall be provided at completion of work. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-2 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1.05 SYSTEM DESCRIPTION A. Work shall include surface preparation, paint application, inspection of painted surfaces and corrective action required, protection of adjacent surfaces, cleanup and appurtenant work required for the proper painting of all surfaces to be painted. Surfaces to be painted are designated within the Painting Schedule and may include new and existing piping, miscellaneous metals, equipment, buildings, exterior fiberglass, exposed electrical conduit and appurtenances. B. Perform Work in strict accordance with manufacturer's published recommendations and instructions, unless the Engineer stipulates that deviations will be for the benefit of the project. C. Paint surfaces which are customarily painted, whether indicated to be painted or not, with painting system applied to similar surfaces, areas and environments, and as approved by Engineer. D. Piping and equipment shall receive color coding and identification. Equipment shall be the same color as the piping system. 1.06 QUALITY ASSURANCE A. Painting operations shall be accomplished by skilled craftsman and licensed by the state/commonwealth to perform painting work. B. Provide a letter indicating that the painting applicator has five years of experience, and 5 references which show previously successful application of the specified or comparable painting systems. Include the name, address, and the telephone number for the Owner of each installation for which the painting applicator provided services. C. Contractor shall coordinate Q.0 Inspections. D. Notify Owner and Engineer at completion of surface preparation, priming application and final cure to allow inspection by Owner and Engineer or their Third -Party Inspector. 1.07 STORAGE AND DELIVERY A. Bring materials to the job site in the original sealed and labeled containers. B. Container label to include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. C. Store paint materials at minimum ambient temperature of 45 degrees F (7 degrees C) and a maximum of 90 degrees F (32 degrees C), in ventilated area, and as required by manufacturer's instructions. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-3 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD PART 2 — MATERIALS 2.01 GENERAL INFORMATION A. The term "paint" is defined as both paints and coatings including emulsions, enamels, stains, varnishes, sealers, and other coatings whether organic or inorganic and whether used as prime, intermediate, or finish coats. B. Purchase paint from an approved manufacturer. Manufacturer shall assign a representative to inspect application of their product both in the shop and field. The manufacturer's representative shall submit a report to the Engineer at the completion the Work identifying products used and verifying that surfaces were properly prepared, products were properly applied, and the paint systems were proper for the exposure and service. C. Provide primers and intermediate coats produced by same manufacturer as finish coat. Use only thinners approved by paint manufacturer, and only within manufacturer's recommended limits. D. Ensure compatibility of total paint system for each substrate. Test shop primed equipment delivered to the site for compatibility with final paint system. Provide an acceptable barrier coat or totally remove shop applied paint system when incompatible with system specified, and repaint with specified paint system. E. Use painting materials suitable for the intended use and recommended by paint manufacturer for the intended use. F. Require that personnel perform work in strict accordance with the latest requirements of OSHA Safety and Health Standards for construction. Meet or exceed requirements of regulatory agencies having jurisdiction and the manufacturer's published instructions and recommendations. Maintain a copy of all Material Safety Data Sheets at the job site of each product being used prior to commencement of work. Provide and require that personnel use protective and safety equipment in or about the project site. Provide respiratory devices, eye and face protection, ventilation, ear protection, illumination and other safety devices required to provide a safe work environment. 2.02 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Specifications, provide products from one of the following manufacturers: 1. Tnemec Company Inc. 2. PPG 3. CARBOLINE 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-4 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 4. Sherwin-Williams 5. International Paints (Akzo Nobel) PART 3 — EXECUTION 3.01 SHOP PAINTING A. Shop prime fabricated steel and equipment with at least one shop coat of prime paint compatible with finish paint system specified. Prepare surface to be shop painted in strict accordance with paint manufacturer's recommendations and as specified. Finish coats may be shop applied, if approved by the Engineer. Package, store and protect shop painted items until they are incorporated into Work. Repair painted surfaces damaged during handling, transporting, storage, or installation to provide a painting system equal to the original painting received at the shop. B. Identify surface preparation and shop paints on Shop Drawings. Verify compatibility with field applied paints. C. Coordinate shop painting and field coating to ensure item is delivered and field coating occurs within recoat window of shop painted system requirements. 3.02 SURFACE PREPARATION A. General 1. Surfaces to be painted shall be clean and dry, and free of dust, rust, scale, and foreign matter. No solvent cleaning, power or hand tool cleaning shall be permitted unless approved by the Engineer. 2. Protect or remove, during painting operations, hardware, accessories, machined surfaces, nameplates, lighting fixtures, and similar items not intended to be painted prior to cleaning and painting. Reposition items removed upon completion of painting operations. 3. Examine surfaces to be coated to determine that surfaces are suitable for specified surface preparation and painting. Report to Engineer surfaces found to be unsuitable in writing. Do not start surface preparation until unsuitable surfaces have been corrected. Starting surface preparation precludes subsequent claim that such surfaces were unsuitable for the specified surface preparation or painting. 4. Surface preparation shall be in accordance with specifications and manufacturer's recommendations. Provide additional surface preparation, and fill coats where manufacturer recommends additional surface preparation, in addition to requirements of specification. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-5 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 5. Touch-up shop or field applied coatings damaged by surface preparation or any other activity, with the same shop or field applied coating; even to the extent of applying an entire coat when required to correct damage prior to application of the next coating. Touchup coats are in addition to the specified applied systems, and not considered a field coat. 6. Protect motors and other equipment during blasting operation to ensure blasting material is not blown into motors or other equipment. Inspect motors and other equipment after blasting operations and certify that no damage occurred, or where damage occurred, the proper remedial action was taken. 7. Field paint shop painted equipment in compliance with Color Coding and as approved by Engineer. B. Metal Surface Preparation 1. Prepare all welds to a minimum NACE weld preparation level "C" per NACE Standard SP0178. Provide additional weld preparation where required by the coating manufacturer. Contractor shall provide NACE SP0178 weld mold visual aids on site for evaluation of all weld preparation. 2. Conform to current The Society for Protective Coatings Standards (SSPC) Specifications for metal surface preparation. Use SSPC-Vis-1 pictorial standards or NACE visual standards TM -01-70 or TM -01-75 to determine cleanliness of abrasive blast cleaned steel. 3. Perform blast cleaning operations for metal when following conditions exist: a. Moisture is not present on the surface. b. Relative humidity is below 80%. c. Ambient and surface temperatures are 5°F or greater than the dew point temperature. d. Painting or drying of paint is not being performed in the area. e. Equipment is in good operating condition. f. Proper ventilation, illumination, and other safety procedures and equipment are being provided and followed. 4. Abrasive blast ferrous metals to be shop primed, or component mechanical equipment in accordance with SSPC-SP5, White Metal Blast. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-6 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 5. Abrasive blast field prepared ferrous metals in accordance with SSPC-SP10, Near White Metal Blast, where metal is to be submerged, in a corrosive environment, or in severe service. Provide a 3.0 mil minimum angular anchor profile unless recommended otherwise by the coating manufacturer in writing. 6. Abrasive blast field prepared ferrous metals in accordance with SSPC-SP6 Commercial Blast, where metal is to be used in mild or moderate service, or non- corrosive environment or weathering exposure. Provide a 1.5 mil minimum angular anchor profile unless recommended otherwise by the coating manufacturer in writing. 7. Clean nonferrous metals, copper, or galvanized metal surfaces in accordance to SSPC-SP1, Solvent Cleaning, or give one coat of metal passivator or metal conditioner compatible with the complete paint system. Galvanized metal shall be prepared in accordance with SSPC SP -16. Abrasive blast clean to increase mechanical adhesion in accordance with ASTM D6386, Standard Practice for Preparation of Zinc (Hot -Dip Galvanized) Coated Iron and Steel Product and Hardware Surfaces for Painting when required by coating manufacturer. Provide a 1.5 mil minimum angular anchor profile unless recommended otherwise by the coating manufacturer in writing. 8. Abrasive blast clean internal and external ductile iron pipe surfaces prior to coating in accordance with NAPF 500-03-04, Surface Preparations Standard for Abrasive Blast Cleaning of Ductile Iron Pipe. Abrasive blast clean internal and external cast ductile iron and cast-iron fitting surfaces in accordance with NAPF-03-05. 9. Prime cleaned metals immediately after cleaning to prevent rusting. 10. Clean rusted metals down to bright metal by abrasive blasting and immediately field primed. C. Concrete Surface Preparation 1. Cure concrete a minimum of 28 days at 75° F before surface preparation, and painting begins. Allow more time at lower temperatures if specified by paint manufacturer. 2. Test concrete for pH and salts using test methods recommended by the paint manufacturer. A minimum of one test per 1000 square feet of area to be coated shall be performed unless approved otherwise by Engineer. Do not begin surface preparation, or painting until acceptable to manufacturer. 3. Moisture content of concrete and masonry surfaces shall conform to manufacturer's recommended limits, and as listed in SSPC-SP13/NACE 6 Section 6 Acceptance Criteria Table 1. Floor surfaces to be coated shall be tested in accordance with ASTM F1869 — Standard Test Method for Measuring Moisture 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-7 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride or as required by the coating manufacturer. Moisture vapor transmission shall not exceed three pounds per 1,000 square feet in a 24-hour period or less if specified by Coating Manufacturer. Vertical and horizontal overhead surfaces shall be tested in accordance with ASTM F2170 — Standard Test Method for Determining Relative Humidity in Concrete using in situ Probes (relative humidity shall not exceed 80% or as required by the coating manufacturer) or with ASTM D4263 — Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Test Method (test results shall be no moisture present). Engineer or Coating Manufacturer Representative shall specify all test locations. A minimum of one test per 1000 square feet of area to be coated shall be performed unless approved otherwise by Engineer. 4. Prepare concrete surfaces to receive coatings in accordance with NACE 6/SSPC- 13 — Joint Surface Preparation Standards and ICRI Technical Guidelines. Remove contaminants, open bugholes, surface voids, air pockets, and other subsurface irregularities using abrasive blasting, shot blasting, water jetting or mechanical abrading. Use dry, oil -free air for blasting operations. Surface texture after blasting shall achieve profile as required by manufacturer or where not defined by manufacturer, profile shall be a minimum ICRI-CSP 5 surface profile. Remove residual abrasives, dust, and loose particles by vacuuming or other approved method. 5. Surface defects, such as hollow areas, bugholes, honeycombs, and voids shall be filled with polymeric or waterborne epoxy cementitious filler compatible with painting system. Complete fill coats may be used in addition to specified painting system and as approved by the Engineer. Fins, form marks, and all protrusions or rough edges shall be removed. 6. Repair existing concrete surfaces which are deteriorated to the point that surface preparation exposes aggregate with fill coats or patching mortar as recommended by paint manufacturer and as directed by the Engineer. 7. Clean concrete of all dust, form oils, curing compounds, oil, tar, laitance, efflorescence, loose mortar, and other foreign materials before paints are applied. 8. To ease coating around outside corners, provide 3/4 -inch chamfered edges on all new concrete outside corners and grind existing concrete outside corners to a minimum radius of 3/4 -inch. 9. Unless recommended otherwise by the coating manufacturer, provide 1/4" deep by 1/4" wide tool cut terminations at 1 -inch maximum from all coating edges for anchorage. Provide terminations around all equipment, piping, openings, gates, top and bottom of walls, stop locations of each day's work and overlap onto previously completed work. Transition coating 3 -inches onto interior lining of 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-8 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD piping except where coating compatibility concerns are noted by coating manufacturer. 10. Apply epoxy or polymeric filler compatible with painting system to all inside corners of areas to be coated with a margin trowel to form a continuous 45 -degree cant cove across corners with a minimum dimension of 1.5 -inch. Roughen or prepare cured filler as recommended by coating manufacturer for proper coating adhesion. 11. All equipment grouting shall be installed and cured prior to starting coating work. Coating shall be applied over grout up to the edges of all equipment, gates and uninterrupted piping unless specifically noted otherwise. D. Previously -Painted Surfaces 1. Totally remove existing paint when: surface is to be submerged in a severe environment, paint is less than 75% intact, brittle, eroded or has underfilm rusting. 2. Surfaces which are greater than 75% intact require removal of failed paints and then spot primed. Spot priming is in addition to coats specified. 3. Remove surface contamination such as oil, grease, loose paint, mill scale, dirt, foreign matter, rust, mold, mildew, mortar, efflorescence, and sealers. 4. Clean and dull glossy surfaces prior to painting in accordance with the manufacturer's recommendations. 5. Check existing paints for compatibility with new paint system. If incompatible, totally remove existing paint system or apply a barrier coat recommended by the paint manufacturer. Remove existing paints of undetermined origin. Prepare a test patch of approximately 3 square feet over existing paint. Allow test patch to dry thoroughly and test for adhesion. If proper adhesion is not achieved remove existing paint and repaint. 3.03 APPLICATION OF PAINT A. Apply paint by experienced painters with brushes or other applicators approved by the Engineer, and paint manufacturer. B. Apply paint without runs, sags, thin spots, or unacceptable marks. C. Apply at rate specified by the manufacturer to achieve at least the minimum dry mil thickness specified. Apply additional coats, if necessary, to obtain thickness. D. Special attention shall be given to nuts, bolts, edges, angles, flanges, welds, etc., where insufficient film thicknesses are likely. Stripe paint outside corners and edges in 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-9 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD accordance with SSPC PA Guide 11. Stripe painting shall be in addition to coats specified. E. Perform thinning in strict accordance with the manufacturer's instructions, and with the full knowledge and approval of the Engineer and paint manufacturer. F. Allow paint to dry a minimum of twenty-four hours between application of any two coats of paint on a particular surface, unless shorter time periods are a requirement by the manufacturer. Longer drying times may be required for abnormal conditions as defined by the Engineer and paint manufacturer. Do not exceed manufacturer's recommended drying time between coats. G. Suspend painting when any of the following conditions exist: 1. Rainy or excessively damp weather. 2. Relative humidity exceeds 85%. 3. General air temperature cannot be maintained at 50°F or above through the drying period, except on approval by the Engineer and paint manufacturer. 4. Relative humidity will exceed 85% or air temperature will drop below 40°F within 18 hours after application of paint. 5. Surface temperature of item is within 5 degrees of dewpoint. 6. Dew or moisture condensation are anticipated. 7. Surface temperature exceeds the manufacturer's recommendations. 3.04 INSPECTION A. Each field coat of paint will be inspected and approved by the Engineer or his authorized representative before succeeding coat is applied. Tint successive coats so that no two coats for a given surface are exactly the same color. Tick -mark surfaces to receive black paint in white between coats. B. Use magnetic dry film thickness gauges and wet fiber thickness gauges for quality control. Furnish magnetic dry film thickness gauge for use by the Engineer. C. Coatings shall pass a holiday detector test. D. Determination of Film Thickness: Randomly selected areas, each of at least 107.5 contiguous square feet, totaling at least 5% of the entire control area shall be tested. Within this area, at least 5 squares, each of 7.75 square inches, shall be randomly selected. Three readings shall be taken in each square, from which the mean film thickness shall be calculated. No more than 20 percent of the mean film thickness 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-10 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD measurements shall be below the specified thickness. No single measurement shall be below 80 percent of the specified film thickness. Total dry film thickness greater than twice the specified film thickness shall not be acceptable. Areas where the measured dry film thickness exceeds twice that specified shall be completely redone unless otherwise approved by the Engineer. When measured dry film thickness is less than that specified additional coats shall be applied as required. E. Holiday Testing: Holiday test painted ferrous metal surfaces which will be submerged in water or other liquids, or surfaces which are enclosed in a vapor space in such structures. Mark areas which contain holidays. Repair or repaint in accordance with paint manufacturer's printed instructions and retest. 1. Dry Film Thickness Exceeding 20 Mils: For surfaces having a total dry film thickness exceeding 20 mils: Pulse -type holiday detector such as Tinker & Rasor Model AP -W, D.E. Stearns Co. Model 14/20, shall be used. The unit shall be adjusted to operate at the voltage required to cause a spark jump across an air gap equal to twice the specified coating thickness. 2. Dry Film Thickness of 20 Mils or Less: For surfaces having a total dry film thickness of 20 mils or less: Tinker & Rasor Model M1 non-destructive type holiday detector, K -D Bird Dog, shall be used. The unit shall operate at less than 75 -volts. For thicknesses between 10 and 20 mils, a non-sudsing type wetting agent, such as Kodak Photo -Flow, shall be added to the water prior to wetting the detector sponge. F. Paint manufacturer's NACE certified representative shall provide their services as required by the Engineer. Services shall include, but not be limited to, inspecting existing paint, determination of best means of surface preparation, inspection of completed work, and final inspection of painted work 11 months after the job is completed. 3.05 PROTECTION OF ADJACENT PAINT AND FINISHED SURFACES A. Use covers, masking tape, other method when protection is necessary, or requested by Owner or Engineer. Remove unwanted paint carefully without damage to finished paint or surface. If damage does occur, repair the entire surface adjacent to and including the damaged area without visible lapmarks and without additional cost to the Owner. B. Take all necessary precautions to contain dispersion of abrasive blasting debris and paint to the limits of the work. Take into account the effect of wind and other factors which may cause dispersion of the abrasive blasting debris and paint. Suspend painting operations when abrasive blasting debris or paint cannot be properly confined. Assume all responsibilities and cost associated with damage to adjacent structures, vehicles, or surfaces caused by the surface preparation and painting operations. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-11 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3.06 PIPING AND EQUIPMENT IDENTIFICATION A. Piping and equipment identification shall be in accordance with Section 40 05 53 — Identification for Process Piping and Equipment. 3.07 SCHEDULE OF COLORS A. Match colors indicated. Piping and equipment colors are indicated in Section 40 05 53 — Identification for Process Piping and Equipment. Colors which are not indicated shall be selected from the manufacturer's full range of colors by the Engineer. No variation shall be made in colors without the Engineer's approval. Color names and numbers shall be identified according to the appropriate color chart issued by the manufacturer of the particular product in question. 3.08 WORK IN CONFINED SPACES A. Provide and maintain safe working conditions for all employees. Supply fresh air continuously to confined spaces through the combined use of existing openings, forceddraft fans and temporary ducts to the outside, or direct air supply to individual workers. Exhaust paint fumes to the outside from the lowest level in the contained space. Provide explosionproof electrical fans, if in contact with fumes. No smoking or open fires will be permitted in, or near, confined spaces where painting is being done. Follow OSHA, state/commonwealth, and local regulations at all times. 3.09 OSHA SAFETY COLORS A. Paint wall around wall -mounted breathing or fire apparatus with the appropriate safety red color; area not to exceed 2 feet wide by 3 feet high, unless apparatus covers the area. Fire apparatus include fire hoses, extinguisher, and hydrants. B. Paint hazardous areas and objects in accordance with OSHA regulations. 3.10 VOC REGULATIONS A. Provide paint systems in accordance with local, state, and federal regulations. Where paint systems shown in schedule do not comply substitute equal products with VOC limits which comply with local, state, and federal regulations. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-12 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Table 1: Painting Schedule Surface Application Painting System and No. of Coats Product Reference (Table 2) Total Min. Dry Film Thickness Mils ( Matale Interior and exterior nonsubmerged (gloss) All new blowers, pumps, motors and mechanical equipment, piping, etc. 1 coat epoxy polyamide primer 1 coat epoxy polyamide 1 coat aliphatic polyurethane 104 102 115 4-6 4-6 3-5 Submerged water All metal piping, and mechanical equipment, etc. 2 coats NSF approved epoxy polyamide 105 4-6/coat Steel doors, windows and door frames, steel stairs, monorails, structural steel, misc. metals (steel) 1 coat epoxy polyamide 1 coat aliphatic polyurethane 102 115 5-8 3-4 Aluminum surfaces in contact with concrete 2 coats coal tar 107 26 Shop Primed Structural Steel Pre -Engineered Buildings 1 tie coat 1 coat epoxy 1 coat epoxy 113 114 120 2-3 3-4 3-4 1 Painting manufacturer shall verify compatibility of containment liner and chemical to be contained. Where incompatible substitute a compatible coating system. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 09 90 00-13 PAINTING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Product y E R a, (1) Cement-Plex 875 Macropoxy 646 DTM Acrylic Primer/Finish Macropoxy 646 Macropoxy 646 PW Hi -Mil Sher Tar Epoxy Hi -Mil Sher Tar Epoxy Industrial Enamel Industrial Enamel Macropoxy 646 Macropoxy 920 Pre - Prime Acrolon 218HS Water -Based Catalyzed Epoxy Kem Cati-Coat HS Epoxy Filler Macropoxy 646 Dura -Plate 235 CARBOLINE Sanitile 100 Carboguard 890 Carbocrylic 3359DTM Carboguard 893SG Carboguard 61 /891 VOC Bitumastic 300M Bitumastic 300M Carbocoat 8215 Carbocoat 8215 Carboguard 893SG Carboguard 893SG Rustbond Carboguard 893SG Carbothane 134HG Sanitile 255 Sanitile 500 Carboguard 890 Carboguard 890 PPG/AMERON BLOXFIL 4000 AMERLOCK 2 PITT TECH PLUS AMERCOAT 385 AMERLOCK 2 AMERCOAT 78HB AMERCOAT 78HB DEVGUARD 4308 DEVGUARD 4308 AMERCOAT 385 AMERCOAT 385 AMERLOCK SEALER AMERLOCK 385 AMERCOAT 450 HS AQUAPON WB AMERLOCK 114 AMERLOCK 2/400 AMERLOCK 400 Tnemec Series 130-6601 OCO Z Z 1028/1029 O CO=s N140 M d' CO 46-465 2H 1029 N CO N CO 530 27 1074 or 1075 113 or 114 1254 84 104 Ref. System Purpose Primer -sealer Finish coat semi -gloss or gloss Sealer Primer Primer/Finish Finish high -coat build Sealer Finish coat Finish coat Primer Sealer Barrier coat Intermediate coat Finish coat Finish coat Sealer Finish coat Finish coat Acrylic filler Epoxy polyamide Acrylic latex Epoxy Polyamide — metal Epoxy Coal tar epoxy Coal tar Alkyd -medium oil Alkyd -long oil Epoxy polyamide Epoxy polyamide Urethane Polyamine Epoxy Aliphatic Polyurethane Acrylic epoxy Epoxy block filler Catalyzed epoxy High solids epoxy 101 N 0 co 0 104 105 106 107 108 109 110 N co 114 115 CO N- 118 6) 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 09 90 00-14 12/07/2021 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Carboguard 890 AMERLOCK 2/400 0 0 0 O O N Table 2: Product Listing END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 09 90 00-15 12/07/2021 THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 26 05 00 BASIC ELECTRICAL REQUIREMENTS PART 1 — GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish all labor, materials, tools, and equipment, and perform all work and services necessary for, or incidental, to the furnishing and installation of all electrical work as shown on the Drawings, and as specified in accordance with the provisions of the Contract Documents and completely coordinate with the work of other trades involved in the general construction. Although such work is not specifically shown or specified, all supplementary or miscellaneous items, appurtenances, and devices incidental to or necessary for a sound, secure, and complete installation shall be furnished and installed as part of this work. The Contractor shall obtain approved Shop Drawings showing wiring diagrams, connection diagrams, roughing -in and hook up details for all equipment and comply therewith. All electrical work shall be complete and left in operating condition in accordance with the intent of the Drawings and the Specifications for the electrical work. B. Reference the City of Corpus Christi ONSWTP Instrumentation and Electrical Standards Project E13064 (City Standards). All requirements within the Division 26 specifications and the Standard Detail Drawings for the referenced project apply to the ONSWTP Sedimentation Basin Improvements project unless otherwise specified herein. Where there is a conflict in the referenced specifications and these specifications, the stricter requirements of this project shall take precedence. C. The electrical scope of work for this project primarily includes, but is not limited to, the following: 1. Furnish and install low voltage motor control equipment. 2. Furnish and install feeder circuit breakers in existing lighting panelboards. 3. Furnish and install other low voltage electrical power distribution equipment. 4. Furnish and install all aboveground raceway systems including conduit, fittings, boxes, supports, and other pertinent components. 5. Furnish and install all underground raceway systems including conduit, fittings, manholes, handholes and other pertinent components. 6. Furnish and install all low voltage wire and cable resulting in a complete and operable electrical system. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-1 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 7. Furnish and install new lighting systems and wiring devices. 8. Other electrical work as specified herein and indicated on the Drawings. D. All material and equipment must be the product of an established, reputable, and approved manufacturer; must be new and of first-class construction; must be designed and guaranteed to perform the service required; and must bear the label of approval of the Underwriters Laboratories, Inc., where such approval is available for the product of the listed manufacturer as approved by the Engineer. E. When a specified or indicated item has been superseded or is no longer available, the manufacturer's latest equivalent type or model of material or equipment as approved by the Engineer shall be furnished and installed at no additional cost to the Owner. F. Where the Contractor's selection of equipment of specified manufacturers or additionally approved manufacturers requires changes or additions to the system design, the Contractor shall be responsible in all respects for the modifications to all system designs, subject to approval of the Engineer. The Contractor's bid shall include all costs for all work of the Contract for all trades made necessary by such changes, additions or modifications or resulting from any approved substitution. G. Furnish and install all stands, racks, brackets, supports, and similar equipment required to properly serve the equipment which is furnished under this Contract, or equipment otherwise specified or indicated on the Drawings. 1.02 EQUIPMENT LOCATION A. The Drawings show the general location of equipment, feeders, transformers, outlets, conduits, and circuit arrangements. Because of the small scale of the Drawings, it is not possible to indicate all of the details involved. The Contractor shall carefully investigate the structural and finish conditions affecting the work and shall arrange such work accordingly; furnishing such fittings, junction boxes, and accessories as may be required to meet such conditions. The Contractor shall refer to the entire Drawing set to verify openings, special surfaces, and location of other equipment, or other special equipment prior to roughing -in for panels, switches, and other outlets. The Contractor shall verify all equipment dimensions to ensure that proposed equipment will fit properly in spaces indicated. B. Where outlets are shown near identified equipment furnished by this or other Contractors, it is the intent of the Specifications and Drawings that the outlet be located at the equipment to be served. The Contractor shall coordinate the location of these outlets to be near the final location of the equipment served whether placed correctly or incorrectly on the Drawings. 1.03 LOCAL CONDITIONS 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-2 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD A. The Contractor shall examine the site and become familiar with conditions affecting the work. The Contractor shall investigate, determine, and verify locations of any overhead or buried utilities on or near the site, and shall determine such locations in conjunction with all public and/or private utility companies and with all authorities having jurisdiction. All costs, both temporary and permanent to connect all utilities, shall be included in the Bid. The Contractor shall be responsible for scheduling and coordinating with the local utility for temporary and permanent services. B. In addition, the Contractor shall relocate all duct banks, lighting fixtures, receptacles, switches, boxes, and other electrical equipment as necessary to facilitate the Work included in this project. Costs for such work shall be included in the Bid. 1.04 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 00 72 00, Article 24 — Submittals and the requirements of the individual Specification Sections, the Contractor shall obtain from the equipment manufacturer and submit the following: 1. Shop Drawings 2. Operation and Maintenance Manuals 3. Spare Parts List 4. Proposed Testing Methods and Reports of Certified Shop Tests 5. Reports of Certified Field Tests 6. Manufacturer's Representative's Certification B. Submittals shall be sufficiently complete in detail to enable the Engineer to determine compliance with Contract requirements. C. Submittals will be approved only to the extent of the information shown. Approval of an item of equipment shall not be construed to mean approval for components of that item for which the Contractor has provided no information. D. Some individual electrical specification sections may require a Compliance, Deviations, and Exceptions (CD&E) letter to be submitted. If the CD&E letter is required and shop drawings are submitted without the letter, the submittal will be rejected. The letter shall include all comments, deviations and exceptions taken to the Drawings and Specifications by the Contractor AND Equipment Manufacturer/Supplier. This letter shall include a copy of this specification section. In the left margin beside each and every paragraph/item, a letter "C", "D", or "E" shall be typed or written in. The letter "C" shall be for full compliance with the requirement. The letter "D" shall be for a deviation from the requirement. The letter "E" shall be for taking exception to a requirement. Any requirements with the letter 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-3 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD "D" or "E" beside them shall be provided with a full typewritten explanation of the deviation/exception. Handwritten explanation of the deviations/exceptions is not acceptable. The CD&E letter shall also address deviations, and exceptions taken to each Drawing related to this Specification Section. 1.05 APPLICABLE CODES AND REQUIREMENTS A. Conformance 1. All work, equipment and materials furnished shall conform with the existing rules, requirements and specifications of the following: a. Insurance Rating Organization having jurisdiction b. The serving electrical utility company c. The currently adopted edition of the National Electrical Code (NEC) d. The National Electric Manufacturers Association (NEMA) e. The Institute of Electrical and Electronic Engineers (IEEE) f. The Insulated Cable Engineers Association (ICEA) g. The American Society of Testing Materials (ASTM) h. The American National Standards Institute (ANSI) i. The requirements of the Occupational Safety Hazards Act (OSHA) The National Electrical Contractors Association (NECA) Standard of Installation k. National Fire Protection Association (NFPA) I. International Electrical Testing Association (NETA) m. All other applicable Federal, State/Commonwealth and local laws and/or ordinances. 2. All material and equipment shall bear the inspection labels of Underwriters Laboratories, Inc., if the material and equipment is of the class inspected by said laboratories. B. Nonconformance 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-4 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1. Any paragraph of requirements in these Specifications, or Drawings, deviating from the rules, requirements and Specifications of the above organizations shall be invalid and their (the above organizations) requirements shall hold precedent thereto. The Contractor shall be held responsible for adherence to all rules, requirements and specifications as set forth above. Any additional work or material necessary for adherence will not be allowed as an extra, but shall be included in the Bid. Ignorance of any rule, requirement, or Specification shall not be allowed as an excuse for nonconformity. Acceptance by the Engineer does not relieve the Contractor from the expense involved for the correction of any errors which may exist in the drawings submitted or in the satisfactory operation of any equipment. C. Certification 1. Upon completion of the work, the Contractor shall obtain certificate(s) of inspection and approval from the National Board of Fire Underwriters or similar inspection organization having jurisdiction and shall deliver same to the Engineer and the Owner. 1.06 PERMITS AND INSPECTIONS A. The Contractor shall reference the General Conditions and Section 01 11 00 — Summary of Work. 1.07 TEMPORARY LIGHTING AND POWER A. The Contractor shall reference the General Conditions and Section 01 50 00, 2.05 — Temporary Utilities. 1.08 TESTS A. Upon completion of the installation, the Contractor shall perform tests for operation, load (Phase) balance, overloads, and short circuits. Tests shall be made with and to the satisfaction of the Owner and Engineer. B. The Contractor shall perform all field tests and shall provide all labor, equipment, and incidentals required for testing and shall pay for electric power required for the tests. All defective material and workmanship disclosed shall be corrected by the Contractor at no cost to the Owner. The Contractor shall show by demonstration in service that all circuits and devices are in good operating condition. Test shall be such that each item of control equipment will function not less than five (5) times. C. Refer to each individual specification section for detailed test requirements. D. The Contractor shall complete the installation and field testing of the electrical installation at least two (2) weeks prior to the start-up and testing of all other equipment. During the period between the completion of electrical installation and the start-up and testing of all 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-5 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD other equipment, the Contractor shall make all components of the Work available as it is completed for their use in performing Preliminary and Final Field Tests. E. Before each test commences, the Contractor shall submit a detailed test procedure, and also provide test engineer resume, personnel and scheduling information for the approval by the Engineer. In addition, the Contractor shall furnish detailed test procedures for any electrical equipment required as part of the field tests of other systems. 1.09 INFRARED INSPECTION A. Just prior to the final acceptance of a piece of equipment, the Contractor shall perform an infrared inspection to locate and correct all heating problems associated with electrical equipment terminations. The infrared inspection shall be performed by a third party, independent testing agency, not the Electrical Contractor. B. The infrared inspection shall apply to all new equipment and existing equipment that is in any way modified under this Contract. All heating problems detected with new equipment furnished and installed under the Scope of this Contract shall be corrected by the Contractor. All problems detected with portions of existing equipment modified under this Contract shall also be corrected by the Contractor. C. Any issues detected with portions of existing equipment that were not modified under this Contract are not the responsibility of the Contractor. Despite the Contractor not being held responsible for these problems, the Contractor shall report them to the Owner and Engineer immediately for resolution. D. The infrared inspection report shall include both digital and IR pictures positioned side by side for all equipment inspected. Both the digital and IR pictures shall be clear and high quality. Fuzzy, grainy, or poorly illuminated pictures are not acceptable. The IR picture shall be provided with a temperature scale beside it, and an indication of the hot spot temperature in each picture. Reports shall be furnished in a 3 -ring binder, with all pages printed in full color, with equipment assemblies separated by tabs. 1.10 PROTECTIVE DEVICE SETTING AND TESTING A. The Contractor shall provide the services of a field services organization to adjust, set, calibrate and test all protective devices in the electrical system. The organization shall be a subsidiary of or have a franchise service agreement with the electrical equipment manufacturer. The qualifications of the organization and resumes of the technicians as well as all data forms to be used for the field testing shall be submitted. B. All protective devices in the electrical equipment shall be set, adjusted, calibrated and tested in accordance with the manufacturers' recommendations, and best industry practice. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-6 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD C. Proper operation of all equipment associated with the device under test and its compartment shall be verified, as well as complete resistance, continuity and polarity tests of power, protective and metering circuits. Any minor adjustments, repairs and/or lubrication necessary to achieve proper operation shall be considered part of this Contract. D. All solid state trip devices shall be checked and tested for setting and operation using manufacturers recommended test devices and procedures. E. Circuit breakers and/or contactors associated with the above devices shall be tested for trip and close functions with their protective device. F. When completed, the Contractor shall provide a comprehensive report for all equipment tested indicating condition, readings, faults and/or deficiencies in same. Inoperative or defective equipment shall be brought immediately to the attention of the Engineer. G. Prior to placing any equipment in service, correct operation of all protective devices associated with this equipment shall be demonstrated by field testing under simulated load conditions. 1.11 POWER SYSTEM STUDIES A. The Contractor shall provide a short circuit study, arc flash study and arc flash labels for all equipment modified, and all new equipment provided under this contract. Studies shall be performed by a registered professional engineer currently registered in the State of Texas. B. The Contractor is responsible for providing all required info to the preparer of the studies. C. A preliminary study shall be submitted to the Engineer prior to submitting electrical distribution equipment submittals to verify equipment ratings. After preliminary approval of the studies, and after approval of all equipment shop drawings, a final study shall be submitted with updated calculations based on the final approved shop drawings. 1.12 SCHEDULES AND FACILITY OPERATIONS A. Since the equipment testing required herein shall require that certain pieces of equipment be taken out of service, all testing procedures and schedules must be submitted to the Engineer for review and approval one (1) month prior to any work beginning. When testing has been scheduled, the Engineer must be notified 48 hours prior to any work to allow time for load switching and/or alternation of equipment. In addition, all testing that requires temporary shutdown of facility equipment must be coordinated with the Owner/Engineer so as not to affect proper facility operations. B. At the end of the workday, all equipment shall be back in place and ready for immediate use should a facility emergency arise. In addition, should an emergency condition occur 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-7 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD during testing, at the request of the Owner, the equipment shall be placed back in service immediately and turned over to Owner personnel. C. In the event of accidental shutdown of Owner equipment, the Contractor shall notify Owner personnel immediately to allow for an orderly restart of affected equipment. D. Maintaining the operation of these facilities during the duration of the construction period is essential and required. The Contractor shall furnish and install temporary equipment as required to maintain facility operation. All costs for temporary equipment shall be included in the Bid. 1.13 MATERIALS HANDLING A. Materials arriving on the job site shall be stored in such a manner as to keep material free of rust and dirt and so as to keep material properly aligned and true to shape. Rusty, dirty, or misaligned material will be rejected. Electrical conduit shall be stored to provide protection from the weather and accidental damage. Rigid non-metallic conduit shall be stored on even supports and in locations not subject to direct sun rays or excessive heat. Cables shall be sealed, stored, and handled carefully to avoid damage to the outer covering or insulation and damage from moisture and weather. Adequate protection shall be required at all times for electrical equipment and accessories until installed and accepted. Materials damaged during shipment, storage, installation, or testing shall be replaced or repaired in a manner meeting with the approval of the Engineer. If space heaters are provided in a piece of electrical equipment, they shall be temporarily connected to a power source during storage. The Contractor shall store equipment and materials in accordance with Division 01. 1.14 WARRANTIES A. Unless otherwise specified in an individual specification section, all electrical equipment and electrical construction materials shall be provided with a warranty in accordance with the requirements of Section 46 00 00 — Equipment General Provisions and the General Conditions. 1.15 TRAINING A. Unless otherwise specified in an individual specification section, all training for electrical equipment shall be provided in accordance with the requirements of Section 46 00 00 — Equipment General Provisions. PART 2 — PRODUCTS 2.01 PRODUCT REQUIREMENTS 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-8 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD A. Unless otherwise indicated, the materials to be provided under this Specification shall be the products of manufacturers regularly engaged in the production of all such items and shall be the manufacturer's latest design. The products shall conform to the applicable standards of UL and NEMA, unless specified otherwise. International Electrotechnical Commission (IEC) standards are not recognized. Equipment designed, manufactured, and labeled in compliance with IEC standards is not acceptable. B. All items of the same type or ratings shall be identical. This shall be further understood to include products with the accessories indicated. C. All equipment and materials shall be new, unless indicated or specified otherwise. D. The Contractor shall submit proof if requested by the Engineer that the materials, appliances, equipment, or devices that are provided under this Contract meet the requirements of Underwriters Laboratories, Inc., in regard to fire and casualty hazards. The label of or listing by the Underwriters Laboratories, Inc., will be accepted as conforming to this requirement. 2.02 SUBSTITUTIONS A. Unless specifically noted otherwise, any reference in the Specifications or on the Drawings to any article, service, product, material, fixture, or item of equipment by name, make, or catalog number shall be interpreted as establishing the type, function, and standard of quality and shall not be construed as limiting competition. The Contractor, in such cases may use any article, device, product, material, fixture, or item of equipment which in the judgment of the Engineer, expressed in writing, is equal to that specified. 2.03 CONCRETE A. The Contractor shall furnish all concrete required for the installation of all electrical work, Concrete shall be Class A unless otherwise specified. Concrete and reinforcing steel shall meet the appropriate requirements of Division 03 of the Specifications. B. The Contractor shall provide concrete equipment pads for all free-standing electrical apparatus and equipment located on new or existing floors or slabs. The Contractor shall provide all necessary anchor bolts, channel iron sills, and other materials as required. The exact location and dimensions shall be coordinated for each piece of equipment well in advance of the scheduled placing of these pads. Equipment pads shall be 4 inches high unless otherwise indicated on the Drawings and shall conform to standard detail for equipment pads shown on the Contract Drawings. Equipment pads shall not have more than 3" excess concrete beyond the edges of the equipment. C. The Contractor shall provide concrete foundations for all free-standing electrical apparatus and equipment located outdoors or where floors or slabs do not exist and/or are not or provided by others under this Contract. The Contractor shall provide all necessary anchor bolts, channel iron sills, and other materials as required. The location and dimensions shall 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-9 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD be coordinated for each piece of equipment well in advance of the scheduled placing of the foundations. Equipment foundations shall be constructed as detailed on the Drawings or if not detailed on the Drawings shall be 6 inches thick minimum reinforced with #4 bars at 12 -inch centers each way placed mid -depth. Concrete shall extend 6 inches minimum beyond the extreme of the equipment base and be placed on a compacted stone bed (#57 stone or ABC) 6 inches thick minimum. 2.04 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES A. Reference Section 26 05 19 from the City Standards except as follows: 1. All power and control conductor insulation to be XHHW. 2. All instrumentation cable to be rated 600V, 90°C for both wet and dry locations. Cable shall be UL 1277 listed as NEC Type TC. a. Cable and group shields shall consist of overlapped aluminum/polyester tape/foil providing 100% coverage. Instrumentation cables shall include an overall copper shield drain wire. Cables containing multiple twisted pairs or triads shall also include group shield drain wires. b. Conductors, including drain wires, shall be tin or alloy coated (if available), soft, annealed copper, stranded per ASTM B-8, with Class B stranding unless otherwise specified. c. Instrumentation signal conductor size shall be no smaller than No. 16 AWG. d. Instrumentation cable shall be Okoseal-N Type P -OS (for single pair or triad applications) or Okoseal-N Type SP -OS (for multiple pair or triad applications) as manufactured by the Okonite Company, Belden equivalent, Southwire Company equivalent, or equal. 3. Splicing of conductors or cables is not acceptable unless approved in writing by the Engineer. If unique field conditions exist or pulling calculations indicate that splices may be required, the Contractor shall submit a detailed request indicating why splices are required to the Engineer. The Engineer shall be under no obligation to grant such request. 2.05 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS A. Reference Section 26 05 26 from City Standards except as follows: 1. Underground bare copper conductors used for ground grid shall be buried a minimum of 30" below finished grade and 3'-0" minimum from foundation as indicated on the Drawings. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-10 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2.06 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS A. Reference Section 26 05 29 from City Standards except as follows: 1. All hangers, supports and hardware (nuts, bolts, washers) shall be Type 316 stainless steel. 2.07 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM A. Reference Section 26 05 33 from City Standards except as follows: 1. EMT, IMC, ENT, HDPE, and RTRC conduit, tubing, and fitting types shall not be utilized for this project. 2. All outdoor boxes and enclosures shall be NEMA 4X, Type 316 stainless steel or aluminum. 2.08 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS A. Reference Section 26 05 43 from City Standards except as follows: 1. Fiberglass handholes and boxes shall not be utilized for this project. 2.09 IDENTIFICATION FOR ELECTRICAL SYSTEMS A. Reference Section 26 05 53 from City Standards except as follows: 1. Underground -line warning tape shall be placed 12 inches above the ductbank in lieu of 6 to 8 inches as specified in the reference specification. 2.10 LOW VOLTAGE ELECTRIC MOTORS A. Reference Section 26 05 60 for requirements pertaining to low voltage electric motors. 2.11 WIRING DEVICES A. Reference Section 26 27 26 from City Standards except as follows: 1. Replace references of TVSS: Transient Voltage Surge Suppressor with SPD: Surge Protective Device. 2. All wiring devices shall be listed for use with stranded conductors. 2.12 ENCLOSED SWITCHES AND CIRCUIT BREAKERS A. Reference Section 26 28 16 from City Standards. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-11 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2.13 LIGHTING A. Reference Section 26 51 00 from City Standards except as follows: 1. Remove all references to fluorescent and HID fixtures. All fixtures provided under this Contract shall be LED type fixtures. 2. Reference the fixture schedule on the Contract Drawings for fixture types, fixture options, etc. 2.14 ELECTRIC CONTROLS AND RELAYS A. Reference Section 26 09 16 for requirements for pilot devices, control relays, timing relays, local control stations, and terminal blocks. PART 3 — EXECUTION 3.01 CUTTING AND PATCHING A. Coordination 1. The Work shall be coordinated between all trades to avoid delays and unnecessary cutting, channeling and drilling. Sleeves shall be placed in concrete for passage of conduit wherever possible. B. Damage 1. The Contractor shall perform all chasing, channeling, drilling and patching necessary to the proper execution of this Contract. Any damage to the building, structure, or any equipment shall be repaired by qualified mechanics of the trades involved at the Contractor's expense. If, in the Engineer's judgment, the repair of damaged equipment would not be satisfactory, then the Contractor shall replace damaged equipment at the Contractor's expense. C. Existing Equipment 1. Provide a suitable cover or plug for openings created in existing equipment as the result of work under this Contract. For example, provide round plugs in equipment enclosures where the removal of a conduit creates a hole and the enclosure. Covers and plugs shall maintain the NEMA rating of the equipment enclosure. Covers and plugs shall be watertight when installed in equipment located outdoors. 3.02 EXCAVATION AND BACKFILLING 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-12 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD A. The Contractor shall perform all excavation and backfill required for the installation of all electrical work. All excavation and backfilling shall be in complete accordance with the applicable requirements of Division 31. 3.03 CORROSION PROTECTION A. Wherever dissimilar metals, except conduit and conduit fittings, come into contact, the Contractor shall isolate these metals as required with neoprene washers, nine (9) mil polyethylene tape, or gaskets. END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 00-13 BASIC ELECTRICAL REQUIREMENTS DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 26 05 60 LOW -VOLTAGE ELECTRIC MOTORS PART 1 — GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish all labor, materials, tools and equipment necessary for furnishing, installing, connecting, testing and placing into satisfactory operation all low voltage electric motors as shown on the Drawings and specified herein. All motors required for this Contract shall comply with this Section unless otherwise noted. 1.02 CODES AND STANDARDS A. Motors and related accessories shall be designed, manufactured, and/or listed to the following standards as applicable: 1. Institute of Electrical and Electronics Engineers (IEEE) a. IEEE 112 — Standard Test Procedure for Polyphase Induction Motors and Generators 2. National Electrical Manufacturer's Association (NEMA) a. NEMA MG 1 — Motors and Generators 3. Underwriters Laboratories (UL) a. UL 547 — Standard for Safety Thermal Protectors for Motors b. UL 674 — Electric Motors and Generators for Use in Hazardous (Classified) Locations c. UL 1004-1 — Standard for Rotating Electrical Machines d. UL 1004-3 — Standard for Thermally Protected Motors e. UL 1004-8 — Standard for Inverter Duty Motors 1.03 SUBMITTALS A. In accordance with the procedures and requirements set forth in the General Conditions -41 and Section 01 33 00 — Submittal Procedures, the Contractor shall obtain from the equipment manufacturer and submit the following: 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 60-1 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1. Shop Drawings. 2. Spare Parts List. B. Each submittal shall be identified by the applicable Specification Section. 1.04 SHOP DRAWINGS A. Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of the proposed equipment's compliance with the Contract Documents. B. Partial, incomplete or illegible submittals will be returned to the Contractor without review for resubmittal. C. Individual shop drawings for electric motors shall be submitted in accordance with the procedures and requirements set forth in the General Conditions and Section 01 33 00 — Submittal Procedures, unless submitted as a part of the shop drawings for the driven equipment. D. Shop drawings for electric motors shall include motor data sheets, dimensioned drawings, wiring diagrams for devices such as space heaters, temperature devices, and shaft grounding rings. Shop drawings shall identify electric characteristics and design, mechanical construction, manufacturer's name, type and pertinent specifications for the use intended, along with the name of the equipment to be driven. For motors rated 50 horsepower or greater, submittal of motor data for acceptance shall include, as a minimum, the following: 1. Manufacturer's type and frame designation 2. Horsepower rating 3. Time rating (per NEMA Standards) 4. Ambient temperature rating 5. Motor winding insulation system designation 6. RPM at rated load 7. Frequency 8. Number of phases 9. Rated -load amperes 10. Voltage 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 60-2 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 11. Code letter (starting KVA per horsepower) 12. Design letter for integral horsepower induction motors (per NEMA Standards) 13. Service factor 14. Temperature rise at full load and at service factor load 15. Efficiency at 1/4, 1/2, 3/4 and full load 16. Power factor at 1/4, 1/2, 3/4 and full load 17. Motor outline, dimensions and weight 18. Motor winding insulation system description 19. Horsepower required by connected machine at specified conditions (load curves) shall be supplied for all compressors, propeller and positive displacement pumps. 20. The foregoing data shall also be verified after manufacture and shall be included with the information to be furnished in the operation and maintenance manuals specified. E. The shop drawing information shall be complete and organized in such a way that the Engineer can determine if the requirements of these Specifications are being met. Copies of technical bulletins, technical data sheets from "soft-cover" catalogs, and similar information which is "highlighted" or somehow identifies the specific equipment items the Contractor intends to provide are acceptable and shall be submitted. 1.05 SPARE PARTS A. All spare parts as recommended by the equipment manufacturer shall be furnished to the Owner by the Contractor. PART 2 — PRODUCTS 2.01 MANUFACTURERS A. The equipment covered by this Specification is intended to be standard equipment of proven performance as manufactured by reputable concerns. Equipment shall be designed, constructed and installed in accordance with the best practices of the trade, and shall operate satisfactorily when installed as shown on the Drawings. B. Electric motors shall be manufactured by Baldor/Reliance Electric Company; Nidec Motors; Toshiba Industrial and Power Systems, Inc.; Siemens Energy & Automation, Inc.; General Electric Company; or equal. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 60-3 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2.02 MATERIALS AND CONSTRUCTION A. Motors shall be built in accordance with the latest standards of NEMA, including, but not limited to MG -1 and MG -2, IEEE, ANSI and to the requirements specified herein. B. Type 1. Unless otherwise noted, motors specified herein shall be polyphase squirrel cage, NEMA Design B, or single phase capacitor or repulsion start induction motors. Special equipment requiring a motor drive with unusual characteristics shall be equipped with a definite purpose motor to meet the necessary requirements. 2. Unless otherwise shown or specified, all motors 1/2 horsepower or larger shall be three- phase, 60 Hertz, NEMA Design B, squirrel cage induction motors designed for operation at 480 volts or greater as specified herein or shown on the Drawings. 3. Unless otherwise specified in the individual equipment specification for the driven equipment, or as required by the dynamic characteristics of the load as determined by the manufacturer of the machine to be driven, all polyphase squirrel cage motors shall be designed to withstand the starting voltage shown on the Drawings and shall have torque and locked rotor current characteristics as specified for NEMA Design B motors. 4. All motors 2 horsepower and smaller shall have windings encapsulated with a flexible epoxy compound, or insulated with a flexible epoxy compound, or insulated with the manufacturer's premium quality system which shall be subject to acceptance by the Engineer. 5. Unless otherwise noted, all motors smaller than 1/2 horsepower shall be standard single-phase capacitor start or repulsion start induction type designed for operation on 120 volts or 208 volts, 60 Hz alternating current. The motor shall deliver rated load without exceeding a 80 degrees C temperature rise while operating in a 40 degrees C ambient temperature. Small fan motors less than 1/4 HP may be split -phase or shaded pole type. Shaded pole motors rated more than 1/4 horsepower are not acceptable. Fractional horsepower motors shall be completely equipped with all necessary auxiliary components for starting and labeled as "Thermally Protected". Insulation shall be Class B, except that submersible motors shall have epoxy encapsulation. Unless otherwise noted, the motors shall be totally enclosed. Small fan motors may be of the open type where they are suitably protected from moisture dripping and lint accumulation. Motors shall be provided with sealed ball bearings lubricated for 10 years of normal use. C. Rating 1. Each motor shall develop ample torque for its required service through its acceleration range and throughout its rated load range. The rating of the motors 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 60-4 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD offered shall in no case be less than the horsepower shown on the Drawings or elsewhere specified. It should be noted that the motor sizes indicated on the Drawings or as otherwise specified herein, are motor sizes required to operate the specific equipment which is specified. Higher rated motor sizes may be determined from the actual equipment submitted, approved, purchased, and installed. Protective devices, motor starters, disconnect switches, and other necessary equipment shall be furnished and installed for the actual motor sizes required at no additional cost. 2. Motor ratings shall be based on continuous operation. The maximum temperature rise for open and drip proof type motors shall not exceed 90 degrees C, and for totally enclosed type motors shall not exceed 80 degrees C. D. Motor Winding Insulation 1. Insulation shall be as specified for each particular type or class of motor. The insulation system shall provide a high dielectric strength, long life covering for the windings which may be required to operate in a continually damp, corrosive, and/or chemically contaminated environment. The insulation shall be resistant to attack by moisture, acids, alkalies, abrasives, and mechanical and thermal shock. Leads shall be sealed with a non -wicking, non -hydroscopic insulation material. 2. Motor insulation resistance may be checked at any time after delivery to the job site or during the warranty period. Encapsulated motor stators may be subjected to insulation testing while completely submerged in water. Any motor not meeting the requirements specified herein will be rejected and shall be promptly replaced at no cost to the Owner. 3. Torque and locked rotor current characteristics for three phase motors shall be NEMA Design B. The locked rotor KVA/HP input at full voltage for 10 horsepower. motors and larger shall not exceed that permitted for Code Letter "J", except for specialized equipment requiring a motor drive with special definite characteristics. 4. Unless otherwise specified, non -inverter duty motors shall be furnished with a Class F insulation system. Unless otherwise specified, inverter duty motors shall be furnished with a Class H insulation system. In either case, temperature rise shall be limited to that for Class B insulation. Output torque and speed characteristics of each motor shall be suitable to operate the driven equipment through the full range of acceleration and operating load conditions without exceeding the nameplate current rating, and/or temperature rise. E. Nameplates 1. The motor manufacturer's nameplate shall be engraved, embossed, or stamped on a stainless steel sheet and fastened to the motor frame with No. 4 or larger oval 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 60-5 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD head stainless steel screws or drive pins. Printed or laser -etched nameplates are not acceptable. 2. Nameplates shall include as a minimum, Items 1 through 14 as listed in Article 1.04 D in addition to that required by NEMA standards. The nameplate shall be positioned so as to be readily visible for inspection as installed in the facility. F. Design 1. Motors shall be designed to accelerate and drive the connected equipment under all normal operating conditions without exceeding nameplate ratings. 2. Motors specified for operation with variable frequency drives shall be inverter duty rated. Motors shall be considered inverter duty rated only if they meet all of the requirements for NEMA MG -1 Part 31. 3. Motors shall be designed to output 100 percent of nameplate horsepower under continuous duty service without exceeding the temperature rise specified herein when controlled by the actual drives furnished. Inverter duty motors shall be designed to operate down to 10% of full load speed without the need for a line powered cooling fan. 4. Unless otherwise specified, electric motors shall be furnished with service factors in accordance with NEMA MG -1 as follows: Type of Motor Service Factor Non -inverter Duty 1.15 Inverter Duty 1.0 5. Design selection with respect to the driven machine shall be such that the requirements do not exceed 85 percent of the motors' maximum rating modified by service factor, ambient temperature, enclosure, altitude and electrical service. The electrical service conditions shall be assumed to be 10 percent undervoltage, 5 percent underfrequency, and 3 percent voltage unbalance. Altitude shall be assumed to be the project site elevation plus 10 percent. Ambient temperature shall be assumed to be 95 degrees F in exterior locations, 104 degrees F (40 degrees C) in interior locations, and 122 degrees F (50 degrees C) within housings or enclosures; except where higher temperatures may be encountered within or on individual items of equipment. The applicable paragraphs of NEMA MG -1 shall be used in making the design selection. 6. Motors used with belt drives shall have sliding bases to provide for belt take up. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 60-6 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 7. Terminal boxes shall be of sufficient size to accommodate the required quantity and size of conduits. Gasketed terminal boxes shall be furnished with all splash -proof and totally enclosed motors. NEMA ratings of the terminal boxes shall be suited for the application. Motors located in hazardous locations shall be furnished with terminal boxes suitable for the specific Class, Division, and Group suitable for the application. Terminal boxes shall be sized to accommodate accessory equipment such as motor differential current transformers, where required. 8. Terminal boxes for horizontal motors shall be located on the left-hand side when viewing the motor from the drive shaft end and shall be so designed that conduit entrance can be made from above, below, or either side of the terminal box. G. Construction 1. Frames, mounting means, and shafts shall meet NEMA Standards for the horsepower, RPM, and enclosure selected. Enclosures shall be selected according to the degree of mechanical protection required and shall not be of aluminum construction. All motors shall have a manufacturer's standard shop machinery finish, consisting of a rust -resisting priming coat of zinc chromate and a finish coat of alkyd machinery enamel. Reference Section 09 90 00 — Painting. 2. Motors shall have cast iron frames and a heavy gauge steel terminal box, with neoprene gaskets between the frame and the box and between the box and its cover. A grounding lug(s) shall be provided inside the terminal box. 3. Motors weighing more than 50 pounds shall be equipped with at least one lifting eye. All lifting hardware shall be corrosion resistant. 4. When located outdoors, or elsewhere if specified, motors shall be totally enclosed, non -ventilated (TENV) or totally enclosed, fan -cooled (TEFC) machines, unless otherwise noted. Totally enclosed motors shall be provided with two (2) 1/4 inch drain holes drilled through the bottom of the frame, which allows complete drainage of the frame. Where specified, TEFC motors controlled by a variable frequency drive shall be provided with a separately powered cooling fan motor that runs at 60HZ to ensure proper cooling of the motor at low speeds. Cooling fan motor shall be suitable for 120VAC, single phase operation. Vertically oriented motors located outdoors shall be provided with a drip cover over the fan end to prevent accumulation of precipitation. 5. If so specified and when located in indoor areas which are heated and weatherproof, motors shall be open drip -proof machines. Ventilation openings shall be arranged to prevent the entrance of drops of liquid or solid particles at any angle from zero to 15 degrees downward from vertical. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 60-7 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 6. Unless otherwise specified, or required, motors rated less than 200 horsepower shall be furnished with bearings of the grease lubricated, antifriction ball type with conveniently located grease fittings and drain plugs. A means of preventing bearings from becoming over -greased shall be provided. Bearings shall have a minimum B-10 life of 20,000 hours. 7. Rotors shall be statically and dynamically balanced. Rotor windings shall be one-piece cast aluminum. Where applicable, rotors shall be constructed with integral fins. 8. Externally mounted motor shaft grounding rings shall be provided to protect motors against motor shaft and bearing currents. Grounding rings shall be provided for all motors controlled by VFDs, with the following exceptions: a. Motors located in hazardous areas b. Motors rated less than 1 horsepower c. Submersible motors 9. All motors shall be provided with factory -installed one -hole terminations (ring terminals) on the ends of all motor leads. Terminations shall be identified for use with cables that have stranding other than Class B and shall be the irreversible compression type. H. Power Factor and Efficiency 1. All motors, including vertical hollowshaft motors, in the range of 1-500 horsepower, inclusive, shall be designed specifically for energy efficiency and high power factor. The motor efficiency and power factor shall meet or exceed the values listed in the table below when the motors are tested in accordance with the NEMA preferred test method IEEE 112A, Method B, Dynamometer. Each motor shall meet the minimum guaranteed efficiency value indicated in the table below. All tests shall be performed in accordance with the procedures contained in NEMA Standard MG1-12.58. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 60-8 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Table 12-11 FULL -LOAD EFFICIENCIES OF ENERGY EFFICIENT MOTORS ENCLOSED MOTORS HP 2 POLE 4 POLE 6 POLE 8 POLE Nominal Efficiency Minimum Efficiency Nominal Efficiency Minimum Efficiency Nominal Efficiency Minimum Efficiency Nominal Efficiency Minimum Efficiency 1 75.5 72 82.5 80 80 77 74 70 1.5 82.5 80 84 81.5 85.5 82.5 77 74 2 84 81.5 84 81.5 86.5 84 82.5 80 3 85.5 82.5 87.5 85.5 87.5 85.5 84 81.5 5 87.5 85.5 87.5 85.5 87.5 85.5 85.5 82.5 7.5 88.5 86.5 89.5 87.5 89.5 87.5 85.5 82.5 10 89.5 87.5 89.5 87.5 89.5 87.5 88.5 86.5 15 90.2 88.5 91 89.5 90.2 88.5 88.5 86.5 20 90.2 88.5 91 89.5 90.2 88.5 89.5 87.5 25 91 89.5 92.4 91 91.7 90.2 89.5 87.5 30 91 89.5 92.4 91 91.7 90.2 91 89.5 40 91.7 90.2 93 91.7 93 91.7 91 89.5 50 92.4 91 93 91.7 93 91.7 91.7 90.2 60 93 91.7 93.6 92.4 93.6 92.4 91.7 90.2 75 93 91.7 94.1 93 93.6 92.4 93 91.7 100 93.6 92.4 94.5 93.6 94.1 93 93 91.7 125 94.5 93.6 94.5 93.6 94.1 93 93.6 92.4 150 94.5 93.6 95 94.1 95 94.1 93.6 92.4 200 95 94.1 95 94.1 95 94.1 94.1 93 250 95.4 94.5 95 94.1 95 94.1 94.5 93.6 300 95.4 94.5 95.4 94s.5 95 94.1 350 95.4 94.5 95.4 94.5 95 94.1 400 95.4 94.5 95.4 94.5 450 95.4 94.5 95.4 94.5 500 95.4 94.5 95.8 95 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 60-9 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 47013437E-329A-489F-B7A0-FC4C2BB999CD Table 12-12 FULL -LOAD EFFICIENCIES FOR NEMA PREMIUMTM EFFICIENCY ELECTRIC MOTORS RATED 600 VOLTS OR LESS (RANDOM WOUND) OPEN MOTORS HP 2 POLE 4 POLE 6 POLE Nominal Efficiency Minimum Efficiency Nominal Efficiency Minimum Efficiency Nominal Efficiency Minimum Efficiency 1 77 74 85.5 82.5 82.5 80 1.5 84 81.5 86.5 84 86.5 81.5 2 85.5 82.5 86.5 84 87.5 81.5 3 85.5 82.5 89.5 84 88.5 86.5 5 86.5 84 89.5 84 89.5 87.5 7.5 88.5 86.5 91 89.5 90.2 88.5 10 89.5 87.5 91.7 90.2 91.7 90.2 15 90.2 88.5 93 91.7 91.7 90.2 20 91 89.5 93 91.7 92.4 91 25 91.7 90.2 93.6 92.4 93 91.7 30 91.7 90.2 94.1 93 93.6 92.4 40 92.4 91 94.1 93 94.1 93 50 93 91.7 94.5 93.6 94.1 93 60 93.6 92.4 95 94.1 94.5 93.6 75 93.6 92.4 95 94.1 94.5 93.6 100 93.6 92.4 95.4 94.5 95 94.1 125 94.1 93 95.4 94.5 95 94.1 150 94.1 93 95.8 95 95.4 94.5 200 95 94.1 95.8 95 95.4 94.5 250 95 94.1 95.8 95 95.4 94.5 300 95.4 94.5 95.8 95 95.4 94.5 350 95.4 94.5 95.8 95 95.4 94.5 400 95.8 95 95.8 95 95.8 95 450 95.8 95 96.2 95.4 96.2 95.4 500 95.8 95 96.2 95.4 96.2 95.4 NOTES: (Motor data for continuous duty, NEMA Design B, 1.15 service factor, 40 degrees Celsius ambient, Class F insulation, 3 phase, 460 volt, at listed speed rating. (TEFC efficiencies apply to both horizontal and vertical motors. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 26 05 60-10 LOW -VOLTAGE ELECTRIC MOTORS CITY OF CORPUS CHRISTI DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Motors rated 50 horsepower or greater shall be individually tested at the factory before shipment, with a copy of test results provided for the Engineer, to assure compliance with the efficiency and power factor specifications. PART 3 — EXECUTION 3.01 INSTALLATION A. Motors shall be installed as shown on the Drawings and in accordance with the manufacturer's installation instructions. 3.02 DELIVERY, STORAGE, AND HANDLING A. Motors shall be properly protected from weather hazards. Motors shall not be allowed to be wrapped tightly in plastic while outdoors. Motors delivered to the site which will not be put in service for a time in excess of 30 calendar days, whether in storage or installed, shall have the shafts rotated a minimum of five (5) rotations every 30 days. B. Motors provided with space heaters shall have temporary power applied to the heaters no later than 30 calendar days after delivery to the site until permanent power can be applied to the heaters. C. Motors that, in the opinion of the Engineer, have not been properly protected shall be inspected by the manufacturer's representative. Any required electrical corrections for testing shall be made at the Contractor's expense prior to acceptance and/or use. D. All motors shall operate without any undue noise or vibration and shall show no signs of phase unbalance. 3.03 TESTING A. All tests shall be performed in accordance with the requirements of the General Conditions and Division 01. The following tests are required: 1. Witnessed Shop Tests a. All motors shall be shop tested and inspected in accordance with the equipment manufacturer's standard procedures. The manufacturer's testing and inspection procedures shall demonstrate that the equipment tested conforms to the requirements specified, all other applicable requirements, and shall be approved by the Engineer. At least 10 days' notice shall be given the Engineer prior to tests and inspection dates. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 60-11 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD b. In addition to the efficiency and power factor testing specified herein, each motor shall be tested to determine compliance with the applicable requirements of the IEEE, ANSI and NEMA. Tests shall be as follows: 1) Motors less than 50 HP: a) Each motor shall be subjected to a standard, short commercial test including the following: I. Running current, no load ii. Locked rotor current iii. High potential iv. Winding resistance v. Bearing inspection 2) Test Reports a) All test results for motors over 100 horsepower shall be submitted to the Engineer for approval. Copies of witnessed test raw data shall be submitted to the Engineer immediately upon completion of such tests. 2. Field Tests a. Field tests shall be performed in accordance with the requirements specified in the General Conditions, Division 01, and Section 26 05 00 — Basic Electrical Requirements. b. All electric motors furnished for this project one (1) horsepower or larger shall have the information required in the following tabulation completed. See Exhibit "A" on following page. c. All field testing shall be witnessed by the Engineer. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 60-12 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD (EXHIBIT A) MOTOR TEST RECORD Motor Identification Remarks Location Specified Horsepower Nameplate Horsepower Nameplate Amperage (FLA) Measured Amperage Under Normal Operating Conditions 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 CITY OF CORPUS CHRISTI 26 05 60-13 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 05 60-14 LOW -VOLTAGE ELECTRIC MOTORS DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 26 09 16 ELECTRIC CONTROLS AND RELAYS PART 1 — GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish, install, test, and place in satisfactory operation all electric controls and relays as specified herein and indicated on the Drawings. B. Electrical control and relay systems shall be assembled using NEMA rated components. Components designed and built to International Electrotechnical Commission (IEC) standards are not recognized. Equipment designed, manufactured and labeled in compliance with IEC standards is not acceptable. C. Reference Section 26 05 00 — Basic Electrical Requirements, Section 26 05 00 — T — General Work Requirements for Electrical Specifications, and Section 26 05 53 — T — Identification for Electrical Systems. 1.02 CODES AND STANDARDS A. Products specified herein shall be in conformance with or listed to the following standards as applicable: 1. NEMA 250 — Enclosures for Electrical Equipment 2. UL 508A — Standard for Industrial Control Panels 1.03 SUBMITTALS A. In accordance with the procedures and requirements set forth in the General Conditions and Section 00 72 00, Article 24 - Submittals, the Contractor shall obtain from the equipment manufacturer and submit the following: 1. Shop Drawings 2. Spare Parts List B. Each submittal shall be identified by the applicable specification section. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 09 16-1 ELECTRIC CONTROLS AND RELAYS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1.04 SHOP DRAWINGS A. Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of the proposed equipment's compliance with the Contract Documents. B. Partial, incomplete or illegible submittals will be returned to the Contractor without review for resubmittal. C. Shop drawings shall include but not be limited to: 1. Product data sheets. D. The shop drawing information shall be complete and organized in such a way that the Engineer can determine if the requirements of these Specifications are being met. Copies of technical bulletins, technical data sheets from "soft-cover" catalogs, and similar information which is "highlighted" or somehow identifies the specific equipment items the Contractor intends to provide are acceptable and shall be submitted. 1.05 SPARE PARTS A. All spare parts as recommended by the equipment manufacturer shall be furnished to the Owner by the Contractor. In addition to the manufacturer recommended spare parts, the following spare parts shall be provided for the local control stations: 1. One (1) contact block of each type furnished on the project 2. One (1) indicating light lens of each color furnished on the project 3. One (1) LED lamp of each color furnished on the project B. The spare parts shall be packed in containers suitable for long term storage, bearing labels clearly designating the contents and the pieces of equipment for which they are intended. C. Spare parts shall be delivered at the same time as the equipment to which they pertain. The Contractor shall properly store and safeguard such spare parts until completion of the work, at which time they shall be delivered to the Owner. D. Spare parts lists, included with the shop drawing submittal, shall indicate specific sizes, quantities, and part numbers of the items to be furnished. Terms such as "1 lot of packing material" are not acceptable. E. Parts shall be completely identified with a numerical system to facilitate parts control and stocking. Each part shall be properly identified by a separate number. Those parts which are identical for more than one size, shall have the same part number. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 09 16-2 ELECTRIC CONTROLS AND RELAYS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD PART 2 — PRODUCTS 2.01 CONTROL COMPONENTS A. Manufacturers 1. Control components shall be manufactured by Eaton, The Square D Company, General Electric, Allen-Bradley, Siemens Energy and Automation, or Engineer approved equal. B. Pilot Devices 1. General a. All pilot devices shall be provided with a legend plate. Legend plates shall have a white background and black lettering and indicate the function of the respective pilot device. The text shown on the Drawings or indicated in the specifications shall be used as the basis for legend plate engraving (i.e. HAND -OFF -AUTO, RUN, EMERGENCY STOP, etc.). b. All pilot devices shall be selected and properly installed to maintain the NEMA 250 rating of the enclosure in which they are installed. All pilot devices shall be UL 508 Listed. c. All pilot devices shall be 30.5mm in diameter, unless otherwise indicated. 22mm devices are not acceptable. d. Pilot devices for all electrical equipment under this Contract shall be of the same type and manufacturer unless otherwise specified herein or indicated on the Drawings. 2. Pushbuttons a. Pushbuttons shall be non -illuminated, black in color, and have momentary style operation unless otherwise indicated on the Drawings. b. Pushbuttons shall have the quantity of normally closed and/or normally open contacts as indicated on the Drawings and as required. In addition to the required contacts, one (1) spare normally open and one (1) spare normally closed contact shall be installed at each pushbutton. Contacts shall be rated for 5A at 250VAC/DC (minimum), but no less than required for the application. c. Pushbuttons shall be provided with a full guard around the perimeter of the button. Where a lockout style pushbutton is specified or indicated on the Drawings, provide a padlockable guard. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 09 16-3 ELECTRIC CONTROLS AND RELAYS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3. Selector Switches a. Selector switches shall be non -illuminated, black in color, and have the number of maintained positions as indicated on the Drawings and as required. Handles shall be the extended type that provide a greater surface area for operation. b. Selector switches shall have the quantity of normally closed and/or normally open contacts as indicated on the Drawings and as required. In addition to the required contacts, one (1) spare normally open and one (1) spare normally closed contact shall be installed at each selector switch. Contacts shall be rated for 5A at 250VAC/DC (minimum), but no less than required for the application. c. Where indicated in the Drawings or Specifications, provide spring return positions. d. Selector switches shall be provided with an indexing component that fits into the keyed portion of the cutout for the device and prevents the switch from spinning when operated. 4. Indicating Lights a. Indicating lights shall be LED type, with the proper voltage rating to suit the application, and push -to -test feature. b. Indicating light lens colors shall be as required in equipment specifications and/or as indicated on the Drawings. If lens colors are not indicated, the following colors shall be used: Color Designation Green "Run", "On", "Open" Red "Off', "Closed" Amber "Alarm", "Fail" White "Control Power On" 5. Emergency Stop and Tagline Switches a. Emergency stop switches shall be non -illuminated, red in color, with a minimum 35mm diameter mushroom head. Once activated, switch shall maintain its position and require a manual pull to release/reset. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 09 16-4 ELECTRIC CONTROLS AND RELAYS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD b. Tagline switches shall have a plunger that activates upon tension from the associated safety cable. Once activated, switch shall maintain its position and require a manual release/reset. c. Emergency stop and tagline switches shall have the quantity of normally closed and/or normally open contacts as indicated on the Drawings and as required. In addition to the required contacts, one (1) spare normally open and one (1) spare normally closed contact shall be installed at each switch. Contacts shall be rated for 5A at 250VAC/DC (minimum), but no less than required for the application. C. Relays and Timers 1. General a. Relays and timers shall be furnished with an integral pilot light for positive indication of coil energization. b. Relays and timers shall have tubular pin style terminals with matching 11 -pin DIN rail mount socket. Spade or blade style terminals are not acceptable. c. Relays and timers for all electrical equipment under this Contract shall be of the same type and manufacturer unless otherwise specified herein or indicated on the Drawings. 2. Control and Pilot Relays a. Relays shall have a clear or translucent housing that allows the contacts to be visually inspected without disassembly. b. Relays shall have coil voltage as required to suit the application and/or as indicated on the Drawings. c. Relays shall be provided with contacts rated for 10A (resistive), minimum, at 120/240 VAC and 28 VDC. Relays shall have 3 -pole, double -throw (3PDT) contact arrangement. 3. Time Delay Relays a. Timers delay relays shall utilize electronic timing technology. Mechanical timing devices are not acceptable. b. Relays shall have coil voltage as required to suit the application and/or as indicated on the Drawings. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 09 16-5 ELECTRIC CONTROLS AND RELAYS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD c. Relays shall be provided with contacts rated for 10A (resistive), minimum, at 120/240 VAC and 28 VDC. Relays shall have double -pole double -throw (DPDT) contact arrangement. d. Time delay ranges shall be as indicated on the Drawings and/or as required to suit the application. Timing range shall be adjustable from the front of the relay. On delay and off delay timer configurations shall be provided as indicated on the Drawings and/or as required to suit the application. 4. Elapsed Time Meters a. Elapsed time meters shall be non-resettable type with no less than a 4 digit display. Coil voltage shall be as required to suit the application and/or as indicated on the Drawings. D. Control Terminal Blocks 1. Control terminal blocks shall be assembled on non-current carrying galvanized steel DIN mounting rails securely bolted to the enclosure or subpanel. Terminals shall be tubular screw type with pressure plate that will accommodate wire size range of #22 — #8 AWG. 2. Control terminal blocks shall be single tier with a minimum rating of 600 volts and 20A. Separate terminal strips shall be provided for each type of control used (i.e. 120VAC vs. 24VDC). Quantity of terminals shall be provided as required to suit the application. In addition, there shall be a sufficient quantity of terminals for the termination of all spare conductors. 3. Terminals shall be marked with a permanent, continuous marking strip, with each terminal numbered. One side of each terminal shall be reserved exclusively for incoming field conductors. Common connections and jumpers required for internal wiring shall not be made on the field side of the terminal. 2.02 LOCAL CONTROL STATIONS A. Local control stations shall be furnished and installed complete with pushbuttons, selector switches, indicating lights, and other devices as indicated on the Drawings. B. Specific devices installed in local control stations shall be provided in accordance with the requirements specified elsewhere in this Section. C. In non -hazardous locations, local control stations shall be furnished with the following enclosure type and material of construction, dependent upon the designation of the area in which they are to be installed. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 09 16-6 ELECTRIC CONTROLS AND RELAYS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Area Designation Enclosure Type and Material Indoor Wet Process Area NEMA 4X, Type 304 Stainless Steel Indoor Dry Process Area NEMA 12, Die Cast Zinc Indoor Dry Non -process Area NEMA 12, Die Cast Zinc Indoor Type 1 Chemical Storage/Transfer Area NEMA 4X, Fiberglass or Thermoplastic Polyester Indoor Type 2 Chemical Storage/Transfer Area NEMA 4X, Type 304 Stainless Steel All Outdoor Areas NEMA 4X, Type 304 Stainless Steel D. Non-metallic enclosures shall be provided with threaded integral conduit hubs. Conduit hubs shall be external to the enclosure. E. Local control stations for use in non -hazardous locations shall be UL -508 Listed. F. Provide a nameplate on each local control station in accordance with Section 26 05 53 — T — Identification for Electrical Systems. The name and/or number of the equipment associated with each control station shall be engraved on the nameplate, followed by the words "LOCAL CONTROL STATION". PART 3 — EXECUTION 3.01 INSTALLATION A. Local control stations shall be provided in the enclosure type and material of construction required for the area in which it is installed. Reference the requirements in Part 2 herein, and the area designations indicated on the Drawings. B. All control components shall be mounted in a manner that will permit servicing, adjustment, testing, and removal without disconnecting, moving, or removing any other component. Components mounted on the inside of panels shall be mounted on removable plates and not directly to the enclosure. Mounting shall be rigid and stable unless shock mounting is required otherwise by the manufacturer to protect equipment from vibration. Component's mounting shall be oriented in accordance with the component manufacturer's and industries' standard practices. C. Pilot devices shall be properly bonded to the equipment enclosure door where they are installed. If proper bonding cannot be achieved through the locknuts that affix the device in place, a green colored bonding screw shall be provided on the pilot device. The bonding screw shall be bonded to the equipment enclosure through the use of an insulated green bonding conductor. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 09 16-7 ELECTRIC CONTROLS AND RELAYS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD D. Local control station covers shall be bonded to the local control station enclosure through the use of an insulated green bonding conductor. E. Wiring to devices at each local control station shall be provided with enough slack to permit the local control station cover to be removed and pulled at least 6 inches away from the enclosure. F. Terminal strips, relays, timers, and similar devices shall not be installed on the rear of the panel/cabinet doors. Terminal strips, relays, timers, and similar devices shall not be installed on the side walls of panel/cabinet interiors without written permission from the Engineer. END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 26 09 16-8 ELECTRIC CONTROLS AND RELAYS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 40 05 00 BASIC MECHANICAL REQUIREMENTS PART 1 — GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish and install to the required line and grade, all piping together with all fittings and appurtenances, required for a complete installation. Piping to be backfilled and/or encased in concrete is considered to be buried piping. Piping that is not buried is considered to be exposed. B. The Contractor shall furnish and install fittings, couplings, connections, sleeves, adapters, harness rods and closure pieces as required to connect pipelines of dissimilar materials and/or sizes herein included under this Section and other concurrent Contracts for a complete installation. C. The Contractor shall furnish all labor, materials, equipment, tools, and services required for the furnishing, installation and testing of all piping as shown on the Drawings, specified in this Section and required for the Work. Piping shall be furnished and installed of the material, sizes, classes, and at the locations shown on the Drawings and/or designated in this Section. Piping shall include all fittings, adapter pieces, couplings, closure pieces, harnessing rods, hardware, bolts, gaskets, wall sleeves, wall pipes, hangers, supports, and other associated appurtenances for required connections to equipment, valves, or structures for a complete installation. D. Piping assemblies under 4 -inch size shall be generally supported on walls and ceilings, unless otherwise shown on the Drawings or ordered by the Engineer, being kept clear of openings and positioned above "headroom" space. Where practical, such piping shall be run in neat clusters, plumb and level along walls, and parallel to overhead beams. E. The Contractor shall provide taps on piping where required or shown on the Drawings. Where pipe or fitting wall thicknesses are insufficient to provide the required number of threads, a boss or pipe saddle shall be installed. F. The work shall include, but not be limited to, the following: 1. Connections to existing pipelines. 2. Test excavations necessary to locate or verify existing pipe and appurtenances. 3. Installation of all new pipe and materials required for a complete installation. 4. Cleaning, testing and disinfecting as required. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-1 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Division 01 — General Requirements B. Division 02 — Existing Conditions C. Division 05 — Metals D. Division 09 — Finishes E. Division 26 — Electrical F. Division 46 — Water and Wastewater Equipment 1.03 MATERIAL CERTIFICATION AND SHOP DRAWINGS A. The Contractor shall furnish to the Owner (through the Engineer) a Material Certification stating that the pipe materials and specials furnished under this Section conform to all applicable provisions of the corresponding Specifications. Specifically, the Certification shall state compliance with the applicable standards (ASTM, AWWA, etc.) for fabrication and testing. B. The Contractor shall submit laying schedules and detailed Drawings in plan and profile for all piping as specified and shown on the Drawings. C. Shop Drawings shall include, but not be limited to, complete piping layout, pipe material, sizes, class, locations, necessary dimensions, elevations, supports, hanger details, pipe joints, and the details of fittings including methods of joint restraint. No fabrication or installation shall begin until Shop Drawings are approved by the Engineer. PART 2 — PRODUCTS 2.01 GENERAL A. All specials and every length of pipe shall be marked with the manufacturer's name or trademark, size, class, and the date of manufacture. Special care in handling shall be exercised during delivery, distribution, and storage of pipe to avoid damage and unnecessary stresses. Damaged pipe will be rejected and shall be replaced at the Contractor's expense. Pipe and specials stored prior to use shall be stored in such a manner as to keep the interior free from dirt and foreign matter. B. Testing of pipe before installation shall be as described in the corresponding ASTM or AWWA Specifications and in the applicable standard specifications listed in the following sections. Testing after the pipe is installed shall be as specified in Part 3. C. Joints in piping shall be of the type as specified in the appropriate Piping System. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-2 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD D. All buried piping shall have restrained joints for thrust protection unless otherwise specified or shown on the Drawings. All exposed piping shall have flanged joints, unless otherwise specified or shown on the Drawings. E. The Drawings indicate work affecting existing piping and appurtenances. The Contractor shall excavate test pits as required of all connections and crossings which may affect the Contractor's work prior to ordering pipe and fittings to determine sufficient information for ordering materials. The Contractor shall take whatever measurements that are required to complete the work as shown or specified. 2.02 WALL PIPES A. Where wall sleeves or wall pipes occur in walls that are continuously wet on one or both sides, they shall have water stop flanges at the center of the casting or as shown on the Drawings. Ends of wall pipes shall be flange, mechanical joint, plain end, or bell as shown on the Drawings, or as required for connection to the piping. Wall pipes shall be of the same material as the piping that they are connected to. If welded waterstop flanges are employed, welds shall be 360 degree continuous on both sides of flange. Unless otherwise shown on the Drawings, waterstop flanges shall conform to the minimum dimensions shown below: Pipe Size Waterstop Flange Diameter Waterstop Flange Thickness 4" - 12" OD + 3.10" 0.50" 14"-24" OD+4.15" 0.75" 30" - 36" OD + 4.50" 1.00" 42" - 48" OD + 5.00" 1.25" 54" OD + 5.90" 1.50" 2.03 SLEEVES A. Unless shown otherwise, all piping passing through walls and floors shall be installed in sleeves or wall castings accurately located before concrete is poured or placed in position during construction of masonry walls. Sleeves passing through floors shall extend from the bottom of the floor to a point 3 inches above the finished floor, unless shown otherwise. Water stop flanges are required on all sleeves located in floors or walls which are continually wet or under hydrostatic pressure on one or both sides of the floor or wall. B. Sleeves shall be cast iron, black steel pipe, or fabricated steel in accordance with details shown on the Drawings. If not shown on the Drawings, the Contractor shall submit to the Engineer the details of sleeves he proposes to install; and no fabrication or installation thereof shall take place until the Engineer's approval is obtained. Steel sleeves shall be 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-3 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD fabricated of structural steel plate in accordance with the standards and procedures of AISC and AWS. Steel sleeve surfaces shall receive a commercial sandblast cleaning and then be shop painted in accordance with Section 09 90 00 — Painting. C. When shown on the Drawings or otherwise required, the annular space between the installed piping and sleeve shall be completely sealed against a maximum hydrostatic pressure of 20 psig. Seals shall be mechanically interlocked, solid rubber links, trade name "Link -Seal", as manufactured by Garlock Pipeline Technologies (GPT) or equal. Rubber link, seal -type, size, and installation thereof, shall be in strict accordance with the manufacturer's recommendations. For non -fire rated walls and floors, pressure plate shall be glass reinforced nylon plastic with EPDM rubber seal and 304 stainless steel bolts and nuts. For fire rated walls and floors, two independent seals shall be provided consisting of low carbon steel, zinc galvanized pressure plates, silicon rubber seals and low carbon steel, zinc galvanized bolts and nuts. D. Cast iron mechanical joint adapter sleeves shall be Clow # 1429, as manufactured by the Clow Corp., or equal. Mechanical joint adapter sleeves shall be provided with suitable gasket, follower ring, and bolts to affect a proper seal. In general, sleeves installed in walls, floors, or roofs against one side of which will develop a hydrostatic pressure, or through which leakage of liquid will occur, shall be so sealed. If welded waterstop flanges are employed, welds shall be 360 degree continuous on both sides of flange. 2.04 SOLID SLEEVE COUPLINGS (FOR BURIED SERVICE THROUGH 54 -INCH) A. Solid sleeve couplings shall be used to connect buried service piping where shown on the Drawings. Solid sleeves shall be ductile iron, long body and shall conform to the requirements of ANSI A21.10 (AWWA C110). Unless otherwise shown or specified, solid sleeve couplings shall be Style A11760 as manufactured by American Cast Iron Pipe Co., or equal. Solid sleeve couplings shall be restrained with wedge -type restraining glands to meet the pressures specified in 40 06 20 — Schedules. B. Alternatively, EBAA Iron 3800 Mega -Coupling is acceptable. 2.05 SLEEVE TYPE COUPLINGS (FOR EXPOSED SERVICE AND BURIED SERVICE ABOVE 54 -INCH) A. Sleeve type, flexible couplings shall be furnished and installed where shown on the Drawings or otherwise required to resist internal operating pressures. In addition to that specified herein, harnessed, sleeve type flexible couplings shall be provided on all exposed pipe 3 inches and larger in diameter that spans any expansion joint in a building or structure. B. Materials shall be of high strength steel and couplings shall be rated for the same pressures as the connecting piping. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-4 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD C. Gaskets shall be rubber. Bolts and nuts shall be alloy steel, corrosion -resistant and prime coated. D. Harnessing for exposed applications shall be by rodding across the sleeve type coupling to the nearest pipe joint on either side of the coupling using threaded rods and rod tabs unless otherwise approved by the Engineer. E. Couplings shall be as manufactured by Smith -Blair Model 411, Romac Industries Model 400, Dresser Industries Style 38, or equal as required and shown on the Drawings. All couplings shall be provided without interior pipe stop. F. Couplings shall be provided with manufacturer's fusion bonded epoxy painting system. 2.06 FLANGED COUPLING ADAPTERS A. Flanged coupling adapters shall be furnished as required and as shown on the Drawings. B. Flanged coupling adapters shall be of ductile iron or carbon steel construction and shall be rated for the same pressure as the connected piping. C. All flanged coupling adapters shall be harnessed by tying the adapter to the nearest pipe joint flange using threaded rods and rod tabs unless otherwise approved by the Engineer. D. Flanged coupling adapters shall be manufactured by Smith -Blair Model 912 or 913, Romac Industries Model FCG or FC 400, Dresser Industries Model 128-W, or equal. E. Flanged coupling adapters shall be provided with manufacturer's fusion bonded epoxy painting system. 2.07 DISMANTLING JOINTS A. Dismantling joints shall be furnished at locations shown on the Drawings. B. Dismantling joints for sizes less than 12 -inch shall be of ductile iron or carbon steel construction and shall be rated for the same pressure as the connected piping. Dismantling joints for sizes greater than 12 -inches shall be of carbon steel construction and shall be rated for the same pressure as the connected piping. C. Flanges for dismantling joints shall match the bolt pattern and pressure rating of the flanges for the connected piping. D. All dismantling joints shall be restrained utilizing restraining rods provided by the manufacturer. Restraining rods shall be constructed from ASTM A193 Grade B7 steel. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-5 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Restraining rods and restraint system shall be installed in strict accordance with manufacturer's recommendations. E. Dismantling joints shall be provided with manufacturer's fusion bonded epoxy painting system. F. Dismantling joints shall be manufactured by Smith Blair Model 975, Romac Industries Model DJ400, or equal. 2.08 GROOVED COUPLINGS A. Grooved end pipe couplings shall be furnished as specified or shown on the Drawings. B. Materials shall be of malleable iron and couplings shall be rated for the same pressures as the connecting piping. C. Gaskets shall be rubber. Bolts and nuts shall be heat treated carbon steel track bolts and shall be plated. D. After installation, buried couplings shall receive two heavy coats of an approved coal tar which is compatible with the finish of the coupling. Exposed couplings shall be painted in accordance with Section 09 90 00 — Painting. E. Couplings shall be manufactured by Victaulic Company of America Style 31 or equal. 2.09 TAPPING SLEEVES AND TAPPING SADDLES A. Tapping sleeves shall be similar to Mueller Outlet Seal, American Uniseal or Kennedy Square Seal. All sleeves shall have a minimum working pressure of 150 psi. All sleeves larger than twelve (12) inches shall be ductile iron. All taps shall be machine drilled; no burned taps will be allowed. B. Tapping saddles may be used on mains sixteen (16) inches and larger where the required tap size does not exceed one-half the size of the main (i.e. 8 -inch tapping saddle for use on a 16 -inch main). Tapping saddles shall be manufactured of ductile iron providing a factor of safety of at least 2.5 at a working pressure of 250 psi. Saddles shall be equipped with a standard AWWA C-110-77 flange connection on the branch. Sealing gaskets shall be "0" ring type, high quality molded rubber having an approximate seventy durometer hardness, placed into a groove on the curved surface of the tapping saddles. Straps shall be of alloy steel. The tapping saddle shall be the American tapping saddle, U.S. Pipe tapping saddle, or equal. All taps shall be machine cut, no burned taps will be allowed. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-6 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2.10 UNIONS A. For ductile iron, carbon steel, and grey cast iron pipes assembled with threaded joints and malleable iron fittings, unions shall conform to ANSI B16.39. B. For copper piping, unions shall have ground joints and conform to ANSI B16.18. C. For PVC and CPVC piping, unions shall be socket weld type with Viton 0 -ring. 2.11 THERMOPLASTIC TUBING AND FITTINGS A. Thermoplastic tubing shall be manufactured from polyallomor tubing. Tubing shall be protected from ultraviolet radiation degradation with a black coating or integral color conforming to ASTM D-1248, Type 1, Class C, Category 3. Fittings and connectors used with thermoplastic tubing shall be the flareless tube type constructed of brass conforming to SAE CA377, SAE CA360 or equal. Brass sleeves shall be used. B. Assembly of the thermoplastic tubing shall consist of pushing the tubing into the fitting and hand tightening the nut with final tightening with a wrench. Care shall be taken not to overtighten the nut. Plastic tube racks and bend holders shall be provided for holding the tubing in position. Needle valves used with thermoplastic tubing shall be the globe type constructed with a brass body, stem and seat and Buna-N "O" -ring seals. Installation shall be in accordance with the manufacturer's recommendations. Thermoplastic tubing, shall be the Impolene (polyallomor) system and needle valves, fittings and connectors shall be the Poly -Flo with 261 UB Universal Nut and Sleeve system as manufactured by Imperial Eastman, or equal. 2.12 HEAT TRACED PIPING A. Exposed pipes to be insulated shall also be protected from freezing by heat tracing. Freeze protection heat tracing shall consist of twin 16 AWG copper brass wires with a semiconductor polymer core where electrical resistance varies with temperature. The heat tracing shall have a fluoropolymer outer jacket for corrosion resistance. The heat tracing shall be rated for three (3) watts per foot output, self-regulating with a maximum temperature of 150°F, equal to a Chromalox No. SRL3-1CT383400. Maximum length for tape shall be 300 feet for each circuit. Temperature controller shall be provided to sense pipe temperature to determine on or off condition of the heat tracing. Temperature control shall be equal to a Chromalox No. RTBC-2-384729. The heat tracing system shall operate on 120 VAC. See Drawings for installation detail. 2.13 FLEXIBLE RESTRAINED EXPANSION JOINTS A. Restrained expansion joints shall be manufactured of 60-42-10 ductile iron conforming to material and other applicable requirements of ANSI/AWWA C153/A21.53. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-7 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD B. Each pressure containing component shall be lined with a minimum of 15 mils of fusion bonded epoxy conforming to the materials requirements of, and tested in accordance with, ANSI/AWWA C213 and shall meet or exceed the requirements of ANSI/AWWA C550. C. Seals shall conform to the applicable requirements of ANSI/AWWA C111/A21.11. D. All bolts used in the assemblies shall be stainless steel and shall be coated with a premium quality epoxy. E. Flanged ends shall comply with ANSI/AWWA C110/A21.10, with the addition of 0 -ring groove and 0 -ring. F. Mechanical joint ends shall comply with ANSI/AWWA C153/A21.53. G. Restrained expansion joints shall have a minimum pressure rating of 350 psi with a minimum safety factor of 3:1. Each assembly shall be tested at 350 psi before shipment. H. Restrained expansion joints shall provide for self-restraint without tie rods and shall provide for expansion and contraction capabilities cast as an integral part of the end connection. Flexible restrained expansion joints shall allow for 8 -inches (+6"-2") minimum expansion. Flexible restrained expansion joints shall consist of an expansion joint designed and cast as an integral part of a ball and socket type flexible joint having a minimum of 15° deflection per ball. K. Restrained expansion joints shall be the Single Ball or Double Ball FLEX -TEND Expansion Joint as manufactured by EBAA Iron Inc., or equal. PART 3 — EXECUTION 3.01 INSTALLATION A. All piping shall be installed by skilled workmen and in accordance with the best standard practice for piping installation as shown on the Drawings, specified or recommended by the pipe manufacturer. Proper tools and appliances for the safe and convenient handling and installing of the pipe and fittings shall be used. Great care shall be taken to prevent any pipe coating from being damaged on the inside or outside of the pipe and fittings. All pieces shall be carefully examined for defects, and no piece shall be installed which is known to be cracked, damaged, or otherwise defective. If any defective pieces should be discovered after having been installed, it shall be removed and replaced with a sound one in a satisfactory manner by the Contractor and at his own expense. Pipe and fittings shall be thoroughly cleaned before they are installed and shall be kept clean until they 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-8 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD are accepted in the complete work. All piping connections to equipment shall be provided with unions or coupling flanges located so that piping may be readily dismantled from the equipment. At certain applications, Dresser, Victaulic, or equal, couplings may also be used. All piping shall be installed in such a manner that it will be free to expand and contract without injury to itself or to structures and equipment to which it is connected. All piping shall be erected to accurate lines and grades with no abrupt changes in line or grade and shall be supported and braced against movement, temporary, or permanent. All exposed piping shall be installed with vertical and horizontal angles properly related to adjoining surfaces or pipes to give the appearance of good workmanship. Unless otherwise shown or approved, provided a minimum headroom clearance under all piping of 7 feet 6 inches. B. Unless otherwise shown or specified, all waste and vent piping shall pitch uniformly at a 1/4 -inch per foot grade and accessible cleanouts shall be furnished and installed as shown and as required by local building codes. Installed length of waste and vent piping shall be determined from field measurements in lieu of the Drawings. C. All excavation shall be made in such a manner and to such widths as will provide ample room for properly installing the pipe and permit thorough compaction of backfill around the pipe. The minimum trench widths shall be in strict accordance with the "Trench Width Excavation Limits" as shown on the Drawings. All excavation and trenching shall be done in strict accordance with these specifications and all applicable parts of the OSHA Regulations, 29CFR 1926, Subpart P. D. ALL EXCAVATION REQUIRED BY THIS CONTRACT SHALL BE UNCLASSIFIED. NO ADDITIONAL PAYMENT WILL BE MADE FOR ROCK EXCAVATION REQUIRED FOR THE INSTALLATION OF PIPE OR STRUCTURES SHOWN ON THE DRAWINGS. E. Enlargements of the trench shall be made as needed to give ample space for operations at pipe joints. The width of the trench shall be limited to the maximum dimensions shown on the Drawings, except where a wider trench is needed for the installation of and work within sheeting and bracing. Except where otherwise specified, excavation slopes shall be flat enough to avoid slides which will cause disturbance of the subgrade, damage to adjacent areas, or endanger the lives or safety of persons in the vicinity. F. Hand excavation shall be employed wherever, in the opinion of the Engineer, it is necessary for the protection of existing utilities, poles, trees, pavements, or obstructions. G. No greater length of trench in any location shall be left open, in advance of pipe laying, than shall be authorized or directed by the Engineer and, in general, such length shall be limited to approximately one hundred (100) feet. The Contractor shall excavate the trenches to the full depth, width and grade indicated on the Drawings including the relevant requirements for bedding. The trench bottoms shall then be examined by the Engineer as to the condition and bearing value before any pipe is laid or bedding is placed. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-9 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD H. No pressure testing shall be performed until the pipe has been properly backfilled in place. All pipe passing through walls and/or floors shall be provided with wall pipes or sleeves in accordance with the specifications and the details shown on the Drawings. All wall pipes shall be of ductile iron and shall have a water stop located in the center of the wall. Each wall pipe shall be of the same class, thickness, and interior coating as the piping to which it is joined. All buried wall pipes shall have a coal tar outside coating on exposed surfaces. JOINT DEFLECTION SHALL NOT EXCEED 75 PERCENT OF THE MANUFACTURER'S RECOMMENDED DEFLECTION. Excavation and backfilling shall conform to the requirements of Section 31 00 01 — Earthwork, and as specified herein. Maximum trench widths shall conform to the Trench Width Excavation Limits shown on the Drawings. All exposed, submerged, and buried piping shall be adequately supported and braced by means of hangers, concrete piers, pipe supports, or otherwise as may be required by the location. Following proper preparation of the trench subgrade, pipe and fittings shall be carefully lowered into the trench so as to prevent dirt and other foreign substances from gaining entrance into the pipe and fittings. Proper facilities shall be provided for lowering sections of pipe into trenches. UNDER NO CIRCUMSTANCES SHALL ANY OF THE MATERIALS BE DROPPED OR DUMPED INTO THE TRENCH. K. Water shall be kept out of the trench until jointing and backfilling are completed. When work is not in progress, open ends of pipe, fittings, and valves shall be securely closed so that no water, earth, or other substance will enter the pipes, fitting, or valves. Pipe ends left for future connections shall be valved, plugged, or capped, and anchored as required. L. All piping shall be installed in such a manner that it will be free to expand and/or contract without injury to itself or to structures and equipment to which it is connected. All piping shall be erected to accurate lines and grades with no abrupt changes in line or grade and shall be supported and braced against movement, temporary, or permanent. All exposed piping shall be installed with vertical and horizontal angles properly related to adjoining surfaces or pipes to give the appearance of good workmanship. Pipes crossing within a vertical distance of less than or equal to one (1) foot shall be encased and supported with concrete at the point of crossing to prevent damage to the adjacent pipes as shown on the Drawings. M. The full length of each section of pipe shall rest solidly upon the bed of the trench, with recesses excavated to accommodate bells, couplings, joints, and fittings. Before joints are made, each pipe shall be well bedded on a solid foundation; and no pipe shall be brought into position until the preceding length has been thoroughly bedded and secured in place. Pipe that has the grade or joint disturbed after laying shall be taken up and relaid by the Contractor at his own expense. Pipe shall not be laid in water or when trench conditions are unsuitable for work. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-10 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD N. Proper and suitable tools and appliances for the safe convenient handling and laying of pipe shall be used and shall in general agree with manufacturer's recommendations. O. AT THE CLOSE OF EACH WORK DAY, THE END OF THE PIPELINE SHALL BE TIGHTLY SEALED WITH A CAP OR PLUG SO THAT NO WATER, DIRT, OR OTHER FOREIGN SUBSTANCE MAY ENTER THE PIPELINE, AND THIS PLUG SHALL BE KEPT IN PLACE UNTIL PIPE LAYING IS RESUMED. P. During the laying of pipe, each pipe manufacturer shall provide his own supervisor to instruct the Contractor's pipe laying personnel in the correct procedure to be followed. Q. Ordinarily only full lengths of pipe (as furnished by the pipe manufacturer) shall be used exceptions: closure pieces at manholes and areas where joint deflection is required. R. For gravity sewer installations, the Contractor shall use a laser device to maintain the trench and pipe alignment. The laser device shall be re -checked for correct elevation and pipe alignment prior to pipe installation if the device is left in the pipe overnight. Corrected invert elevations at each manhole and any adjustments will be coordinated and approved by the Engineer. S. ALL PIPING SHALL HAVE TYPE "A" BEDDING AS SHOWN ON THE DRAWINGS, UNLESS OTHERWISE SPECIFIED HEREIN OR INDICATED ON THE DRAWINGS. T. Detector tape shall be installed 12 inches below final grade and directly above all buried potable water piping. The tape shall be blue and silver and shall be clearly and permanently labeled "Water". Detector tape shall be Lineguard III as manufactured by Lineguard, Inc., or equal. U. AT THE CLOSE OF WORK EACH DAY, PIPELINE TRENCHES SHALL BE COMPLETELY BACKFILLED. UNDER NO CONDITIONS SHALL ANY PIPELINE TRENCH BE LEFT OPEN DURING NON -WORKING HOURS. 3.02 CARBON AND STAINLESS STEEL PIPE A. Installation of steel pipe shall be by skilled workmen and shall conform to the applicable sections of AWWA Manual M-11. Joints for steel piping shall be either screwed, welded, or flanged as shown on the Drawings or as specified. B. Welding in the field shall be performed only when requested on the shop drawings and permitted by the Engineer for carbon steel pipe. No welding of stainless steel pipe shall be allowed in the field. All field welds shall be radiographically inspected. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-11 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD C. Installation of the steel casing pipe shall be by skilled workmen and in accordance with the best standard practice for steel pipe installation. Joints for steel casing pipe shall be butt welded. 1. The boring equipment to be used for installing the jacked casing shall be of such size and capacity to allow the boring to proceed in a safe and expeditious manner. The installation of the casing and boring of the hole shall be done simultaneously to avoid cave-ins or settlement and for safety of traffic above. 2. The Contractor shall check the vertical and horizontal alignment of the casing by survey instrument at least once during each four feet of advance, or as directed by the Engineer. Pits shall be well sheeted and braced as necessary for safe and adequate access for workmen, inspectors and materials and shall be of a size suitable to equipment and material handling requirements. 3. Under no conditions shall jetting or wet boring of encasement under pavement be allowed. 4. After installation of the carrier pipe, each end of the casing pipe shall be made watertight with a brick masonry bulkhead. In addition, a Class B concrete cradle shall be provided from each end of the bulkhead to the first pipe joint outside of the bulkhead. 3.03 JOINTS IN PIPING A. Restrained joints shall be provided on all pipe joints as specified herein and shown on the Drawings. Restrained joints shall be made up similar to that for push -on joints. B. Push -on joints include a single rubber gasket which fits into the bell end of the pipe. The gasket shall be wiped clean, flexed and then placed in the socket. Any bulges in the gasket which might interfere with the entry of the plain end of the pipe shall be removed. A thin film of lubricant shall be applied to the gasket surface which will come into contact with the spigot end of the pipe. The lubricant shall be furnished by the pipe manufacturer. The plain end of the pipe, which is tapered for ease of assembly, shall be wiped clean and a thick film of lubricant applied to the outside. The pipe shall be aligned and carefully entered into the socket until it just makes contact with the gasket. The joint assembly shall be completed by entering the pipe past the gasket until it makes contact with the bottom of the socket. The pipe shall be pulled "home" with an approved jack assembly as recommended by the pipe manufacturer. If assembly is not accomplished by reasonable force, the plain end shall be removed, and the condition corrected. C. Flanged joints shall be brought to exact alignment and all gaskets and bolts or studs inserted in their proper places. Bolts or studs shall be uniformly tightened around the joints. Where stud bolts are used, the bolts shall be uniformly centered in the connections and equal pressure applied to each nut on the stud. Pipes in all lines 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-12 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD subject to temperature changes shall be cut short and cold sprung into place to compensate for expansion when hot. D. Mechanical joints shall be made up with gaskets, glands and bolts. When a joint is to be made up, the bell or socket and plain end shall be cleaned and washed with a solution of mild soap in water; the gland and gasket shall be slid onto the plain end and the end then entered into the socket until it is fully "home" on the centering ring. The gasket shall then be painted with soapy water and slid into position, followed by the gland. All bolts shall be inserted and made up hand tight and then tightened alternately to bring the gland into position evenly. Excessive tightening of the bolts shall be avoided. All nuts shall be pulled up using a torque wrench which will not permit unequal stresses in the bolts. Torque shall not exceed the recommendations of the manufacturer of the pipe and bolts for the various sizes. Care shall be taken to assure that the pipe remains fully "home" while the joint is being made. Joints shall conform to the applicable AWWA Specifications. E. Threaded and/or screwed joints shall have long tapered full depth threads to be made with the appropriate paste or jointing compound, depending on the type of fluid to be processed through the pipe. All pipe up to, and including 1 -1/2 -inches, shall be reamed to remove burr and stood on end and well pounded to remove scale and dirt. Wrenches on valves and fittings shall be applied directly over the joint being tightened. Not more than three pipe threads shall be exposed at each connection. Pipe, in all lines subject to temperature changes shall be cut short and cold sprung into place to compensate for expansion when hot. Joints in all piping used for chlorine gas lines shall be made up with a glycerine and litharge cement. Joints in plastic piping (PVC/CPVC) shall be laid and joints made with compounds recommended by the manufacturer. Installation shall conform to the requirements of ASTM D2774 and ASTM D2855. Unions required adjacent to valves and equipment. F. Soldered joints shall have the burrs removed and both the outside of pipe and the inside of fittings shall be thoroughly cleaned by proper tools recommended for that purpose. Flux shall be applied to both pipe and inside of fittings and the pipe placed into fittings and rotated to insure equal distribution of flux. Joints shall be heated and solder applied until it shows uniformly around the end of joints between fitting and pipe. All joints shall be allowed to self -cool to prevent the chilling of solder. Combination flux and solder paste manufactured by a reputable manufacturer is acceptable. Unions required adjacent to valves and equipment. G. Welded joints shall be made by competent operators in a first class workmanlike manner, in complete accordance with ANSI B31.1 and AWWA C206. Welding electrodes shall conform to ASTM A233, and welding rod shall conform to ASTM A251. Only skilled welders capable of meeting the qualification tests for the type of welding which they are performing shall be employed. Tests, if so required, shall be made at the expense of the Contractor, if so ordered by the Engineer. Unions shall be required adjacent to valves and equipment. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-13 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD H. Copper joints shall be thoroughly cleaned and the end of pipes uniformly flared by a suitable tool to the bevels of the fittings used. Wrenches shall be applied to the bodies of fittings where the joint is being made and in no case to a joint previously made. Dimensions of tubing and copper piping shall be in complete accordance with the fittings used. No flare joints shall be made on piping not suited for flare joints. Installations for propane gas shall be in accordance with NFPA 54 and/or 58. Solvent or adhesive welded joints in plastic piping shall be accomplished in strict accordance with the pipe manufacturer's recommendations, including necessary field cuttings, sanding of pipe ends, joint support during setting period, etc. Care shall be taken that no droppings or deposits of adhesive or material remain inside the assembled piping. Solvent or adhesive material shall be compatible with the pipe itself, being a product approved by the pipe manufacturer. Unions are required adjacent to valves and equipment. Sleeve -type expansion joints shall be supplied in exposed piping to permit 1 - inch minimum of expansion per 100 feet of pipe length. Dielectric isolation such as flange isolation kits, dielectric unions, or similar, shall be installed wherever dissimilar metals are connected according to the following table. Notes: • signifies dielectric isolation is required between the two materials noted. Consult Engineer for items not listed in table. Provide flange isolation kits for all flanged connections of dissimilar metals and hardware including connections to equipment. Contractor shall include all isolation descriptions with piping submittals. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-14 BASIC MECHANICAL REQUIREMENTS 0 c N Galvanized Steel Aluminum Cast Iron Ductile Iron Mild Steel/ Carbon Steel Copper Brass Stainless Steel Zinc • • • • • • • Galvanized Steel • • • • • • • Aluminum • • • • • • • • Cast Iron • • • • • • Ductile Iron • • • • • • Mild Steel/ Carbon Steel • • • • • • Copper • • • • • • • Brass • • • • • • • Stainless Steel • • • • • • • • Notes: • signifies dielectric isolation is required between the two materials noted. Consult Engineer for items not listed in table. Provide flange isolation kits for all flanged connections of dissimilar metals and hardware including connections to equipment. Contractor shall include all isolation descriptions with piping submittals. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-14 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD K. Eccentric reducers shall be installed where air or water pockets would otherwise occur in mains because of a reduction in pipe size. L. Joints in polypropylene and polyvinylidelene fluoride pipe shall be butt fusion weld. All butt welding shall follow the requirements of ASTM D-2657 and the manufacturer's recommendations. 3.04 FLUSHING AND TESTING A. All piping shall be properly flushed and tested unless specifically exempted elsewhere in the Specifications or otherwise approved by the Engineer. Air and gas pipelines shall be flushed and tested with compressed air. All other liquid conveying pipelines shall be flushed and tested with water. The Contractor shall furnish and install all means and apparatus necessary for getting the air or water into the pipeline for flushing and testing including pumps, compressors, gauges, and meters, any necessary plugs and caps, and any required blow -off piping and fittings, etc., complete with any necessary reaction blocking to prevent pipe movement during the flushing and testing. All pipelines shall be flushed and tested in such lengths or sections as agreed upon among the Owner, Engineer, and Contractor. Test pressures shall be as specified in Section 40 06 20 — Process Pipe, Valve and Gate Schedules and shall be measured at the lowest point of the pipe segment being tested. The Contractor shall give the Owner and Engineer reasonable notice of the time when he intends to test portions of the pipelines. The Engineer reserves the right, within reason, to request flushing and testing of any section or portion of a pipeline. B. The Contractor shall provide water for all flushing and testing of liquid conveying pipelines. Raw water or non -potable water may be used for flushing and testing liquid pipelines not connected to the potable water system. Only potable water shall be used for flushing and testing the potable water system. C. Air and gas piping shall be completely and thoroughly cleaned of all foreign matter, scale, and dirt prior to start-up of the air or gas system. D. At the conclusion of the installation work, the Contractor shall thoroughly clean all new liquid conveying pipe by flushing with water or other means to remove all dirt, stones, pieces of wood, etc., which may have entered the pipe during the construction period. If after this cleaning any obstructions remain, they shall be corrected by the Contractor, at his own expense, to the satisfaction of the Engineer. Liquid conveying pipelines shall be flushed at the rate of at least 2.5 feet per second for a duration suitable to the Engineer or shall be flushed by other methods approved by the Engineer. E. Compressed/service air and gas piping shall be flushed by removing end caps from the distribution lines and operating one (1) compressor, in accordance with the manufacturer's instructions. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-15 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD F. After flushing, all air piping shall be pressure and leak tested prior to coating and wrapping of welded joints. Immediately upon successful completion of the pressure and leak test, welded joints shall be thoroughly cleaned of all foreign matter, scale, rust, and discoloration and coated in accordance with the Specifications. G. All process air piping shall be leak tested by applying a soap solution to each joint. Leak tests shall be conducted with one (1) blower in service at normal operating pressure. H. During testing the piping shall show no leakage. Any leaks or defective piping disclosed by the leakage test shall be repaired or replaced by the Contractor, at his own expense, and the test repeated until all such piping shows tight. All buried process air piping shall be pressurized to 25 psig and tested for leaks by applying a soap solution to each joint. The air supply shall be stopped and the pipe pressure monitored. System pressure shall not fall by more than 0.5% of the 25 psig test pressure over a one-hour test period. Should the system fail to hold the required pressure for one hour, the cause shall be determined and corrected and the test repeated until a successful test of the entire system is obtained. Field leakage tests shall be performed for all submerged process air piping. The procedure shall consist of operating the system under clear nonpotable water for visual identification of all leaks. All field leakage tests shall be witnessed by the Engineer. All submerged piping shall be installed free of any leaks. K. After flushing, all liquid conveying pipelines shall be hydrostatically tested at the test pressure specified in the appropriate Piping System Schedule. The procedure used for the hydrostatic test shall be in accordance with the requirements of AWWA C600. Each pipeline shall be filled with water for a period of no less than 24 hours and then subjected to the specified test pressure for 2 hours. During this test, exposed piping shall show no leakage. Allowable leakage in buried piping shall be in accordance with AWWA C600. L. Any leaks or defective pipe disclosed by the hydrostatic test shall be repaired or replaced by the Contractor, at his own expense, and the test repeated until all such piping shows tight. M. After flushing, all gas piping shall be leak tested in accordance with all local codes and regulations and in conformance with the recommendations or requirements of any National Institute or Association for the specific service application. 3.05 DISINFECTION A. All pipe and fitting connected to and forming a part of a potable water supply shall be disinfected in accordance with the procedures described in AWWA C 651. Disinfection shall also be in accordance with the requirements of the Texas Commission on Environmental Quality and the Owner. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-16 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD B. Disinfection shall be accomplished after the pipe has been flushed, if applicable, and passed the hydrostatic test. Such piping shall be filled with 50 parts per million (PPM) of chlorine and held in contact for not less than 24 hours. Final tests after 24 hours contact time shall show a minimum residual chlorine content of 10 ppm in all parts of the system. Disinfection shall be repeated as often as necessary, and as directed by the Engineer and/or TCEQ and/or the Owner until the minimum residual chlorine content of 10 ppm has been reached. The Contractor shall obtain certificates of satisfactory bacteriological tests and furnish them to the Owner before the request is made for acceptance of the work. The Contractor shall furnish and install, at his own expense, all means and apparatus necessary for performing the disinfection. The chlorine solution shall be thoroughly flushed out prior to placing the new sections of pipe in service. The Contractor is cautioned that the spent chlorine solution must be disposed of in such a way as not to be detrimental to animal, plant, or fish life. Chlorine residual tests will be made after flushing to assure that residual is not in excess of 1 ppm at any point in system. 3.06 PAINTING AND COLOR -CODING SYSTEM A. All exposed piping specified shall be color coded in accordance with the Owner's standard color designation system for pipe. In the absence of a standard color designation system, the Engineer will establish a standard color designation for each piping service category from color charts submitted by the Contractor in compliance with Section 09 90 00 — Painting. B. All piping specified in this Section shall be painted in accordance with Section 09 90 00 — Painting, except as follows: 1. Stainless steel pipe. Flanges and supports or hangers shall be painted. END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 00-17 BASIC MECHANICAL REQUIREMENTS DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 40 05 07 PIPE SUPPORTS PART 1 — GENERAL 1.01 THE REQUIREMENT A. Furnish all equipment, labor, materials, and design calculations required to provide pipe supports in accordance with the Contract Documents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Division 03 — Concrete B. Section 05 12 00 — Structural Steel C. Section 05 50 00 — Metal Fabrications D. Section 40 05 00 — Basic Mechanical Requirements 1.03 SUBMITTALS A. Pipe support submittals will not be reviewed prior to review and acceptance of pipe layout submittal. Pipe support submittal shall be fully coordinated with approved pipe layout submittal. Contractor shall use approved piping layout submittal drawings to show proposed pipe support type and location with accurate dimensions to demonstrate that supports meet all specified requirements. B. Applicable and associated cut sheets and drawings for materials and support components shall be submitted with the Shop Drawings in accordance with or in addition to the submittal requirements specified in Section 40 05 00 — Basic Mechanical Requirements and other referenced Sections above. 1. Catalog cut information on all system components such as pipe supports, hangers, guides, anchors, and channel -type supports. 2. Drawings of the piping support systems, locating each support, brace, hanger, guide, component and anchor. Identify support, hanger, guide and anchor type by catalog number and Shop Drawing detail number. 3. With each piping support system Shop Drawing, the Contractor shall attach calculations prepared and sealed by a Professional Engineer, licensed in the State or Commonwealth in which the project is located, showing that the piping support system complies with the specified requirements, including all building code and 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 07-1 PIPE SUPPORTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD seismic code requirements pertaining to support of piping and other non-structural components. PART 2 — PRODUCTS 2.01 GENERAL A. The Contractor shall be responsible for the design of all piping support systems unless noted otherwise herein. The absence of pipe supports and details on the Drawings shall not relieve the Contractor of the responsibility of providing a pipe support design sealed by a Professional Engineer, licensed in the State or Commonwealth in which the project is located. Standard details for pipe supports have been included on the Drawings to define minimum requirements as to the types of Contractor designed pipe supports that will be acceptable. B. Where a specific location or type of support is shown on the Drawings, the location and type shall be incorporated in the Contractor's pipe support design. C. Where special pipe support fabrications are required, products and execution shall be as specified in Section 05 50 00 — Metal Fabrications and other related and referenced Sections of the Specifications. D. Existing piping support systems to support new piping shall only be used if the Contractor can show and demonstrate by submitting supporting calculations that they are adequate for the additional load imposed by the new piping, or if they are strengthened to support the additional load. E. Contractor's pipe support design should include, but not be limited to, the following criteria and loads imposed on the piping system: 1. Pipe support design shall not utilize process equipment for thrust restraint or support of piping loads. 2. Dead loads and live loads per the latest version of ASCE/SEI 7 or the local building code if more stringent. Loads shall include, but not be limited to, the following: a. Weight of pipe b. Weight of pipe contents c. Weight of insulation d. Ice loads (If applicable by location, ice loads per code shall be applied as indicated in the governing building code) 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 07-2 PIPE SUPPORTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD e. Wind loads 3. Loads associated with thermal expansion and contraction of the piping system over the full range of potential temperatures the piping system could experience that should include, but not be limited to, the following: a. Ambient temperature range per local historical weather data (historic high and low obtained from NOAA) b. Process operating temperature range c. Exposure to sunlight where applicable 4. Additional pipe support design considerations shall include the following: a. A minimum safety factor of 2 or as approved by the Engineer, based upon the yield strength of the support material, shall be used for pipe supports, braces, hangers, and guides as well as for beam and column members used in channel -type support systems. b. The horizontal pipe hanger and/or floor support spacing shall be as recommended by the pipe and/or hanger manufacturer but shall not exceed 10 feet on center unless indicated otherwise herein or on the Drawings. c. The design, sizing and spacing of anchor bolts, including concrete anchors, shall be based on withstanding shear and pullout loads imposed by loading at each particular support. The minimum anchor bolt size shall be 1/2 inches in diameter. 2.02 HANGERS AND SUPPORTS A. All piping shall be adequately supported and braced by means of steel hangers and/or supports, concrete piers, supplemental lateral bracing components, pre -fabricated brackets, or otherwise as may be required by the location and forces applied per governing code, including gravity and lateral forces from earthquake and/or wind (if outdoors). Generally, concrete supports shall be used where pipe centerline is less than 3 feet above floor, and hangers above 6 feet unless specified or shown otherwise. Supports shall be not more than 10 feet on center for steel and cast iron, 5 feet on center for plastic unless otherwise shown on the Drawings or required by the specific manufacturer. All necessary inserts or appurtenances shall be furnished and installed in the concrete or structures for adequately securing hangers and supports to the structure. Refer to Standard Detail Drawings. 1. Metal pipe support materials, where stainless steel pipe is supported, shall be Type 304L stainless steel. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 07-3 PIPE SUPPORTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Metal pipe support materials, where carbon steel, ductile or other ferrous pipe is supported, shall be galvanized carbon steel meeting Section 05 12 00 — Structural Steel unless indicated otherwise on the Drawings or in the Specifications or by the Engineer. 3. Metal pipe supports indicated as standard type pipe hangers are designed and detailed for gravity loading only. Resulting lateral loads from wind, earthquake, or other lateral loads per code, or special loading conditions during construction, shall be applied to the pipe in accordance with the governing building code. Supplemental lateral stiffening members (when necessary) shall be provided along pipe or at gravity supports using appropriate supplemental members and connections when required by calculations. The Contractor shall include design calculations and details with all pipe hangar and support submissions for review by the Engineer. The main structure and structural components that will support the pipe hangers and other appurtenant components of the facility have been designed to resist all resulting secondary lateral loading from pipe hangers and other non-structural members for gravity and resulting lateral loads. B. Hangers and supports shall conform to the following requirements: 1. All fabricated metal hangers and supports shall be capable of adjustment after installation. Different types of hangers and supports along a pipe length, including bends, shall be kept to a minimum. 2. Hanger rods shall be straight and vertical. Chain, wire, strap, or perforated bar hangers shall not be used. Hangers shall not be suspended from other piping. 3. Vertical piping shall be properly supported at each floor and between floors by stays or braces to prevent rattling and vibration. 4. Supports and hangers for plastic and FRP piping shall include wide saddles or bands as recommended by the manufacturer and approved by the Engineer to distribute load and thus avoid localized deformation of the pipe. 5. Hanger and supports shall prevent contact between dissimilar metals by use of copper plated, rubber, vinyl coated or stainless-steel hangers. 6. Ferrous pipes to be painted shall be painted in accordance with Section 09 90 00 — Painting. Ferrous pipes that require painting or galvanizing shall be supported by galvanized hangers and supports. Stainless steel piping shall be supported by stainless steel saddles and straps (if required). 7. Copper piping shall be supported by plastic coated or copper plated steel hangers and supports. 8. Plastic piping shall be supported by plastic coated steel hangers and supports. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 07-4 PIPE SUPPORTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 9. Hangers and supports shall provide for thermal expansion throughout the full operating temperature range. 10. Expansion and adhesive type anchors used for pipe hangers and supports shall be Type 316 stainless steel. C. Metallic hangers and supports may be standard make by Anvil International, Inc., "Witch" by Carpenter & Paterson, Ltd., B -Line Systems, Inc., or equal; and data on the types and sizes to be used shall be furnished to the Engineer for approval. Metallic support system brackets, rods, support clips, clevis hangers, hardware, etc. shall be cast iron or welded steel construction. All gravity type hangers and supports shall be restrained laterally to resist seismic loading and other loading as required by the governing code. D. Non-metallic support system shall be a heavy-duty channel framing system. Channel frames shall be manufactured by the pultrusion process using corrosion grade polyester or vinylester resins. All fiberglass construction shall include suitable ultraviolet inhibitors for UV exposure and shall have a flame spread rating of 25 or less per ASTM E84. Piping accessories, pipe clamps, clevis hangers, support posts, support racks, fasteners, etc., shall be constructed of vinylester or polyurethane resin. Non-metallic support systems shall be standard make Aickinstrut by Aickinstrut, Inc., Unistrut Fiberglass by Unistrut, Inc., Enduro Fiberglass Systems, or equal. The Contractor shall submit data on the types and sizes of approval. Unless otherwise shown or specified the Contractor shall provide support spacings in the conformance with the pipe and support system manufacturer's requirements. PART 3 — EXECUTION 3.01 GENERAL INSTALLATION REQUIREMENTS A. Support piping connections to equipment by pipe support and not by the equipment. B. Support large or heavy valves, fittings, flow meters and appurtenances independently of the connected piping. C. Support no pipe from the pipe above it. D. Support piping at changes in direction or in elevation, adjacent to flexible joints, expansion joints, and couplings, and where shown. E. The Contractor shall not install piping supports and hangers in equipment access areas or bridge crane runs. F. Brace hanging pipes against horizontal movement by both longitudinal and lateral sway bracing. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 07-5 PIPE SUPPORTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD G. Install pipe anchors (fixed supports and/or guides) where shown and/or as may otherwise be required to withstand expansion thrust loads and to direct and control thermal expansion. The Contractor may install additional pipe anchors and flexible couplings to facilitate piping installation, provided that complete details describing location, pipe supports and hydraulic thrust protection are submitted. END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 07-6 PIPE SUPPORTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 40 05 19 DUCTILE IRON PIPE PART 1 — GENERAL 1.01 THE REQUIREMENT A. All ductile iron pipe and specials shall be marked with the manufacturer's name or trademark, size, weight, thickness class, the date of manufacture, and the word "Ductile". B. Ductile iron pipe (DIP) of the sizes shown or specified shall conform to ANSI A21.51 (AWWA C151), Grade 60-42-10 for ductile iron pipe centrifugally cast in metal molds or sand -lined molds. All ductile iron pipe shall conform to ANSI A21.50 (AWWA C150) for thickness design and shall be supplied in 18- or 20 -foot nominal lengths or as required to meet the requirements of the Drawings. Fittings and specials shall be cast iron or ductile iron, conforming to the requirements of ANSI A21.10 (AWWA C110) or ANSI A21.53 (AWWA C153). C. Minimum Class 53 pipe shall be used for flanged spools. D. Reference Section 40 05 00 — Basic Mechanical Requirements PART 2 — PRODUCT 2.01 DUCTILE IRON PIPE AND FITTINGS A. All pipe and fittings, with the exception of glass lined pipe and sleeves, shall be cement mortar lined. Linings shall conform to American Standard Specifications for Cement Mortar Lining for Cast Iron Pipe and Ductile Iron Pipe and Fittings, ANSI A21.4 (AWWA C104) and shall be standard thickness. The mortar lining shall be protected with the bituminous seal coat. All buried DIP and fittings shall have a bituminous coating on the exterior surfaces in accordance with ANSI A21.51 (AWWA C151). All exposed DIP and fittings shall have a shop applied prime coat in accordance with Section 09 90 00 — Painting. B. Glass -lined ductile iron pipe shall be furnished and installed where specified in the Exterior Piping System Schedule. The finished lining shall be from 0.008 -inch to 0.012 -inch thick, hardness of from 5 to 6 on the Mohs Scale, density of from 2.5 to 3.0 grams per cubic centimeter as measured in accordance with the requirements of ASTM D792 and be capable of withstanding a thermal shock of 350°F without crazing, blistering, or spelling. The lining shall be Ervite Type SG -14, as manufactured by the 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 19-1 DUCTILE IRON PIPE DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Ervite Corporation, Erie, Pa., Ferrock MEH-32, by Water Works Supply & Mfg., Co., Marysville, CA, or equal. C. Cutting of glass -lined pipe in the field shall be limited to only one piece per run of pipe, and this shall be for closure purposes only. Spelling of the glass liner shall be no more than 1/8 -inch back from the cut. Flanges and bolt holes on spool pieces shall be aligned prior to glassing and shall be sealed and tested prior to shipment in accordance with the manufacturer's recommendation. Warping of flanges and/or pipe may be cause for rejection as determined by the Engineer. D. Requirements for various types of joints are described in the following paragraphs. UNLESS OTHERWISE NOTED HEREIN OR ON THE DRAWINGS, ALL EXPOSED DUCTILE IRON PIPING SHALL HAVE FLANGED JOINTS. E. Flanged joints and fittings shall have a minimum pressure rating of 250 psi with 125 Ib. American Standard flanges. All flanges and fittings shall conform to the requirements of ANSI B16.1. Flanges shall be ductile iron and shall be of the threaded or screw on type. The face of the flanges shall be machined after installation of the flange to the pipe. No raised surface shall be allowed on flanges. Flanged pipe shall conform to the requirements of ANSI Specification A21.15, (AWWA C115). Pipe lengths shall be fabricated to meet the requirements of the Drawings. F. Gaskets shall be the "Ring Gasket" type, 1/8 -inch minimum thickness, cloth inserted rubber, red rubber or neoprene and shall be suitable for the service intended. Gaskets for glass lined pipe shall be TORUSEAL flange gasket, or equal. Bolts shall be of the size and length called for and in accordance with the "American Standard" and comply with the requirements of the ANSI/AWWA Standards. The bolts for flanged joints shall be a minimum ASTM A307; Grade B carbon steel and be in accordance with ANSI A21.10, (AWWA C110). The bolts shall have hexagonal heads and nuts, no washers shall be used. G. Bell and spigot pipe shall be provided with push on, 0 -ring rubber gasket, compression type joints and shall conform to the requirements of ANSI A21.11 (AWWA C111). Fittings and specials shall be supplied with mechanical joints as specified for mechanical joint pipe. If required by installation conditions, pipe shall have cast -on lugs for adequately tying it together. H. Mechanical joints and fittings shall conform to the requirements of ANSI A21.11, (AWWA C111). Joints shall be made employing a tapered rubber gasket forced into a tapered groove with a ductile iron follower ring. If required by installation conditions, pipe and fittings shall have cast -on lugs for adequately tying the pipe and fittings together. These shall be in conformance with standard practice and as outlined under the appropriate AWWA Specifications. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 19-2 DUCTILE IRON PIPE DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Bolts for mechanical joints shall be high strength corrosion resistant low -alloy steel tee - head bolts with hexagonal nuts. Mechanical coupling joint pipe and fittings shall be split type, shouldered end. Coupling materials shall be malleable iron. Couplings shall have a minimum pressure rating and service equal to that of the connected piping. Gaskets shall be of rubber. Bolts and nuts shall be heat treated carbon steel track bolts and shall be plated. After installation, buried couplings shall receive two heavy coats of coal tar epoxy (min. 24 mil thickness) which is compatible with the finish of the couplings. Couplings shall be as manufactured by Victaulic Company of America Style 31, or equal. K. Restrained joint pipe shall consist of factory manufactured bolted retainer rings, ductile iron locking segments held in place by rubber retainers, or ductile iron retaining rings that lock over the bell of the joint and are secured to prevent rotation, and factory welded retainer beads or rings on the spigot of the pipe. All components of the bolted or snap ring assemblies shall be constructed of corrosion -resistant, high strength, low -alloy steel. Restrained joint pipe shall be Flex -Ring or Lock -Ring type joints as manufactured by American Cast Iron Pipe Company, HP LOK or TR Flex as manufactured by US Pipe, Bolt -Lok or Snap -Lok as manufactured by Griffin Pipe Products, TR Flex or Super Lock as manufactured by Clow Water Systems Co., or approved equal. L. Restrained fittings for piping systems 16 -inches in diameter and greater shall have factory restraint systems identical to the factory restrained joint pipe specified in Item K above. All fittings shall be minimum pressure Class 250 unless otherwise specified. M. Restrained fittings for pipe systems 14 -inches in diameter and smaller shall be Mechanical Joint fittings with restraint assemblies such as Stargrip by Star Pipe Systems, Mega Lug by EBAA Iron, ONE LOK by Sigma, Grip Ring by Romac, or approved equal. Where threaded -rods are allowed, the rods and tabs shall be designed for the specified restraint system design pressure, shall have lengths less than 10 feet between fittings, and shall be painted with two heavy coats of coal tar epoxy after installation. N. The manufactured systems for thrust restraint indicated above shall be used where restrained joint ductile iron pipe and fittings are specified or indicated on the drawings. Gripping gaskets are not an acceptable form of restraint. Thrust restraint and harnessing systems such as threaded -rods, friction clamps, retainer glands shall be used only where specifically specified herein, indicated on the drawings or if allowed by the Engineer in isolated applications where conditions warrant and necessitate their use. Concrete thrust blocks may be used in accordance with the schedule indicated on the drawings, if applicable. O. Cast Iron Soil Pipe shall conform to the standards of the Cast Iron Soil Pipe Institute (CISPI) Specification HS -67, and also ANSI Specification A-112.5.2 for Hub & Spigot 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 19-3 DUCTILE IRON PIPE DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD pipe or A.112.5.1 for Hub & Spigot pipe or A.112.5.1 for No -Hub Pipe. Pipe class shall be "Extra Heavy:(XH). END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 19-4 DUCTILE IRON PIPE DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 40 05 51 VALVES, GENERAL PART 1 — GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish and install, complete with all assemblies and accessories, all valves shown on the Drawings and specified herein including all fittings, appurtenances and transition pieces required for a complete and operable installation. B. All valves shall be constructed of first quality materials which have strength, wearing, and corrosion resistance characteristics entirely suitable for the types of service for which the individual valves are designated. Except where noted otherwise, valves designated for water service shall conform to pertinent sections of the latest revision of AWWA C500 Specifications. Cast iron valve bodies and parts shall meet the requirements of the latest revision of ASTM Designation A-126, "Standard Specifications for Gray Iron Castings for Valves, Flanges, and Pipe Fittings, Class B." C. All valve body castings shall be clean, sound, and without defects of any kind. No plugging, welding, or repairing of defects will be allowed. D. Valves shall have flanged ends for exposed service and mechanical joint ends for buried service, unless otherwise shown on the Drawings or specified herein. Flanged ends shall be flat -faced, 125 Ib. American Standard unless otherwise shown or specified in accordance with ANSI B16.1. All bolt heads and nuts shall be hexagonal of American Standard size. The Contractor shall be responsible for coordinating connecting piping. Valves with screwed ends shall be made tight with Teflon tape. Unions are required at all screwed joint valves. 1.02 SUBMITTALS A. The following items shall be submitted in accordance with, or in addition to the submittal requirements in Section 46 00 00 — Equipment General Provisions: 1. Performance tests shall be conducted in accordance with the latest revision of AWWA C500. 2. Shop Drawings are required for all valves, and accessories. Submittals shall include all layout dimensions, size and materials of construction for all components, information on support and anchoring where necessary, pneumatic and hydraulic characteristics and complete descriptive information to demonstrate full compliance with the Documents. Shop Drawings for electrically operated/controlled valves shall include all details, notes, and diagrams which 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 51-1 VALVES, GENERAL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD clearly identify required coordination with the electrical power supply and remote status and alarm indicating devices. Electrical control schematic diagrams shall be submitted with the Shop Drawings for all electrical controls. Diagrams shall be drawn using a ladder -type format in accordance with JIC standards. Shop Drawings for pneumatically operated/controlled valves shall include all details, notes, and diagrams which clearly identify required coordination with the compressed air (service air) system and electrical controls. 3. Operation and maintenance manuals and installation instructions shall be submitted for all valves and accessories in accordance with the Specifications. The manufacturer(s) shall delete all information which does not apply to the equipment being furnished. 1.03 CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall provide the services of a qualified representative of the manufacturer(s) of the equipment named below to check out and certify the installation(s), to supervise the initial operation, and to instruct the Owner's operating personnel in proper operation and maintenance procedures in accordance with the following schedule: Item Valve/Operator Type Minimum On -Site Time Requirements 1 Motor Operated Modulating Valves One (1) 8 -hour day B. Any additional time required to achieve successful installation and operation shall be at the expense of the Contractor. The manufacturer's representative shall sign in and out at the office of the Engineer's Resident Project Representative on each day he is at the project. C. A written report covering the representative's findings and installation approval shall be mailed directly to the Engineer covering all inspection and outlining in detail any deficiencies notes. D. The times specified are exclusive of travel time to and from the facility and shall not be construed as to relieve the manufacturer of any additional visits to provide sufficient service to place the equipment in satisfactory operation. PART 2 — PRODUCTS 2.01 FLOW INDICATORS A. Flow indicators shall be the Akron ball -type as manufactured by Brooks Instrument Co., Fischer and Porter, or equal, and shall have bronze bodies, glass dome, and plastic ball. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 51-2 VALVES, GENERAL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2.02 CORPORATION STOPS A. Corporation stops shall be of bronze with tapered male iron pipe threads on inlets and outlets. Terminal outlets shall have screwed bronze hex head dust plugs or caps. Unions shall be used on all corporation stop outlets with connecting piping. Corporation stops shall have a minimum working pressure rating of 250 psi and shall be as manufactured by Mueller Co., Hays Mfg. Div. of Zurn Industries, or equal. 2.03 FLOOR BOXES A. Floor boxes shall be provided for all nut operated or floor accessed valves. Floor boxes shall be of the adjustable, sliding type, cast iron, suitable to withstand heavy traffic, as manufactured by James B. Clow & Sons, Kennedy Valve Mfg. Co., or equal. The covers shall be marked with appropriate designations of piping contents (i.e.: water, sewer) and bases shall be the round type. All nut operated valves in this Section shall be clearly identified by stainless steel or laminated plastic identification tags. The tags shall be permanently affixed to the inside of the floor boxes, under grating, etc. and shall bear the embossed letters which clearly identify each valve by its appropriate designation. B. Two (2) valve operating wrenches shall be supplied in 4 -foot lengths with tee handles for each size nut supplied. Valve wrenches shall be Model No. F-2520 as manufactured by James B. Clow & Sons, Kennedy Valve Mfg. Co., Figure No. 122, or equal. 2.04 VALVE BOXES A. The Contractor shall furnish and install valve boxes as shown on the Drawings and specified herein. B. All valve boxes shall be placed so as not to transmit shock or stress to the valve and shall be centered and plumb over the operating nut of the valve. The ground in the trench upon which the valve boxes rest shall be thoroughly compacted to prevent settlement. The boxes shall be fitted together securely and set so that the cover is flush with the finished grade of the adjacent surface. A concrete pad as detailed on the Drawings shall be provided around the valve box, sloped outwards. C. All valve boxes shall be 2 -piece cast iron, sliding type, 5-1/4" shaft, with heavy duty traffic weight collar and the lid marked with the appropriate carrier product (i.e.: WATER). Boxes shall be as manufactured by James B. Clow & Sons, Kennedy Valve Mfg. Co., Charlotte Pipe and Foundry Company, or equal. 2.05 STRAINERS A. Y -Strainers shall be Y -pattern cast iron body, flanged or screwed ends with stainless steel or Monel, 20 mesh strainers. Strainers shall be 200 psi, cold -water service strainers, as manufactured by WATTS, Crane Co., Zurn, or equal. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 51-3 VALVES, GENERAL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD B. Caustic service Y -strainers shall be provided as shown on the drawings. Strainers shall be full port -full flow design manufactured of 304 or 316 stainless steel body. Y -strainers shall be furnished with flanged ends. The strainer screen shall be 1/32 -inch perforation, easily removable, manufactured of the same material as the valve body. C. Stainless steel Y -strainers shall be provided as shown on the drawings. Strainers shall be full port -full flow design manufactured of 304 or 316 stainless steel body. Y -strainers shall be furnished with flanged ends. The strainer screen shall be 1/32 -inch perforation, easily removable, manufactured of the same material as the valve body. D. PVC and CPVC y -strainers shall be provided in PVC and CPVC piping and as shown on the Drawings. Strainer shall be provided with PVC or CPVC body and end cap, EPDM or Viton seal as required for the chemical service, and 20 mesh screen. Temperature rating shall be 30°F to 140°F, and pressure rating shall be 150 psi @ 70°F, non -shock. PVC and CPVC y -Strainers shall be as manufactured by Asahi/America, Hayward, or equal. E. Manually cleaned strainers shall be the duplex basket tapered plug type. 1. Strainers 3 -inches in diameter and larger shall have flanged ends conforming to ANSI B16.1 -125/150 -pound standard. 2. Strainers less than 3 -inches in diameter shall have screwed end connectors, unless otherwise shown on the Drawings. 3. Strainers shall be constructed with an ASTM A48, Class 30 cast iron body, ductile iron trim, removable 0.045 -inch staggered hole perforation, 304 stainless steel filter baskets and gauges on the inlet and outlet. 4. All strainers shall be suitable for 125 psi service. 5. Switching flow from one basket to the other shall be accomplished by moving the handle through a 180° arc. The switching operation shall not stop flow through the strainer and shall provide for on-line removal of either basket with the other basket functional. The plug shall be automatically positioned with integral stops and shall be easily lifted and reseated under pressure. 6. The strainer shall be designed to minimize the possibility of material bypassing the plug while being rotated and to prevent debris from building up under the plug. The strainer covers shall be designed for quick opening with swing away yoke. 7. Each basket compartment shall have a side drain outlet. 8. All strainers shall be provided with support legs. 9. Duplex basket strainers shall be similar to the Model 53BTX as manufactured by Hayward, or equal. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 51-4 VALVES, GENERAL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD F. PVC and CPVC simplex basket strainers shall be provided in PVC and CPVC piping as shown on the Drawings. 1/2"-4" strainers shall be one-piece molded body with (3) ports to facilitate straight-thru flow pattern or u -shape flow pattern as required. Connections shall be true union type to ease installation/future maintenance. The cover, vent plug, and drain plug shall all be hand -removable, requiring no tools. EPDM or Viton seals shall be used as required for chemical service, and internal baskets shall be 1/32" perforation (20 -mesh) for 1/2"-1" sizes, and 1/8" perforation for 1-1/2"-8" sizes. 6" and 8" strainers shall be fabricated construction and shall contain flanged connections as standard. The pressure rating for 1/2"-8" sizes shall be 150 psi @ 70°F, non -shock. Strainers shall be manufactured by Hayward Industrial Products, or equal. 2.06 QUICK DISCONNECT COUPLINGS A. Quick disconnect type coupling for compressed/service air shall be provided where indicated on the Drawings. Coupling shall provide for instantaneous shutoff in socket end when lines are disconnected. Couplings shall be constructed of 316 stainless steel with a BUNA-N 0 -ring and integral safety lock. Couplings shall comply with Military Specification 4109 (interchangeable with standard plug of the same size). 2.07 BACKFLOW PREVENTERS A. Backflow preventer shall be the size shown on the Drawings and shall be of the double check valve principle. Backflow preventer installation shall include isolation valves and four test cocks, furnished as an assembly. For backflow preventers less than 2-1/2", the installation assembly also shall include a strainer. Isolation valves for backflow preventers shall be ball valves, except for size 2-1/2" and larger which shall be resilient seat gate valves. Test cocks shall be located as recommended by the manufacturer to facilitate functional testing of the assembly. The backflow preventer shall be a WATTS 709, or equal. B. Reduced Pressure Backflow Preventer shall be of the size shown on the Drawings and shall be of the reduced pressure principle type in accordance with AWWA Standards C510 and C511, with two (2) independent operating spring loaded check valves and one (1) spring loaded, diaphragm actuated, differential pressure relief valve shall be installed between the check valves. Backflow preventer shall be bronze body construction, with EPT rubber discs and Buna-N and nylon diaphragm. Screws and springs shall be of stainless steel. End connections shall be screwed, unless otherwise specified or shown on the Drawings. Reduced pressure backflow preventer installations shall include isolation valves and four test cocks, furnished as an assembly. For reduced pressure backflow preventers less than 2-1/2" the installation assembly also shall include a strainer. Isolation valves for reduced pressure backflow preventers shall be ball valves, except for sizes 2-1/2" and larger which shall be resilient seat gate valves. Test cocks shall be located as recommended by the manufacturer to facilitate functional testing of the assembly. The reduced pressure backflow preventer shall be as manufactured by Beeco Division, Hersey Products Inc., Aergap Model 6CM, WATTS 909, or equal. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 51-5 VALVES, GENERAL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD PART 3 — EXECUTION 3.01 INSTALLATION A. Except where noted otherwise herein, all valves shall be installing and tested in accordance with the latest revision of AWWA C500. Before installation, all valves shall be lubricated, manually opened and closed to check their operation and the interior of the valves shall be thoroughly cleaned. Valves shall be placed in the positions shown on the Drawings. Joints shall be made as directed under the Piping Specifications. The valves shall be so located that they are easily accessible for operating purposes and shall bear no stresses due to loads from the adjacent pipe. The Contractor shall be responsible for coordinating connecting piping. B. All valves shall be tested at the operating pressures at which the particular line will be used. Any leakage or "sweating" of joints shall be stopped, and all joints shall be tight. All motor operated and cylinder operated valves shall be tested for control operation as directed by the Engineer. C. Provide valves in quantity, size, and type with all required accessories as shown on the Drawings. D. Install all valves and appurtenances in accordance with manufacturer's instructions. Install suitable corporation stops at all points shown or required where air binding of pipe lines might occur. Install all valves so that operating handwheels or wrenches may be conveniently turned from operating floor but without interfering with access, and as approved by Engineer. Unless otherwise approved, install all valves plumb and level. Valves shall be installed free from distortion and strain caused by misaligned piping, equipment or other causes. E. Valve boxes shall be set plumb and centered with the bodies directly over the valves so that traffic loads are not transmitted to the valve. Earth fill shall be carefully tamped around each valve box to a distance of 4 feet on all sides of the box, or to the undisturbed trench face, if less than 4 feet. 3.02 SHOP AND FIELD TESTING A. Shop and field testing of valves shall be as follows: 1. Certified factory testing shall be provided for all components of the valve and operator system. Valves and operators shall be shop tested in accordance with the requirements in the latest revision of AWWA C500, including performance tests, leakage test, hydrostatic tests, and proof -of -design tests. The manufacturer through the Contractor shall submit certified copies of the reports covering the test for acceptance by the Engineer. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 51-6 VALVES, GENERAL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Shop testing shall be provided for the operators consisting of a complete functional check of each unit. Any deficiencies found in shop testing shall be corrected prior to shipment. The system supplier through the Contractor shall submit written certification that shop tests for the electrical/pneumatic system and all controls were successfully conducted and that these components provide the functions specified and required for proper operation of the valve operator system. 3. The Contractor shall conduct field tests to check and adjust system components, and to test and adjust operation of the overall system. Preliminary field tests shall be conducted prior to start-up with final field tests conducted during start-up. The factory service representative shall assist the Contractor during all field testing and prepare a written report describing test methods, and changes made during the testing, and summarizing test results. The service representative shall certify proper operation of the valve operator system upon successful completion of the final acceptance field testing. 4. Preliminary and final field tests shall be conducted at a time approved by the Engineer. The Engineer shall witness all field testing. 5. All costs in connection with field testing of equipment such as energy, light, lubricants, water, instruments, labor, equipment, temporary facilities for test purposes, etc. shall be borne by the Contractor. The Contractor shall be fully responsible for the proper operation of equipment during tests and instruction periods and shall neither have nor make any claim for damage which may occur to equipment prior to the time when the Owner formally takes over the operation thereof. 6. Preliminary field tests shall be conducted prior to start-up and shall include a functional check of the entire valve operator system and all system components. Preliminary field tests shall demonstrate that the valve operator system performs according to specifications and that all equipment, valves, controls, alarms, interlocks, etc., function properly. The preliminary field test report must be approved by the Engineer prior to conducting final field acceptance tests. Based on results of preliminary field tests, the Contractor shall make any adjustments required to settings, etc., to achieve the required valve closing time and operation specified or otherwise directed by the Engineer. 7. Final field acceptance tests shall be conducted simultaneously with the start-up and field testing of the pumps, air compressors, process air blowers, etc. Field tests shall be conducted for the full range of operating modes and conditions specified and as directed by the Engineer. Each of the valves shall be tested at minimum, maximum, and normal head/flow conditions, and under all specified conditions of opening and closing. Performance of pneumatic valves and compressed air system under normal operating conditions and during simulated power failures shall be checked. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 51-7 VALVES, GENERAL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 8. Field testing shall include optimization of opening and closing times of the valves. The Contractor shall provide the means for accurate measurement of pipeline pressures as directed by the Engineer. Valve opening and closing times shall be adjusted based on process requirements to optimize operation of the valves. Final valve opening and closing times as determined by field tests shall be approved by the Engineer prior to final acceptance of the system. END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 51-8 VALVES, GENERAL DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 40 05 57 VALVE OPERATORS AND ELECTRIC VALVE ACTUATORS PART 1 — GENERAL 1.01 THE REQUIREMENT A. Equipment shall be provided in accordance with the requirements of Section 46 00 00 — Equipment General Provisions and Section 40 05 00 — Basic Mechanical Requirements. B. The electric valve actuators shall meet the signal requirements described in Section 40 61 23 — Signal Coordination, Section 40 61 93 — Process Control System Input/Output List, and Section 40 61 96 — Process Control Descriptions. C. Valve operators and electric valve actuators shall be designed to unseat, open or close, and seat the valve under the most adverse operating condition to which the valves will be subjected. D. Operator mounting arrangements shall be as indicated on the Drawings or as directed by the manufacturer and/or Engineer. There shall be no mounting restrictions on the electric valve actuator. E. The valve operators and electric actuators shall be the full and undivided responsibility of the valve manufacturer in order to ensure complete coordination of the components and to provide unit responsibility. 1.02 SUBMITTALS A. The following items shall be submitted in accordance with, or in addition to the submittal requirements specified in Section 46 00 00 — Equipment General Provisions: 1. Shop Drawings 2. O&M Manuals 3. Certification that the force required to operate all valves is as specified herein. PART 2 — PRODUCTS 2.01 GENERAL A. Electric actuators shall be provided for all valves as detailed in Specification 40 06 20 Process Pipe, Valve, and Gate Schedules. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 57-1 VALVE OPERATORS AND ELECTRIC VALVE ACTUATORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD B. Operators/actuators shall be furnished with conservatively sized extension bonnets, extension stems, or torque tubes, and all required appurtenances required for a complete installation. Operators furnished with extension bonnets shall include stainless steel extension stems, or stainless-steel torque tubes. 2.02 ELECTRIC VALVE ACTUATORS A. Electric Actuators shall be open/close service or modulating service as specified. 1. Modulating valve actuators shall be Group 11 as manufactured by Beck Electric Actuators or approved equal. B. Performance Requirements 1. The actuators shall be designed for indoor and outdoor service and shall be fully operational while being mounted in any position. 2. Torque capacity of the actuators shall be sufficient to operate the valves against the maximum pressure differential, as indicated in the Valve Schedule in Section 40 06 20 — Process Pipe, Valve, and Gate Schedules, with a safety factor of 1.5. Actuators in modulating service will be selected such that the required dynamic valve torque is no more than 60% of the electric actuator's maximum rated breakaway of torque. 3. Operating time for full limits of travel shall be not more than 2 seconds per inch diameter of the valve, +/- 50 percent through 20 inches; +/- 30 percent for valves 24 inches and larger. Operating time shall not be less than 60 seconds for all modulating valves. 4. Actuators shall be rated of operating in ambient temperatures ranging from -40 degrees F minimum to 185 degrees F maximum. 5. For modulating actuators, the gearing, motor and contactor shall be capable of 60 starts/stops per minute without overheating. C. The actuators shall include, in one integral housing, individual compartments for the motor, gearing, wiring terminals, and control circuits. The terminal compartment shall be separated from the inner electrical components of the actuator by means of a watertight seal. The inner seal shall protect the motor and all other internal electrical elements of the actuator from entrance of moisture and dust when the terminal cover is removed. Double cartridge shaft seals shall be provided on the hand wheel and output shafts for weatherproof protection. All external fasteners shall be stainless steel. Compartments shall be provided with moisture and dust -proof rigid cast covers meeting NEMA 4X. Where the actuators may be subject to submergence in below grade vault or otherwise, actuator shall be rated IP68 — submergence in 10 feet of water for 48 hours. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 57-2 VALVE OPERATORS AND ELECTRIC VALVE ACTUATORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD D. All gearing shall be hardened alloy steel or bronze and shall be rated at twice the output torque of the operator and shall be designed to withstand the stall torque of the motor without failure. Output drive gearing shall consist of ductile iron spur gears. Gear train shall not require an oil bath. Heavy-duty lithium -based lubricant shall protect gearing and sealed ball bearings of the main shaft for five years without changing. Motor reduction gearing shall be spur gearing and shall allow for field repair and change in gear ratio. For quarter turn applications, overtravel of the operator shall be prevented by internal mechanical stops cast into the actuator. E. A handwheel shall be permanently attached for manual operation. A gear assembly shall be provided between the handwheel and the shaft if required to reduce the force necessary to operate the handwheel to less than 40 pounds. The handwheel shall not require a declutching mechanism for operation. F. The drive motor shall be specifically designed for actuator service and shall be characterized by high starting torque and low inertia. Motors shall be 120 volts, single phase, 60 Hz AC synchronous motors and shall be specifically designed for modulating service. Motors shall be totally enclosed, non -ventilated, with NEMA Class H insulation. The electric motor shall have a time rating of at least 15 minutes at 104°F (40°C) or twice the valve stroking time, whichever is longer, at an average load of at least 33% of maximum valve torque. Motor bearings shall be permanently lubricated by premium lubricant and shall be maintenance free. The motor shall be designed to not require electrical or thermal overloads. The motor shall be capable of starting against the rated load in either the open or close direction when voltage to the motor terminals is plus or minus ten (10) percent of nameplate rating. G. Leads from the motor shall be brought to the control circuit (limit switch) compartment without external piping or conduit box. The following items shall be located in the control circuit compartment. 1. Torque limit switches shall be provided to de -energize the motor control circuit in the event of a stall when attempting to unseat a jammed valve and when torque is exceeded during valve travel. Each actuator shall have an open direction torque switch and a close direction torque switch. The torque switches shall be mechanically operated and able to be set in torque units. Torque switches shall be calibrated prior to the actuator's assembly to the valve. 2. Travel limit switches shall be provided to de -energize the motor control circuit when the actuator reaches the limits of travel in the open and close directions. The limit switch drive shall be of the counter gear type and "in step- with the actuator output drive at all times in either the electrical or manual mode of operation. A minimum of six (6) contacts, three (3) normally open and three (3) normally closed, shall be supplied at each end of valve travel. Four (4) additional contacts shall be provided to report end of travel or any desired position between ends of travel. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 57-3 VALVE OPERATORS AND ELECTRIC VALVE ACTUATORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD H. Modulating actuators shall have a position feedback controller. The controller shall provide a 4-20 mA signal corresponding to valve position. Modulating valve actuators shall be designed to respond to a 4-20mADC analog signal and shall coordinate with the requirements of Division 40. The controller shall be Beck Digital Control Module (DCM), Control Option 9, or equal. 1. Modulating valve actuators designed to respond to a 4-20mADC signal shall be provided with a valve positioner which shall position the valve proportional to an externally generated 4-20mADC signal. The valve positioning control circuitry shall position the valve by comparing the command signal with the present valve position as indicated by the feedback potentiometer. The electrical terminals shall be housed in a double sealed terminal compartment isolated from the rest of the actuator components. A quantity of two — 1 inch NPT conduit entries shall be furnished. Actuators shall contain wiring and terminals for the following control functions. All dry contacts shall be rated for 6A at 120VAC. 1. Five Position Handswitch for operation of the actuator in CW (clockwise), CCW (counterclockwise), AUTO, and two STOP positions. 2. Four (4) unpowered contacts shall be provided which can be selected to indicate valve "Opened" and "Closed" position, "Auto" status of the actuator, and fail status of the actuator. The fail status contacts shall activate upon motor overtemperature and actuator overtorque as a minimum. 3. Terminals for 4-20mADC position command and 4-20mADC position feedback as described above for modulating actuators. K. Local Controls 1. Actuators shall be furnished with a five position handswitch for operation of the actuator in CW (clockwise), CCW (counterclockwise), AUTO, and two STOP positions. a. When the handswitch is in the "CW" or "CCW' position, the actuator shall travel in the designated direction. b. When the handswitch is in one of the "STOP" positions, the actuator shall not operate. c. When the handswitch is in the "AUTO" position, the actuator shall be controlled by remote inputs from the PLC or from the remote manual controls station. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 57-4 VALVE OPERATORS AND ELECTRIC VALVE ACTUATORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. The local controls shall be arranged so that the direction of travel can be reversed without the necessity of stopping the actuator. 2.03 SPARE PARTS A. Spare parts shall be provided in accordance with Section 46 00 00 — Equipment General Provisions. PART 3 — EXECUTION 3.01 MANUFACTURER'S FIELD SERVICES A. The services of a qualified manufacturer's technical representative shall be provided in accordance with Section 46 00 00 — Equipment General Provisions and shall include the following site visits for electric actuators: Service Number of Trips Installation and Testing 1 Startup and Training 1 Services after Startup 3.02 INSTALLATION 1 Number of Days/Trip 1 1 1 A. All valve actuators shall be installed in accordance with the manufacturer's published recommendations and the applicable Specification Sections for valves and motor controls. B. Valve actuators shall be factory coated in accordance with the manufacturer's standard paint system. 3.03 SHOP TESTING A. Shop testing shall be in accordance with Section 46 00 00 — Equipment General Provisions and with the following additional requirements: 1. Conduct a complete functional check of each unit. Correct any deficiencies found in shop testing prior to shipment. 2. Submit written certification that: a. Shop tests for the electrical system and all controls were successfully conducted; 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 57-5 VALVE OPERATORS AND ELECTRIC VALVE ACTUATORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD b. Electrical system and all controls provide the functions specified and required for proper operation of the valve operator system. 3. Each actuator shall be performance tested and individual test certificates shall be supplied free of charge. The test equipment shall simulate each typical valve load and the following parameters should be recorded: a. Current at maximum torque setting b. Torque at maximum torque setting c. Flash Test Voltage d. Actuator Output Speed or Operating Time e. In addition, the test certificate should record details of specification, such as gear ratios for both manual and automatic drive, closing direction, and wiring diagram code number. f. Verification of actuator torque rating with valve. 3.04 FIELD TESTS A. Field testing shall be in accordance with Section 46 00 00 — Equipment General Provisions and with the following additional requirements: 1. Valve actuators shall be field-tested together with the associated valves. 2. Test all valves at the operating pressures at which the particular line will be used. 3. Test all valves for control operation as directed. 4. Field testing shall include optimization of opening and closing times of the valves. Valve opening and closing times shall be adjusted based on process requirements to optimize operation of the valves. Final valve opening and closing times as determined by field tests shall be approved by the Engineer prior to final acceptance of the system. B. Preliminary Field Tests 1. General: Preliminary field tests shall be conducted prior to start-up and shall include a functional check of the entire valve operator system and all system components. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 57-6 VALVE OPERATORS AND ELECTRIC VALVE ACTUATORS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Scope: Preliminary field tests shall demonstrate that the valve operator system performs according to specifications and that all equipment, valves, controls, alarms, interlocks, etc., function properly. 3. Based on results of preliminary field tests, the Contractor shall make any adjustments required to settings, etc., to achieve the required valve closing time and operation, as specified or otherwise directed. C. Final Field Tests 1. Final field tests shall be conducted in accordance with the latest revision of AWWA C500. 2. Final field tests shall be conducted simultaneously with the start-up and field testing of the solids collectors. 3. Final field tests shall be conducted for the full range of operating modes and conditions specified and as directed by the Engineer. Each of the valves shall be tested at minimum, maximum, and normal head/flow conditions, and under all specified conditions of opening and closing. 4. Certification of Equipment Compliance: After the final field tests are completed and passed, submit affidavit according to Section 46 00 00 — Equipment and General Provisions. END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 57-7 VALVE OPERATORS AND ELECTRIC VALVE ACTUATORS DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 40 05 62 PLUG VALVES PART 1 — GENERAL 1.01 THE REQUIREMENT A. Reference Section 40 05 00 — Basic Mechanical Requirements. PART 2 — PRODUCTS 2.01 PLUG VALVES A. Plug valves shall be of the non -lubricated, eccentric seating plug type with synthetic rubber -faced plugs conforming to the latest revision of AWWA 517 as manufactured by DeZurik Company, Pratt, Milliken, GA Industries or equal. All valves shall be provided with limit stops and rotate 90 degrees from fully open to fully shut. The minimum working pressure for all valves shall be 150 psi, and the test pressure shall be at least 270 psi for valves up through 12 -inch and at least 230 psi for valves 14 -inch and larger. The port area of valves shall be at least 80 percent of full pipe area for valves less than 24 -inches and 70 percent for valves 24 -inches and larger, unless otherwise specified. The body materials shall be of epoxy coated cast iron or ductile iron, unless specified otherwise. Seats shall have a welded overlay of at least 90 percent pure nickel and machined to a finish containing no stress cracks. Plug facings shall be of Buna-N or equal and completely suitable for use with domestic sewage. B. The shaft seal shall be either the bronze cartridge type with at least two O -Rings, monolithic V -Type, U -Cup Type, or pull-down packing type. If monolithic V -Type, U -Cup Type, or pull-down packings are utilized, it shall be self-adjusting, self -compensating type. Packing shall be as manufactured by Chevron, or equal. Plug valves with pull down packings shall be designed with an extension bonnet so that repacking can be done without removal of the actuator. C. All buried valves shall have mechanical joint ends (unless otherwise shown), conforming to ANSI A21.11 (AWWA C111), and shall be operated with a standard AWWA 2 -inch square nut through a totally enclosed worm gear actuator. Valve boxes shall be installed with all buried plug valves and shall be as specified herein. D. Unless otherwise shown, all exposed valves 4 -inches in diameter and larger shall have flanged ends conforming to ANSI B16.1 -125/150 -pound standard with face-to-face dimensions of standard plug valves. Valves smaller than 4 -inches in diameter shall have screwed ends, unless otherwise noted. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 62-1 PLUG VALVES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD E. Valves 8 -inches in diameter and larger shall be handwheel or floorstand operated where required or indicated on the Drawings through totally enclosed worm gear actuators, unless otherwise specified or shown on the Drawings. Valves 6 -inches in diameter and smaller shall have lever operators, unless otherwise specified or noted on the Drawings. Manual operators for plug valves mounted above 6 feet from the operating floor shall be equipped with worm gear chainwheel actuators. F. The manufacturer shall certify that the plug valves are capable of operating in continuous duty service under these pressures and flow conditions. G. Each valve shall by hydrostatically tested and tested for bubble tightness after the operator has been mounted and adjusted. Copies of the hydrostatic and leakage test certification and certification of conformance shall be submitted to the Engineer prior to shipment. H. All internal and external ferrous components and surfaces of the valves, with the exception of stainless steel, nickel, and finished or bearing surfaces, shall be shop painted with two coats (10 mils min. dry film thickness) of the manufacturer's premium epoxy for corrosion resistance. Damaged surfaces shall be repaired in accordance with the manufacturer's recommendations. PART 3 — EXECUTION (NOT USED) END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 05 62-2 PLUG VALVES DocuSign Envelope ID: 47013437E-329A-489F-B7A0-FC4C2BB999CD SECTION 40 06 20 PROCESS PIPE, VALVE, AND GATE SCHEDULES PART 1 - GENERAL 1.01 THE REQUIREMENT A. Reference Section 40 05 00 - Basic Mechanical Requirements. 1.02 PIPING SCHEDULES A. Piping requirements for this Section are outlined on the Drawings and in the Piping Schedules. In the absence of a specified test pressure, pipe shall be tested at the greater of: 1) 150 percent of working pressure as determined by the Engineer or 2) 10 psig, unless the Schedule indicates no test is required. B. If the pipe material is not shown on the Piping Schedule or otherwise specified, the following materials shall be used. PIPE SIZE MATERIAL TYPE OF JOINT CLASS/DESIGN TEST PRESSURE 4 -IN AND LARGER DIP FLANGED (EXPOSED) CLASS 53 (1) RESTRAINED (BURIED) PRESSURE CLASS 350 LESS THAN 4 -IN PVC/CPVC (2) SOCKET SCH 80 (1) (1) Test at 150 percent of working pressure or 10 psi, whichever is greater. (2) For all PVC / CPVC designations, if piping is exposed to direct sunlight or if heat tracing is required, CPVC shall be used. Otherwise, PVC shall be used. 1.03 VALVE SCHEDULES A. All valves shall be tagged by the manufacturer according to the control valve designations listed in this Section. B. Valves not listed in this Section shall be manually operated, unless otherwise shown on the Drawings. 1.04 GATE SCHEDULES A. Gates shall be tagged by the manufacturer according to locations listed in this Section. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 40 06 20-1 12/07/2021 CITY OF CORPUS CHRISTI PROCESS PIPE, VALVE, AND GATE SCHEDULES DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD WATER TREATMENT PLANT PIPING SCHEDULE PIPE DESIGNATIONS MATERIAL BURIED PIPING EXPOSED PIPING DESIGN PRESSURE (PSI)1 TYPE OF JOINT CLASSI DESIGN TYPE OF JOINT CLASSI DESIGN HEAT TRACE2 WORKING SURGE RESTRAINT FIELD TEST SL SOLIDS DIP RESTRAINED SECTION 40 05 19 FLANGED CLASS 53 NO 10 NA 10 25 1) Surge pressure is the maximum pressure in the system during a surge event. Restraint pressure shall be used to determine pipe joint design and if required, the size, number, material, and dimensions of tabs and threaded -rods and thrust blocking for thrust restraint of piping and piping system components specified. 2) Provide heat tracing and insulation as specified in Section 40 41 13 on all exposed outdoor piping indicated. 3) For all PVC / CPVC designations, if piping is exposed to direct sunlight or if heat tracing is required, CPVC shall be used. Otherwise, PVC shall be used. 4) Flanges shall be provided as shown on the drawings or as approved by the Engineer. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 40 06 20-2 CITY OF CORPUS CHRISTI PROCESS PIPE, VALVE, AND GATE SCHEDULES DocuSign Envelope ID: 47013437E-329A-489F-B7A0-FC4C2BB999CD ELECTRICALLY OPERATED VALVE SCHEDULE TAG NO. VALVE TYPE OPERATOR TYPE SIZE (in.) FLOW MAX DIFFERENTIAL PRESSURE (psi) CLASS SERVICE LOCATION 31 -MOV -1029 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 1 31 -MOV -1031 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 1 31 -MOV -1033 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 1 31 -MOV -1035 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 1 31 -MOV -1037 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 1 31 -MOV -1039 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 1 31 -MOV -1041 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 1 31 -MOV -1043 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 1 31 -MOV -1045 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 1 31 -MOV -1047 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 1 31 -MOV -1049 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 1 31 -MOV -1051 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 1 31 -MOV -1053 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 2 31 -MOV -1055 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 2 31 -MOV -1057 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 2 31 -MOV -1059 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 2 31 -MOV -1061 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 2 31 -MOV -1063 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 2 31 -MOV -1065 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 2 31 -MOV -1067 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 2 31 -MOV -1069 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 2 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 40 06 20-3 CITY OF CORPUS CHRISTI PROCESS PIPE, VALVE, AND GATE SCHEDULES DocuSign Envelope ID: 47013437E-329A-489F-B7A0-FC4C2BB999CD ELECTRICALLY OPERATED VALVE SCHEDULE TAG NO. VALVE TYPE OPERATOR TYPE SIZE (in.) FLOW MAX DIFFERENTIAL PRESSURE (psi) CLASS SERVICE LOCATION 31 -MOV -1071 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 2 31 -MOV -1073 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 2 31 -MOV -1075 PLUG MODULATING 4 250 gpm 10 150 SL PRIMARY SEDIMENTATION BASIN NO. 2 1) Pulse Control - See Specifications 40 05 57 and 40 61 96 2) Provide remote control station as specified in section 40 05 57 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS 12/07/2021 40 06 20-4 CITY OF CORPUS CHRISTI PROCESS PIPE, VALVE, AND GATE SCHEDULES DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 40 61 23 SIGNAL COORDINATION REQUIREMENTS PART 1 — GENERAL 1.01 THE REQUIREMENT A. The Contractor shall conform to the signal coordination requirements specified herein. B. The Contractor shall be responsible for coordinating signal types and transmission requirements between the various parties providing equipment under this Contract. This shall include, but not be limited to, distribution of appropriate shop drawings among the equipment suppliers, the electrical subcontractor, and the instrumentation subcontractor. C. Analog signals shall be signals for transmitting process variables, etc. from instruments and to and from panels, equipment PLCs and Control System PLCs. D. Discrete signals shall consist of contact closures or powered signals for transmitting status/alarm information and control commands between starters, panels, equipment PLCs, the Control System, etc. 1.02 ANALOG SIGNAL TRANSMISSION A. Signal transmission between electric or electronic instruments, controllers, and all equipment and control devices shall be individually isolated, linear 4-20 milliamperes and shall operate at 24 VDC. B. Signal output from all transmitters and controllers shall be current regulated and shall not be affected by changes in load resistance within the unit's rating. C. All cable shields shall be grounded at one end only, at the control panel, with terminals bonded to the panel ground bus. D. Analog signal isolation and/or conversion shall be provided where necessary to interface with instrumentation, equipment controls, panels, and appurtenances. E. Non-standard transmission systems such as pulse duration, pulse rate, and voltage regulated shall not be permitted except where specifically noted in the Contract Documents. Where transmitters with nonstandard outputs do occur, their outputs hall be converted to an isolated, linear, 4-20 milliampere signal. F. The Contractor shall provide 24 V power supplies for analog signals and instruments where applicable and as required inside panels, controls, etc. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 23-1 SIGNAL COORDINATION REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD G. Where two -wire instruments transmit directly to the Control and Information System, the instrumentation subcontractor shall provide power supplies at the PLC -equipped control panels for those instruments. H. Where four -wire instruments with on -board loop power supplies transmit directly to the Control and Information System, the instrumentation subcontractor shall provide necessary signal isolators or shall otherwise isolate the input from the Control and Information System loop power supply. Similar provisions shall be made when a third element such as a recorder, indicator, or single loop controller with integral loop power supply is included in the loop. 1.03 DISCRETE INPUTS A. All discrete inputs to equipment and Control and Information System PLCs, from field devices, starters, panels, etc., shall be unpowered (dry) contacts in the field device or equipment, powered from the PLCs, unless specified otherwise. B. Sensing power (wetting voltage) supplied by the PLC shall be 24 VDC. 1.04 DISCRETE OUTPUTS A. All discrete outputs from local control panels and Control and Information System PLCs to field devices, starters, panels, etc., shall be 24 VDC powered (sourced) from PLC's . B. PLC powered discrete outputs shall energize 24 VDC pilot relay coils in the field devices, starters, panels, etc. which in turn open or close contacts in the associated control circuit. The 24 VDC relay coil, contacts, and associated control circuitry shall be furnished integral with the field device, starter, panel, etc. by the supplier and contractor furnishing the field device, starter, or panel. C. Where required or specified herein, discrete outputs from equipment and Control and Information System PLC's to field devices, starters, panels, motor operated valves, etc., shall be dry contact or relay outputs. D. Outputs to solenoid valves shall be 120 VAC, powered from the PLC or control panel unless specified or shown otherwise. 1.05 OTHER DISCRETE SIGNALS A. Discrete signals between starters, panels, etc. where no 24 VDC power supply is available may be 120 VAC, as long as such contacts are clearly identified in the starter, panel, etc. as being powered from a different power supply than other starter/panel components. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 23-2 SIGNAL COORDINATION REQUIREMENTS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD B. Where applicable, warning signs shall be affixed inside the starter, panel, etc. stating that the panel is energized from multiple sources. C. Output contacts in the starter, panel, etc., that are powered from other locations shall be provided with special tags and/or color -coding. Disconnecting terminal strips shall be provided for such contacts. D. The above requirements shall apply to all starters and panels, regardless of supplier. PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION (NOT USED) END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 23-3 SIGNAL COORDINATION REQUIREMENTS DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 40 61 26 PROCESS CONTROL SYSTEM TRAINING PART 1 — GENERAL 1.01 THE REQUIREMENT A. To familiarize the Owner's personnel with the process control system and field instrumentation, training shall be provided as detailed hereunder. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 40 61 96 — Process Control Descriptions 1.03 SUBMITTALS A. A minimum of 60 days prior to beginning training, submit a detailed training plan describing the following: 1. A listing of all courses to be conducted. 2. Course content. 3. Applicability of each course to management, operations, maintenance, laboratory, etc., personnel. 4. Course schedules. 5. Qualifications and experience of individual(s) providing training. B. A minimum of 14 days prior to beginning each training course, submit documentation for use by the Owner's personnel during training. The training documentation shall be specific to the particular course, and shall include the following: 1. A listing of all subjects to be covered. 2. Course schedule. 3. Documentation/lesson plans covering all subjects to be covered during the course instruction. Information shall be in a "how to" format, with sufficient background documentation and references to manufacturer literature to provide a thorough and clear understanding of the materials to be covered. o 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 26-1 PROCESS CONTROL SYSTEM TRAINING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1.04 GENERAL REQUIREMENTS A. All costs of providing the training courses shall be borne by the Contractor. B. As used herein, the term "day" shall mean an eight-hour day, and the term "week" shall mean a five-day, 40 -hour week. C. Training courses, especially those for operator training, may be required to be scheduled during non-standard business hours (i.e., not between the hours of 8:00 am and 5:00 pm) to accommodate the working schedule of the Owner's personnel. No additional compensation will be awarded to the Contractor for training at non-standard hours. D. All training courses shall complement the experience and skill levels of the Owner's personnel. E. Training courses shall be structured in order of increasing capability or security levels. The purpose of this requirement is to allow personnel with lesser training requirements or security password levels to drop out of the training at certain times while the training continues for personnel with greater requirements or higher security levels. F. All training courses shall include lecture as well as "hands on" experience for each of the attending personnel. The Contractor shall provide sufficient equipment for this to be accomplished. For example, training in which the instructor uses the computer and the Owner's personnel passively observe as the instructor demonstrates system functions shall not be acceptable. G. Unless otherwise specified, all training courses shall be conducted in the Owner's facilities. H. All training shall be completed prior to system acceptance. I. Standard manufacturer training courses are acceptable pending approval by the Engineer and Owner. 1.05 SYSTEM SUPERVISOR/ENGINEER TRAINING A. Provide manufacturer standard training in the use and configuration of the specified operator workstation (HMI or SCADA) software. B. System supervisor/engineer training shall be performed a minimum of 30 days prior to system startup. C. Training shall be provided in the following subjects: 1. System overview and capabilities. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 26-2 PROCESS CONTROL SYSTEM TRAINING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Database configuration. 3. Graphic display configuration, including linking of data to displays. 4. Historical data configuration (collection, manipulation, and display). 5. Real-time and historical trending. 6. Report configuration, generation, printing, and customization. 7. Alarm configuration and management. 8. System security. 9. I/O driver use and configuration. 10. System backup and recovery. 11. DDE linking, where applicable. 12. System command language. 13. Troubleshooting. 14. System optimization. 15. System startup and shutdown procedures. 16. LAN and WAN communications, as appropriate. D. The course shall be structured as follows: 1. One one -day (minimum) digital system configuration and operating course shall be provided for up to twelve persons. The level of training shall be sufficient to familiarize the Owner's personnel with the configuration and application of all system programs. All essential system operating procedures shall be described as required to enable the Owner's personnel to operate the system via the various workstations and local control panels. 1.06 OPERATOR TRAINING A. Operator training shall include familiarization training covering the Control and Information System. Operators shall be instructed in the names, locations, functions, and basic operation of all items of digital equipment and associated software. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 26-3 PROCESS CONTROL SYSTEM TRAINING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD B. Operator training shall cover process and equipment operation both individually and collectively as an operating system. Normal as well as abnormal operating conditions shall be covered, including the response to failure occurrences and system alarms. All operator/system interactions shall be described. C. Operators shall be trained to instruct other operators and shall be provided with all course materials. 1.07 MAINTENANCE TRAINING A. A one -day course shall be conducted for at least six persons prior to the start-up of digital equipment at the Owner's plant. Instruction shall be provided in the following: 1. Operating all digital equipment, including system start-up and shutdown procedures. 2. The use of hardware diagnostic routines, test equipment and test procedures as required to enable the Owner's personnel to detect and isolate system faults to the circuit board or module level and to implement repairs by replacing failed circuit boards or modules. 3. Calibration and routine maintenance procedures for all analog and digital equipment. B. Step by step written procedures shall be provided for all preventive maintenance tasks and for identifying hardware faults to the circuit board or module level for all items of digital equipment. C. All digital equipment preventive and corrective maintenance training activities shall be limited to the use of commercially available off-the-shelf test equipment and to the use of diagnostic routines and hardware items which are the same as those to be provided as part of the system. 1.08 INSTRUMENT TRAINING A. A one -day course shall be provided at the Owner's facilities no more than three months prior to system start-up to instruct a minimum of five persons each in the calibration and preventive maintenance of the field instruments provided under this Contract. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 26-4 PROCESS CONTROL SYSTEM TRAINING DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 26-5 PROCESS CONTROL SYSTEM TRAINING DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 40 61 93 PROCESS CONTROL SYSTEM INPUT / OUTPUT LIST PART 1 — GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish, test, install and place in satisfactory operation all control system inputs and outputs as herein specified and as shown on the Drawings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 40 61 91 — Process Control System Instrument List B. Section 40 61 96 — Process Control Descriptions PART 2 — CONTROL SYSTEM INPUT / OUTPUT SCHEDULE 2.01 NOTES: INPUT/OUTPUT TYPES ARE AS FOLLOWS: a. DI — Discrete Input b. DO — Discrete Output c. Al — Analog Input d. AO — Analog Output e. RS485 — Serial Communications Link 2. All available information from each VFD via its RS485 port shall be provided to the PLC. PART 3 — I/O LIST 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 93-1 PROCESS CONTROL SYSTEM INPUT- OUTPUT LIST DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 93-2 PROCESS CONTROL SYSTEM INPUT- OUTPUT LIST DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Tag Number Service Description Type DESTINATION NAH-1029 SLUDGE VALVE 31 -MOV -1029 TORQUE HI DI P20.22 ZI-1029 SLUDGE VALVE 31 -MOV -1029 INDICATOR Al P20.22 YN-1029 SLUDGE VALVE 31 -MOV -1029 POSITION DI P20.22 ZC-1029 SLUDGE VALVE 31 -MOV -1029 POSITION CONTROL AO P20.22 HS -1029 SLUDGE VALVE 31 -MOV -1029 HAND SWITCH DO P20.22 NAH-1031 SLUDGE VALVE 31 -MOV -1031 TORQUE HI DI P20.22 ZI-1031 SLUDGE VALVE 31 -MOV -1031 INDICATOR Al P20.22 YN-1031 SLUDGE VALVE 31 -MOV -1031 POSITION DI P20.22 ZC-1031 SLUDGE VALVE 31 -MOV -1031 POSITION CONTROL AO P20.22 HS -1031 SLUDGE VALVE 31 -MOV -1031 HAND SWITCH DO P20.22 YA-1032 31 -CPL -1001 IES FAULT DI P20.22 JA -1032 31 -CPL -1001 SURGE FAULT DI P20.22 YA-1030 31 -CPL -1001 ESTOP UNIT 1 DI P20.22 YA-1032 31 -CPL -1001 ESTOP UNIT 2 DI P20.22 ZI-1030B END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1030A HOME PROXIMITY SWITCH DI P20.22 ZI-1032B END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1032A HOME PROXIMITY SWITCH DI P20.22 HS -1030A AUTO/MANUAL UNIT 1 DO P20.22 HS -1032A AUTO/MANUAL UNIT 2 DO P20.22 NAL -1030 TORQUE LOW UNIT 1 DI P20.22 NAH-1030 TORQUE HI UNIT 1 DI P20.22 NAHH-1030 TORQUE HIHI UNIT 1 DI P20.22 NI -1030 TORQUE UNIT 1 Al P20.22 SC -1030 SPEED CONTROL UNIT 1 AO P20.22 SI -1030 SPEED UNIT 1 Al P20.22 NAL -1032 TORQUE LOW UNIT 2 DI P20.22 NAH-1032 TORQUE HI UNIT 2 DI P20.22 NAHH-1032 TORQUE HIHI UNIT 2 DI P20.22 NI -1032 TORQUE UNIT 2 Al P20.22 SC -1032 SPEED CONTROL UNIT 2 AO P20.22 SI -1032 SPEED UNIT 2 Al P20.22 NAH-1033 SLUDGE VALVE 31 -MOV -1033 TORQUE HI DI P20.22 ZI-1033 SLUDGE VALVE 31 -MOV -1033 INDICATOR Al P20.22 YN-1033 SLUDGE VALVE 31 -MOV -1033 POSITION DI P20.22 ZC-1033 SLUDGE VALVE 31 -MOV -1033 POSITION CONTROL AO P20.22 HS -1033 SLUDGE VALVE 31 -MOV -1033 HAND SWITCH DO P20.22 NAH-1035 SLUDGE VALVE 31 -MOV -1035 TORQUE HI DI P20.22 ZI-1035 SLUDGE VALVE 31 -MOV -1035 INDICATOR Al P20.22 YN-1035 SLUDGE VALVE 31 -MOV -1035 POSITION DI P20.22 ZC-1035 SLUDGE VALVE 31 -MOV -1035 POSITION CONTROL AO P20.22 HS -1035 SLUDGE VALVE 31 -MOV -1035 HAND SWITCH DO P20.22 YA-1036 31 -CPL -1002 IES FAULT DI P20.22 JA -1036 31 -CPL -1002 SURGE FAULT DI P20.22 YA-1034 31 -CPL -1002 ESTOP UNIT 1 DI P20.22 YA-1036 31 -CPL -1002 ESTOP UNIT 2 DI P20.22 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD ZI-10348 END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1034A HOME PROXIMITY SWITCH DI P20.22 ZI-10368 END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1036A HOME PROXIMITY SWITCH DI P20.22 HS -1034A AUTO/MANUAL UNIT 1 DO P20.22 HS -1036A AUTO/MANUAL UNIT 2 DO P20.22 NAL -1034 TORQUE LOW UNIT 1 DI P20.22 NAH-1034 TORQUE HI UNIT 1 DI P20.22 NAHH-1034 TORQUE HIHI UNIT 1 DI P20.22 NI -1034 TORQUE UNIT 1 Al P20.22 SC -1034 SPEED CONTROL UNIT 1 AO P20.22 SI -1034 SPEED UNIT 1 Al P20.22 NAL -1036 TORQUE LOW UNIT 2 DI P20.22 NAH-1036 TORQUE HI UNIT 2 DI P20.22 NAHH-1036 TORQUE HIHI UNIT 2 DI P20.22 NI -1036 TORQUE UNIT 2 Al P20.22 SC -1036 SPEED CONTROL UNIT 2 AO P20.22 SI -1036 SPEED UNIT 2 Al P20.22 NAH-1037 SLUDGE VALVE 31 -MOV -1037 TORQUE HI DI P20.22 ZI-1037 SLUDGE VALVE 31 -MOV -1037 INDICATOR Al P20.22 YN-1037 SLUDGE VALVE 31 -MOV -1037 POSITION DI P20.22 ZC-1037 SLUDGE VALVE 31 -MOV -1037 POSITION CONTROL AO P20.22 HS -1037 SLUDGE VALVE 31 -MOV -1037 HAND SWITCH DO P20.22 NAH-1039 SLUDGE VALVE 31 -MOV -1039 TORQUE HI DI P20.22 ZI-1039 SLUDGE VALVE 31 -MOV -1039 INDICATOR Al P20.22 YN-1039 SLUDGE VALVE 31 -MOV -1039 POSITION DI P20.22 ZC-1039 SLUDGE VALVE 31 -MOV -1039 POSITION CONTROL AO P20.22 HS -1039 SLUDGE VALVE 31 -MOV -1039 HAND SWITCH DO P20.22 YA-1040 31 -CPL -1003 IES FAULT DI P20.22 JA -1040 31 -CPL -1003 SURGE FAULT DI P20.22 YA-1038 31 -CPL -1003 ESTOP UNIT 1 DI P20.22 YA-1040 31 -CPL -1003 ESTOP UNIT 2 DI P20.22 ZI-10388 END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1038A HOME PROXIMITY SWITCH DI P20.22 ZI-10408 END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1040A HOME PROXIMITY SWITCH DI P20.22 HS -1038A AUTO/MANUAL UNIT 1 DO P20.22 HS -1040A AUTO/MANUAL UNIT 2 DO P20.22 NAL -1038 TORQUE LOW UNIT 1 DI P20.22 NAH-1038 TORQUE HI UNIT 1 DI P20.22 NAHH-1038 TORQUE HIHI UNIT 1 DI P20.22 NI -1038 TORQUE UNIT 1 Al P20.22 SC -1038 SPEED CONTROL UNIT 1 AO P20.22 SI -1038 SPEED UNIT 1 Al P20.22 NAL -1040 TORQUE LOW UNIT 2 DI P20.22 NAH-1040 TORQUE HI UNIT 2 DI P20.22 NAHH-1040 TORQUE HIHI UNIT 2 DI P20.22 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD NI -1040 TORQUE UNIT 2 Al P20.22 SC -1040 SPEED CONTROL UNIT 2 AO P20.22 SI -1040 SPEED UNIT 2 Al P20.22 NAH-1041 SLUDGE VALVE 31 -MOV -1041 TORQUE HI DI P20.22 ZI-1041 SLUDGE VALVE 31 -MOV -1041 INDICATOR Al P20.22 YN-1041 SLUDGE VALVE 31 -MOV -1041 POSITION DI P20.22 ZC-1041 SLUDGE VALVE 31 -MOV -1041 POSITION CONTROL AO P20.22 HS -1041 SLUDGE VALVE 31 -MOV -1041 HAND SWITCH DO P20.22 NAH-1043 SLUDGE VALVE 31 -MOV -1043 TORQUE HI DI P20.22 ZI-1043 SLUDGE VALVE 31 -MOV -1043 INDICATOR Al P20.22 YN-1043 SLUDGE VALVE 31 -MOV -1043 POSITION DI P20.22 ZC-1043 SLUDGE VALVE 31 -MOV -1043 POSITION CONTROL AO P20.22 HS -1043 SLUDGE VALVE 31 -MOV -1043 HAND SWITCH DO P20.22 YA-1044 31 -CPL -1004 IES FAULT DI P20.22 JA -1044 31 -CPL -1004 SURGE FAULT DI P20.22 YA-1042 31 -CPL -1004 ESTOP UNIT 1 DI P20.22 YA-1044 31 -CPL -1004 ESTOP UNIT 2 DI P20.22 ZI-10428 END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1042A HOME PROXIMITY SWITCH DI P20.22 ZI-10448 END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1044A HOME PROXIMITY SWITCH DI P20.22 HS -1042A AUTO/MANUAL UNIT 1 DO P20.22 HS -1044A AUTO/MANUAL UNIT 2 DO P20.22 NAL -1042 TORQUE LOW UNIT 1 DI P20.22 NAH-1042 TORQUE HI UNIT 1 DI P20.22 NAHH-1042 TORQUE HIHI UNIT 1 DI P20.22 NI -1042 TORQUE UNIT 1 Al P20.22 SC -1042 SPEED CONTROL UNIT 1 AO P20.22 SI -1042 SPEED UNIT 1 Al P20.22 NAL -1044 TORQUE LOW UNIT 2 DI P20.22 NAH-1044 TORQUE HI UNIT 2 DI P20.22 NAHH-1044 TORQUE HIHI UNIT 2 DI P20.22 NI -1044 TORQUE UNIT 2 Al P20.22 SC -1044 SPEED CONTROL UNIT 2 AO P20.22 SI -1044 SPEED UNIT 2 Al P20.22 NAH-1045 SLUDGE VALVE 31 -MOV -1045 TORQUE HI DI P20.22 ZI-1045 SLUDGE VALVE 31 -MOV -1045 INDICATOR Al P20.22 YN-1045 SLUDGE VALVE 31 -MOV -1045 POSITION DI P20.22 ZC-1045 SLUDGE VALVE 31 -MOV -1045 POSITION CONTROL AO P20.22 HS -1045 SLUDGE VALVE 31 -MOV -1045 HAND SWITCH DO P20.22 NAH-1047 SLUDGE VALVE 31 -MOV -1047 TORQUE HI DI P20.22 ZI-1047 SLUDGE VALVE 31 -MOV -1047 INDICATOR Al P20.22 YN-1047 SLUDGE VALVE 31 -MOV -1047 POSITION DI P20.22 ZC-1047 SLUDGE VALVE 31 -MOV -1047 POSITION CONTROL AO P20.22 HS -1047 SLUDGE VALVE 31 -MOV -1047 HAND SWITCH DO P20.22 YA-1048 31 -CPL -1005 IES FAULT DI P20.22 JA -1048 31 -CPL -1005 SURGE FAULT DI P20.22 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD YA-1046 31 -CPL -1005 ESTOP UNIT 1 DI P20.22 YA-1048 31 -CPL -1005 ESTOP UNIT 2 DI P20.22 ZI-10468 END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1046A HOME PROXIMITY SWITCH DI P20.22 ZI-10488 END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1048A HOME PROXIMITY SWITCH DI P20.22 HS -1046A AUTO/MANUAL UNIT 1 DO P20.22 HS -1048A AUTO/MANUAL UNIT 2 DO P20.22 NAL -1046 TORQUE LOW UNIT 1 DI P20.22 NAH-1046 TORQUE HI UNIT 1 DI P20.22 NAHH-1046 TORQUE HIHI UNIT 1 DI P20.22 NI -1046 TORQUE UNIT 1 Al P20.22 SC -1046 SPEED CONTROL UNIT 1 AO P20.22 SI -1046 SPEED UNIT 1 Al P20.22 NAL -1048 TORQUE LOW UNIT 2 DI P20.22 NAH-1048 TORQUE HI UNIT 2 DI P20.22 NAHH-1048 TORQUE HIHI UNIT 2 DI P20.22 NI -1048 TORQUE UNIT 2 Al P20.22 SC -1048 SPEED CONTROL UNIT 2 AO P20.22 SI -1048 SPEED UNIT 2 Al P20.22 NAH-1049 SLUDGE VALVE 31 -MOV -1049 TORQUE HI DI P20.22 ZI-1049 SLUDGE VALVE 31 -MOV -1049 INDICATOR Al P20.22 YN-1049 SLUDGE VALVE 31 -MOV -1049 POSITION DI P20.22 ZC-1049 SLUDGE VALVE 31 -MOV -1049 POSITION CONTROL AO P20.22 HS -1049 SLUDGE VALVE 31 -MOV -1049 HAND SWITCH DO P20.22 NAH-1051 SLUDGE VALVE 31 -MOV -1051 TORQUE HI DI P20.22 ZI-1051 SLUDGE VALVE 31 -MOV -1051 INDICATOR Al P20.22 YN-1051 SLUDGE VALVE 31 -MOV -1051 POSITION DI P20.22 ZC-1051 SLUDGE VALVE 31 -MOV -1051 POSITION CONTROL AO P20.22 HS -1051 SLUDGE VALVE 31 -MOV -1051 HAND SWITCH DO P20.22 YA-1052 31 -CPL -1006 IES FAULT DI P20.22 JA -1052 31 -CPL -1006 SURGE FAULT DI P20.22 YA-1050 31 -CPL -1006 ESTOP UNIT 1 DI P20.22 YA-1052 31 -CPL -1006 ESTOP UNIT 2 DI P20.22 ZI-10508 END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1050A HOME PROXIMITY SWITCH DI P20.22 ZI-10528 END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1052A HOME PROXIMITY SWITCH DI P20.22 HS -1050A AUTO/MANUAL UNIT 1 DO P20.22 HS -1052A AUTO/MANUAL UNIT 2 DO P20.22 NAL -1050 TORQUE LOW UNIT 1 DI P20.22 NAH-1050 TORQUE HI UNIT 1 DI P20.22 NAHH-1050 TORQUE HIHI UNIT 1 DI P20.22 NI -1050 TORQUE UNIT 1 Al P20.22 SC -1050 SPEED CONTROL UNIT 1 AO P20.22 SI -1050 SPEED UNIT 1 Al P20.22 NAL -1052 TORQUE LOW UNIT 2 DI P20.22 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD NAH-1052 TORQUE HI UNIT 2 DI P20.22 NAHH-1052 TORQUE HIHI UNIT 2 DI P20.22 NI -1052 TORQUE UNIT 2 Al P20.22 SC -1052 SPEED CONTROL UNIT 2 AO P20.22 SI -1052 SPEED UNIT 2 Al P20.22 NAH-1053 SLUDGE VALVE 31 -MOV -1053 TORQUE HI DI P20.22 ZI-1053 SLUDGE VALVE 31 -MOV -1053 INDICATOR Al P20.22 YN-1053 SLUDGE VALVE 31 -MOV -1053 POSITION DI P20.22 ZC-1053 SLUDGE VALVE 31 -MOV -1053 POSITION CONTROL AO P20.22 HS -1053 SLUDGE VALVE 31 -MOV -1053 HAND SWITCH DO P20.22 NAH-1055 SLUDGE VALVE 31 -MOV -1055 TORQUE HI DI P20.22 ZI-1055 SLUDGE VALVE 31 -MOV -1055 INDICATOR Al P20.22 YN-1055 SLUDGE VALVE 31 -MOV -1055 POSITION DI P20.22 ZC-1055 SLUDGE VALVE 31 -MOV -1055 POSITION CONTROL AO P20.22 HS -1055 SLUDGE VALVE 31 -MOV -1055 HAND SWITCH DO P20.22 YA-1056 31 -CPL -1007 IES FAULT DI P20.22 JA -1056 31 -CPL -1007 SURGE FAULT DI P20.22 YA-1054 31 -CPL -1007 ESTOP UNIT 1 DI P20.22 YA-1056 31 -CPL -1007 ESTOP UNIT 2 DI P20.22 ZI-1054B END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1054A HOME PROXIMITY SWITCH DI P20.22 ZI-1056B END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1056A HOME PROXIMITY SWITCH DI P20.22 HS -1054A AUTO/MANUAL UNIT 1 DO P20.22 HS -1056A AUTO/MANUAL UNIT 2 DO P20.22 NAL -1054 TORQUE LOW UNIT 1 DI P20.22 NAH-1054 TORQUE HI UNIT 1 DI P20.22 NAHH-1054 TORQUE HIHI UNIT 1 DI P20.22 NI -1054 TORQUE UNIT 1 Al P20.22 SC -1054 SPEED CONTROL UNIT 1 AO P20.22 SI -1054 SPEED UNIT 1 Al P20.22 NAL -1056 TORQUE LOW UNIT 2 DI P20.22 NAH-1056 TORQUE HI UNIT 2 DI P20.22 NAHH-1056 TORQUE HIHI UNIT 2 DI P20.22 NI -1056 TORQUE UNIT 2 Al P20.22 SC -1056 SPEED CONTROL UNIT 2 AO P20.22 SI -1056 SPEED UNIT 2 Al P20.22 NAH-1057 SLUDGE VALVE 31 -MOV -1057 TORQUE HI DI P20.22 ZI-1057 SLUDGE VALVE 31 -MOV -1057 INDICATOR Al P20.22 YN-1057 SLUDGE VALVE 31 -MOV -1057 POSITION DI P20.22 ZC-1057 SLUDGE VALVE 31 -MOV -1057 POSITION CONTROL AO P20.22 HS -1057 SLUDGE VALVE 31 -MOV -1057 HAND SWITCH DO P20.22 NAH-1059 SLUDGE VALVE 31 -MOV -1059 TORQUE HI DI P20.22 ZI-1059 SLUDGE VALVE 31 -MOV -1059 INDICATOR Al P20.22 YN-1059 SLUDGE VALVE 31 -MOV -1059 POSITION DI P20.22 ZC-1059 SLUDGE VALVE 31 -MOV -1059 POSITION CONTROL AO P20.22 HS -1059 SLUDGE VALVE 31 -MOV -1059 HAND SWITCH DO P20.22 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD YA-1060 31 -CPL -1008 IES FAULT DI P20.22 JA -1060 31 -CPL -1008 SURGE FAULT DI P20.22 YA-1058 31 -CPL -1008 ESTOP UNIT 1 DI P20.22 YA-1060 31 -CPL -1008 ESTOP UNIT 2 DI P20.22 ZI-1058B END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1058A HOME PROXIMITY SWITCH DI P20.22 ZI-1060B END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1060A HOME PROXIMITY SWITCH DI P20.22 HS -1058A AUTO/MANUAL UNIT 1 DO P20.22 HS -1060A AUTO/MANUAL UNIT 2 DO P20.22 NAL -1058 TORQUE LOW UNIT 1 DI P20.22 NAH-1058 TORQUE HI UNIT 1 DI P20.22 NAHH-1058 TORQUE HIHI UNIT 1 DI P20.22 NI -1058 TORQUE UNIT 1 Al P20.22 SC -1058 SPEED CONTROL UNIT 1 AO P20.22 SI -1058 SPEED UNIT 1 Al P20.22 NAL -1060 TORQUE LOW UNIT 2 DI P20.22 NAH-1060 TORQUE HI UNIT 2 DI P20.22 NAHH-1060 TORQUE HIHI UNIT 2 DI P20.22 NI -1060 TORQUE UNIT 2 Al P20.22 SC -1060 SPEED CONTROL UNIT 2 AO P20.22 SI -1060 SPEED UNIT 2 Al P20.22 NAH-1061 SLUDGE VALVE 31 -MOV -1061 TORQUE HI DI P20.22 ZI-1061 SLUDGE VALVE 31 -MOV -1061 INDICATOR Al P20.22 YN-1061 SLUDGE VALVE 31 -MOV -1061 POSITION DI P20.22 ZC-1061 SLUDGE VALVE 31 -MOV -1061 POSITION CONTROL AO P20.22 HS -1061 SLUDGE VALVE 31 -MOV -1061 HAND SWITCH DO P20.22 NAH-1063 SLUDGE VALVE 31 -MOV -1063 TORQUE HI DI P20.22 ZI-1063 SLUDGE VALVE 31 -MOV -1063 INDICATOR Al P20.22 YN-1063 SLUDGE VALVE 31 -MOV -1063 POSITION DI P20.22 ZC-1063 SLUDGE VALVE 31 -MOV -1063 POSITION CONTROL AO P20.22 HS -1063 SLUDGE VALVE 31 -MOV -1063 HAND SWITCH DO P20.22 YA-1064 31 -CPL -1009 IES FAULT DI P20.22 JA -1064 31 -CPL -1009 SURGE FAULT DI P20.22 YA-1062 31 -CPL -1009 ESTOP UNIT 1 DI P20.22 YA-1064 31 -CPL -1009 ESTOP UNIT 2 DI P20.22 ZI-1062B END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1062A HOME PROXIMITY SWITCH DI P20.22 ZI-1064B END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1064A HOME PROXIMITY SWITCH DI P20.22 HS -1062A AUTO/MANUAL UNIT 1 DO P20.22 HS -1064A AUTO/MANUAL UNIT 2 DO P20.22 NAL -1062 TORQUE LOW UNIT 1 DI P20.22 NAH-1062 TORQUE HI UNIT 1 DI P20.22 NAHH-1062 TORQUE HIHI UNIT 1 DI P20.22 NI -1062 TORQUE UNIT 1 Al P20.22 SC -1062 SPEED CONTROL UNIT 1 AO P20.22 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SI -1062 SPEED UNIT 1 Al P20.22 NAL -1064 TORQUE LOW UNIT 2 DI P20.22 NAH-1064 TORQUE HI UNIT 2 DI P20.22 NAHH-1064 TORQUE HIHI UNIT 2 DI P20.22 NI -1064 TORQUE UNIT 2 Al P20.22 SC -1064 SPEED CONTROL UNIT 2 AO P20.22 SI -1064 SPEED UNIT 2 Al P20.22 NAH-1065 SLUDGE VALVE 31 -MOV -1065 TORQUE HI DI P20.22 ZI-1065 SLUDGE VALVE 31 -MOV -1065 INDICATOR Al P20.22 YN-1065 SLUDGE VALVE 31 -MOV -1065 POSITION DI P20.22 ZC-1065 SLUDGE VALVE 31 -MOV -1065 POSITION CONTROL AO P20.22 HS -1065 SLUDGE VALVE 31 -MOV -1065 HAND SWITCH DO P20.22 NAH-1067 SLUDGE VALVE 31 -MOV -1067 TORQUE HI DI P20.22 ZI-1067 SLUDGE VALVE 31 -MOV -1067 INDICATOR Al P20.22 YN-1067 SLUDGE VALVE 31 -MOV -1067 POSITION DI P20.22 ZC-1067 SLUDGE VALVE 31 -MOV -1067 POSITION CONTROL AO P20.22 HS -1067 SLUDGE VALVE 31 -MOV -1067 HAND SWITCH DO P20.22 YA-1068 31 -CPL -1010 IES FAULT DI P20.22 JA -1068 31 -CPL -1010 SURGE FAULT DI P20.22 YA-1066 31 -CPL -1010 ESTOP UNIT 1 DI P20.22 YA-1068 31 -CPL -1010 ESTOP UNIT 2 DI P20.22 ZI-10668 END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1066A HOME PROXIMITY SWITCH DI P20.22 ZI-10688 END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1068A HOME PROXIMITY SWITCH DI P20.22 HS -1066A AUTO/MANUAL UNIT 1 DO P20.22 HS -1068A AUTO/MANUAL UNIT 2 DO P20.22 NAL -1066 TORQUE LOW UNIT 1 DI P20.22 NAH-1066 TORQUE HI UNIT 1 DI P20.22 NAHH-1066 TORQUE HIHI UNIT 1 DI P20.22 NI -1066 TORQUE UNIT 1 Al P20.22 SC -1066 SPEED CONTROL UNIT 1 AO P20.22 SI -1066 SPEED UNIT 1 Al P20.22 NAL -1068 TORQUE LOW UNIT 2 DI P20.22 NAH-1068 TORQUE HI UNIT 2 DI P20.22 NAHH-1068 TORQUE HIHI UNIT 2 DI P20.22 NI -1068 TORQUE UNIT 2 Al P20.22 SC -1068 SPEED CONTROL UNIT 2 AO P20.22 SI -1068 SPEED UNIT 2 Al P20.22 NAH-1069 SLUDGE VALVE 31 -MOV -1069 TORQUE HI DI P20.22 ZI-1069 SLUDGE VALVE 31 -MOV -1069 INDICATOR Al P20.22 YN-1069 SLUDGE VALVE 31 -MOV -1069 POSITION DI P20.22 ZC-1069 SLUDGE VALVE 31 -MOV -1069 POSITION CONTROL AO P20.22 HS -1069 SLUDGE VALVE 31 -MOV -1069 HAND SWITCH DO P20.22 NAH-1071 SLUDGE VALVE 31 -MOV -1071 TORQUE HI DI P20.22 ZI-1071 SLUDGE VALVE 31 -MOV -1071 INDICATOR Al P20.22 YN-1071 SLUDGE VALVE 31 -MOV -1071 POSITION DI P20.22 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD ZC-1071 SLUDGE VALVE 31 -MOV -1071 POSITION CONTROL AO P20.22 HS -1071 SLUDGE VALVE 31 -MOV -1071 HAND SWITCH DO P20.22 YA-1072 31 -CPL -1011 IES FAULT DI P20.22 JA -1072 31 -CPL -1011 SURGE FAULT DI P20.22 YA-1070 31 -CPL -1011 ESTOP UNIT 1 DI P20.22 YA-1072 31 -CPL -1011 ESTOP UNIT 2 DI P20.22 ZI-1070B END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1070A HOME PROXIMITY SWITCH DI P20.22 ZI-1072B END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1072A HOME PROXIMITY SWITCH DI P20.22 HS -1070A AUTO/MANUAL UNIT 1 DO P20.22 HS -1072A AUTO/MANUAL UNIT 2 DO P20.22 NAL -1070 TORQUE LOW UNIT 1 DI P20.22 NAH-1070 TORQUE HI UNIT 1 DI P20.22 NAHH-1070 TORQUE HIHI UNIT 1 DI P20.22 NI -1070 TORQUE UNIT 1 Al P20.22 SC -1070 SPEED CONTROL UNIT 1 AO P20.22 SI -1070 SPEED UNIT 1 Al P20.22 NAL -1072 TORQUE LOW UNIT 2 DI P20.22 NAH-1072 TORQUE HI UNIT 2 DI P20.22 NAHH-1072 TORQUE HIHI UNIT 2 DI P20.22 NI -1072 TORQUE UNIT 2 Al P20.22 SC -1072 SPEED CONTROL UNIT 2 AO P20.22 SI -1072 SPEED UNIT 2 Al P20.22 NAH-1073 SLUDGE VALVE 31 -MOV -1073 TORQUE HI DI P20.22 ZI-1073 SLUDGE VALVE 31 -MOV -1073 INDICATOR Al P20.22 YN-1073 SLUDGE VALVE 31 -MOV -1073 POSITION DI P20.22 ZC-1073 SLUDGE VALVE 31 -MOV -1073 POSITION CONTROL AO P20.22 HS -1073 SLUDGE VALVE 31 -MOV -1073 HAND SWITCH DO P20.22 NAH-1075 SLUDGE VALVE 31 -MOV -1075 TORQUE HI DI P20.22 ZI-1075 SLUDGE VALVE 31 -MOV -1075 INDICATOR Al P20.22 YN-1075 SLUDGE VALVE 31 -MOV -1075 POSITION DI P20.22 ZC-1075 SLUDGE VALVE 31 -MOV -1075 POSITION CONTROL AO P20.22 HS -1075 SLUDGE VALVE 31 -MOV -1075 HAND SWITCH DO P20.22 YA-1076 31 -CPL -1012 IES FAULT DI P20.22 JA -1076 31 -CPL -1012 SURGE FAULT DI P20.22 YA-1074 31 -CPL -1012 ESTOP UNIT 1 DI P20.22 YA-1076 31 -CPL -1012 ESTOP UNIT 2 DI P20.22 ZI-1074B END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1074A HOME PROXIMITY SWITCH DI P20.22 ZI-1076B END OF TRAVEL PROXIMITY SWITCH DI P20.22 ZI-1076A HOME PROXIMITY SWITCH DI P20.22 HS -1074A AUTO/MANUAL UNIT 1 DO P20.22 HS -1076A AUTO/MANUAL UNIT 2 DO P20.22 NAL -1074 TORQUE LOW UNIT 1 DI P20.22 NAH-1074 TORQUE HI UNIT 1 DI P20.22 NAHH-1074 TORQUE HIHI UNIT 1 DI P20.22 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD NI -1074 TORQUE UNIT 1 Al P20.22 SC -1074 SPEED CONTROL UNIT 1 AO P20.22 SI -1074 SPEED UNIT 1 Al P20.22 NAL -1076 TORQUE LOW UNIT 2 DI P20.22 NAH-1076 TORQUE HI UNIT 2 DI P20.22 NAHH-1076 TORQUE HIHI UNIT 2 DI P20.22 NI -1076 TORQUE UNIT 2 Al P20.22 SC -1076 SPEED CONTROL UNIT 2 AO P20.22 SI -1076 SPEED UNIT 2 Al P20.22 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 40 61 96 PROCESS CONTROL DESCRIPTIONS PART 1 — GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish, test, install and place in satisfactory operation all equipment as herein specified and as shown on the Drawings. THE CONTRACTOR SHALL BE RESPONSIBLE FOR FURNISHING COMPLETE FUNCTIONING SYSTEMS AS DESCRIBED HEREIN. B. Together with the control system input/output schedule, the equipment specifications (including functional descriptions for local equipment control panels), and the Drawings, the functional control descriptions describe the required operation, monitoring, and control of the facilities included in this Contract. C. THE FUNCTIONAL DESCRIPTIONS CONTAIN REQUIREMENTS FOR FURNISHING AND INSTALLING LABOR AND MATERIALS THAT MAY NOT APPEAR ELSEWHERE IN THE CONTRACT DOCUMENTS. D. All equipment and services required in equipment local control panels provided to implement the monitoring and control functions described herein or in the process input/output schedules shall be provided by the Contractor through individual equipment suppliers. E. Unless specifically stated otherwise, all interconnected wiring between all instruments, panels, controls, and other devices listed in the functional descriptions as required to provide all functions specified herein shall be furnished by the electrical subcontractor under Division 26. The electrical subcontractor shall provide all cable and conduit required to carry all signals listed in the process input/output schedules. Special cables that are required for interconnection between sensors or probes and transmitters or signal conditioners shall be furnished with the instrumentation devices by the equipment supplier. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 27 13 23 Communications Optical Fiber Backbone Cabling Specification B. 40 05 53 Identification for Process Piping and Equipment C. 40 90 00 Instrumentation and Control for Process Systems D. 40 90 01 Instrumentation 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 96-1 PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD E. 40 90 02 Supervisory Control and Data Acquisition (SCADA) System F. 40 90 02.1 Power Protection Supervisory Control and Data Acquisition (SCADA) System G. 40 90 03 SCADA Instrument Testing H. City Number Schema (City of Corpus Christi Equipment Index, and Drawing/Loop/Equipment Numbering Scheme and List) Section 40 61 93 — Process Control System Input/Output List PART 2 — FUNCTIONAL CONTROL DESCRIPTIONS, GENERAL 2.01 DEFINITIONS A. RUNNING status signals shall be from auxiliary contacts provided with the motor control equipment (i.e., starter, VFD, SCR, etc.). B. AUTO status signals shall be defined as HAND -OFF -AUTO switch in the AUTO position or process control system in AUTO (versus MANUAL). C. FAIL status signals shall be defined as motor overload and/or any other shut down mode such as overtorque, overtemperature, low oil pressure, high vibration, etc. D. READY status signal shall be defined as all conditions, including equipment control power, satisfied to permit remote control of the equipment. 2.02 CONVENTIONS A. Operator workstation graphic display symbols and indicator lights on all MCC's, control panels, starter enclosures, etc. shall conform to the following color convention: 1. Running/On/Open: Green 2. Auto/Ready: White 3. Stopped/Off/Closed: Red 4. Fail/Alarm: Amber 5. Generic Status: Blue or White 2.03 PROCESS CONTROL A. Where setpoints, operating limits, and other control settings are provided by the functional descriptions, these settings shall be initial settings only and shall be used for 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 96-2 PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD assistance in the initial startup of the plant. All such settings shall be fully adjustable and, based on actual operating conditions, the instrumentation subcontractor shall make all necessary adjustments to provide smooth, stable operation at no additional cost to the Owner. B. Provision shall be made in PLC logic to suppress nuisance alarms and control actions by the following means: 1. For alarms and control actions derived from analog input signals, use adjustable time delays and deadbands. 2. For alarms and control actions derived from discrete input signals, use adjustable time delays. 3. Initial settings for time delays shall be 10 seconds (range 0-120 seconds). Initial settings for deadbands shall be 5% of span (range 0-100%). 4. Equipment that is started or stopped manually by the operator shall start or stop immediately, with no time delay. C. All setpoint control shall be by PID control algorithms. Where only proportional control is specified, tuning constants shall be used to reduce the Integral and Derivative functions to zero. All setpoints, sequence times, sequence orders, dead bands, PID tuning parameters, PLC delay timers, variable speed operating range limits, and similar control constants shall be accessible and alterable from the operator workstations. D. Unless otherwise specified, all equipment shall automatically restart after a power failure utilizing adjustable start delay timers in PLC control logic. Unless otherwise specified, all PLC control strategies shall be based upon automatic restart after a power failure and shall return to a normal control mode upon restoration of power. E. The PLC shall be capable of receiving initial run-time values for existing and proposed equipment. Initial run-time shall not automatically be assumed to be zero. F. A control discrepancy alarm shall be generated through the PLC for any drive, motor, etc. for which a command has been issued, but for which the PLC is not receiving a confirming status signal (e.g., start command with no run feedback). The failure shall be logged. G. An instrument failure alarm shall be generated for any instrument which is generating a signal that is less than 4 mA or greater than 20 mA. H. Unless otherwise specified in an individual control description, an instrument failure or control discrepancy alarm shall cause the control strategy to maintain last values and to generate an alarm. Manual initiation of the automatic control strategy shall be required. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 96-3 PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD A control program that controls multiple pieces of equipment shall not be prevented from running because not all of the equipment is in AUTO. If equipment within an equipment chain is required to be running for program operation and it is running in HAND or MANUAL, then the program shall run with AUTO bypass for this equipment and control the other equipment that is in AUTO. All PLC wait states (internal time delays, etc.) after an operator action shall be displayed on the operator workstation. PART 3 — FUNCTIONAL CONTROL DESCRIPTIONS 3.01 HARDWARE & EQUIPMENT MODIFICATIONS - GENERAL A. The existing Trac Vac system in Sedimentation Basins 1 and 2 shall be replaced with hoseless solids collectors that shall "vacuum" up the solids. The collectors shall use a telescoping pipe header that extends and retracts as the Collector travels the basin. Each collector utilizes curbs that keep the collector in its lane to reduce downtime. B. There shall be a total of 24 collectors, 24 modulating sludge valves, and 12 local control panels. Each local control panel shall control two collectors and the corresponding two modulating sludge valves servicing these collectors. Each local control panel shall have one PLC and shall communicate via CAT6 Ethernet in a ring topology where the Local Control Panel 31 -CPL -1001 and Local Control Panel 31 -CPL -1012 shall communicate via CAT6 Ethernet with the existing plant SCADA system via Plant 1 Basin PLC. 3.02 SOFTWARE MODIFICATIONS - GENERAL A. The Owner's existing SCADA software, including but not limited to all relevant displays, alarm summary pages, data collection, and historical trending, shall be modified to include all work performed under this contract. B. The owner's existing control system shall be modified to include the inputs and outputs specified in the Input/Output Schedule. C. All HMI software configuration performed under this Contract shall be coordinated with the Owner and shall match in all possible respects the "look and feel" of the Owner's existing system. Major HMI software scope of work shall include but shall not be limited to the following: 1. Create new graphical displays showing the new equipment and functions described herein complete with all associated equipment and instrumentation. 2. Modify the existing plant overview displays(s) for the SCADA system to include the new facilities and equipment, and create links to the new screens. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 96-4 PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3. Modify existing alarm summaries pages to incorporate new monitoring data into the alarm displays. 4. Modify existing reports to include the additional monitoring points specified under this contract. 5. Create new real-time and historical trends, and coordinate with the owner appropriate grouping of the trend charts. D. Logic resident in existing PLCs shall be configured to perform the functions described as specified herein. All data required for use by the plant SCADA system shall be obtained directly from the individual PLCs through the plant communication network. E. All discrete and analog data acquisition, pre-processing, storage and process control functions shall be performed at the PLC level. The HMI software shall not be used for this purpose. 3.03 SLUDGE COLLECTION SYSTEM A. Process Overview 1. A sludge collection system shall be provided and installed under this contract for Sedimentation Basins 1 and 2. Sludge collection equipment at each sedimentation basin consists of 12 sludge collectors with a dedicated sludge discharge modulating valve on each collector. The collectors will remove sludge collected at the bottom of the sedimentation basin and convey it to the sludge pump station for removal from the basins as shown on the Drawings. 2. The PLC in each local control panel shall be programmed to continuously monitor and provide start/stop control to equipment associated with the Sedimentation Basins 1 and 2. Plant 1 Basin PLC shall be programmed to continuously monitor and provide sequencing control to equipment associated with the Sedimentation Basins 1 and 2. B. Control Operations 1. Each sludge collector shall be equipped with a VFD. There are two VFDs in each local control panel, one for each sludge collector. The VFDs serving Sludge Collectors 1-12 shall be fed from PP -PC. The VFDs serving Sludge Collectors 13- 24 shall be fed from PP -PD. a. VFDs shall be provided with HOA selector switches for operation in HAND, OFF, and AUTO modes. b. When the VFD is placed in HAND mode, the equipment shall run continuously. The operator shall depress the Up or Down keys on the VFD 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 96-5 PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD interface unit to raise or lower the VFD setting within a range of 0 to 100% of full motor rpm. The corresponding motor actuated valve shall be controlled manually from the valve actuator. If the motor valve actuator is not accessible, then the valve actuator shall be controlled from a screen on the HMI. c. When the HOA selector switch is placed in AUTO mode, the sludge collector shall be controlled by the PLC. d. When the HOA selector switch is placed in OFF mode, the sludge collector shall not run under any condition. 2. Under PLC control, two modes of operation shall be provided and selectable by the operator at the SCADA OWS: PLC manual mode and automatic mode. In PLC manual mode, the operator shall operate each drive unit and adjust its speed manually from the SCADA OWS. The speed command shall be entered in percent (0-100%) value for the motor speed. When automatic mode is selected, the PLC shall run the sludge collector drive in multiple cycles throughout the day. The plant operator, from the Sedimentation Basin SCADA display, shall be able to adjust settings on SCADA for parameters shown on the table below. Under PLC manual or automatic control mode, all safety interlocks such as motor over -current and VFD fault shall shut down the drive. The operator shall not be able to clear alarms from the PLC, nor shall alarms be cleared automatically in automatic mode. 3. Within each operating cycle, the sludge collector drives shall be capable of running in forward and reverse direction at different speeds. Speed settings shall be adjustable and set individually for each sludge collector unit by the operator through SCADA at the OWS. 4. The PLC shall be programmed to control the 12 sludge discharge MOVs in each sedimentation basin. Each valve shall open at an adjustable percent opening as set by the operator. Initial valve opening for the MOVs shall be 100%. The MOV for each respective sludge collector unit shall be initially set to open while the sludge collector unit is traveling in the forward and reverse direction. However, the PLC shall be programmed to allow adjustment to settings such that the valve may be set to close and open at any time, whether in motion or not in motion. 5. The following sequence of operation shall be programmed in the sludge collector PLC: a. Only one sludge collector drive shall run at a time in any one basin. b. The sludge removal MOV associated with the sludge collector unit that is running shall open and remain open while the unit is in motion in both the forward direction and the reverse (retract) direction. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 96-6 PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD c. In each basin one sludge collector unit shall complete a single pass in the forward direction followed by a pause (dwell) at the end of the basin while the other sludge collection units complete a single pass (one at a time) in the forward direction. In the same order, each unit will complete its run in the opposite (retract) direction one sludge collector at a time. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 96-7 PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD d. A graphic display shall be provided for selecting fully automatic starting/stopping of the collectors in Sedimentation Basin 1 through Basin 4 via the plant SCADA display. Note the plant SCADA displays shall be configured by the instrumentation supplier in the OWS. e. The instrumentation supplier shall provide a display which shows the time settings on each individual basin per each group of equipment (sludge collector unit and MOV) as entered in the table above. 6. If a sludge valve experiences a high torque alarm, the associated collector shall shut down in either PLC or local control. 7. If a solids collector experiences a high torque alarm, the collector shall shut down in either PLC or local control. When the MCC L -O -A switch is in AUTO, the PLC shall control the grit pumps. The control system shall allow control of the grit pumps either manually via the OWS or automatically. The operator shall select the operating mode via the OWS. 8. If an E -stop is activated, the associated collector shall shut down in either PLC or local control. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 96-8 PROCESS CONTROL DESCRIPTIONS Initial Operating Parameters (Adjustable Per Unit) Forward Speed 1.0 ft/min (0.5 ft/min — 2 ft/min) Retract Speed 1.0 ft/min (0.5 ft/min — 2 ft/min) Dwell Time Between Forward and Retract 120 min (0 min — 720 min) Cycles Per Day 1 per unit (1-6, 7-12, 13-18, 19-24) Runs Per Cycle 1 run (0 runs — 3 runs) Run 1 100% of Basin MOV 100% open when unit is traveling. 0% open when unit is not traveling (0% - 100% adjustable range) d. A graphic display shall be provided for selecting fully automatic starting/stopping of the collectors in Sedimentation Basin 1 through Basin 4 via the plant SCADA display. Note the plant SCADA displays shall be configured by the instrumentation supplier in the OWS. e. The instrumentation supplier shall provide a display which shows the time settings on each individual basin per each group of equipment (sludge collector unit and MOV) as entered in the table above. 6. If a sludge valve experiences a high torque alarm, the associated collector shall shut down in either PLC or local control. 7. If a solids collector experiences a high torque alarm, the collector shall shut down in either PLC or local control. When the MCC L -O -A switch is in AUTO, the PLC shall control the grit pumps. The control system shall allow control of the grit pumps either manually via the OWS or automatically. The operator shall select the operating mode via the OWS. 8. If an E -stop is activated, the associated collector shall shut down in either PLC or local control. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 96-8 PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 9. The operator shall clear alarms and errors at the collector's local control panel. Operator shall turn the collector's corresponding HOA switch to the OFF position, wait 10 seconds, and turn it to either the Hand or Auto position to resume service. END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 40 61 96-9 PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 46 00 00 EQUIPMENT GENERAL PROVISIONS PART 1 — GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish, install, test, and place in acceptable operation all mechanical equipment and all accessories as specified herein, as shown on the Drawings, and as required for a complete and operable system. B. The mechanical equipment shall be provided complete with all accessories, special tools, spare parts, mountings, shims, sheaves, couplings, and other appurtenances as specified, and as may be required for a complete and operating installation. C. The Contractor shall provide the Owner complete and operational equipment/systems. To this end, it is the responsibility of the Contractor to coordinate all interfaces with related mechanical, structural, electrical, instrumentation, and control work and to provide necessary ancillary items such as controls, wiring, etc., to make each piece of equipment operational as shown and specified. D. The complete installation shall be free from excessive vibration, cavitation, noise, and oil or water leaks. E. The requirements of this section shall apply to equipment furnished under Divisions 40, 41, and 46. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All equipment, materials, and installations shall conform to the requirements of the most recent editions with latest revisions, supplements, and amendments of the specifications, codes, and standards listed in Section 01 42 00 — References. 1.03 ACTION/INFORMATIONAL SUBMITTALS A. Shop Drawings shall be submitted to the Engineer for all equipment and shall include the following additional information: 1. Equipment name, identification number and specification number. 2. Performance characteristics and descriptive data. 3. Detailed equipment dimensional drawings and setting plans. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-1 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 4. Drive and motor data as required by Division 26 — Electrical. Where pump and motor speeds are to be regulated by variable speed drives, the CONTRACTOR shall coordinate, furnish and exchange all necessary requirements with the respective equipment manufacturers to ensure compatibility and shall submit pump, motor and variable speed drive shop drawings together as a complete system. 5. Information on bearing types and bearing life. 6. Gear box design and performance criteria and AGMA service factor. 7. Piping schematics. 8. Equipment protective device details and connection diagrams. 9. Panel layout drawings, schematic wiring diagrams, and component product data sheets for control panels. 10. A list of spare parts and special tools to be provided. 11. Any additional information required to demonstrate conformance with the equipment specifications. 12. Warranty documentation including statement of duration of warranty period and contact phone numbers and addresses for warranty issues. 13. Shipment, delivery, handling, and storage instructions. 1.04 CLOESOUT SUBMITTALS A. Submit warranty documentation in compliance with: 1. Section 01 61 00 — Product Requirements and Options B. Operation and Maintenance (O&M) manuals shall be submitted in accordance with Section 01 78 23 Operation and Maintenance Data. 1.05 MAINTENANCE MATERIALS SUBMITTALS A. Comply with Section 01 78 43 — Spare Parts and Extra Materials: 1. For spare parts, extra stock materials, and tools, submit quantity of items specified in associated Specification Section. 2. Submit complete list of spare parts, extra stock materials, maintenance supplies and special tools required for maintenance for one year with unit prices and source 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-2 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD of supply. Indicate number/quantity specified and furnished, manufacturer, part number, description, B. Comply with Section 01 79 00 — Instructions to Owner's Personnel. 1.06 QUALTIY ASSURANCE SUBMITTALS A. Factory testing plan. B. Factory Test Results shall be submitted and approved prior to shipment of equipment. C. Field testing plan. D. Comply with Section 01 75 00 — Check Out and Start Up Procedures. E. Preliminary field test data F. Final field test data 1.07 GENERAL INFORMATION AND DESCRIPTION A. All parts of the equipment furnished shall, be designed and constructed for the maximum stresses occurring during fabrication, transportation, installation, testing, and all conditions of operation. All materials shall be new and shall conform to all applicable Sections of these Specifications. B. All parts of duplicate equipment shall be interchangeable without modification. Manufacturer's design shall accommodate all the requirements of these Specifications. C. Equipment and appurtenances shall be designed in conformity with specifications, codes and reference standards. D. All bearings and moving parts shall be protected by bushings or other Engineer approved means against wear, and provision shall be made for accessible lubrication by extending lubrication lines and fittings to approximately 30 inches above finished floor elevation. E. Details shall be designed for appearance as well as utility. Protruding members, joints, corners, gear covers, etc., shall be finished in appearance. All exposed welds on machinery shall be ground smooth and the corners of structural shapes shall be rounded or chamfered. F. Machinery parts shall conform within allowable tolerances to the dimensions shown on the working drawings. G. All machinery and equipment shall be safeguarded in accordance with the specifications, codes, and reference standards. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-3 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD H. All rotating shafts, couplings, or other moving pieces of equipment shall be provided with protective guards of sheet metal or wire mesh, neatly and rigidly supported. Guards shall be removable as required to provide access for repairs. All equipment greater than 100 pounds shall have lifting lugs, eyebolts, etc., for ease of lifting, without damage or undue stress exerted on its components. All manufactured items provided under this Section shall be of current manufacture and shall be the products of manufacturers specializing in the manufacture of such products. 1.08 EQUIPMENT WARRANTIES A. Warranty requirements shall be as specified in Section 01 61 00 — Product Requirements and Options and Section 01 75 00 — Checkout and Startup Procedures. Warranty requirements are supplementary to the individual equipment specifications. PART 2 — PRODUCTS 2.01 ANCHORS AND SUPPORTS A. The Contractor shall furnish, install, and protect all necessary guides, bearing plates, anchor and attachment bolts, and all other appurtenances required for the installation of the devices included in the equipment specified. Working Drawings for installation shall be furnished by the equipment manufacturer, and suitable templates shall be used by the Contractor when required in the detailed equipment Specifications. B. Anchor bolts and fasteners shall be furnished in accordance with the individual equipment Specifications. All anchor bolts shall be a minimum of 1/2 -inch diameter. All anchor bolts, guard bolts, washers, clips, clamps, and fasteners of any type shall be constructed of 316 stainless steel, unless otherwise specified the individual equipment Specifications. C. The Contractor shall provide all concrete pads or pedestals required for equipment furnished. All concrete equipment pads shall be a minimum of 6" high, unless otherwise shown on the Drawings and shall be doweled. D. Pipe sleeves or other means of adjusting anchor bolts shall be provided where indicated or required. Equipment shall be leveled by first using sitting nuts on the anchor bolts, and then filling the space between the equipment base and concrete pedestal with non -shrink grout, unless alternate methods are recommended by the manufacturer and are acceptable to the Engineer (such as shim leveling pumps, or chemical grout). 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-4 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2.02 STRUCTURAL STEEL A. Structural steel used for fabricating equipment shall conform to the requirements of Section 05 12 00 — Structural Steel. B. All materials shall conform to applicable provisions of the AISC Specifications for the design and fabrication of structural steel, and to pertinent ASTM Standard Specifications. 2.03 DISSIMILAR METALS A. All dissimilar metals shall be isolated in accordance with Section 40 05 00 — Basic Mechanical Requirements and to the satisfaction of the Engineer. 2.04 GALVANIZING A. Where required by the equipment specifications, galvanizing shall be performed in accordance with Section 05 05 13 — Galvanizing. 2.05 STANDARDIZATION OF GREASE FITTINGS A. The grease fittings on all mechanical equipment shall be such that they can be serviced with a single type of grease gun. Fittings shall be "Zerk" type. 2.06 ELECTRICAL REQUIREMENTS A. All electrical equipment and appurtenances, including but not limited to motors, panels, conduit, and wiring, etc., specified in the equipment specifications shall comply with the applicable requirements of the Division 26 specifications and the latest National Electric Code. Motor starters and controls shall be furnished and installed under Division 26 and Division 40 unless otherwise specified in the individual pump specifications. B. In the individual equipment specifications, specified motor horsepower is intended to be the minimum size motor to be provided. If a larger motor is required to meet the specified operating conditions and performance requirements, the Contractor shall furnish the larger sized motor and shall upgrade the electrical service (conduit, wires, starters, etc.) at no additional cost to the Owner. C. Where variable frequency drives (VFDs) are specified, the Contractor shall be responsible for coordinating between equipment supplier and VFD supplier to ensure a complete and operational system. VFDs shall be furnished under Division 26 unless otherwise specified in the equipment specification. D. Motor starters and controls shall be furnished and installed under Division 26 and Division 40 unless otherwise specified in the individual equipment specifications. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-5 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2.07 ACCESSORIES, SPARE PARTS, AND SPECIAL TOOLS A. Accessories, spare parts, and special tools shall be provided in accordance with Section 01 78 43 — Spare Parts and Extra Materials. 2.08 EQUIPMENT IDENTIFICATION A. All mechanical equipment shall be provided with a substantial stainless-steel nameplate, mechanically fastened with stainless steel hardware in a conspicuous place, and clearly inscribed with the manufacturer's name, year of manufacture, serial number, and principal rating data. B. Each pump and other piece of mechanical equipment shall also be identified as to name and number by a suitable laminated plastic or stainless-steel nameplate mechanically fastened with stainless steel hardware; for example, "Raw Water Pump #1". Coordinate name and number with same on remotely located controls, control panel, and other related equipment. C. Nameplates shall not be painted over. PART 3 — EXECUTION 3.01 SHOP TESTING A. All equipment shall be tested in the shop of the manufacturer in a manner which shall conclusively prove that its characteristics comply fully with the requirements of the Contract Documents and that it will operate in the manner specified or implied. B. No equipment shall be shipped to the project until the Engineer has been furnished a certified copy of test results and has notified the Contractor, in writing, that the results of such tests are acceptable. C. A certified copy of the manufacturer's actual test data and interpreted results thereof shall be forwarded to the Engineer for review. D. If required by the individual equipment Specifications, arrangements shall be made for the Owner/Engineer to witness performance tests in the manufacturer's shop. The Engineer shall be notified ten working days before shop testing commences. Expenses are to be paid by the Contractor. E. Shop testing of electric motors shall conform to: 1. Section 26 05 00 — Basic Electrical Requirements. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-6 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3.02 SHIPMENT, DELIVERY, HANDLING AND STORAGE A. Storage of equipment Shipment, delivery and handling of equipment and materials shall be in accordance with Section 01 65 00 — Product Delivery Requirements. B. and materials shall be in accordance with Section 01 66 00 — Product Storage and Protection Requirements. 3.03 MANUFACTURER'S FIELD SERVICES A. Manufacturer's field services shall be in accordance with Section 01 75 00 — Checkout and Startup Procedures. B. The Contractor shall arrange for a qualified factory trained Technical Representative from each manufacturer or supplier of equipment who is regularly involved in the inspection, installation, start-up, troubleshooting, testing, maintenance, and operation of the specified equipment. Qualification of the Technical Representative shall be appropriate to the type of equipment furnished and subject to the approval of the Engineer and the Owner. Where equipment furnished has significant process complexity, furnish the services of engineering personnel knowledgeable in the process involved and the function of the equipment. When necessary, the Contractor shall schedule multiple Technical Representatives to be present at the same time for the purpose of coordinating the operation of multiple pieces of related equipment. C. Services of the Technical Representative will require a minimum of two (2) site visits, one for installation and testing and one for startup and training and will be for the minimum number of days recommended by the manufacturer and approved by the Engineer but will not be less than the number of days specified in individual equipment sections. Additional site visits may be required as described below and in the equipment specifications. D. For each site visit, the Technical Representative shall submit jointly to the Owner, the Engineer, and the Contractor a complete signed report of the results of his inspection, operation, adjustments, and testing. The report shall include detailed descriptions of the points inspected, tests and adjustments made, quantitative results obtained if such are specified. E. The manufacturer's Technical Representative shall provide the following services. 1. Installation: The Technical Representative shall inspect the installed equipment to verify that installation is in accordance with the manufacturer's requirements. Where required by individual equipment specifications, the Technical Representative shall also supervise the installation of the equipment. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-7 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. Testing: After installation of the equipment has been completed and the equipment is presumably ready for operation, but before it is operated by others, the Technical Representative shall inspect, operate, test, and adjust the equipment as required to prove that the equipment is in proper condition for satisfactory operation under the conditions specified. Unless otherwise noted in the signed site visit report, the report shall constitute a certification that the equipment conforms to the requirements of the Contract and is ready for startup and that nothing in the installation will render the manufacturer's warranty null and void. The report shall include date of final acceptance field test, as well as a listing of all persons present during tests. 3. Startup: The Technical Representative shall start up the equipment for actual service with the help of the Contractor. If equipment or installation problems are experienced, the Contractor and the representative shall provide the necessary services until the equipment is operating satisfactorily and performing according to the specifications at no additional cost to the Owner. Unless otherwise noted in the signed site visit report, the report shall constitute a certification that the equipment conforms to the requirements of the Contract and is ready for permanent operation and that nothing in the installation will render the manufacturer's warranty null and void. 4. Training: Training shall be provided in accordance with Section 01 79 00 — Instruction of Owner Personnel. 5. Services after Startup: Where required by the individual equipment specifications, the Technical Representative shall return to the project site thirty (30) days after the startup date to review the equipment performance, correct any equipment problems, and conduct operation and maintenance classes as required by the Owner. This follow-up trip is required in addition to the specified services of Technical Representative prior to and during equipment startup. At this time, if there are no equipment problems, each manufacturer shall certify to the Owner in writing that his equipment is fully operational and capable of meeting operating requirements. If the equipment is operating incorrectly, the Technical Representative will make no certification to the Owner until the problems are corrected and the equipment demonstrates a successful thirty (30) days operating period. F. The Contract amount shall include the cost of furnishing the Technical Representative for the minimum number of days specified, and any additional time required to achieve successful installation and operation. The times specified for services by the Technical Representative in the equipment Specifications are exclusive of travel time to and from the facility and shall not be construed as to relieve the manufacturer of any additional visits to provide sufficient service to place the equipment in satisfactory operation. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-8 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD G. The Contractor shall notify the Engineer at least 14 days in advance of each equipment test or Owner training session. H. The Technical Representative shall sign in and out at the office of the Engineer's Resident Project Representative on each day the Technical Representative is at the project. 3.04 INSTALLATION A. The Contractor shall obtain written installation manuals from the equipment manufacturer prior to installation. Equipment shall be installed strictly in accordance with recommendations of the manufacturer. A copy of all installation instructions shall be furnished the Engineer's field representative one week prior to installation. B. The Contractor shall have on hand sufficient personnel, proper construction equipment, and machinery of ample capacity to facilitate the work and to handle all emergencies normally encountered in work of this character. To minimize field erection problems, mechanical units shall be factory -assembled insofar as practical. C. Equipment shall be erected in a neat and workmanlike manner on the foundations at the locations and elevations shown on the Drawings. D. All equipment sections and loose items shall be match -marked prior to shipping. E. For equipment that requires field alignment and connections, the Contractor shall provide the services of the manufacturer's qualified mechanic, millwright, or machinist, to align the equipment and motor prior to making piping connections or anchoring the equipment base. Alignment shall be as specified herein. F. The Contractor shall furnish oil and grease for initial operation and testing. The manufacturer and grades of oil and grease shall be in accordance with the recommendations of the equipment manufacturer. 3.05 ALIGNMENT A. Set equipment to dimensions shown on drawings. Dimensions shall be accurate to +/- 1/16 inch unless otherwise noted on the drawings. Wedges shall not be used for leveling, aligning, or supporting equipment. B. General Equipment Leveling: Non -rotating equipment shall be set level to +/- 1/16 inch per 10 -foot length (.005 inch per foot) unless otherwise noted on the drawings. Shims shall be used unless equipment is furnished with leveling feet. Set shims flush with equipment baseplate edges. When grouting is required, equipment shall be shimmed to allow a minimum of one -inch grout thickness. Grout shall cover shims at least 3 inches. Final level check shall be held for inspection and approval by Engineer before proceeding. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-9 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD C. Grouting 1. Fill anchor bolt holes or sleeves with grout, after bolt alignment is proven, and prior to placing grout under equipment bases. 2. Surface Preparation. Roughen surface by chipping, removing laitance, and unsound concrete. Clean area of all foreign material such as oil, grease, and scale. Saturate area with water at least 4 hours prior to grouting, removing excess water ponds. 3. Application. Place grout after the equipment base has been set and its alignment and level have been approved. Form around the base, mix grout, and place in accordance with the grout manufacturers published instructions. Eliminate all air or water pockets beneath the base using a drag chain or rope. 4. Finishing. Point the edges of the grout to form a smooth 45 -degree slope. 5. After grout has cured (not before 3 days after placement) paint exposed surfaces of grout with shellac. 6. Level Verification. After grout has cured, and immediately prior to drive alignment, recheck equipment for level and plumb. Re -level and square as necessary. Hold final checks for inspection and approval by Engineer. D. Inspect for and remove all machining burrs or thread pulls in female holes on mating surfaces of mounting frame and machine feet. E. Inspect and clean equipment mounting base pads, feet, and frames to remove all grease, rust, paint, and dirt. F. Assembled equipment shafts shall be set level to .0015 inches per foot of shaft length (+/- .0005 inches) up to a maximum of 0.015 inches for any length shaft unless the manufacturers requirements are more stringent or unless otherwise noted in the equipment specifications. Use the machined surfaces on which the equipment sets for the base/mounting frame leveling plane. Use the machined shaft surface for equipment leveling plane. G. Sprocket and Sheave Alignment. Check shaft mounted components for face runout and eccentricity (outside diameter) runout by magnetically mounting a dial indicator on a stationary base and indicating over 360 degrees on a continuous machined surface at the outside diameter of the component. Maximum allowable total indicated face runout and eccentricity for sprockets and sheaves will be per ANSI Standard B29.1-1975. H. Belt tensioning. Set drive belt tension to manufacturer's specification for the belt type. Recheck alignment after drive tensioning. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-10 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Thermal/Mechanical Growth. Thermal/mechanical growth corrections for driver and driven machines will be used in vertical and horizontal alignment where applicable. The equipment manufacturer will determine thermal/mechanical growth applicability for any machine and provide the correction offsets to be used. Rotating Shaft Alignment 1. Fixtures will be set up on the driver and driven machine, machines shaft surfaces. Machined coupling hubs may be used only if there is no clearance to mount fixtures directly on the shafts. 2. Primary alignment method for direct drive machines is when coupled. Uncoupled alignment will be used only when approved by the Engineer. 3. Account for possible coupling flex by always rotating coupled machines in the same direction during alignment. 4. Uncoupled machines must be connected so that both shafts turn together without relative motion during alignment. 5. Indicator bar sag will be measured and included for each reverse indicator alignment setup. 6. Reverse Dial Indicator. The final maximum allowable misalignment: vertical and horizontal from the desired targets of .000 inches (for a non -thermal growth machine) or from the given target readings (for a thermal growth machine) must meet BOTH of the following conditions simultaneously: 1/2 the final total indicator reading at each indicator will be no more than shown in the table below AND the final remaining correction at each machine foot be no more than .001 inches of required movement. Machine Speed (RPM) Total Misalignment* (inches) Up to 1800 .002 1800 and greater * 1/2 indicator reading 3.06 FIELD TESTING .001 A. Field testing shall be in accordance with Section 01 75 00 — Checkout and Startup Procedures. B. All equipment shall be set, aligned, and assembled in conformance with the manufacturer's drawings and instructions. Provide all necessary calibrated instruments 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-11 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD to execute performance tests. Submit report certified by the pump manufacturer's representative. C. Preliminary Field Tests, Yellow Tag 1. As soon as conditions permit, after the equipment has been secured in its permanent position, the Contractor shall: a. Verify that the equipment is free from defects. b. Check for alignment as specified herein. c. Check for direction of rotation. d. Check motor for no load current draw. 2. Contractor shall flush all bearings, gear housings, etc., in accordance with the manufacturer's recommendations, to remove any foreign matter accumulated during shipment, storage or erection. Lubricants shall be added as required by the manufacturer's instructions. 3. When the Contractor has demonstrated to the Engineer that the equipment is ready for operation, a yellow tag will be issued. The tag will be signed by the Engineer, or his assigned representative and attached to the equipment. The tag shall not be removed. 4. Preliminary field tests, yellow tag, must be completed before equipment is subjected to final field tests, blue tag. D. Final Field Tests, Blue Tag 1. Upon completion of the above, and at a time approved by the Engineer, the equipment will be tested by operating it as a unit with all related piping, ducting, electrical and controls, and other ancillary facilities. 2. The equipment will be placed in continuous operation as prescribed or required and witnessed by the Engineer or his assigned representative and the Owner or his assigned representative. 3. The tests shall prove that the equipment and appurtenances are properly installed, meet their operating cycles and are free from defects such as overheating, overloading, and undue vibration and noise. Operating field tests shall consist of the following: a. Check equipment for excessive vibration and noise as specified herein. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-12 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD b. Check motor current draw under load conditions. The rated motor nameplate current shall not be exceeded. c. Recheck alignment with dial indicators where applicable, after unit has run under load for a minimum of 24 hours. E. Additional field testing recommended by the manufacturer shall be performed at no cost to Owner. F. Until final field tests are acceptable to the Engineer, the Contractor shall make all necessary changes, readjustments, and replacements at no additional cost to the Owner. G. Upon acceptance of the field tests, a blue tag will be issued. The tag will be signed by the Engineer and attached to the unit. The tag shall not be removed, and no further construction work will be performed on the unit, except as required during start-up operations and directed by the Engineer. H. Defects which cannot be corrected by installation adjustments will be sufficient grounds for rejection of any equipment. All costs in connection with field testing of equipment such as lubricants, temporary instruments, labor, equipment, etc., shall be borne by the Contractor. Power, fuel, chemicals, water, etc. normally consumed by specific equipment shall be supplied by the Owner unless otherwise specified in the individual equipment specifications. The Contractor shall be fully responsible for the proper operation of equipment during tests and instruction periods and shall neither have nor make any claim for damage which may occur to equipment prior to the time when the Owner formally takes over the operation thereof. K. Field testing of electric motors shall be in accordance with Section 26 05 60 — Low - Voltage Electric Motors and Section 26 05 00, Basic Electrical Requirements. 3.07 VIBRATION TESTING A. Vibration testing shall be in accordance with Section 01 75 00 — Checkout and Startup Procedures. 3.08 FAILURE OF EQUIPMENT TO PERFORM A. Any defects in the equipment, or failure to meet the guarantees or performance requirements of the Specifications shall be promptly corrected by the Contractor by replacements or otherwise. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-13 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD B. If the Contractor fails to make these corrections, or if the improved equipment shall fail again to meet the guarantees or specified requirements, the Owner, notwithstanding his having made partial payment for work and materials which have entered into the manufacture of said equipment, may reject said equipment and order the Contractor to remove it from the premises at the Contractor's expense. C. The Contractor shall then obtain specified equipment to meet the contract requirements or upon mutual agreement with the Owner, adjust the contract price to reflect not supplying the specific equipment item. D. In case the Owner rejects said equipment, then the Contractor hereby agrees to repay to the Owner all sums of money paid to him for said rejected equipment on progress certificates or otherwise on account of the lump sum prices herein specified. E. Upon receipt of said sums of money, the Owner will execute and deliver to the Contractor a bill of sale of all his rights, title, and interest in and to said rejected equipment; provided, however, that said equipment shall not be removed from the premises until the Owner obtains from other sources other equipment to take the place of that rejected. F. Said bill of sale shall not abrogate Owner's right to recover damages for delays, losses, or other conditions arising out of the basic contract. 3.09 PAINTING A. All surface preparation, shop painting, field repairs, finish painting, and other pertinent detailed painting specifications shall conform to applicable paragraphs of Section 09 90 00 — Painting. B. All shop coatings shall be compatible with proposed field coatings. C. All inaccessible surfaces of the equipment, which normally require painting, shall be finished painted by the manufacturer. The equipment and motor shall be painted with a high-quality epoxy polyamide semi -gloss coating specifically resistant to chemical, solvent, moisture, and acid environmental conditions, unless otherwise specified. D. Gears, bearing surfaces, and other unpainted surfaces shall be protected prior to shipment by a heavy covering of rust -preventive compound sprayed or hand applied which shall be maintained until the equipment is placed in operation. This coating shall be easily removable by a solvent. 3.10 WELDING A. The Equipment Manufacturer's shop welding procedures, welders, and welding operators shall be qualified and certified in accordance with the requirement of AWS 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-14 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD D1.1 "Structural Welding Code - Steel" or AWS D1.2 "Structural Welding Code - Aluminum" of the American Welding Society, as applicable. B. The Contractor's welding procedures, welders, and welding operators shall be qualified and certified in accordance with the requirements of AWS D1.1 "Structural Welding Code - Steel" or AWS D1.2 "Structural Welding Code - Aluminum" of the American Welding Society, as applicable. C. The Contractor shall perform all field welding in conformance with the information shown on the Equipment Manufacturer's drawings regarding location, type, size, and length of all welds in accordance with "Standard Welding Symbols" AWS A2.0 of the American Welding Society, and special conditions, as shown by notes and details. END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 00 00-15 EQUIPMENT GENERAL PROVISIONS DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SECTION 46 43 80 HOSELESS SLUDGE REMOVAL SYSTEM PART 1 — GENERAL 1.01 THE REQUIREMENT A. SCOPE: This section covers furnishing of a complete hoseless sludge removal system as specified herein. The hoseless sludge removal equipment shall be designed for installation in basins having the dimensions indicated herein and on the drawings. B. CONTRACTOR: Shall provide and install sludge collector system(s) which include collector assembly, curbing, sludge exit pipe, electric drive assembly with variable frequency drives, drive cables, cable pulleys, end stops, control system for fully automatic operation, and all other miscellaneous accessories and hardware as required for a complete installation. C. GENERAL: Equipment finished under this section shall be fabricated and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations by the named equipment manufacturer. D. MANUFACTURER of the hoseless sludge removal equipment shall be vested with unit responsibility for the proper function of the complete hoseless sludge removal as specified. The equipment covered by this specification is intended to be standard equipment of proven ability as manufactured by reputable concerns having extensive experience in the production of such equipment. 1.02 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Society for Testing and Materials (ASTM) 2. ASTM A240 — Type 304 Stainless Steel 3. American National Standards Institute (ANSI) 4. American Welding Society (AWS) 5. Water Quality Association (WQA) 6. NSF Standard 61 — Drinking Water Systems Components - Health Effects 7. American Iron and Steel Institute (AISI) - Material Specifications 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-1 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 8. American Institute of Steel Construction (AISC) - Guidelines for the Design of Steel Structures 9. Underwriters laboratories Inc. — Industrial Control Panels (UL) and Industrial Control Panels Certified for Canada (cUL) 1.03 SUBMITTALS A. Submit for approval the following: 1. Provide (4) complete approval submittal manuals in electronic and physical form. Manuals shall be in a white 3 -ring binder, and include tabbed sections defining scope, process calculations, mechanical and structural calculations, catalog cuts, and drawings. Electronic submittals shall also be submitted via the project construction document storage website. 2. All structural design calculations shall be prepared by the manufacturer and sealed by a registered professional engineer. 3. Manufacturer's literature, illustrations, specifications, and engineering data including total weight of each unit, structural loads at supports, connection details, and performance data. 4. Drawings shall show dimensions, overall arrangement of equipment and materials of construction. 5. Literature and certified shop drawings describing the equipment and showing all important details of construction and dimensions. Dimensions shall show overall size and space requirements including that for installation, leveling, dismantling and maintenance. 6. Cross sections and details, as to show that all components are in conformance with the intent of the specification and are satisfactory from the standpoint of design and physical arrangement. 7. All information required for the detailed design and location of all connecting or adjacent structural, mechanical, items, such as foundations, anchor bolts, steel supports, piping, conduit, etc. Any recommended or required deviations from the dimensions and locations of connecting or adjacent items as shown in the Drawings shall be described completely in the submittal. 8. Weight of the equipment and its distribution on the supports. 9. Drive and motor data. The Contractor shall coordinate, furnish and exchange all necessary requirements with the respective equipment manufacturers to ensure 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-2 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD compatibility and shall submit pump, motor and variable speed drive shop drawings together as a complete system. 10. Panel layout drawings, schematic wiring diagrams, and component product data sheets for control panels. a. Panel layout drawings shall include (at a minimum): 1) Exterior panel drawings with front and side views, to scale. 2) Interior layout drawings showing the locations and sizes of all equipment and wiring mounted within the cabinet, to scale. 3) Panel area reserved for cable access and conduit entry. b. Panel wiring diagrams shall show include (at a minimum): 1) Power, signal, and control wiring for all panel components such as VFDs, surge protection, relays, courtesy receptacles, lighting, etc. 2) Wire size, identification, and color coding for all wiring. 3) Panel components with terminal locations. 4) Interconnection requirements for field wiring. c. Component product data shall include (at a minimum). 1) Bill of materials with equipment names, manufacturers, complete model numbers and locations for all panel components. 2) Catalog cuts, including complete part number breakdown information. 3) Complete technical, material and environmental specifications. 4) Mounting requirements. 11. Submittal shall include detailed description of equipment control system with instructions on sequence of operations and control narrative. B. Operations and Maintenance Manuals 1. Submit (4) complete operation and maintenance manuals in electronic and physical forms. Manuals shall be in a white 3 -ring binder with tabbed sections to include reinforced 8.5" x 11" paper, 11" x 17" B -size drawings when practical, and 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-3 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD individually sleeved D -size drawings. An electronic copy of the operation and maintenance manual shall be included on CD or flash drive. 2. The manual shall include: Equipment Introduction and Operation, Warranty, Troubleshooting, Maintenance, and Drawings. 3. Field start-up reports as described in paragraph 3.3 (Manufacture's Services) shall be submitted after start-up for owner's insertion into approved O&M manual. 4. Refer to specification section 01 78 23 — Operation and Maintenance Data for additional requirements. C. NSF -61 Compliance 1. To ensure public safety, the sludge removal system shall be certified by WQA or NSF to ANSI Standard 61. Systems that do not have NSF -61 certification on the entire sludge removal system as specified in the manufacturer's name will not be accepted. D. Quality Assurance 1. All items of equipment described in this section shall be manufactured by a single manufacturer regularly engaged in the production of the specified equipment. 2. All hoseless sludge collector manufacturers must have at least fifty (50) hoseless sludge collector installations of a similar design complying with these specifications for use in municipal applications. The manufacturer shall have a minimum of 10 years of United States municipal water experience 3. Workmanship in the fabrication of the hoseless sludge removal system shall be first-class and performed by skilled fabricators and include the following requirements. The assembled hoseless sludge removal system shall have members that are straight and true. Structural distortions, warps, and other defects shall not be present in the hoseless sludge removal system before or after installation in the sedimentation basins. 1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Equipment shall be stored and protected in accordance with the manufacturer's recommendations. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-4 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD PART 2 — PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. The equipment shall be manufactured by: 1. Meurer Research Inc (MRI) 2. Jim Myers & Sons, Inc. (JMS) 3. No or equals B. The manufacturer shall be solely and fully responsible for the warranty and mechanical design adequacy of all the provided components under this section. C. The naming of a manufacturer in this specification is not an indication that the manufacturer's standard equipment is acceptable in lieu of the specified component features. Naming is only an indication that the manufacturer may have the capability of engineering and supplying a system as specified. Manufacturers shall not quote, submit, or supply any material not in full compliance with this specification. D. This specification has been prepared on the basis of the specific requirements for this application. These specifications may require modification of manufacturer's standard equipment design and it will be mandatory that all manufacturers meet all requirement of this specification. Equipment manufacturers shall modify their standard designs and recommended operational parameters to meet all requirements of this specification and as shown on the drawings. 2.02 PROCESS DESIGN AND CONDITIONS A. Design the sludge collection equipment for the following conditions: 1. Number of basins: 2 2. Approximate basin width, each: 140 -feet 3. Approximate basin length, each: 280 -feet 4. Approximate side water depth: 14 ft (nominal) 5. Number of units per basin: 12 6. Maximum design flow per basin: 40 MGD (with a future capacity of 50 MGD) 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-5 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 7. Average sludge flow: 150 — 250 gpm. 8. Discharge solids concentration: 0.5 to 1.5%. 9. Input power to control panels: 480 Volts AC, three-phase. 2.03 MATERIALS OF CONSTRUCTION A. The components of the hoseless sludge removal system shall be made from the following minimum material requirements: 1. Sludge removal header: Type 316SS (Minimum 3" diameter 14 -gauge thick tubing) 2. Sludge removal collection chamber: Type 316SS (Minimum 6" diameter 14 - gauge thick tubing) 3. Sludge removal discharge pipe: Type 316SS (Minimum 4" diameter 14 -gauge thick tubing) 4. Cable: Type 304SS (Minimum 1/4 -inch thick) 5. Hardware: Nuts, bolts, fasteners Type 316SS 6. Material compliance: Any materials submitted that do not meet these minimum standards will not be allowed. All material type and thickness will be confirmed during the submittal process and prior to installation. 7. Material testing: After installation material will be tested to ensure all material at and within 4 -inches of the air -water interface is Type 316SS and has been passivated to A380 standards. 8. Material thickness confirmation: No material thinner than 14 gauge will be allowed except for the plates. 9. Material passivation: All stainless-steel components at and within 4 inches of the air -water interface shall be fully passivated to meet ASTM A-380 by means of fully submerged dipping process. All fabricated stainless steel components shall be properly cleaned to prevent future corrosion. All welds shall be passivated by mechanical cleaning per ASTM A-380. Non welded parts shall be supplied with standard mill finish. B. REEL DRIVE ASSEMBLY: 1. Each drive assembly shall consist of a motor which shall be coupled to rotating drum(s) for manipulation of the cable that is attached to the collector assembly. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-6 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2. The motor horsepower shall be sufficient for the maximum anticipated torque and speed required by the reel drive assembly. Motors shall be controlled through variable frequency drives (VFDs) installed in the control panels. 3. The cable shall be firmly attached to the rotating drum(s) to prevent slippage. 4. The complete drive mechanism shall be packaged on a single base and provided with a 304 stainless steel enclosure. 5. The drive cable shall be Type 304 Stainless Steel with a minimum diameter of 1/4" 6. The drive assembly shall be capable of ceasing operation on an excessive load without physical damage to the drive unit. During an overload, protection built into the VFD will cease operation and activate an alarm. Operation will continue after alarm is reset. Back up protection in the form of a shear pin is required. 7. The drive assembly shall have integral position sensors which determine when the collector is at the end of the basin, the beginning of the basin and points in- between. No external or under -water position sensors shall be required or allowed. 8. The drive shall have an emergency stop disconnect button pre -wired to the assembly. Emergency stop button shall be corrosion -resistant, red mushroom head style, utilizing a 30.5 mm mounting hole. Pushbutton shall be maintained contact, twist to release style. Switching current shall be sufficient to interrupt the control circuit for the drive unit. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-7 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD C. HOSELESS COLLECTOR ASSEMBLY: 1. The hoseless sludge collector assembly shall be manufactured entirely of Type 316 Stainless Steel, with the exception of non-metallic parts such as casters, bushings, orifices, etc. which will be manufactured of plastic, non-metallic materials. 2. The hoseless collector assembly shall be guided by means of horizontal casters on the ends of the header pipes. 3. Flow through the hoseless sludge collector shall be controlled by a sludge valve as directed by the collector control panel. The control system shall prevent the two sludge collectors from discharging sludge simultaneously. 4. Each hoseless collector assembly shall be complete with polyurethane rolling casters and side wall casters located near the end of each of the sludge collector headers. Include all necessary mounting hardware. 5. Include stainless steel end stops to be anchored to the basin floor at the header assembly's end of travel. 6. All underwater bearings shall be specifically designed for underwater use. 7. Each header pipe shall be equipped with a blade which is triangular and is roughly equal in length to the header pipe. These blades will move the settled solids away from the end walls. D. RETAINING CURB 1. Stainless steel curbing shall be provided between collectors to direct the sludge header assembly guide casters down basin length during operation. 2. Curbing shall be constructed of minimum 16 gage 316 stainless steel material with minimum 5 -inch vertical profile in a c -channel shape to retain the guide casters. 3. Supply curbing in maximum 10 -foot sections with 3" x 3" x 1/4" support angle attached to form a mounting foot plate. Curb supports shall be spaced at less than 60" with a minimum of three mounting plates per section. 4. Mount curbing with 1/2 - 13 x 3-3/4" wedge style anchors provided by the manufacturer. 5. Include a splice plate of minimum 11 -gauge material to connect curb sections using 1 x'/4" 316SS assembly hardware. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-8 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 6. Install curbing straight and true with approximately %2" of clearance from the sludge header side wall caster to the curbing face. E. LOCAL CONTROL SYSTEM: 1. There shall be one collector control panel to operate two (2) Hoseless Sludge Collectors. Communication between the Sludge Collector control panel and RTU will be via Plant 1 Basin PLC and the WTP's Ethernet network. 2. The sludge collection control panels shall be provided with sufficient spare I/O for the integration of the controls of the sludge valves. Panel shall be provided with adequate room to install the components required to control opening and closing the sludge valve and providing position indication. The supply, installation, and integration of the Sludge valves into the sludge collection control panels shall be the responsibility of the Contractor. Refer to Section 40 05 62 for the sludge valve specifications. F. CONTROL PANELS: 1. The 12 collector control panels shall each include an Allen Bradley CompactLogix PLC based electronic control panel which shall automatically control all of the functions and operations of the sludge collector system. Each collector control panel shall service 2 collectors. Programming shall be as described in the Instrumentation drawings and section 40 61 96 - Process Control Descriptions. 2. The control panels shall arrive to the jobsite internally pre -wired ready to connect to each drive unit. 3. Each control panel shall consist of the following: a. Real time clock for programmable run initiation. b. Programmable Logic Controller. c. Two (2) VFDs with manual operation keys and speed control. Drives shall be rated for constant -torque load at the full nameplate amperage of the sludge collection motor. d. Single phase 480VAC x 120VAC control power transformer (CPT), with circuit breakers on both primary and secondary side. CPT shall be sized to 125% of full secondary load, but in no case less than 500 volt -amp (VA). Provide calculation detailing adequacy of selected CPT VA size. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-9 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD e. Power supply with 24 VDC output voltage, sized sufficiently for all DC panel control components, but in no case less than 150W. Provide calculation detailing adequacy of power supply sizing. f. Properly sized protective circuit breakers and terminal blocks. g. Hand/Off/Auto switch for each collector the control panel services. h. Power On indicator light on the front of the panel. 4. HMI (touch screen) screens shall be designed for the hoseless sludge removal system and integrated with the existing SCADA system. HMI screens shall contain the following controls and indication for each valve and collector serviced by the applicable control panel: a. Manual start. b. Drive mode — Reverse / Off / Forward. c. Valve position indication. d. Valve position control. e. Valve high torque alarm. f. Collector torque indication. g. Collector torque alarm low. h. Collector torque alarm high. i. Collector torque alarm high high. j. Real time clock settings. k. Collector speed control. I. Alarm reset. m. Drive direction. n. Home and End position indication. o. E -stop status indication. p. Collector speed indication. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-10 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD q. Run condition 5. Ethernet connections from each control panel shall be routed to a managed switch ring which will communicate with SCADA via Plant 1 Basin PLC as shown in the Instrumentation/System Architecture drawings. 6. The control panel components shall be installed inside a NEMA 4X stainless steel control panel housing. The panel shall include a sun shield to maintain enclosure temperature. It shall be the responsibility of the sludge collector manufacturer to provide all of the necessary control hardware, software and components as required for a complete installation. 7. Control panels, components, and accessories shall conform to all City of Corpus Christi ONSWTP Instrumentation and Electrical Standard Specifications included but not limited to: a. 27 13 23 Communications Optical Fiber Backbone Cabling Specification b. 40 05 53 Identification for Process Piping and Equipment c. 40 90 00 Instrumentation and Control for Process Systems d. 40 90 01 Instrumentation e. 40 90 02 Supervisory Control and Data Acquisition (SCADA) System f. 40 09 02.1 Power Protection Supervisory Control and Data Acquisition (SCADA) System g. 40 90 03 SCADA Instrument Testing G. FABRICATION 1. All shop and field welds shall be performed by qualified welders in accordance with AWS D1.6. All seal welds shall be continuous, and all welds shall be mechanically cleaned per ASTM A-380. Any field welding of pipe to complete the assembly shall include use of a pickling paste. 2. All parts and components shall be factory -assembled in sections convenient for field handling and installation but requiring the minimum amount of work for field assembly. Any field assembly work shall be bolted. No cutting or welding should be required on either field assembly or erection. 3. Gears and gear drives as part of an equipment assembly shall be shipped fully assembled for field installation. 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-11 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 4. All assembled parts and components ready for shipment shall be securely bundled, coiled, or crated and adequately protected from damage and corrosion during shipment and storage. PART 3 — EXECUTION 3.01 INSTALLATION A. The Contractor shall install the hoseless sludge removal system in strict accordance with the manufacturer's recommendations. B. Install and align the hoseless sludge removal system in accordance with the manufacturer's recommendations and the Drawings. C. LUBRICANTS AND LUBRICATING EQUIPMENT 1. Provide and install necessary food grade quality oils, greases and anti -seize compounds for initial operation of all equipment provided that requires oil, grease or anti -seize. 2. Food grade anti -seize shall be applied to the threads of all stainless-steel bolts before assembly at the factory and field assembly. 3.02 WARRANTY A. The manufacturer shall guarantee that the equipment including buy-out items are appropriate for the intended service and shall be free of manufacturing and fabrication defects in material and workmanship for a period of 24 months commencing from the date equipment is satisfactorily placed in service or 30 months from equipment delivery, whichever comes first. 3.03 SPARE PARTS A. Hoseless sludge collector manufacturer shall provide the following spare parts: 1. Four (4) stainless steel drive cables of equivalent installed length 2. Four (4) stainless steel return cables of equivalent installed length 3. Sixteen (16) drive/wall wheels 4. Four (4) cable pulley sheaves 5. Five (5) cable drive shear pins 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-12 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 6. Two (two) pulley wheels 7. Four (4) UHMW bushings B. Hoseless sludge collector manufacturer shall provide any special tools required for servicing and/or maintenance of the sludge collectors. 3.04 MANUFACTURER'S SERVICES A. Manufacturer's Field Services: The CONTRACTOR shall provide the following services in addition to any other services specified herein and required by these Specifications. 1. Pre -installation training service: A factory trained manufacturer's representative shall be provided for (2) trips each with (2) eight-hour days of onsite service to review equipment submittals and installation instructions. 2. Onsite field service: A factory trained manufacturer's representative shall be provided for (4) trips each with (2) eight-hour days onsite to provide installation review, instruction, and supervision. The installation services shall be coordinated between the CONTRACTOR and the manufacturer. 3. Start-up & O&M Training: A factory trained manufacturer's representative shall be provided for (2) trips each with (2) eight-hour days onsite to provide start-up and O&M training services. The start-up and O&M services shall be coordinated between the CONTRACTOR and the manufacturer. 4. After installation supervision and field testing services by the manufacturer, the CONTRACTOR shall submit to the ENGINEER, a certification letter on the manufacturer's letterhead and signed by the manufacturer certifying that the equipment was installed per the manufacturer's recommendations. 5. The manufacturer shall provide start-up reports covering installation inspection and start-up activities. 6. The manufacturer shall provide operator training to all required plant personnel. B. All costs, including travel, lodging, meals and incidentals for manufacturer service shall be included in the CONTRACTOR'S bid. END OF SECTION 18130B - O. N. STEVENS WTP SEDIMENTATION BASIN IMPROVEMENTS CITY OF CORPUS CHRISTI 12/07/2021 46 43 80-13 HOSELESS SLUDGE REMOVAL SYSTEM DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD CITY OF CORPUS CHRISTI 1I lRE% AllndMOM WATER mreidl0{'HI(�1�1JI(NlUwuw,"' T7I A.ICU MIa;TNi mmummumittmifionumi11111 11N11uummiouummummmamimioioimm111uuui,11.M City of Corpus Christi ONSWTP Instrumentation and Electrical Standards Development Project No.: E13064 Specification Detail Drawing Index BATH PROJECT # 2423 11111111111111 ENGENEERING TEXAS FIRM REGISTRATION NO. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRISTI, TX 78411 (361) 992-2284 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Table of Contents Standard Specifications Electrical Specification No. Specification Description Revision Revision Date 02 41 00 Demo Work Specifications 0 13 NOV 2014 26 05 00 General Work Requirements for Electrical Specification 0 13 NOV 2014 26 05 13 Medium -Voltage Cables 0 13 NOV 2014 26 05 19 Low -Voltage Electrical Power Conductors and Cables 0 13 NOV 2014 26 05 26 Grounding and Bonding for Electrical Systems 0 13 NOV 2014 26 05 29 Hangers and Supports for Electrical Systems 0 13 NOV 2014 26 05 33 Raceways and Boxes for Electrical Systems 0 13 NOV 2014 26 05 36 Cable Trays for Electrical Systems 0 13 NOV 2014 26 05 43 Underground Ducts and Raceways for Electrical Systems 0 13 NOV 2014 26 05 53 Identification for Electrical Systems 0 13 NOV 2014 26 12 00 Medium -Voltage Transformers 0 13 NOV 2014 26 13 00 Medium Voltage Switchgear 0 13 NOV 2014 26 22 00 Low -Voltage Transformers 0 13 NOV 2014 26 23 00 Low -Voltage Switchgear 0 13 NOV 2014 26 24 16 Panelboards 0 13 NOV 2014 26 24 19 Motor -Control Centers 0 13 NOV 2014 26 27 26 Wiring Devices 0 13 NOV 2014 26 28 16 Enclosed Switches and Circuit Breakers 0 13 NOV 2014 26 29 13 Enclosed Controllers 0 13 NOV 2014 26 29 23.01 Medium Voltage Variable Frequency Drives 0 13 NOV 2014 26 29 23.02 Low Voltage Variable Frequency Drives 0 13 NOV 2014 26 36 00 Transfer Switches 0 13 NOV 2014 26 51 00.11 Lighting 0 13 NOV 2014 Instrumentation Specification No. Specification Description Revision Revision Date 27 13 23 Communications Optical Fiber Backbone Cabling Specification 2 15 NOV 2017 40 05 53 Identification for Process Piping and Equipment 0 24 MAY 2018 40 90 00 Instrumentation and Control For Process Systems 4 12 MAR 2018 40 90 01 Instrumentation 3 15 NOV 2017 40 90 02 Supervisory Control and Data Acquisition (SCADA) System 3 15 NOV 2017 40 90 02.1 Power Protection Supervisory Control and Data Acquisition (SCADA) System 0 12 MAR 2018 40 90 03 SCADA Instrumentation Testing 2 15 NOV 2017 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Standard Detail Drawings Electrical Drawing No. Drawing Description Revision Revision Date 10-EP-01-STD01 NEW POLE AT PLATFORM 0 14 NOV 2014 10-EP-01-STD02 GENERAL NOTES 0 14 NOV 2014 10-EP-01-STD03 NEW POLE AT PLATFORM SIDE VIEW 0 14 NOV 2014 10-EP-01-STD04 TYPICAL STUB -UP AT RISER POLE 0 14 NOV 2014 10-EP-01-STD05 SCREW ANCHOR DETAIL 0 14 NOV 2014 10-EP-01-STD06 GROUND WIRE PAVEMENT PENETRATION 0 14 NOV 2014 10-EP-OI-STD07 GROUND ROD ABOVE GRADE CONNECTION WITH MAIN GROUND LOOP 0 14 NOV 2014 10-EP-01-STD08 GROUND ROD ABOVE GRADE CONNECTION 0 14 NOV 2014 10-EP-01-STD09 GROUND ROD 0 14 NOV 2014 10-EP-01-STD10 UNDERGROUND TAP ON MAIN GROUND LOOP 0 14 NOV 2014 10-EP-01-STD11 SKID MOUNTED BUILDING 0 14 NOV 2014 10-EP-01-STD12 ADDITIVE BUILDING GROUNDING 0 14 NOV 2014 10-EP-OI-STD13 DRIVERS CONSOLE BUILDING & SAMPLE BUILDING GROUNDING 0 14 NOV 2014 10-EP-01-STD14 FENCE POST GROUNDING 0 14 NOV 2014 10-EP-01-STD15 FENCE GATE GROUNDING 0 14 NOV 2014 10-EP-01-STD16 OIL FILLED, PAD MOUNTED TRANSFORMER GROUNDING 0 14 NOV 2014 10-EP-01-STD17 DRY TYPE PAD MOUNTED TRANSFORMER GROUNDING 0 14 NOV 2014 10-EP-OI-STD18 MOTOR CONTROL CENTER & MEDIUM VOLTAGE SWITCHGEAR GROUNDING 0 14 NOV 2014 10-EP-01-STD19 VERTICAL MOTOR GROUNDING 0 14 NOV 2014 10-EP-01-STD20 ELECTRIC VALVE OPERATOR GROUNDING 0 14 NOV 2014 10-EP-01-STD21 HORIZONTAL MOTOR GROUNDING 0 14 NOV 2014 10-EP-01-STD22 AREA LIGHT POLE GROUNDING 1 24 MAY 2018 10-EP-OI-STD23 POWER OR INSTRUMENT RACK WITH CANOPY GROUNDING 0 14 NOV 2014 10-EP-01-STD24 MISCELLANEOUS STRUCTURAL STEEL GROUNDING 0 14 NOV 2014 10-EP-01-STD25 VERTICAL TANKS GROUNDING 0 14 NOV 2014 10-EP-01-STD26 HORIZONTAL TANK GROUNDING 0 14 NOV 2014 10-EP-01-STD27 STAIRWELL OR PLATFORM GROUNDING 0 14 NOV 2014 10-EP-01-STD28 CABLE TRAY SUPPORT IN PIPE RACK 0 14 NOV 2014 10-EP-01-STD29 CABLE TRAY SUPPORT IN TRAY BARRIER 0 14 NOV 2014 10-EP-01-STD30 CONNECTOR PLATE INSTALLATION DETAIL 0 14 NOV 2014 10-EP-01-STD31 VERTICAL ELBOW SUPPORT LOCATION 0 14 NOV 2014 10-EP-01-STD32 HORIZONTAL ELBOW SUPPORT LOCATION 0 14 NOV 2014 10-EP-OI-STD33 SEALING VERTICAL CONDUIT RISERS UNDER MCC/SWITCHGEAR BUILDINGS 0 14 NOV 2014 10-EP-01-STD34 CABLE TERMINATOR 0 14 NOV 2014 10-EP-OI-STD35 SEALING VERTICAL CONDUIT RISERS UNDER MCC/SWITCHGEAR BUILDINGS 0 14 NOV 2014 10-EP-01-STD36 TYPICAL CONDUIT SEAL 0 14 NOV 2014 10-EP-01-STD37 TYPICAL CABLE SEAL 0 14 NOV 2014 10-EP-01-STD38 TYPICAL STUB -UP DETAIL 0 14 NOV 2014 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 10-EP-01-STD39 BUILDING STUB -UP AND WALL PENETRATION 0 14 NOV 2014 10-EP-OI-STD40 TYPICAL STUB -UP AT RISER POLE AND TRANSFORMER PRIMARY 0 14 NOV 2014 10-EP-01-STD41 TYPICAL CONDUIT DUCTBANK IN TANK FARM AREAS 0 14 NOV 2014 10-EP-01-STD42 TYPICAL CONDUIT DUCTBANK THROUGH DIKE WALL 0 14 NOV 2014 10-EP-01-STD43 TYPICAL GROUND WELL 0 14 NOV 2014 10-EP-01-STD44 TYPICAL GROUND TAP 0 14 NOV 2014 10-EP-01-STD45 TYPICAL GROUND LOOP TAP 0 14 NOV 2014 10-EP-01-STD46 BUILDING AND SKID GROUNDING 0 14 NOV 2014 10-EP-01-STD47 PIPE RACK AND SKID GROUND 0 14 NOV 2014 10-EP-01-STD48 MOTOR GROUND 0 14 NOV 2014 10-EP-01-STD49 PANEL AND J -BOX GROUNDING 0 14 NOV 2014 10-EP-01-STD50 TYPICAL GROUND ROD 0 14 NOV 2014 10-EP-01-STD51 DUCTBANK UNDER ASPHALT 0 14 NOV 2014 10-EP-01-STD52 DUCTBANK UNDER ASPHALT 0 14 NOV 2014 10-EP-01-STD53 DUCTBANK UNDER CONCRETE 0 14 NOV 2014 10-EP-01-STD54 TYPICAL HANDHOLE DETAIL 0 14 NOV 2014 10-EP-01-STD55 IN CONCRETE PULL BOX DETAIL 0 14 NOV 2014 10-EP-01-STD56 JUNCTION BOX MOUNTING DETAIL 0 14 NOV 2014 10-EP-01-STD57 JUNCTION BOX MOUNTING DETAIL 0 14 NOV 2014 10-EP-01-STD58 JUNCTION BOX MOUNTING DETAIL 0 14 NOV 2014 10-EP-01-STD59 FREEZE PROTECTION DETAIL 0 14 NOV 2014 10-EP-01-STD60 TYPICAL MOTOR CONNECTION 0 14 NOV 2014 10-EP-01-STD61 TYPICAL CABLE TO CONDUIT TRANSITION 0 14 NOV 2014 10-EP-01-STD62 TYPICAL MOTOR OPERATED VALVE 0 14 NOV 2014 10-EP-01-STD63 HORIZONTAL SUMP PUMP WITH LEVEL DEVICE 0 14 NOV 2014 10-EP-01-STD64 MOTOR CONTROL SCHEMATIC 0 14 NOV 2014 10-EP-01-STD65 CONDUIT TO CABLE TRAY BONDING DETAIL 0 14 NOV 2014 10-EP-01-STD66 480V MOTOR CONNECTION FROM UNDERGROUND FEED 0 14 NOV 2014 10-EP-01-STD67 MOTOR INSTALLATION OVERHEAD FEED 0 14 NOV 2014 10-EP-OI-STD68 VERTICAL MOTOR - OVERHEAD FEED POWER AND CONTROL 0 14 NOV 2014 10-EP-01-STD69 VERTICAL MOTOR UNDERGROUND FEED 0 14 NOV 2014 10-EP-OI-STD70 UNDERGROUND FEED - HORIZONTAL MOTOR WITH PRESS SWITCH 0 14 NOV 2014 10-EP-01-STD71 UNDERGROUND FEED - VERTICAL MOTOR WITH PRESS SWITCH 0 14 NOV 2014 10-EP-01-STD72 NON -ARCING DEVICE WITH PROCESS CONNECTION 0 14 NOV 2014 10-EP-01-STD73 HANDRAIL MOUNTED STANCHION LIGHT FIXTURE 1 24 MAY 2018 10-EP-OI-STD74 480V MOTOR STARTER SAMPLE SCHEMATIC AND WIRING DIAGRAM 0 14 NOV 2014 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Instrumentation Drawing No. Drawing Description Revision Revision Date 10-IC-01-STD01 PRESSURE TRANSMITTER LIQUID SERVICE 0 14 NOV 2014 10-IC-01-STD02 PRESSURE TRANSMITTER (INSULATED SS TUBING) 0 14 NOV 2014 10-IC-01-STD03 DIFFERENTIAL PRESSURE TRANSMITTER — FLOW 0 14 NOV 2014 10-IC-01-STD04 DIFFERENTIAL PRESSURE TRANSMITTER — FLOW (CLOSE COUPLED) 0 14 NOV 2014 10-IC-OI-STD05 DIFFERENTIAL PRESSURE TRANSMITTER — FLOW (INSULATED SS TUBING) 0 14 NOV 2014 10-IC-01-STD06 PRESSURE SWITCH PIPING (GENERAL SERVICE) 0 14 NOV 2014 10-IC-OI-STD07 PRESSURE SWITCH PIPING (PULSATION DAMPENER or DIAPHRAGM PROTECTOR) 0 14 NOV 2014 10-IC-01-STD08 REMOTE MOUNTED PRESSURE SWITCH 0 14 NOV 2014 10-IC-01-STD09 SOLENOID CONNECTION 0 14 NOV 2014 10-IC-01-STD10 FLEX CONDUIT CONNECTION DETAILS 0 14 NOV 2014 10-IC-01-STD11 LOCAL INDICATOR CONNECTION 0 14 NOV 2014 10-IC-01-STD12 PRESSURE GAUGE 0 14 NOV 2014 10-IC-01-STD13 PRESSURE GAUGE WITH SIPHON 0 14 NOV 2014 10-IC-01-STD14 INSTRUMENT MOUNTING SUPPORT I 0 14 NOV 2014 10-IC-01-STD15 INSTRUMENT MOUNTING SUPPORT II 0 14 NOV 2014 10-IC-01-STD16 INSTRUMENT MOUNTING SUPPORT III 0 14 NOV 2014 10-IC-01-STD17 INSTRUMENT MOUNTING SUPPORT IV 0 14 NOV 2014 10-IC-01-STD18 INSTRUMENT MOUNTING SUPPORT V 0 14 NOV 2014 10-IC-01-STD19 INSTRUMENT MOUNTING SUPPORT VI 0 14 NOV 2014 10-IC-01-STD20 TUBING SUPPORT DETAIL I 0 14 NOV 2014 10-IC-01-STD21 TUBING SUPPORT DETAIL II 0 14 NOV 2014 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1111 111111111 Sal��� ....���,,,,,,� ISM CHRISTI WATER DEPARTMENT & DRAWINGS REVISION LOG 11���S1��m��1�� WA # Atl4WG a1 s warnxr0, COM M ISS I O N I N G TEXAS FIRM RECISTRATIow NOF -681 7 5656 5, STAPLES. SUITE 110 CORPUS CHRISTI, Tx 78411 0e1 992-2284 CITY of CORPUS STANDARD SPECIFICATIONS Revisions Specification or Drawing Number Revison No. Date of Revision Revision Description Old New Spec. 40 90 00 4 5 26 -Sep -18 Revisid verbiage in Section 1.4.A from "...PCSS must submit documentation listed in Section 1.02.5..." to read "...PCSS must submit documentation listed in Section 1.4.6.5..." Spec. 40 90 01 3 4 20 -May -19 Revisid Section 2.13 "Electromagnetic Flow Transmitters" N:ACity of Corpus Christi\ONSWTP\_Functional\ONS Standard I&E Specification & Detail Drawings - Bath_E13064\Standard Specifications & Drawing Revision Log - REV 0 - 26 Sept 2018 XREF Revisions 6/3/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revisions Specification or Revison No. nntr of nrvi-inn nrvitinn nr e-rintinn N:ACity of Corpus Christi\ONSWTP\_Functional\ONS Standard I&E Specifications & Detail Drawings - Bath_E13064\Standard Specifications & Drawing Revision Log - REV 0 - 26 Sept 2018 XREF Revisions 6/3/2019 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD City of Corpus Christi Standard Specifications for Construction SECTION 02 41 00 CUTTING, PATCHING AND DEMOLITION WORK PART1 GENERAL 1.1 Summary A. This specification is intended to define cutting, patching, demolition, removal and relocation of all mechanical equipment, conduit and wiring, and piping, specified or required for a complete demolition. B. The City Of Corpus Christi retains salvage rights to all demolished equipment and wire. 1.2 Definitions A. Cutting: Removal of existing construction necessary to permit installation or performance of other work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other work. C. Demolition is to be as described in the following: 1. The removal of all existing work so indicated, specified or required. 2. The removal of existing work required to be removed for replacement by new work. 3. The removal of existing work required to be temporarily removed in order to erect new work. Work temporarily removed shall be reinstalled or replaced in a manner to restore the work to its original condition, subject to the approval of the Engineer. When such existing work is removed for the convenience of the various trades, such removal and replacement or reinstallation shall be performed by mechanics skilled in the trade of erecting the type of work involved. 4. The removal and reinstallation or relocation of existing electrical work as required by the installation of new work of all trades. 1.3 Work Not Shown On Plans A. Work not shown on the plans which must be removed and reinstalled, shall be done with no increase in contract price. The Contractor shall visit the site prior to bid and determine the existing conditions to verify the demolition or removal. This work shall be done with no increase in contract price. 1.4 Existing Equipment A. The Contractor shall furnish all labor and materials required to insure the continued service of any affected systems interrupted by the demolition or removals. This work shall be done with no increase in contract price. B. Existing conduits exposed by demolition work shall be relocated as necessary. Coordinate with owner such that no loss of time is incurred by the owner regarding facility operations and/or maintenance. C. Existing concealed conduits not reused in the work may be abandoned in place; however, all wires shall be removed. D. Existing exposed conduits not reused in the work shall be removed unless otherwise indicated on drawings. 1.5 Damage and Protection of Property A. Care shall be exercised while performing work under this section in order to assure there will be no damage to installations that are to remain in place. Any damage shall be repaired by the contractor at no increase in contract price. B. The Contractor shall remove, at his own expense, any part of the work that has been improperly executed. He shall be responsible for the care of all work until its completion and final acceptance, and he shall replace any damaged or lost material. The Owner/Engineer's opinion of improperly executed work shall prevail. 1.6 Quality Assurance A. Structural Elements: Do not cut and patch structural elements in a manner that could change their load -carrying capacity or load -deflection ratio. Page 1 of 6 CUTTING, PATCHING, AND DEMOLITION — 02 41 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD City of Corpus Christi Standard Specifications for Construction B. Operational Elements: Do not cut and patch the following operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. 1. Primary operational systems and equipment. 2. Fire -protection systems. 3. Control systems. 4. Communication systems. 5. Electrical wiring systems. 6. Operating systems of special construction in Division 13 Sections. C. Miscellaneous Elements: Do not cut and patch the following elements or related components in a manner that could change their load -carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. 1. Water, moisture, or vapor barriers. 2. Membranes and flashings. 3. Exterior curtain -wall construction. 4. Equipment supports. 5. Piping, ductwork, vessels, and equipment. 6. Noise and vibration -control elements and systems. PART2 PRODUCTS 2.1 Materials A. All products must comply with NSF/ANSI Standard 61. Use materials identical to existing materials. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of existing materials. B. For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. C. Storage / Packing Containers 1. Shall be 28 inches long x 20 3/4 inches wide x 15 7/16 inches wide. 2. Shall be manufactured from high density gray polyethylene and be equipped with permanently attached flip up interlocking lids suitable for stacking up to three high. 3. Buckhorn Model NR422104 or approved equal. PART 3 EXECUTION 3.1 Examination A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Owner. E. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.2 Fittings A. Existing Utilities: Maintain services indicated to remain and protect them against damage during selective demolition operations. B. Do not interrupt existing utilities serving occupied or operating facilities unless authorized in writing by Owner and authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to Owner and to authorities having jurisdiction. Provide at least seven (7) working days notice to Owner if shutdown of service is required Page 2 of 6 CUTTING, PATCHING, AND DEMOLITION — 02 41 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD City of Corpus Christi Standard Specifications for Construction during changeover. C. Utility Requirements: Locate, identify, disconnect, and seal or cap off indicated utilities serving areas to be selectively demolished. 1. Owner will arrange to shut off indicated utilities when requested by Contractor. 2. Arrange to shut off indicated utilities with utility companies. 3. If utility services are required to be removed, relocated, or abandoned, before proceeding with selective demolition provide temporary utilities that bypass area of selective demolition and that maintain continuity of service to other parts of building. 4. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing. D. Utility Requirements: Refer to Division 15 and Division 16 Sections for shutting off, disconnecting, removing, and sealing or capping utilities. Do not start selective demolition work until utility disconnecting and sealing have been completed. 3.3 Preparation A. Temporary Support: Provide temporary support of work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existing Services: Where existing services are required to be removed, relocated, or abandoned, bypass such services before cutting to minimize interruption of services to occupied areas. E. Dangerous Materials: Drain, purge, or otherwise remove, collect, and dispose of chemicals, gases, explosives, acids, flammables, or other dangerous materials before proceeding with selective demolition operations. These items include the proper removal of any treated chilled water that is to be drained from the system. Receive proper written permission from the Owner if chilled water is to be drained into the sewer system. F. Site Access and Temporary Controls: Conduct selective demolition and debris -removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1 Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. 2. Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. 3. Protect existing site improvements, appurtenances, and landscaping to remain. 4. Erect a plainly visible fence around drip line of individual trees or around perimeter drip line of groups of trees to remain. G. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect furniture, furnishings, and equipment that have not been removed H. Temporary Enclosures: Provide temporary enclosures for protection of existing building and construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weather tight enclosure for building exterior. Page 3 of 6 CUTTING, PATCHING, AND DEMOLITION — 02 41 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD City of Corpus Christi Standard Specifications for Construction Temporary Partitions: Erect and maintain dustproof partitions and temporary enclosures to limit dust and dirt migration and to separate areas from fumes and noise. J. Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent movement, settlement, or collapse of construction to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. Strengthen or add new supports when required during progress of selective demolition. K. Camera Equipment Demolition 1 Each camera shall be neatly and securely packed in the containers noted in section 2.0 Materials of these specifications. 2. Each component of the camera system shall be packaged with the camera itself. This includes but not limited to the following: a. Camera VDP cable system b. Fiber transceivers c. Coax and Surge Suppression devices d. Camera controller 3. Each separate camera system component shall be neatly wrapped with at least two layers of bubble wrap and secured with packing tape. 4. Once all components of each camera system are properly stored in the containers, each container shall be sealed and labeled by the camera number. Contact Owner for proper disposition of camera containers. 5. All demolitioned camera VDP cable systems shall not be cut but shall be removed from the connectorized end of the cable. The cable shall be tie wrapped to secure the cable in a coiled manner. All cable connectors shall be bubble wrapped with a least two layers and secured with packing tape for storage. 3.4 Selective Demolition A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain fire watch and portable fire -suppression devices during flame -cutting operations. 5. Maintain adequate ventilation when using cutting torches. 6. Remove decayed, vermin -infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. 7. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 8. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 9. Owner reserves the "right of first refusal" for all demolished items as indicated on the drawings. Contractor is to take possession of demolished equipment and materials and verify the intent of the owner to refuse any items. Contractor shall dispose of refused demolished items and materials promptly. 10. Return elements of construction and surfaces that are to remain to condition existing before selective demolition operations began. Page 4 of 6 CUTTING, PATCHING, AND DEMOLITION — 02 41 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD City of Corpus Christi Standard Specifications for Construction B. Existing Facilities: Comply with building manager's requirements for using and protecting elevators, stairs, walkways, loading docks, building entries and other building facilities during selective demolition operations. C. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. D. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Owner, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. E. Concrete: Demolish in small sections. Cut concrete to a depth of at least 3/4 inch at junctures with construction to remain, using power -driven saw. Dislodge concrete from reinforcement at perimeter of areas being demolished, cut reinforcement, and then remove remainder of concrete indicated for selective demolition. Neatly trim openings to dimensions indicated. F. Masonry: Demolish in small sections. Cut masonry at junctures with construction to remain, using power -driven saw, then remove masonry between saw cuts. G. Concrete Slabs -on -Grade: Saw -cut perimeter of area to be demolished, then break up and remove. 3.5 Performance A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. Cut existing construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Cutting: Cut existing construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original installer. Comply with original installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Existing Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. 4. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 5. Proceed with patching after construction operations requiring cutting are complete C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other sections of these specifications. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of Page 5 of 6 CUTTING, PATCHING, AND DEMOLITION — 02 41 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD City of Corpus Christi Standard Specifications for Construction patching and refinishing. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or re -hang existing ceilings as necessary to provide an even - plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weather tight condition. END OF SECTION Page 6 of 6 CUTTING, PATCHING, AND DEMOLITION — 02 41 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 05 00 GENERAL WORK REQUIREMENTS FOR ELECTRICAL SPECIFICATIONS PART1 GENERAL 1.1 DIVISION XXVI This section applies to all sections of Electrical Division 26, of this project except as specified otherwise in each individual section. 1.2 General Description A. The Contractor shall submit his bid on the basis of executing all work as hereinafter specified, as indicated on the drawings, or as necessary to provide a complete and usable system. B. All items of labor, material or equipment not required in detail by the specifications or drawings, but incidental to, or necessary for, the complete installation and proper operation of all phases of work described herein, or reasonably implied in connection with, shall be furnished as if called for in detail by the specifications or drawings. 1.3 Approval of Equipment and Materials Manufacturer's data and descriptive literature for each item listed under Submittal Data in all sections of Division 26 shall be submitted to the engineer of record, or his designated representative, for approval as soon as practical, but not later than 30 days after the award of the contract. A. Wherever a brand name or names are mentioned in the specifications and/or indicated on the drawings, they shall be understood to be followed by the words "or approved equal" unless otherwise noted. B. The Contractor shall be responsible for and bear the costs of all changes in his work and the work of other trades made necessary by the use of products and systems other than those of the first named basic manufacturers and systems specified in the Contract Documents. This cost shall include but not necessarily limited an hourly rate of $165.00 to the engineer for review of all changes as the result of manufacture substitutions. 1.4 Hazardous Areas There are no areas deemed to be hazardous from an NFPA electrical equipment safety prospective. 1.5 Submittals Submit shop drawings; manufacturers' data; certificates for equipment, materials, and finish; and pertinent details for each system where specified in each individual section, and obtain approval from the Engineer of Record before procurement, fabrication, or delivery of the items to the job site. A. Partial submittals will not be acceptable and will be returned without review. B. Submittals shall include the manufacturer's name, trade name, catalog model or number, nameplate data, size, layout dimensions, capacity, project specification and paragraph reference, applicable industry and technical society publication references, and other information necessary to establish contract compliance of each item the Contractor proposes to furnish. C. Photographs of existing installations and data submitted in lieu of catalog data are not acceptable and will be returned without approval. 1.6 Shop Drawings Shop drawings (when required) shall be a minimum of 11 by 17 inches in size with a minimum scale of 1/8 -inch per foot, unless specified otherwise. A. Drawings shall include floor plans, sectional views, wiring diagrams, and installation details of equipment. B. Drawings of all fabrication details shall include dimensions, methods of attachment to existing structures or poles, and indicate the actual mounting location number as noted on the plan drawing contract documents. Page 1 of 4 GENERAL WORK REQUIREMENTS FOR ELECTRICAL — 26 05 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction C. Drawings shall indicate adequate clearance for operation, maintenance, and replacement of operating equipment devices. D. If equipment is disapproved, drawings shall be revised to show acceptable equipment and resubmitted. 1.7 Manufacturer's Data Submittals for each manufactured item shall be manufacturer's descriptive literature of cataloged products, equipment drawings, diagrams, performance and characteristic curves, and catalog cut sheets. 1.8 Standards Compliance All electrical equipment and material shall be listed, labeled and installed per a recognized electrical testing laboratory's standards. When materials or equipment must conform to the standards of organizations such as the American National Standards Institute (ANSI), American Society for Testing and Materials (ASTM), National Electrical Manufacturers Association (NEMA), Institute of Electrical and Electronics Engineers (IEEE), and Underwriters Laboratories (UL), proof of such conformance shall be submitted for approval. A. If an organization uses a label or listing to indicate compliance with a particular standard, the label or listing will be acceptable evidence unless otherwise specified in the individual sections. B. In lieu of the label or listing, the Contractor shall submit a certificate from an independent testing organization, which is competent to perform an acceptable test. C. For materials and equipment whose compliance with organizational standards or specifications is not regulated by an organization using its own listing or label as proof of compliance, a certificate of compliance from the manufacturer shall be submitted for approval. D. This certificate shall identify the manufacturer, the product, and the referenced standard and shall simply state that the manufacturer certifies that the product conforms to all requirements of the project specifications and the referenced standards listed. 1.9 Delivery, Storage and Protection A. Protect all materials and finished work at all times to prevent damage or breakage either in transit, storage, installation or testing. All conduit openings shall be closed with caps or plugs during installation. All materials and equipment shall be covered and protected against dirt, water, chemicals or mechanical injury. B. Equipment and materials shall be handled, stored, and protected to prevent damage before and during installation in accordance with the manufacturer's recommendations. Damaged or defective items shall be replaced. 1.10 Guarantee and Service This Contractor shall include a 100% guarantee against faulty materials, equipment, superintendence or labor and unauthorized substitutes for a period of 12 months (or for the terms of the extended maintenance and warranty period) from the date of final acceptance. Replacement of lamps is excluded. 1.11 Standard Codes, Fees and Permits The entire installation shall conform to all local, state, and federal ordinances, codes, and regulations applying to the work in this contract. Comply with the latest editions of applicable codes. A. In the event that there is conflict between the plans and specifications and the local code requirements of governing agencies, the code requirements shall govern. However, if the contract requirements are in excess of the code requirements, the contract provisions shall govern. B. The Contractor shall obtain all permits and pay all fees necessary in connection with his work. Page 2 of 4 GENERAL WORK REQUIREMENTS FOR ELECTRICAL — 26 05 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction C. At the completion of all work, the Contractor shall deliver to the owner, or his designated representative, a certificate of inspection from the inspection department having jurisdiction over the work. D. Unless otherwise indicated on the drawings or specified herein, all materials, workmanship, and tests shall be in conformance with the latest approved standard rules, regulations, and specifications of the following authorities: National Fire Protection Association (NFPA). National Electrical Code (NEC). National Electrical Safety Code (NESC). National Electric Manufacturer's Association (NEMA). Institute of Electrical and Electronics Engineers (IEEE). Insulated Power Cable Engineer's Association (IPCEA). Underwriters Laboratory (U.L.) City of Corpus Christi, Texas 1.12 Drawings Due to the scale of the drawings, it is impossible to show all fittings, offsets, and accessories. The Contractor shall carefully investigate the structural and finish conditions at all sites affecting his work and arrange his work accordingly. The Contractor shall furnish all fittings and accessories as may be required to meet the conditions encountered. 1.13 Contractor's Responsibility A. The Contractor shall visit the proposed project site to inspect and familiarize himself with all conditions, obstructions and space limitations prior to bidding and before beginning construction. B. Refer to the civil, structural, and electrical drawings for construction details, and coordinate work with that of other trades so as to avoid unnecessary delays or damage to any part of the installation. If any omissions or discrepancies are found between the drawings and specifications or regulations, advise the owner, or his designated representative, prior to Bid Due Date. PART 2 MATERIALS 2.1 Materials and Equipment Materials and equipment shall be standard products of a manufacturer regularly engaged in the manufacture of such products which are of similar material, design, and workmanship. A. The standard products shall have been in satisfactory commercial or industrial use for two years prior to bid opening. B. The two-year use shall include applications of equipment and materials under similar circumstances and of similar size. 2.2 Experience Required Two years experience must be satisfactorily completed by a product which has been sold or is offered for sale on the commercial market through advertisements, manufacturer's catalogs, or brochures. Page 3 of 4 GENERAL WORK REQUIREMENTS FOR ELECTRICAL — 26 05 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Alternative Service Record - Products having less than a two-year field service record will be acceptable if a certified record of satisfactory field operation for not less than 6,000 hours, exclusive of the manufacturer's factory or laboratory tests, can be shown. 2.3 Service Support The equipment items shall be supported by service organizations. A. The Contractor shall submit a certified list of qualified permanent service organizations for support of the equipment which includes their addresses and qualifications. B. These service organizations shall be reasonably convenient to the equipment installation and able to render satisfactory service to the equipment on a regular and emergency basis during the warranty period of the contract. 2.4 Manufacturer's Nameplate Each item of equipment shall have a nameplate bearing the manufacturer's name, address, model number, and serial number securely affixed in a conspicuous place. The nameplate of the distributing agent will not be acceptable. PART 3 EXECUTION 3.1 Cutting, Patching and Repairing A. The Contractor shall pay for injury or damage to the work of another Contractor which may be done by him or his employees. 3.2 Coordination A. The Contractor shall be responsible for the field coordination of his work with that of other trades and the ON. Stevens Water Treatment Plant. In the event of conflicts due to lack of field coordination, the Engineer shall be the sole arbitrator in resolving the conflict. 3.3 Manufacturer's Recommendations Where installation procedures or any part thereof are required to be in accordance with the recommendations of the manufacturer of the material being installed, printed copies of these recommendations shall be furnished prior to installation. A. Installation of the item will not be allowed to proceed until the recommendations are received. B. Failure to furnish these recommendations can be cause for rejection of the material. 3.4 Cleaning A. Clean up and remove all debris from the project site daily. Upon completion of the project, remove from the project site all unused materials and equipment. Remove all visible labels, dirt, misplaced paint, grease and stains from all electrical equipment. Labels indicating testing laboratory approvals shall be left in place. 3.5 Testing A. See Section 3.18 in Specification 27-13-23. END OF SECTION Page 4 of 4 GENERAL WORK REQUIREMENTS FOR ELECTRICAL — 26 05 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26.05.13 MEDIUM VOLTAGE CABLES PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. Section includes cables and related cable splices, terminations, and accessories for medium -voltage (2001 to 35,000 V) electrical distribution systems. 1.3 Definitions The latest edition of the referenced item below shall be used. A. Jacket: A continuous nonmetallic outer covering for conductors or cables. B. NETA ATS: Acceptance Testing Specification. C. Sheath: A continuous metallic covering for conductors or cables. 1.4 Actions Submittal A. Product Data: For each type of cable. Include splices and terminations for cables and cable accessories. B. Samples: 11 inch (400 mirin) lengths for each type of cable specified. 1.5 Informational Submittals A. Qualification Data: For Installer. B. Material Certificates: For each type of cable and accessory. C. Source quality -control reports. D. Field quality -control reports. 1.6 Quality Assurance A. Installer: Engage a cable splicer, trained and certified by splice material manufacturer, to install, splice, and terminate medium -voltage cable. B. Testing Agency Qualifications: Member company of NETA or an NRTL. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing. 1.7 Field Conditions A. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Owner no fewer than seven (7) working days in advance of proposed interruption of electric service. 2. Do not proceed with interruption of electric service without Owner's written permission. PART2 PRODUCTS 2.1 Manufacturers Page 1 of 7 MEDIUM VOLTAGE CABLES — 26 05 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. 2. (a) .Ar t a Berkshire Hathaway company. (b).�.�..�.�.�..u<<.L.�.. (c) 1( r i f t (;7; a Marmon Wire & Cable/Berkshire Hathaway company. (d) (e) (f) 11.1l((1vklif EYil h�rr�. (a) (b) (c) a�i��uil/Elastimold. Electrical Markets Division. Raychem Products (Preferred) B. Source Limitations: Obtain cables and accessories from single source from single manufacturer. 2.2 System Description A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with IEEE C2 and NFPA 70. 2.3 Cables A. Cable Type: Type MV 105. B. Comply with UL 1072, AEIC CS8Conductor: C. Copper. D. Conductor Stranding: Compact round, E. Strand Filling: Conductor interstices are filled with impermeable compound. F. Conductor Insulation: Ethylene -propylene rubber. 1. Voltage Rating: 5 kV. 2. Insulation Thickness: 133 percent insulation level. G. Shielding: Copper tape, helically applied over semiconducting insulation shield. H. Shielding and Jacket: Corrugated copper drain wires embedded in extruded, chlorinated, polyethylene jacket. I. Three -Conductor Cable Assembly: Three insulated, shielded conductors cabled together with ground conductors. 1. Circuit Identification: Color -coded tape (black, red, blue) under the metallic shielding. J. Cable Sheath: Interlocked aluminum or Corrugated aluminum tube applied over cable. K. Cable Jacket: Sunlight -resistant PVC Page 2 of 7 MEDIUM VOLTAGE CABLES — 26 05 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2.4 Connectors A. Comply with ANSI C119.4 for connectors between aluminum conductors or for connections between aluminum to copper conductors. B. Copper -Conductor Connectors: Copper barrel crimped connectors. 2.5 Solid Terminations A. Multiconductor Cable Sheath Seals: Type recommended by seal manufacturer for type of cable and installation conditions, including orientation. 1. Compound -filled, cast -metal -body, metal -clad cable terminator for metal -clad cable without external plastic jacket. 2. Cold -shrink sheath seal kit with preformed sleeve openings sized for cable and insulated conductors. 3. Heat -shrink sheath seal kit with phase- and ground -conductor rejacketing tubes, cable - end sealing boot, and sealing plugs for unused ground -wire openings in boot. 4. Cast -epoxy -resin sheath seal kit with wraparound mold and packaged, two-part, epoxy - resin casting material. B. Shielded -Cable Terminations: Comply with the following classes of IEEE 48. Insulation class shall be equivalent to that of cable. Include shield ground strap for shielded cable terminations. 1. Class 1 Terminations: Modular type, furnished as a kit, with stress -relief tube; multiple, molded -silicone -rubber, insulator modules; shield ground strap; and compression -type connector. 2. Class 1 Terminations: Heat -shrink type with heat -shrink inner stress control and outer nontracking tubes; multiple, molded, nontracking skirt modules; and compression -type connector. 3. Class 1 Terminations: Modular type, furnished as a kit, with stress -relief shield terminator; multiple -wet -process, porcelain, insulator modules; shield ground strap; and compression -type connector. 4. Class 1 Terminations, Indoors: Kit with stress -relief tube, nontracking insulator tube, shield ground strap, compression -type connector, and end seal. 5. Class 2 Terminations, Indoors: Kit with stress -relief tube, nontracking insulator tube, shield ground strap, and compression -type connector. Include silicone -rubber tape; cold - shrink -rubber sleeve; or heat -shrink, plastic -sleeve moisture seal for end of insulation whether or not supplied with kits. 6. Class 3 Terminations: Kit with stress cone and compression -type connector. 2.6 Separable Insulated Connectors A. Description: Modular system, complying with IEEE 386, with disconnecting, single -pole, cable terminators and with matching, stationary, plug-in, dead -front terminals designed for cable voltage and for sealing against moisture. B. Terminations at Distribution Points: Modular type, consisting of terminators installed on cables and modular, dead -front, terminal junctions for interconnecting cables. C. Load -Break Cable Terminators: Elbow -type units with 200 -A -load make/break and continuous -current rating; coordinated with insulation diameter, conductor size, and material of cable being terminated. Include test point on terminator body that is capacitance coupled. D. Dead -Break Cable Terminators: Elbow -type unit with 600-A continuous -current rating; designed for de -energized disconnecting and connecting; coordinated with insulation diameter, conductor size, and material of cable being terminated. Include test point on terminator body that is capacitance coupled. Page 3 of 7 MEDIUM VOLTAGE CABLES — 26 05 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction E. Dead -Front Terminal Junctions: Modular bracket -mounted groups of dead -front stationary terminals that mate and match with above cable terminators. Two-, three-, or four -terminal units as indicated, with fully rated, insulated, watertight conductor connection between terminals and complete with grounding lug, manufacturer's standard accessory stands, stainless-steel mounting brackets, and attaching hardware. 1. Protective Cap: Insulating, electrostatic -shielding, water -sealing cap with drain wire. 2. Portable Feed -Through Accessory: Two -terminal, dead -front junction arranged for removable mounting on accessory stand of stationary terminal junction. 3. Grounding Kit: Jumpered elbows, portable feed -through accessory units, protective caps, test rods suitable for concurrently grounding three phases of feeders, and carrying case. 4. Standoff Insulator: Portable, single dead -front terminal for removable mounting on accessory stand of stationary terminal junction. Insulators suitable for fully insulated isolation of energized cable -elbow terminator. F. Test -Point Fault Indicators: Applicable current -trip ratings and arranged for installation in test points of load -break separable connectors, and complete with self -resetting indicators capable of being installed with shotgun hot stick and tested with test tool. G. Tool Set: Shotgun hot stick with energized terminal indicator, fault -indicator test tool, and carrying case. 2.7 Splice Kits A. Splice Kits: Comply with IEEE 404; type as recommended by cable or splicing kit manufacturer for the application. B. Splicing Products: As recommended, in writing, by splicing kit manufacturer for specific sizes, materials, ratings, and configurations of cable conductors. Include all components required for complete splice, with detailed instructions. 1. Combination tape and cold -shrink -rubber sleeve kit with rejacketing by cast -epoxy -resin encasement or other waterproof, abrasion -resistant material. 2. Heat -shrink splicing kit of uniform, cross-section, polymeric construction with outer heat - shrink jacket. 3. Premolded, cold -shrink -rubber, in-line splicing kit. 4. Premolded, EPDM splicing body kit with cable joint sealed by interference fit of mating parts and cable. 5. Separable multiway splice system with all components for the required splice configuration. 2.8 Medium -Voltage Tapes A. Ethylene/propylene rubber -based, 30. mil ( iriruiriru) splicing tape, rated for 130 deg C operation. Minimum 3/4 inch (20 irir uiriru) wide. B. Silicone rubber -based, 12—nriill (0.3048(8) self -fusing tape, rated for 130 deg C operation. Minimum 1-1/2 inches (38 mm) wide. C. Insulating -putty, 1 11$.Irnill (3.175 -mm) elastic filler tape. Minimum 1-1/2 inches (38 imam) wide. 2.9 Arc Proofing Materials A. Tape for First Course on Metal Objects: 10 mill (250 irniiciroirneteir...) thick, corrosion - protective, moisture -resistant, PVC pipe -wrapping tape. Page 4 of 7 MEDIUM VOLTAGE CABLES — 26 05 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction B. Arc -Proofing Tape: Fireproof tape, flexible, conformable, intumescent to 0.3 inch rlr (8 nom) thick, and compatible with cable jacket. C. Glass -Cloth Tape: Pressure -sensitive adhesive type, 1 inch (25 romp wide. 2.10 Fault Indicators A. Indicators: [Automatically] [Manually] reset fault indicator[ with inrush restraint feature], arranged to clamp to cable sheath and provide a display after a fault has occurred in cable. Instrument shall not be affected by heat, moisture, and corrosive conditions and shall be recommended by manufacturer for installation conditions. B. Resetting Tool: Designed for use with fault indicators, with moisture -resistant storage and carrying case. 2.11 Source Quality Control A. Test and inspect cables according to ICEA S-93-639 before shipping. B. Test strand -filled cables for water -penetration resistance according to ICEA T-31-610, using a test pressure of n' l;rsig (35 1k1Pa). PART 3 EXECUTION 3.1 Installation A. Install cables according to IEEE 576. B. Proof conduits prior to conductor installation by passing a wire brush mandrel and then a rubber duct swab through the conduit. Separate the wire brush and the rubber swab by 48 .to 72 inrlrns (1200 to 1800 ir.ia.uir.ia.u) on the pull rope. 1. Wire Brush Mandrel: Consists of a length of brush approximately the size of the conduit inner diameter with stiff steel bristles and an eye on each end for attaching the pull ropes. If an obstruction is felt, pull the brush back and forth repeatedly to break up the obstruction. 2. Rubber Duct Swab: Consists of a series of rubber discs approximately the size of the conduit inner diameter on a length of steel cable with an eye on each end for attaching the pull ropes. Pull the rubber duct swab through the duct to extract loose debris from the duct. C. Pull Conductors: Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. 1. Where necessary, use manufacturer -approved pulling compound or lubricant that does not deteriorate conductor or insulation. 2. Use pulling means, including fish tape, cable, rope, and basket -weave cable grips, that do not damage cables and raceways. Do not use rope hitches for pulling attachment to cable. 3. Use pull -in guides, cable feeders, and draw -in protectors as required to protect cables during installation. 4. Do not pull cables with ends unsealed. Seal cable ends with rubber tape. D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members and follow surface contours where possible. Page 5 of 7 MEDIUM VOLTAGE CABLES — 26 05 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction E. Support cables according to Section 260529 "Hangers and Supports for Electrical Systems." Install cables in Duct Banks as per drawings and details. F. Install direct -buried cables on leveled and tamped bed of 3 -inch- (7541.1111-) thick, clean sand. Separate cables crossing other cables or piping by a minimum of 2 inches (50 iriruiriru) of tamped earth, plus an additional 2 inches (50 nun) of sand. Install permanent markers at ends of cable runs, changes in direction, and buried splices. G. Install "buried -cable" warning tape 1," ii�r Ir„ (305 iriruiriru) above cables. H. In manholes, handholes, pull boxes, junction boxes, and cable vaults, train cables around walls by the longest route from entry to exit; support cables at intervals adequate to prevent sag. I. Install sufficient cable length to remove cable ends under pulling grips. Remove length of conductor damaged during pulling. J. Install cable splices at pull points and elsewhere as indicated; use standard kits. Use dead - front separable watertight connectors in manholes and other locations subject to water infiltration. K. Install terminations at ends of conductors, and seal multiconductor cable ends with standard kits. L. Install separable insulated -connector components as follows: 1. Protective Cap: At each terminal junction, with one on each terminal to which no feeder is indicated to be connected. 2. Portable Feed -Through Accessory: At each terminal junction, with one on each terminal. 3. Standoff Insulator: At each terminal junction, with one on each terminal. M. Arc Proofing: Unless otherwise indicated, arc proof medium -voltage cable at locations not protected by conduit, cable tray, direct burial, or termination materials. In addition to arc - proofing tape manufacturer's written instructions, apply arc proofing as follows: 1. Clean cable sheath. 2. Wrap metallic cable components with 10 -mill mill (250 iriruiic;iroirireter pipe -wrapping tape. 3. Smooth surface contours with electrical insulation putty. 4. Apply arc -proofing tape in one half -lapped layer with coated side toward cable. 5. Band arc -proofing tape with two layers of 1 ii rrl.r.. (25...ir.iruiriru.e wide half -lapped, adhesive, glass -cloth tape at each end of the arc -proof tape. N. Seal around cables passing through fire -rated elements according to Section 078413 "Penetration Firestopping." 0. Install fault indicators on each phase where indicated. P. Ground shields of shielded cable at terminations, splices, and separable insulated connectors. Ground metal bodies of terminators, splices, cable and separable insulated - connector fittings, and hardware. Page 6 of 7 MEDIUM VOLTAGE CABLES — 26 05 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction Q. Ground shields of shielded cable at one point only. Maintain shield continuity and connections to metal connection hardware at all connection points. R. Identify cables according to Section 260553 "Identification for Electrical Systems." Identify phase and circuit number of each conductor at each splice, termination, pull point, and junction box. Arrange identification so that it is unnecessary to move the cable or conductor to read the identification. 3.2 Field Quality Control A. Testing Agency, owner will engage a qualified testing agency to perform tests and inspections. B. After all cable terminations are made, coordinate with and assist owners test agency to perform the following tests and inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA ATS. Certify compliance with test parameters. 2. After installing medium -voltage cables and before electrical circuitry has been energized, test for compliance with requirements. 3. Perform direct-current High Potential test of each new conductor according to NETA ATS, Ch. 7.3.3. Do not exceed cable manufacturer's recommended maximum test voltage. 4. Perform Partial Discharge test of each new conductor according to NETA ATS, Ch. 7.3.3 and to test equipment manufacturer's recommendations. 5. Perform Dissipation Factor test of each new conductor according to NETA ATS, Ch. 7.3.3 and to test equipment per manufacturer's recommendations. C. Medium -voltage cables will be considered defective if they do not pass tests and inspections. D. Prepare test and inspection reports. END OF SECTION 260513 Page 7 of 7 MEDIUM VOLTAGE CABLES — 26 05 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 05 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. Section Includes: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. B. Related Requirements: 1. Section 260513 "Medium -Voltage Cables" for single -conductor and multiconductor cables, cable splices, and terminations for electrical distribution systems with 2001 to 35,000 V. 1.3 Action Submittals The latest edition of the referenced item below shall be used. A. Product Data: For each type of product. 1.4 Informational Submittals A. Qualification Data: For testing agency. B. Field quality -control reports. 1.5 Quality Assurance The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing. PART2 PRODUCTS 2.1 CONDUCTORS AND CABLES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: (1) (2) (3) (4) (5) (6) (7) lir I�l��:i Ili ........................ ......................................... Okonite Company (Preferred). B. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658. C. Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for Type THHN, Type THWN, Type XHHW or as indicated on drawings. D. Multiconductor Cable: Comply with NEMA WC 70/ICEA S-95-658 for Tray cable, Type TC with ground wire. Page 1 of 3 LOW — VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES — 26 05 19 - - DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2.2 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: (1) (2) (3) (4) (5) (6) (7) (8) (9) 121 ...ho f Bardes abranch Bardes Corporation. �k�i.rl.ilr;�,r I. I. ....................... r:i(;; Hwy; a brand of the EGS Electrical Group. Electrical Markets Division. yr.,;(,)...1 Ir fi /Raychem (Preferred) B. Description: Factory -fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. 2.3 System Description A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. PART 3 EXECUTION 3.1 Conductor Material Applications A. Feeders: Stranded copper B. Branch Circuits: Stranded copper. 3.2 Conductor Insulation and Multiconductor Cable Applications and Wiring Methods A. Service Entrance: Type XHHW, single conductors in raceway. B. Exposed Feeders: Type XHHW, single conductors in raceway C. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type XHHW, single conductors in raceway Tray cable. D. Feeders Concealed in Concrete, below Slabs -on -Grade, and Underground: Type XHHW, single conductors in raceway: Type XHHW, single conductors in raceway E. Feeders in Cable Tray: Tray Cable Type TC. F. Exposed Branch Circuits, Including in Crawlspaces: Type XHHW, single conductors in raceway. G. Branch Circuits Concealed in Concrete, below Slabs -on -Grade, and Underground: Type XHHW, single conductors in raceway. H. Branch Circuits in Cable Tray: Tray Cable Type TC. I. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated. J. Complete raceway installation between conductor and cable termination points according to Section 260533 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables. K. Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. L. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, that will not damage cables or raceway. M. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. N. Support cables according to Section 260529 "Hangers and Supports for Electrical Systems." O. Complete cable tray systems installation according to Section 260536 "Cable Trays for Electrical Systems" prior to installing conductors and cables. Page 2 of 3 LOW — VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES — 26 05 19 - - DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 3.3 Connections A. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A -486B. B. Make splices, terminations, and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 1. Use oxide inhibitor in each splice, termination, and tap for aluminum conductors. C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches (150 iriruinn) of slack. 3.4 Identification A. General Identify and color -code conductors and cables according to Section 260553 "Identification for Electrical Systems." B. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor. 3.5 Sleeve and Sleeve -Seal Installation for Electrical Penetrations A. General Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3.6 Field Quality Control A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. C. Perform the following tests and inspections: 1. After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors for compliance with requirements. 2. Contractor will perform a continuity test and megger test for each cable. 3. Perform all testing in presence of owner or owner's representative. D. Test and Inspection Reports: Prepare a written report to record the following: 4. Procedures used. 5. Results that comply with requirements. 6. Results that do not comply with requirements and corrective action taken to achieve compliance with requirements. E. Cables will be considered defective if they do not pass tests and inspections. END OF SECTION 260519 Page 3 of 3 LOW — VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES — 26 05 19 - - DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. Section includes: Grounding systems and equipment. B. Section includes grounding systems and equipment, plus the following special applications: 1. Overhead -line grounding. 2. Underground distribution grounding. 3. Ground bonding common with lightning protection system. 1.3 Action Submittals The latest edition of the referenced item below shall be used. A. Product Data: For each type of product indicated. 1.4 Informational Submittals A. Informational Submittals: Plans showing dimensioned as -built locations of grounding features specified in "Field Quality Control" Article, including the following: 1. Test wells. 2. Ground rods. 3. Ground rings. 4. Grounding arrangements and connections for separately derived systems. 5. Grounding for sensitive electronic equipment. B. Qualification Data: For qualified testing agency and testing agency's field supervisor. C. Field quality -control reports. 1.5 Closeout Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Submit final test reports: 1. Tests shall determine if ground -resistance or impedance values remain within specified maximums, and instructions shall recommend corrective action if values do not. 2. Include recommended testing intervals. 1.6 Quality Assurance A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application C. Comply with UL 467 for grounding and bonding materials and equipment. Page 1 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS — 26 05 26 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction PART2 PRODUCTS 2.1 Conductors A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B. Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, `1/4 inch iri uiri a in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1-3 ' inches (41 irrior.in) wide and 1/16 inch (1 6 irriirn) thick. 7. Tinned Bonding Jumper: Tinned -copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches (41 irriirn) wide and 1/16 inch (1 6 irriirn) thick. C. Bare Grounding Conductor and Conductor Protector for Wood Poles: 1. No. 4 AWG minimum, soft -drawn copper. 2. Conductor Protector: Half -round PVC or wood molding; if wood, use pressure -treated fir, cypress, or cedar. D. Grounding Bus: Predrilled rectangular bars of annealed copper, 1/4 by 2 liiuiclhes (6.3 by 50 mm) in cross section, with 9/323 -inch (7.14-31236 holes spaced 1.1/8 inches (28 irriirn) apart. Stand-off insulators for mounting shall comply with UL 891 for use in switchboards, 600 V. Lexan or PVC, impulse tested at 5000 V. 2.2 Connectors A. General Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected. B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy, pressure type with at least two bolts. 1. Pipe Connectors: Clamp type, sized for pipe. C. Welded Connectors: Exothermic -welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. D. Bus -bar Connectors: Mechanical type, cast silicon bronze, solderless compression -type wire terminals, and long -barrel, two -bolt connection to ground bus bar. 2.3 Grounding Electrodes A. Ground Rods: Copper -clad steel; 3/4 inch by 119 ir.iirrii by 3 iri a in diameter. PART 3 EXECUTION 3.1 Applications A. Conductors: All conductors shall be stranded conductors unless otherwise indicated. B. Underground Grounding Conductors: Install barecopper conductor, No. 4/0 AWG minimu 1. Bury at least '24 inches (600 mm) below grade. Page 2 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS — 26 05 26 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2. Duct -Bank Grounding Conductor: Bury 12 irrrrl.ros (31:11:1 mm) above duct bank when indicated as part of duct -bank installation. C. Isolated Grounding Conductors: Green -colored insulation with continuous yellow stripe. On feeders with isolated ground, identify grounding conductor where visible to normal inspection, with alternating bands of green and yellow tape, with at least three bands of green and two bands of yellow. D. Grounding Bus: Install in electrical and telephone equipment rooms, in rooms housing service equipment, and elsewhere as indicated. 1. Install bus on insulated spacers 2 inches (50 mm) minimum from wall, 6 inches (150 mm) above finished floor unless otherwise indicated. 2. Where indicated on both sides of doorways, route bus up to top of door frame, across top of doorway, and down to specified height above floor; connect to horizontal bus. E. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Bolted connectors. 4. Connections to Structural Steel: Welded connectors. 3.2 Grounding Underground Distribution System Components A. Comply with IEEE C2 grounding requirements. B. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall, and set rod depth so 4 Inches (100 itiruiriru) will extend above finished floor. If necessary, install ground rod before manhole is placed and provide No. 1/0 AWG bare, tinned -copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure -sensitive insulating tape or heat -shrunk insulating sleeve from 2 Ind los (b0 ithairiru) above to 6 iinrrlr s (1b0 ithairiru) below concrete. Seal floor opening with waterproof, nonshrink grout. C. Grounding Connections to Manhole Components: Bond exposed -metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard -drawn copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Connect to cable armor and cable shields according to written instructions by manufacturer of splicing and termination kits. D. Pad -Mounted Transformers and Switches: Install two ground rods and ground ring around the pad unless otherwise indicated on drawings. Ground pad -mounted equipment and noncurrent -carrying metal items associated with substations by connecting them to underground cable and grounding electrodes. Install tinned -copper conductor not less than No. 2 AWG for ground ring and for taps to equipment grounding terminals. Bury ground ring not less than 6 Indlrns (150 iriruiriru) from the foundation. 3.3 Equipment Grounding A. Install insulated equipment grounding conductors with all feeders and branch circuits. B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. Page 3 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS — 26 05 26 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 4. Single-phase motor and appliance branch circuits. 5. Three-phase motor and appliance branch circuits. 6. Flexible raceway runs. 7. Armored and metal -clad cable runs. 8. Busway Supply Circuits: Install insulated equipment grounding conductor from grounding bus in the switchgear, switchboard, or distribution panel to equipment grounding bar terminal on busway. 9. Computer and Rack -Mounted Electronic Equipment Circuits: Install insulated equipment grounding conductor in branch -circuit runs from equipment -area power panels and power -distribution units. C. Air -Duct Equipment Circuits: Install insulated equipment grounding conductor to duct - mounted electrical devices operating at 120 V and more, including air cleaners, heaters, dampers, humidifiers, and other duct electrical equipment. Bond conductor to each unit and to air duct and connected metallic piping. D. Heat -Tracing, and Antifrost Heating Cables: Install a separate insulated equipment grounding conductor to each electric water heater and heat -tracing cable. Bond conductor to heater units, piping, connected equipment, and components. E. Isolated Grounding Receptacle Circuits: Install an insulated equipment grounding conductor connected to the receptacle grounding terminal. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service unless otherwise indicated. F. Isolated Equipment Enclosure Circuits: For designated equipment supplied by a branch circuit or feeder, isolate equipment enclosure from supply circuit raceway with a nonmetallic raceway fitting listed for the purpose. Install fitting where raceway enters enclosure, and install a separate insulated equipment grounding conductor. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service unless otherwise indicated. G. Signal and Communication Equipment: In addition to grounding and bonding required by NFPA 70, provide a separate grounding system complying with requirements in TIA/ATIS J - STD -607-A. 1. For telephone, alarm, voice and data, and other communication equipment, provide No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location. 2. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a 1/4 -by -4 Iby 2 iin 1. (6..Iby..100-by.300-r.ir.im) grounding bus. 3. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal. H. Metal and Wood Poles Supporting Outdoor Lighting Fixtures: Install grounding electrode and a separate insulated equipment grounding conductor in addition to grounding conductor installed with branch -circuit conductors. 3.4 Installation A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. B. Ground Bonding Common with Lightning Protection System: Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. Bond electrical power system Page 4 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS — 26 05 26 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction ground directly to lightning protection system grounding conductor at closest point to electrical service grounding electrode. Use bonding conductor sized same as system grounding electrode conductor, and install in conduit. C. Ground Rods: Drive rods until tops are 2 inches (50 ir.ir.uirir.u) below finished floor or final grade unless otherwise indicated. 1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating if any. 2. For grounding electrode system, install at least three rods spaced at least one -rod length from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor. D. Test Wells: Ground rod driven through drilled hole in bottom of handhole. Handholes are specified in Section 260543 "Underground Ducts and Raceways for Electrical Systems," and shall be at least 12 Incl (300 Han) deep, with cover. 1. Test Wells: Install at least one test well for each service unless otherwise indicated. Install at the ground rod electrically closest to service entrance. Set top of test well flush with finished grade or floor. E. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit. 1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment. 3. Use exothermic -welded connectors for outdoor locations; if a disconnect -type connection is required, use a bolted clamp. F. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes; use a bolted clamp connector or bolt a lug -type connector to a pipe flange by using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided -type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. 3. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. G. Bonding Interior Metal Ducts: Bond metal air ducts to equipment grounding conductors of associated fans, blowers, electric heaters, and air cleaners. Install bonding jumper to bond across flexible duct connections to achieve continuity. H. Grounding for Steel Building Structure: Install a driven ground rod at base of each corner column and at intermediate exterior columns at distances not more than 60 fi'nnt (18 iriru apart. I. Ground Ring: Install a grounding conductor, electrically connected to each building structure ground rod and to each indicated item, extending around the perimeter of buildings or areas as indicated. Page 5 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS — 26 05 26 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1. Install tinned -copper conductor not less than No. 4/0 AWG for ground ring and 2/0 for taps to building steel. 2. Bury ground ring not less than 24 Ind Han) from building's foundation. 3.5 Labeling A. Comply with requirements in Section 260553 "Identification for Electrical Systems" for instruction signs. The label or its text shall be green. B. Install labels at the telecommunications bonding conductor and grounding equalizer and at the grounding electrode conductor where exposed. 1. Label Text: "If this connector or cable is loose or if it must be removed for any reason, notify the facility manager." 3.6 Field Quality Control A. All Perform tests and inspections. 1. Coordinate with owner or owner representative to witness following test. B. Tests and Inspections: 1. After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements. 2. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions. 3. Test completed grounding system at each location where a maximum ground -resistance level is specified or a maximum of 5 ohms, at service disconnect enclosure grounding terminal, at ground test wells, and at individual ground rods. Make tests at ground rods before any conductors are connected. a. Measure ground resistance no fewer than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. b. Perform tests by fall -of -potential method according to IEEE 81. 4. Prepare dimensioned Drawings locating each test well, ground rod and ground -rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location, and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. C. Grounding system will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. E. Report measured ground resistances that exceed the following values: 1. Power and Lighting Equipment or System with Capacity of 500 kVA and Less: 5 ohms. 2. Power and Lighting Equipment or System with Capacity of 500 to 1000 kVA: 5 ohms. 3. Power and Lighting Equipment or System with Capacity More Than 1000 kVA: 3 ohms. 4. Power Distribution Units or Panelboards Serving Electronic Equipment: 1 ohm(s). 5. Substations and Pad -Mounted Equipment: 5 ohms. 6. Manhole Grounds: 10 ohms. Page 6 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS — 26 05 26 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction F. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Owner promptly and include recommendations to reduce ground resistance. END OF SECTION 260526 Page 7 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS — 26 05 26 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.1 Related Documents A. This Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. This Section includes the following: 1. Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases. 1.3 Definitions The latest edition of the referenced item below shall be used. A. RMC: Rigid metal conduit. 1.4 Performance Requirements A. Delegated Design: Design supports for multiple raceways, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated. B. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents. C. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. D. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed for this Project, with a minimum structural safety factor of 2.5 times the applied force. 1.5 Action Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Product Data: For the following: 1. Steel slotted support systems. 2. Nonmetallic slotted support systems. B. Shop Drawings: Show fabrication and installation details and include calculations for the following: 1. Trapeze hangers. Include Product Data for components. 2. Steel slotted channel systems. Include Product Data for components. 3. Nonmetallic slotted channel systems. Include Product Data for components. 4. Equipment supports. 1.6 Informational Submittals A. Welding certificates. Page 1 of 5 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS — 26 05 29 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1.7 Quality Assurance A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1 M, "Structural Welding Code - Steel." B. Comply with NFPA 70. 1.8 Coordination A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified together with concrete Specifications. PART2 PRODUCTS 2.1 Support, Anchorage, and Attachment Components A. Steel Slotted Support Systems: Comply with MFMA-4, factory -fabricated components for field assembly. For this project, all steel supports shall be hot double dipped galvanized or aluminum materials. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Ailed Tube (2,o ldi„„ t. b. c. d. e. f. .................................................. rn at on a . (Preferred) g:.r.....�.i.�...f:;:.....1.!.:`.l{ 2. Metallic Coatings: Hot -dip galvanized after fabrication and applied according to MFMA-4. 3. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA-4. 4. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA- 4. 5. Channel Dimensions: Selected for applicable load criteria. B. Nonmetallic Slotted Support Systems: Structural -grade, factory -formed, glass -fiber - resin channels and angles with 9/16 i°Inclh (14 emm) diameter holes at a maximum of 8 Eicher, (200 mm) o.c., in at least 1 surface. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. AIII r rh III 1) o (`v,E . b. ................... d. l.,iaii1r(fl. ...................... IIA�i�hLM Preferred) Page 2 of 5 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS — 26 05 29 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2. Fittings and Accessories: Products of channel and angle manufacturer and designed for use with those items. 3. Fitting and Accessory Materials: Same as channels and angles, except metal items may be stainless steel. 4. Rated Strength: Selected to suit applicable load criteria. C. Raceway and Cable Supports: As described in NECA 1 and NECA 101. D. Conduit and Cable Support Devices: Steel and malleable -iron hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. E. Support for Conductors in Vertical Conduit: Factory -fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non -armored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be malleable iron. F. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized. G. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Powder -Actuated Fasteners: Threaded -steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: b. c. d. e. (Preferred) lvl 11111ild 2. Mechanical -Expansion Anchors: Insert -wedge -type, 316 stainless steel, for use in hardened portland cement concrete with tension, shear, and pullout capacities appropriate for supported loads and building materials in which used. a. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: b. c. G idIldii(..:a�... idn d. 11 i1 l 11 IIA 1 ( (Preferred) e. II 11' \\.' f. 4,d1� IN II 11: t ViX IIA irhl���i.,�i I� (� IlfliIn(n�� ll'�"�>��I \�Vr��i IL ................................................ 3. Concrete Inserts: Steel or malleable -iron, slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP -58. 4. Clamps for Attachment to Steel Structural Elements: MSS SP -58, type suitable for attached structural element. Page 3 of 5 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS — 26 05 29 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 5. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325. 6. Toggle Bolts: All -steel springhead type. 7. Hanger Rods: Threaded steel. 2.2 Fabricated Metal Equipment Support Assemblies A. Description: Welded or bolted, structural -steel shapes, shop or field fabricated to fit dimensions of supported equipment. PART 3 EXECUTION 3.1 Application A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for RMC as scheduled in NECA 1, where its Table 1 lists maximum spacings less than stated in NFPA 70. Minimum rod size shall be 1/4 inch (6 mm) in diameter. C. Multiple Raceways or Cables: Install trapeze -type supports fabricated with steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. 1. Secure raceways and cables to these supports with single -bolt conduit clamps or single - bolt conduit clamps using spring friction action for retention in support channel. D. Spring -steel clamps designed for supporting single conduits without bolts may be used for 1- 1/2 -inch (38 -mm) and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.2 Support Installation A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. B. Raceway Support Methods: In addition to methods described in NECA 1, RMC may be supported by openings through structure members, as permitted in NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 Ob (90 kg). D. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. Instead of expansion anchors, powder -actuated driven threaded studs provided with lock washers and nuts may be used in existing standard -weight concrete 4 finches (100 mm) Page 4 of 5 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS — 26 05 29 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction thick or greater. Do not use for anchorage to lightweight -aggregate concrete or for slabs less than a< Ind los (100 iriauiriau) thick. 6. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP -69. 7. To Light Steel: Sheet metal screws. 8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted -channel racks attached to substrate. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. 3.3 Installation of Fabricated Metal Supports A. Comply with installation requirements in Section 055000 "Metal Fabrications" for site - fabricated metal supports. B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment. C. Field Welding: Comply with AWS D1.1/D1.1 M. 3.4 Concrete Bases A. Construct concrete bases of dimensions indicated but not less than 4 ira rlrns (100 iriruiriru) larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base. B. Use 3000 -.psi (70.7iIIMPa), 28 -day compressive -strength concrete. Concrete materials, reinforcement, and placement requirements as per drawings and details. C. Anchor equipment to concrete base. 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor -bolt manufacturer's written instructions. 3.5 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field -painted surfaces. 1. Apply paint by brush or spray to provide minimum dry film thickness of 2 0 pulls (0 Ob Ir If uitiru . B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing -repair paint to comply with ASTM A 780. END OF SECTION 260529 Page 5 of 5 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS — 26 05 29 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. Section Includes: 1. Metal conduits, tubing, and fittings. 2. Nonmetal conduits, tubing, and fittings. 3. Metal wireways and auxiliary gutters. 4. Nonmetal wireways and auxiliary gutters. 5. Surface raceways. 6. Boxes, enclosures, and cabinets. 7. Handholes and boxes for exterior underground cabling. B. Related Requirements: 1. Section 260543 "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes, and underground utility construction. 1.3 Definitions The latest edition of the referenced item below shall be used. A. ARC: Aluminum rigid conduit. B. RGS: Galvanized rigid steel conduit. C. IMC: Intermediate metal conduit. D. RNC: Rigid Non Metalic conduit. E. LFMC: Liquidtight flexible metal conduit 1.4 Action Submittals A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged -cover enclosures, and cabinets. B. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details. 1.5 Informational Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of items involved: 1. Structural members in paths of conduit groups with common supports. 2. HVAC and plumbing items and architectural features in paths of conduit groups with common supports. B. Qualification Data: For professional engineer. C. Source quality -control reports. Page 1 of 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM — 26 05 33 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction PART2 PRODUCTS 2.1 Metal Conduits, Tubing, and Fittings A. ri Il,til rr f1tirg.. ,: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Abed "lb.:ib ..:oiich.i1'....rnycl Iiiir.Il.iaii.... 1. ��E:). 3. wri 1ir11t rcLi1cal, ;. 4.1r r.Li1.fir ?.�E2.1.:rilr .i".i.• 5. �`: °iG...E...ur ,r....k>iriEEo L��`a:...l Ir r flit rl..�..�.iE��ti�a. 6. 7. C E ;nE u�f:. 8. Y .131,.L,LII,D , ,,,a . 9. ` 10ti f l )ver :1.....0.E1m:.:!.I�.t`� Vn,y. 10...2E;.Li..r......;11. �..Ler.l.l.::..�..E.;i �rEi rf i.E.r.ia. r 1r.1.ii... I�il>r....and �E000...0t...€mLr.Er1r1MEri"0 12. nd iib C E;iliprl`a`,a E vJ ion! E1....E1::iiiMan rcly�E��i!.iLr.r.y. 13. Approved Equal B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. RGS: Comply with ANSI C80.1 and UL 6. D. ARC: Comply with ANSI C80.5 and UL 6A. E. IMC: Comply with ANSI C80.6 and UL 1242. F. PVC -Coated Steel Conduit: PVC -coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0 000rich (1 mal), minimum. G. EMT: Comply with ANSI C80.3 and UL 797. H. FMC: Comply with UL 1; zinc -coated steel or aluminum. I. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. J. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. 1 Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70. 2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. 3. Coating for Fittings for PVC -Coated Conduit: Minimum thickness of 0 000rich (1 mal), with overlapping sleeves protecting threaded joints. K. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. Page 2 of 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM — 26 05 33 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2.2 Nonmetallic Conduits, Tubing, and Fittings A. IM N1Hil rr lunar ,: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1.r f:;:: 2. 3. 4. A 4 Iris; ....... ...................... 5. .11 VI' I r,r,E t r.otil'k:t. 6. Carlon 7. ITL 8. I.;�r rlEr.. 9. L. a rn sc)n rI 10. L.afr E l L�� r iill �� tif l A `a'w.;. 1111(.. 11. �'�r �r.. 1 12 'V "f I�til�l�l;ll 13. Approved equal. B. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. ENT: Comply with NEMA TC 13 and UL 1653. D. RNC: Type EPC -40 -PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. E. LFNC: Comply with UL 1660. F. Rigid HDPE: Comply with UL 651A. G. Continuous HDPE: Comply with UL 651B. H. Coilable HDPE: Preassembled with conductors or cables, and complying with ASTM D 3485. I. RTRC: Comply with UL 1684A and NEMA TC 14. J. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. K. Fittings for LFNC: Comply with UL 514B. L. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24). Page 3 of 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM — 26 05 33 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction M. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." 2.3 Metal Wireways and Auxiliary Gutters A. Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. IFF!r.�.....l.i".i.�s. 2. L€;{liri 112.12.0 .1 °:r!.!`(i:i mfr.1 ,t.::.fnY. 3. Moll ic:,. 4. `.,.ch„,, !i.S:�i !Ir :end o �,r Iii{r iE��r iLLCr:,fi i��— (Preferred). 5. Approved equal. B. Description: Sheet metal, complying with UL 870 and NEMA 250, Type 1, Type 3R, Type 4X, as indicated on drawings unless otherwise indicated, and sized according to NFPA 70. 1 Metal wireways installed outdoors shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Wireway Covers: Hinged type NEMA 3R, Screw -cover type NEMA 1, NEMA 4X flanged- and-gasketed as indicated. E. Finish: Manufacturer's standard enamel finish. 2.4 Nonmetallic Wireways and Auxiliary Gutters A. ri Il.til rr tLtirei is Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. LEE.r.`.E.E...d lira !ia.r...°rint riir.4 012.ri:M`,`. 3. L.°:rrili°,E2r 2i1 `,E;u, r::orilE;u 4.:Ir,r,frir;°:rrl°rE';E�l.ir,f,���a 5. Approved equal. B. Listing and Labeling: Nonmetallic wireways and auxiliary gutters shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Description: Fiberglass polyester, extruded and fabricated to required size and shape, without holes or knockouts. Cover shall be gasketed with oil -resistant gasket material and fastened with captive screws treated for corrosion resistance. Connections shall be flanged and have stainless-steel screws and oil -resistant gaskets. Page 4 of 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM — 26 05 33 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction D. Description: PVC, extruded and fabricated to required size and shape, and having snap -on cover, mechanically coupled connections, and plastic fasteners. E. Fittings and Accessories: Couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings shall match and mate with wireways as required for complete system. F. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24). G. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." 2.5 Boxes, Enclosures, and Cabinets A. M rriLRf rr f1„ti„im„r;,„ir, : Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. /(‘��ra°rlrof:. ......................... 2. 3. itriir4l:fif rf"1 — (Preferred). Irb rin il1r's.m„Imrir;. r° rriE 13. E;Y.121...L..f it J,;. 14. i...r...:llLIrr;aii�...rll ii.ifrr:f�iiii�E... Erili.l.r'i"lys 15. `'x„....1111111 1h.loi I I r^f rIIV�f.rir 11;1RiS"....r..E_l.i 16. . �E;mar ......E;�Lerll::rE;i moration. 17. //1/1ir i1i4;1d /.I.rE rand. 18. Approved equal. B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. i Page 5 of 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM — 26 05 33 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A. D. Cast -Metal Outlet and Device Boxes: Comply with NEMA FB 1, aluminum, Type FD, with form 7 gasketed cover. E. Nonmetallic Outlet and Device Boxes: Comply with NEMA OS 2 and UL 514C. F. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50 Ob (23 kg). Outlet boxes designed for attachment of luminaires weighing more than 50 Ob ( 3 kg) shall be listed and marked for the maximum allowable weight. G. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. H. Box extensions used to accommodate new building finishes shall be of same material as recessed box. I. Device Box Dimensions: 4 uinches q uuare by 2.1/8 lilich s deep (100 mm square by 60 mm deep) or 4 liliches by 2-1/8 cinches by 2-1/8 uinches deep (100 mm by 60 mm by 60 mm deep). J. Gangable boxes are prohibited. K. Hinged -Cover Enclosures: Comply with UL 50 and NEMA 250, Types as indicated with continuous -hinge cover with flush latch unless otherwise indicated. 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Fiberglass. 3. Interior Panels: Steel; all sides finished with manufacturer's standard enamel. PART 3 EXECUTION 3.1 Raceway Application A. Outdoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit: PVC Coated RGS or Aluminum. 2. Concealed Conduit, Aboveground: PVC Coated RGS or Aluminum. 3. Underground Conduit: RNC, Type EPC -40 -PVC, concrete encased. 4. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFMC. 5. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R or Type 4X as indicated. B. Indoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage: Rigid Aluminum. 2. Exposed, Not Subject to Severe Physical Damage: Rigid Aluminum. 3. Exposed and Subject to Severe Physical Damage: Rigid Aluminum C. Minimum Raceway Size: aid ...lftic 1 (1 mm) trade size except for lighting circuit taps not longer longer than 72". D. Raceway Fittings: Compatible with raceways and suitable for use and location. Page 6 of 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM — 26 05 33 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. 3. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. E. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve. F. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. G. Install surface raceways only where indicated on Drawings. 3.2 Installation A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Keep raceways at least 6 lfricfh (150 mm) away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. D. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for hangers and supports. E. Arrange stub -ups so curved portions of bends are not visible above finished slab. F. Install no more than the equivalent of three 90 -degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 1111d1 (300 rrrom) of changes in direction. G. Conceal conduit within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines. H. Support conduit within 12 1111d1 (300 irm m)of enclosures to which attached. I. Raceways Embedded in Slabs: 1 Run conduit larger than 1...lfticfh (27 -mm) trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maximum 10 -foot (3 irm )intervals. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Arrange raceways to keep a minimum of 1 lfticfh (25 mm) of concrete cover in all directions. 4. Do not embed threadless fittings in concrete unless specifically approved by Engineer for each specific location. 5. Change from ENT to PVC coated RGS or Rigid Aluminum as per conditions before rising above floor. Page 7 of 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM — 26 05 33 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction J. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. K. Coat field -cut threads on PVC -coated raceway with a corrosion -preventing conductive compound prior to assembly. L. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG. M. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to '1...1/4...111'1c 1 (35r uir) trade size and insulated throat metal bushings on 1...1/2...111'1c 1 (4,1...imm) trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. N. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more. O. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. P. Cut conduit perpendicular to the length. For conduits 2...11icfh (3-rruirn) trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. Q. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-0b (90...Ikg) tensile strength. Leave at least 12 lfricfh (300 mm) of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. R. Surface Raceways: 1. Install surface raceway with a minimum 2...111'1c 1 (0 mm)radius control at bend points. 2. Secure surface raceway with screws or other anchor -type devices at intervals not exceeding 4b liincfh s (1200 mm) and with no less than two supports per straight raceway section. Support surface raceway according to manufacturer's written instructions. Tape and glue are not acceptable support methods. S. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70. T. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Where otherwise required by NFPA 70. U. Comply with manufacturer's written instructions for solvent welding RNC and fittings. V. Expansion -Joint Fittings: Page 8 of 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM — 26 05 33 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1. Install in each run of aboveground RGS that is located where environmental temperature change may exceed 30 deg II'' (17 deg C) and that has straight -run length that exceeds 25 feet (7.6 nn). Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: a. Outdoor Locations Not Exposed to Direct Sunlight: 1 deg II'' (.eft deg C) temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 1na q II"""' (86 nleg Cy temperature change. 2. Install fitting(s) that provide expansion and contraction for at least 0„00041 llnd per foot of Ilength of stralli l Q IrUl n per deg II' (0.06 irrrnirrrn per meter of IIle n ftt1h not strallglht iru.nirn Itonoir dE)g C) of temperature change for PVC conduits. Install fitting(s) that provide expansion and contraction for at least 0„000078 llnch per foot of Ilength of tr llg Q run per deg II' (0.01'15 irrrunrru per nrrunotonir not Ilonirn ftt:IV'n of strallglht iru.nirn per deft C) of temperature change for metal conduits. 3. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 4. Install each expansion -joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. W. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 llnches (1 830 it air n) of flexible conduit for recessed and semirecessed luminaires, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage. X. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. Y. Locate boxes so that cover or plate will not span different building finishes. Z. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. AA. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. BB. Install drains at low points in conduit runs. 3.3 Installation of Underground Conduit A. Duct Bank — Install duct bank per drawing and details. B. Direct -Buried Conduit: 1. Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom as specified in Section 312000 "Earth Moving" for pipe less than 6 111 d1 (1 50 mm) in nominal diameter. 2. Install backfill as specified in Section 312000 "Earth Moving." 3. After installing conduit, backfill and compact. Start at tie-in point, and work toward end of conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 121111d1HS (300 mm) n) of finished grade, make final conduit connection at end of run and complete backfilling with normal compaction as specified in Section 312000 "Earth Moving." Page 9 of 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM — 26 05 33 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 4. Install manufactured duct elbows for stub -ups at poles and equipment and at building entrances through floor unless otherwise indicated. Encase elbows for stub -up ducts throughout length of elbow. 5. Install manufactured rigid steel conduit elbows for stub -ups at poles and equipment and at building entrances through floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 Erich (75 mm) of concrete for a minimum of 12 11nches (300 irnrn) on each side of the coupling. b. For stub -ups at equipment mounted on outdoor concrete bases and where conduits penetrate building foundations, extend steel conduit horizontally a minimum of 60 lfricfh (1500 mm) from edge of foundation or equipment base. Install insulated grounding bushings on terminations at equipment. 6. Warning Planks: Bury warning planks approximately 15 liihcfh (300 mm) above direct - buried conduits but a minimum of 6 lfricfh (150 mm) below grade. Align planks along centerline of conduit. 7. Underground Warning Tape: Comply with requirements in Section 260553 "Identification for Electrical Systems." 3.4 Installation of Underground Handholes and Boxes A. General Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1i2 lfricfh (1 .5...imm) sieve to No„ 4 (4.75...imm) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures '1 lftic 1 (5 mm) above finished grade. D. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables but short enough to preserve adequate working clearances in enclosure. E. Field -cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. 3.5 Sleeve and Sleeve -Seal Installation for Electrical Penetrations A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3.6 Protection A. Protect coatings, finishes, and cabinets from damage and deterioration. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 260533 Page 10 of 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM — 26 05 33 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 05 36 CABLE TRAYS FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. Section Includes: 1. Ladder cable trays. 2. Single -rail cable trays. 3. Trough cable trays. 4. Fiberglass cable trays. 1.3 Action Submittals The latest edition of the referenced item below shall be used. A. Product Data: For each type of product. 1. Include data indicating dimensions and finishes for each type of cable tray indicated. B. Shop Drawings: For each type of cable tray. 1. Show fabrication and installation details of cable trays, including plans, elevations, and sections of components and attachments to other construction elements. Designate components and accessories, including clamps, brackets, hanger rods, splice -plate connectors, expansion -joint assemblies, straight lengths, and fittings. 1.4 Informational Submittals A. Coordination Drawings: Floor plans and sections, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved:. 1 Include scaled cable tray layout and relationships between components and adjacent structural, electrical, and mechanical elements. 2. Vertical and horizontal offsets and transitions. 3. Clearances for access above and to side of cable trays. 4. Vertical elevation of cable trays above the floor or below bottom of ceiling structure. B. Field quality -control reports. PART2 PRODUCTS 2.1 Performance Requirements A. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes in cable tray installed outdoors. 1. Temperature Change: 120 deg II (67 1,9 Ca), ambient; 180 d surfaces. 2.2 General Requirements for Cable Trays A. Cable Trays and Accessories: Identified as defined in NFPA 70 and marked for intended location, application, and grounding. (10 leg C ), material Page 1 of 5 CABLE TRAYS FOR ELECTRICAL SYSTEMS — 26 05 36 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1. Source Limitations: Obtain cable trays and components from single manufacturer. 2. All material shall be manufacture and not field fabricated. B. Sizes and Configurations: See the Cable Tray Schedule on Drawings for specific requirements for types, materials, sizes, and configurations. C. Structural Performance: See articles on individual cable tray types for specific values for the following parameters: 1. Uniform Load Distribution: Capable of supporting a uniformly distributed load on the indicated support span when supported as a simple span and tested according to NEMA VE 1. 2. Concentrated Load: A load applied at midpoint of span and centerline of tray. 3. Load and Safety Factors: Applicable to both side rails and rung capacities. 2.3 Ladder Cable Trays A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. ror �.r;°...Iimci (Preferred) Series 47 Alum. 6" Nemave 2. Or equal. 3. Approved equal. B. Description: 1. Configuration: Two I-beam side rails with transverse rungs welded to side rails. 2. Rung Spacing: 12 liinches (300 mm) o.c. 3. Radius -Fitting Rung Spacing: 9 hches (225 mm) at center of tray's width. 4. Minimum Cable -Bearing Surface for Rungs: 778...lhcfh (...imm) width with radius edges. 5. No portion of the rungs shall protrude below the bottom plane of side rails. 6. Structural Performance of Each Rung: Capable of supporting a maximum cable Toad, with a safety factor of 1.5, plus a200 -0b (90...Ikg) concentrated Toad, when tested according to NEMA VE 1. 7. Minimum Usable Load Depth: 4 lfricfhe (100 mm). 8. Straight Section Lengths: 20 feet (6 m) except where shorter lengths are required to facilitate tray assembly. 9. Width: As indicated on Drawings. 10. Fitting Minimum Radius: 12 lfricfhe (300 mm). 11. Class Designation: Comply with NEMA VE 1, Class 20C. 12. Splicing Assemblies: Bolted type using serrated flange Iocknuts. 13. Hardware and Fasteners: ASTM F 593 and ASTM F 594 stainless steel, Type 316. 14. Splice Plate Capacity: Splices located within support span shall not diminish rated loading capacity of cable tray. 15. Minimum Toad rating of 100 Ib/ft. 2.4 Materials and Finishes A. Aluminum: 1. Materials: Alloy 6063-T6 according to ANSI H35.1/H 35.1M for extruded components, and Alloy 5052-H32 or Alloy 6061-T6 according to ANSI H35.1/H 35.1M for fabricated parts. Page 2 of 5 CABLE TRAYS FOR ELECTRICAL SYSTEMS - 26 05 36 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2. Hardware: Stainless steel, Type 316, ASTM F 593 and ASTM F 594. 3. Hardware for Aluminum Cable Tray Used Outdoors: Stainless steel, Type 316, ASTM F 593 and ASTM F 594. 2.5 Cable Tray Accessories A. Fittings: Tees, crosses, risers, elbows, and other fittings as indicated, of same materials and finishes as cable tray. B. Barrier Strips: Same materials and finishes as for cable tray. C. Cable tray supports and connectors, including bonding jumpers, as recommended by cable tray manufacturer. 2.6 Warning Signs A. Shall be in accordance with Section 33 05 10.00 EXCAVATION AND BACKFILL FOR UTILITIES. 2.7 Source Quality Control A. Testing: Test and inspect cable trays according to NEMA VE 1. PART 3 EXECUTION 3.1 Cable Tray Installation A. Install cable trays according to NEMA VE 2. B. Install cable trays as a complete system, including fasteners, hold-down clips, support systems, barrier strips, adjustable horizontal and vertical splice plates, elbows, reducers, tees, crosses, cable dropouts, adapters, covers, and bonding. C. Install cable trays so that the tray is accessible for cable installation and all splices are accessible for inspection and adjustment. D. Remove burrs and sharp edges from cable trays. E. Join aluminum cable tray with splice plates; use four square -neck carriage bolts and locknuts. F. Fasten cable tray supports to building structure. G. Design fasteners and supports to carry cable tray, the cables, and a concentrated load of 200 Ob (90 kg). Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems." H. Place supports so that spans do not exceed maximum spans on schedules and provide clearances shown on Drawings. Install intermediate supports when cable weight exceeds the load -carrying capacity of the tray rungs. I. Construct supports from channel members, threaded rods, and other appurtenances furnished by cable tray manufacturer. Arrange supports in trapeze or wall -bracket form as required by application. J. Support bus assembly to prevent twisting from eccentric loading. K. Install center -hung supports for single -rail trays designed for 60 versus 40 percent eccentric loading condition, with a safety factor of 3. L. Locate and install supports according to NEMA VE 2. Do not install more than one cable tray splice between supports. M. Make connections to equipment with flanged fittings fastened to cable trays and to equipment. Support cable trays independent of fittings. Do not carry weight of cable trays on equipment enclosure. Page 3 of 5 CABLE TRAYS FOR ELECTRICAL SYSTEMS — 26 05 36 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction N. Install expansion connectors where cable trays cross building expansion joints and in cable tray runs that exceed dimensions recommended in NEMA VE 2. Space connectors and set gaps according to applicable standard. O. Make changes in direction and elevation using manufacturer's recommended fittings. P. Make cable tray connections using manufacturer's recommended fittings. Q. Seal penetrations through exterior walls with weatherproof caulking. R. Install capped metal sleeves for future cables through cable tray penetrations of exterior walls. S. Install cable trays with enough workspace to permit access for installing cables. T. Install barriers to separate cables of different systems, such as power, communications, and data processing; or of different insulation levels, such as 600, 5000, and 15 000 V. U. Install permanent covers, if used, after installing cable. Install cover clamps according to NEMA VE 2. V. Clamp covers on cable trays installed outdoors with heavy-duty clamps. W. Install warning signs in visible locations on or near cable trays after cable tray installation. 3.2 Cable Tray Grounding A. Ground cable trays according to NFPA 70 unless additional grounding is specified. Comply with requirements in Section 260526 "Grounding and Bonding for Electrical Systems." B. Cable trays with electrical power conductors shall be bonded together with splice plates listed for grounding purposes or with listed bonding jumpers. C. Cable trays with single -conductor power conductors shall be bonded together with a grounding conductor run in the tray along with the power conductors and bonded to the tray at /2 111101'1 (1800 mm) intervals. The grounding conductor shall be sized according to NFPA 70, Article 250.122, "Size of Equipment Grounding Conductors," and Article 392, "Cable Trays." D. When using epoxy- or powder -coat painted cable trays as a grounding conductor, completely remove coating at all splice contact points or ground connector attachment. After completing splice -to -grounding -bolt attachment, repair the coated surfaces with coating materials recommended by cable tray manufacturer. E. Bond cable trays to power source for cables contained within with bonding conductors sized according to NFPA 70, Article 250.122, "Size of Equipment Grounding Conductors." 3.3 Cable Installation A. Install cables only when each cable tray run has been completed and inspected. B. Fasten cables on horizontal runs with cable clamps or cable ties according to NEMA VE 2. Tighten clamps only enough to secure the cable, without indenting the cable jacket. Install cable ties with a tool that includes an automatic pressure -limiting device. C. Fasten cables on vertical runs to cable trays every 18 lfric h (450 mm). D. Fasten and support cables that pass from one cable tray to another or drop from cable trays to equipment enclosures. Fasten cables to the cable tray at the point of exit and support cables independent of the enclosure. The cable length between cable trays or between cable tray and enclosure shall be no more than /2 IncVhe> (1800 mm). E. Tie MI cables down every 36 IncVhes (900 mm) where required to provide a 2 -hour fire rating and every /2 IncVhe> (1800 mm) elsewhere. F. In existing construction, remove inactive or dead cables from cable trays. 3.4 Connections A. Remove paint from all connection points before making connections. Repair paint after the Page 4 of 5 CABLE TRAYS FOR ELECTRICAL SYSTEMS — 26 05 36 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction connections are completed. B. Connect raceways to cable trays according to requirements in NEMA VE 2 and NEMA FG 1. 3.5 Field Quality Control A. Perform the following tests and inspections: 1. After installing cable trays and after electrical circuitry has been energized, survey for compliance with requirements. 2. Visually inspect cable insulation for damage. Correct sharp corners, protuberances in cable trays, vibrations, and thermal expansion and contraction conditions, which may cause or have caused damage. 3. Verify that the number, size, and voltage of cables in cable trays do not exceed that permitted by NFPA 70. Verify that communications or data-processing circuits are separated from power circuits by barriers or are installed in separate cable trays. 4. Verify that there are no intruding items such as pipes, hangers, or other equipment in the cable tray. 5. Remove dust deposits, industrial process materials, trash of any description, and any blockage of tray ventilation. 6. Visually inspect each cable tray joint and each ground connection for mechanical continuity. Check bolted connections between sections for corrosion. Clean and retorque in suspect areas. 7. Check for improperly sized or installed bonding jumpers. 8. Check for missing, incorrect, or damaged bolts, bolt heads, or nuts. When found, replace with specified hardware. 9. Perform visual and mechanical checks for adequacy of cable tray grounding; verify that all takeoff raceways are bonded to cable trays. Test entire cable tray system for continuity. Maximum allowable resistance is 1 ohm. B. Prepare test and inspection reports. 3.6 Protection A. Protect installed cable trays and cables. 1. Install temporary protection for cables in open trays to safeguard exposed cables against falling objects or debris during construction. Temporary protection for cables and cable tray can be constructed of wood or metal materials and shall remain in place until the risk of damage is over. 2. Repair damage to galvanized finishes with zinc -rich paint recommended by cable tray manufacturer. 3. Repair damage to paint finishes with matching touchup coating recommended by cable tray manufacturer. END OF SECTION 260536 Page 5 of 5 CABLE TRAYS FOR ELECTRICAL SYSTEMS — 26 05 36 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. This Section includes the following: 1. Conduit, ducts, and duct accessories for concrete -encased duct banks. 2. Handholes and boxes. 3. Manholes. 1.3 Definition The latest edition of the referenced item below shall be used. A. RNC: Rigid nonmetallic conduit. 1.4 Action Submittals A. Product Data: For the following: 1. Duct -bank materials, including separators and miscellaneous components. 2. Ducts and conduits and their accessories, including elbows, end bells, bends, fittings, and solvent cement. 3. Accessories for manholes, handholes, boxes, and other utility structures. 4. Warning tape. 5. Warning planks. B. Shop Drawings for Precast or Factory -Fabricated Underground Utility Structures: Include plans, elevations, sections, details, attachments to other work, and accessories, including the following: 1. Duct entry provisions, including locations and duct sizes. 2. Reinforcement details. 3. Frame and cover design and manhole frame support rings. 4. Ladder details. 5. Grounding details. 6. Dimensioned locations of cable rack inserts, pulling -in and lifting irons, and sumps. 7. Joint details. C. Shop Drawings for Factory -Fabricated Handholes and Boxes Other Than Precast Concrete: Include dimensioned plans, sections, and elevations, and fabrication and installation details, including the following: 1. Duct entry provisions, including locations and duct sizes. 2. Cover design. 3. Grounding details. 4. Dimensioned locations of cable rack inserts, and pulling -in and lifting irons. 1.5 Informational Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. Page 1 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS — 260543 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Duct -Bank Coordination Drawings: Show duct profiles and coordination with other utilities and underground structures. 1. Include plans and sections, drawn to scale, and show bends and locations of expansion fittings. 2. Drawings shall be signed and sealed by a qualified professional engineer. B. Product Certificates: For concrete and steel used in precast concrete manholes and handholes, as required by ASTM C 858. C. Qualification Data: For professional engineer and testing agency. D. Source quality -control test reports. E. Field quality -control test reports. 1.6 Quality Assurance A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated. B. Comply with ANSI C2. C. Comply with NFPA 70. 1.7 Delivery, Storage, and Handling A. Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to prevent bending, warping, and deforming. B. Store precast concrete and other factory -fabricated underground utility structures at Project site as recommended by manufacturer to prevent physical damage. Arrange so identification markings are visible. C. Lift and support precast concrete units only at designated lifting or supporting points. 1.8 Project Conditions A. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: B. Notify Owner no fewer than 7 days in advance of proposed interruption of electrical service. C. Do not proceed with interruption of electrical service without Owner's written permission. 1.9 Coordination A. Coordinate layout and installation of ducts, manholes, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field. B. Coordinate elevations of ducts and duct -bank entrances into manholes, handholes, and boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct runs drain to manholes and handholes, and as approved by Architect. 1.10 Extra Materials A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. B. Furnish cable -support stanchions, arms, insulators, and associated fasteners in quantities equal to 5 percent of quantity of each item installed. PART2 PRODUCTS 2.1 Conduit A. As per section 260533 "Raceway and Boxes for Electrical Systems". Page 2 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS — 260543 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2.2 HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Description: Comply with SCTE 77. 1. Color: Green. 2. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated. 3. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, "ELECTRIC." Or as indicated for each service. 6. Direct -Buried Wiring Entrance Provisions: Knockouts equipped with insulated bushings or end -bell fittings, selected to suit box material, sized for wiring indicated, and arranged for secure, fixed installation in enclosure wall. 7. Duct Entrance Provisions: Duct -terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall. B. Polymer Concrete Handholes and Boxes with Polymer Concrete Cover: Molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two. 1 Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Lili2pr..!..L.l.°.4EEE�i�l�: �E�.i.l.i.l: . .i'.i `. b. :u IuEVI,i, t iroS ........................................... C. �Iil'....` aYlrlr:! �E�iC�aE;i ati.011. d. Y",iew ................... e. Approved equal. C. Fiberglass Handholes and Boxes with Polymer Concrete Frame and Cover: Sheet -molded, fiberglass -reinforced, polyester resin enclosure joined to polymer concrete top ring or frame. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. ,��, i i rl.�i. .................... b. c. d. LH 1r.�� .......................................... ( •f�i .1\,1 �lilrhr�� xd�ti�iA:;u, e. Approved equal. D. Fiberglass Handholes and Boxes: Molded of fiberglass -reinforced polyester resin, with covers of fiberglass. 1 Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. ............................ Page 3 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS — 260543 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction b. c. Norcht 1.il>ei:€: r : d. Approved equal. 2.3 Precast Manholes A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Iy rliJ,if rr fL„im„rlL Subject to compliance with requirements, provide products by one of the following: 3. 4. 5. 6. 7. 8. E;ur ir;fr ���l�ir f 9. Approved equal. C. Comply with ASTM C 858, with structural design loading as specified in Part 3 "Underground Enclosure Application" Article and with interlocking mating sections, complete with accessories, hardware, and features. 1 Windows: Precast openings in walls, arranged to match dimensions and elevations of approaching ducts and duct banks plus an additional 12 111 I1 (300 irrrom) vertically and horizontally to accommodate alignment variations. a. Windows shall be located no less than to 111 I1 (150 irrrom) from interior surfaces of walls, floors, or roofs of manholes, but close enough to corners to facilitate racking of cables on walls. b. Window opening shall have cast -in-place, welded wire fabric reinforcement for field cutting and bending to tie in to concrete envelopes of duct banks. c. Window openings shall be framed with at least two additional No. 4 steel reinforcing bars in concrete around each opening. 2. Duct Entrances in Manhole Walls: Cast end -bell or duct -terminating fitting in wall for each entering duct. a. Type and size shall match fittings to duct or conduit to be terminated. b. Fittings shall align with elevations of approaching ducts and be located near interior corners of manholes to facilitate racking of cable. D. Concrete Knockout Panels: 1...1/2 to 2 lii CI (a t to 50 irrrom) thick, for future conduit entrance and sleeve for ground rod. E. Joint Sealant: Asphaltic -butyl material with adhesion, cohesion, flexibility, and durability properties necessary to withstand maximum hydrostatic pressures at the installation location with the ground -water level at grade. 2.4 Cast -In -Place Manholes A. Description: Underground utility structures, constructed in place, complete with accessories, hardware, and features. Include concrete knockout panels for conduit entrance and sleeve for ground rod. B. Materials: Comply with ASTM C 858 and with Section 033000 "Cast -in -Place Concrete." Page 4 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS — 260543 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction C. Structural Design Loading: As specified in Part 3 "Underground Enclosure Application" Article. 2.5 Utility Structure Accessories A. Pipe Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. rri[kf rr fLtifirers Subject to compliance with requirements, provide products by one of the following: 1. klr 4;Ek:f!1a::V!:mi...(...1...1:lr1""}. 2. 212:21: r1 VI...L...E:;ki:kK;�E!..y��E irp V!:mF. 3. noiret:E.; Prod[...lots . ...................................................... 5. rorl Wo rkP, Irir;. .................................................. 6. 1:L111111 7. MrH Iro ron VVOi1`.;�frir;. 8. 9. 10. 11. 12. 13. 14. 15. 16. Lit bly oiit E; rod air„ 17. f .y` Vakilt...�Co. 18.`/......Vff.::fR.LVLS.,...L.no. 19. Approved equal. C. Manhole Frames, Covers, and Chimney Components: Comply with structural design loading specified for manhole. 1 Frame and Cover: Weatherproof, gray cast iron complying with ASTM A 48/A 48M, Class 30B with milled cover -to -frame bearing surfaces; diameter, 36 inches. a. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. b. Special Covers: Recess in face of cover designed to accept finish material in paved areas. 2. Cover Legend: Cast in. Selected to suit system. a. Legend: "ELECTRIC -LV" for duct systems with power wires and cables for systems operating at 600 V and less. b. Legend: "ELECTRIC -HV" for duct systems with medium -voltage cables. c. Legend: "SIGNAL" for communications, data, and telephone duct systems. 3. Manhole Chimney Components: Precast concrete rings with dimensions matched to those of roof opening. a. Mortar for Chimney Ring and Frame and Cover Joints: Comply with ASTM C 270, Type M, except for quantities less than 2.0 cuu. ft. (60 L) where packaged mix complying with ASTM C 387, Type M, may be used. D. Manhole Sump Frame and Grate: ASTM A 48/A 48M, Class 30B, gray cast iron. E. Pulling Eyes in Concrete Walls: Eyebolt with reinforcing -bar fastening insert, 2-410 ... �q 1... mm-) diameter eye, and 1-by..4-11nckh (5..Iby...100-mm) bolt. 1 Working Load Embedded in 6 inch (150-mim), 4000 k Ali (27.6--M Pa) Concrete: 1 000 IIII f (5 1 klN) minimum tension. . 0 ;r()l.:i.l.a. rr1ars , aE;r,i;fr, ............................... ! Ly riif!Li:E r...frE;ikrE;r°1f1r.r.i.:k. Erfr1:r fr��r....€r1iLr..r.i:.i.iC St rr'LL�Erik;,E;i rfiE r.)!lr11C)kr (ifY1„;)bvi..fE1in. 1i E.�iiiEl c;virrS.,...lrir. Page 5 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS — 260543 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction F. Pulling Eyes in Nonconcrete Walls: Eyebolt with reinforced fastening, diameter eye, rated 2500-111k .f (11 Ikl1"k) minimum tension. G. Pulling -In and Lifting Irons in Concrete Floors: diameter, hot -dip galvanized, bent steel rod; stress relieved after forming; and fastened to reinforcing rod. Exposed triangular opening. 1. Ultimate Yield Strength: 40,000 I1Ibf (180,,,,,,IkIN) shear and 30 000-00yf (7(0...kIN) tension. H. Bolting Inserts for Concrete Utility Structure Cable Racks and Other Attachments: Flared, threaded inserts of noncorrosive, chemical -resistant, nonconductive thermoplastic material; 1/ iiimm f (1 a ...irnrn) ID by 2..3/4liimcf (1 1"9 irmuirmu) deep, flared to 1,-1/4, Iiimc1 s (32 irmuirmu) minimum at base. 1. Tested Ultimate Pullout Strength: 12,222 IIIk1 (13 Ikl1"k) minimum. I. Expansion Anchors for Installation after Concrete Is Cast: Zinc -plated, carbon -steel -wedge type with stainless-steel expander clip with 1/2...iiinc (1 a ...irnrn) bolt, 2322...111k .f (21 Ikl1"k) rated pullout strength, and minimum 6822 d111k 1 (a 11...1k11"k) rated shear strength. J. Cable Rack Assembly: Steel, hot -dip galvanized, except insulators. 1. Stanchions: T -section or channel; 2...1/.1...iiinc (17...irnrn) nominal size; punched with 14 holes on 1...1/2...iiinc (a 11...irnrn) centers for cable -arm attachment. 2. Arms: 1-1/2 Ihches (a 1 irmuirmu) wide, lengths ranging from 3 ii cher (75 irmuirmu) with (2114...Ikg) minimum capacity to 18 uimc1 s (1110 irmuirmu) with 222 1111:) (11 1 Ik1~1) minimum capacity. Arms shall have slots along full length for cable ties and be arranged for secure mounting in horizontal position at any vertical location on stanchions. 3. Insulators: High -glaze, wet -process porcelain arranged for mounting on cable arms. K. Cable Rack Assembly: Nonmetallic. Components fabricated from nonconductive, fiberglass -reinforced polymer. 1. Stanchions: Nominal 36 iiicli (900 mm) high by 2 uiicli (100 mm) wide, with minimum of 9 holes for arm attachment. 2. Arms: Arranged for secure, drop-in attachment in horizontal position at any location on cable stanchions, and capable of being locked in position. Arms shall be available in lengths ranging from 3 iiimcf s (75 rpm) with .112...1111) (201...Ik1~1) minimum capacity to 22 i c (x 08 rpm) with 250-1111) (114 -kg) minimum capacity. Top of arm shall be nominally 4 iii c s (100 rpm) wide, and arm shall have slots along full length for cable ties. L. Duct -Sealing Compound: Nonhardening, safe for contact with human skin, not deleterious to cable insulation, and workable at temperatures as low as 35 deg 11'' (2 deg C1). Capable of withstanding temperature of 300 deg 11'' (1511 deg C1) without slump and adhering to clean surfaces of plastic ducts, metallic conduits, conduit coatings, concrete, masonry, lead, cable sheaths, cable jackets, insulation materials, and common metals. M. Fixed Manhole Ladders: Arranged for attachment to wall of manhole. Ladder and mounting brackets and braces shall be fabricated from hot -dip galvanized steel. N. Cover Hooks: Heavy duty, designed for lifts 22 1Illbf (2. C1 111) and greater. 2.6 Source Quality Control A. Test and inspect precast concrete utility structures according to ASTM C 1037. B. Nonconcrete Handhole and Pull -Box Prototype Test: Test prototypes of manholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. 1. Tests of materials shall be performed by a independent testing agency. 2. Strength tests of complete boxes and covers shall be by either an independent testing agency or the manufacturer. A City provided qualified registered professional engineer shall certify tests by manufacturer. Page 6 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS — 260543 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 3. Testing machine pressure gages shall have current calibration certification complying with ISO 9000 and ISO 10012, and traceable to NIST standards. PART 3 EXECUTION 3.1 Underground Duct Application A. Ducts for Electrical Cables Over 600 V: RNC, NEMA Type EPC -40 -PVC, in concrete - encased duct bank, unless otherwise indicated. B. Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC -40 -PVC, in concrete - encased duct bank, unless otherwise indicated. C. Underground Ducts for Telephone, Communications, or Data Utility Service Cables: RNC, NEMA Type EPC -40 -PVC, in concrete -encased duct bank, unless otherwise indicated. D. Underground Ducts Crossing paved paths, walks, driveways, roadways or railroads: RNC, NEMA Type EPC -40 -PVC, encased in reinforced concrete. 3.2 Underground Enclosure Application A. Handholes and Boxes for 600 V and Less, Including Telephone, Communications, and Data Wiring: 1. Units in Roadways and Other Deliberate Traffic Paths: Precast concrete. AASHTO HB 17, H-20 structural load rating. 2. Units in Driveway, Parking Lot, and Off -Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Polymer concrete, SCTE 77, Tier 15 structural load rating. 3. Units in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Polymer concrete units, SCTE 77, Tier 8 structural load rating. 4. Units Subject to Light -Duty Pedestrian Traffic Only: Fiberglass -reinforced polyester resin, structurally tested according to SCTE 77 with 3000 ...Obi (13 345...lN) vertical loading. B. Manholes: Precast concrete. 1. Units Located in Roadways and Other Deliberate Traffic Paths by Heavy or Medium Vehicles: H-20 structural load rating according to AASHTO HB 17. 2. Units Not Located in Deliberate Traffic Paths by Heavy or Medium Vehicles: H-10 load rating according to AASHTO HB 17. 3.3 Earthwork A. Excavation and Backfill: Do not use heavy-duty, hydraulic -operated, compaction equipment. B. Restore surface features at areas disturbed by excavation and reestablish original grades, unless otherwise indicated. Replace removed sod immediately after backfilling is completed. C. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, and mulching D. Cut and patch existing pavement in the path of underground ducts and utility structures according to Section 017329 "Cutting and Patching." 3.4 Duct Installation A. Slope: Pitch ducts a minimum slope of 1:300 down toward manholes and handholes and away from buildings and equipment. Slope ducts from a high point in runs between two manholes to drain in both directions. Page 7 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS — 260543 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction B. Curves and Bends: Use 5 -degree angle couplings for small changes in direction. Use manufactured long sweep bends both horizontally and vertically, at other locations, unless otherwise indicated. C. Joints: Use solvent -cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane. D. Duct Entrances to Manholes and Concrete and Polymer Concrete Handholes: Use end bells, spaced approximately 10 1111d1 (250 mm) o.c. for 5...111'101'1(125Fronn) ducts, and vary proportionately for other duct sizes. 1. Begin change from regular spacing to end -bell spacing 10 fee (3 im) from the end bell without reducing duct line slope and without forming a trap in the line. 2. Direct -Buried Duct Banks: Install an expansion and deflection fitting in each conduit in the area of disturbed earth adjacent to manhole or handhole. 3. Grout end bells into structure walls from both sides to provide watertight entrances. E. Building Wall Penetrations: Make a transition from underground duct to rigid steel conduit at least '1 10 :. Q (3 nn) outside the building wall without reducing duct line slope away from the building, and without forming a trap in the line. Use fittings manufactured for duct -to -conduit transition. Install conduit penetrations of building walls as specified in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." F. Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least '15psog o (1.03...lMMll:Pa) hydrostatic pressure. G. Pulling Cord: Install 100 Obi... (445 N ) test nylon cord in ducts, including spares. H. Concrete -Encased Ducts: Support ducts on duct separators. 1. Separator Installation: Space separators close enough to prevent sagging and deforming of ducts, with not less than 4 spacers per 20 fee (6 m) of duct. Secure separators to earth and to ducts to prevent floating during concreting. Stagger separators approximately 6 1111d1HS (150 mm) between tiers. Tie entire assembly together using fabric straps; do not use tie wires or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups. 2. Concreting Sequence: Pour each run of envelope between manholes or other terminations in one continuous operation. a. Start at one end and finish at the other, allowing for expansion and contraction of ducts as their temperature changes during and after the pour. Use expansion fittings installed according to manufacturer's written recommendations, or use other specific measures to prevent expansion -contraction damage. b. If more than one pour is necessary, terminate each pour in a vertical plane and install 3f.1...111n01'1 (19 irnrn) reinforcing rod dowels extending "18 1111d1 (450 mm) into concrete on both sides of joint near corners of envelope. 3. Pouring Concrete: Spade concrete carefully during pours to prevent voids under and between conduits and at exterior surface of envelope. Do not allow a heavy mass of concrete to fall directly onto ducts. Use a plank to direct concrete down sides of bank assembly to trench bottom. Allow concrete to flow to center of bank and rise up in middle, uniformly filling all open spaces. Do not use power -driven agitating equipment unless specifically designed for duct -bank application. 4. Reinforcement: Reinforce concrete -encased duct banks where they cross disturbed earth and where indicated. Arrange reinforcing rods and ties without forming conductive or magnetic loops around ducts or duct groups. 5. Forms: Use walls of trench to form side walls of duct bank where soil is self-supporting and concrete envelope can be poured without soil inclusions; otherwise, use forms. Page 8 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS — 260543 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 6. Minimum Space between Ducts: 3 iii cf (75 irrruirrru) between ducts and exterior envelope wall, 2 lii cl (a 1"1 irrruirrru) between ducts for like services, and 4 11nc (100 irrruirrru) between power and signal ducts. 7. Depth: Install top of duct bank at least 24 lii cf (100 irrruirrru) below finished grade in areas not subject to deliberate traffic, and at least 30 iii cf (7 50 1"1 irrruirrru) below finished grade in deliberate traffic paths for vehicles, unless otherwise indicated. 8. Stub -Ups: Use manufactured duct elbows for stub -ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Extend concrete encasement throughout the length of the elbow. 9. Stub -Ups: Use manufactured rigid steel conduit elbows for stub -ups at poles and equipment and at building entrances through the floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 lii cf (75 irrruirrru) of concrete. b. Stub -Ups to Equipment: For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 iii cf (1a 1"11"1 irrruirrru) from edge of base. Install insulated grounding bushings on terminations at equipment. 10. Warning Tape: Bury warning tape approximately 12 iiincf (a 1" 0 irrruirrru) above all concrete - encased ducts and duct banks. Align tape parallel to and within , iiincf s (75 urn) of the centerline of duct bank. Provide an additional warning tape for each 12...iiinc (a 1"11"1 irrruirrru) increment of duct -bank width over a nominal 18 iiicf (150 irrruirrru). Space additional tapes 12 lii cf (a 1"11"1 irrruirrru) apart, horizontally. 11. Concrete: The concrete shall be red in color, provide concrete with red pigment integrally mixed in. Dry shake or broadcast coloring agents are not to be used. 3.5 Installation of Concrete Manholes, Handholes, and Boxes A. Precast Concrete Handhole and Manhole Installation: 1. Comply with ASTM C 891, unless otherwise indicated. 2. Install units level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. 3. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 111 '101'1 (25 From) sieve to II'^ia .4 (4 /5 From) sieve and compacted to same density as adjacent undisturbed earth. B. Elevations: 1. Manhole Roof: Install with rooftop at least 15 iii f1 S (380 From) below finished grade or as indicated on drawings. 2. Manhole Frame: In paved areas and trafficways, set frames flush with finished grade. Set other manhole frames 1 iii 01''1 (2 From) above finished grade. 3. Handhole Covers: In paved areas and trafficways, set surface flush with finished grade. Set covers of other handholes 1 iii 01''1 (2 From) above finished grade. 4. Where indicated, cast handhole cover frame integrally with handhole structure. C. Drainage: Install drains in bottom of manholes where indicated. Coordinate with drainage provisions indicated. D. Manhole Access: Circular opening in manhole roof; sized to match cover size. 1. Manholes with Fixed Ladders: Offset access opening from manhole centerlines to align with ladder. 2. Install chimney, constructed of precast concrete collars and rings to support frame and cover and to connect cover with manhole roof opening. Provide moisture -tight masonry joints and waterproof grouting for cast-iron frame to chimney. Page 9 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS — 260543 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction E. Hardware: Install removable hardware, including pulling eyes, cable stanchions, and cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. F. Fixed Manhole Ladders: Arrange to provide for safe entry with maximum clearance from cables and other items in manholes. G. Field -Installed Bolting Anchors in Manholes and Concrete Handholes: Do not drill deeper than 377/8 Birch s (98 mm) for manholes and 2 uirch s (50 mm) for handholes, for anchor bolts installed in the field. Use a minimum of two anchors for each cable stanchion. H. Warning Sign: Install "Confined Space Hazard" warning sign on the inside surface of each manhole cover. 3.6 Installation of Hanholes and Boxes Other Than Precast Concrete A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. Use box extension if required to match depths of ducts, and seal joint between box and extension as recommended by the manufacturer. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1f ...liirrf (12.7 ram) sieve to II'^i . 4 (4.75 ...imm) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas and trafficways, set so cover surface will be flush with finished grade. Set covers of other handholes '1 lftich (25 cram) above finished grade. D. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure. E. Field -cut openings for ducts and conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. F. For enclosures installed in asphalt paving or earth and subject to occasional, nondeliberate, heavy -vehicle loading, form and pour a concrete ring encircling, and in contact with, enclosure and with top surface screeded to top of box cover frame. Bottom of ring shall rest on compacted earth. 1. Concrete: 3000 pFd (20 kPa), 28 -day strength, complying with Section 033000 "Cast -in - Place Concrete," with a troweled finish. 2. Dimensions: 10 uncles wide by 12 hches d 3.7 Grounding ode by 300 irriurn d A. Ground underground ducts and utility structures according to Section 260526 "Grounding and Bonding for Electrical Systems." 3.8 Field Quality Control A. Perform the following tests and inspections and prepare test reports: 1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures. 2. Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out - of -round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indicated, remove obstructions and retest. 3. Test manhole grounding to ensure electrical continuity of grounding and bonding connections. Measure and report ground resistance as specified in Section 260526 "Grounding and Bonding for Electrical Systems." B. Correct deficiencies and retest as specified above to demonstrate compliance. Page 10 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS — 260543 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 3.9 Cleaning A. Pull leather -washer -type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts. B. Clean internal surfaces of manholes, including sump. Remove foreign material. END OF SECTION Page 11 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS — 260543 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground -line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.3 Action Submittals The latest edition of the referenced item below shall be used. A. Product Data: For each electrical identification product indicated. B. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. C. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. 1.4 Quality Assurance A. Comply with ANSI A13.1 and IEEE C2. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. 1.5 Coordination The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project. B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. C. Coordinate installation of identifying devices with location of access panels and doors. D. Install identifying devices before installing acoustical ceilings and similar concealment. Page 1 of 9 IDENTIFICATION FOR ELECTRICAL SYSTMES — 26 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction PART2 PRODUCTS 2.1 Power and Control Raceway Identification Materials A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway size. B. Colors for Raceways Carrying Circuits at 600 V or Less: 1. Black letters on an orange field. 2. Legend: Indicate voltage and system or service type. C. Colors for Raceways Carrying Circuits at More Than 600 V: 1. Black letters on an orange field. 2. Legend: "DANGER CONCEALED HIGH VOLTAGE WIRING." D. Vinyl Labels for Raceways Carrying Circuits at 600 V or Less: Preprinted, flexible label laminated with a clear, weather- and chemical -resistant coating and matching wraparound clear adhesive tape for securing ends of legend label. E. Snap -Around Labels for Raceways Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible, preprinted, color -coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. F. Snap -Around, Color -Coding Bands for Raceways Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 inches (50 iriruirn) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. G. Tape and Stencil for Raceways Carrying Circuits More Than 600 V: /Tench-- (i00 irnirn) wide black stripes on 10 -inch (250 -mm) centers diagonally over orange background that extends full length of raceway or duct and is 12 inches (300 irtorn) wide. Stop stripes at legends. H. Metal Tags: Brass or aluminum, 2 by 2 by 0„05 inch (50 by 50 by 1.3 mm), with stamped legend, punched for use with self-locking cable tie fastener. I. Write -On Tags: Polyester tag, 0„010 inch (0,25 imir.in) thick, with corrosion -resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine -printed, permanent, waterproof, black ink marker recommended by printer manufacturer. 2.2 Armored and Metal -Clad Cable Identification Materials A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each cable size. B. Colors for Cables Carrying Circuits at 600 V and Less: 1. Black letters on an orange field. 2. Legend: Indicate voltage and system or service type. C. Colors for Cables Carrying Circuits at More Than 600 V: 1. Black letters on an orange field. 2. Legend: "DANGER HIGH VOLTAGE WIRING." D. Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical - resistant coating and matching wraparound clear adhesive tape for securing ends of legend label. Page 2 of 9 IDENTIFICATION FOR ELECTRICAL SYSTMES — 26 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction E. Self -Adhesive Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; 2 inches (50 iriruiriru) wide; compounded for outdoor use. F. Heat -Shrink Preprinted Tubes: Flame-retardant polyolefin tube with machine -printed identification label. Sized to suit diameter of and shrinks to fit firmly around cable it identifies. Full shrink recovery at a maximum of 200 deg IF (93 deg C). Comply with UL 224. 2.3 Power and Control Cable Identification Materials A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each cable size. B. Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical - resistant coating and matching wraparound clear adhesive tape for securing ends of legend label. C. Self -Adhesive, Self -Laminating Polyester Labels: Preprinted, 3 --mit- (0.03-iirituirituiii) thick flexible label with acrylic pressure -sensitive adhesive that provides a clear, weather- and chemical - resistant, self -laminating, protective shield over the legend. Labels sized to fit the cable diameter such that the clear shield overlaps the entire printed legend. D. Heat -Shrink Preprinted Tubes: Flame-retardant polyolefin tube with machine -printed identification label. Sized to suit diameter of and shrinks to fit firmly around cable it identifies. Full shrink recovery at a maximum of 200 deg IF (93 deg C). Comply with UL 224. E. Metal Tags: Brass or aluminum, 2 y ?. Iby 0„0(5 inch (50 by 50 by 1.3 run), with stamped legend, punched for use with self-locking cable tie fastener. F. Write -On Tags: Polyester tag, 11.1110 inch (0 iriruiriru) thick, with corrosion -resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine -printed, permanent, waterproof, black ink marker recommended by printer manufacturer. G. Snap -Around Labels: Slit, pretensioned, flexible, preprinted, color -coded acrylic sleeve, with diameter sized to suit diameter of cable it identifies and to stay in place by gripping action. H. Snap -Around, Color -Coding Bands: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 in rims (50 itiruiriru) long, with diameter sized to suit diameter of cable it identifies and to stay in place by gripping action. 2.4 Conductor Identification Materials A. Color -Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than mils (0 08 r.iruno) thick by 1 to 2 inches (25 to 50 ir.iruiriru wide. B. Self -Adhesive, Self -Laminating Polyester Labels: Preprinted, 3 -mit (0 08 riruiriru ) thick flexible label with acrylic pressure -sensitive adhesive that provides a clear, weather- and chemical - resistant, self -laminating, protective shield over the legend. Labels sized to fit the conductor diameter such that the clear shield overlaps the entire printed legend. C. Snap -Around Labels: Slit, pretensioned, flexible, preprinted, color -coded acrylic sleeve, with diameter sized to suit diameter of conductor it identifies and to stay in place by gripping action. D. Snap -Around, Color -Coding Bands: Slit, pretensioned, flexible, solid -colored acrylic sleeve with diameter sized to suit diameter of conductor it identifies and to stay in place by gripping action. Page 3 of 9 IDENTIFICATION FOR ELECTRICAL SYSTMES — 26 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction E. Heat -Shrink Preprinted Tubes: Flame-retardant polyolefin tube with machine -printed identification label. Sized to suit diameter of and shrinks to fit firmly around conductor it identifies. Full shrink recovery at a maximum of '2CDT deg IF"' (93 e i.)g C). Comply with UL 224. F. Marker Tapes: Vinyl or vinyl -cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. G. Write -On Tags: Polyester tag, 00.0010 inch (0.23 barb thick, with corrosion -resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Labels for Tags: Self-adhesive label, machine -printed with permanent, waterproof, black ink recommended by printer manufacturer, sized for attachment to tag. 2.5 Floor Marking Tape A. 2 -inch- (50 -mm-) wide, 5 -mil (0.125 -mm) pressure -sensitive vinyl tape, with yellow and black stripes and clear vinyl overlay. 2.6 Underground -Line Warning Tape A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications utility lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red -Colored Tapes: ELECTRIC LINE, HIGH VOLTAGE, 3. Inscriptions for Orange -Colored Tapes: TELEPHONE CABLE, CATV CABLE, COMMUNICATIONS CABLE, OPTICAL FIBER CABLE. 2.7 Warning Labels and Signs A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self -Adhesive Warning Labels: Factory -printed, multicolor, pressure -sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. C. Baked -Enamel Warning Signs: 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4 -inch (6.4 -mm) grommets in corners for mounting. 3. Nominal size, 7 by 10 (' c�inches 1 " �[ 0 by 250 mm D. Metal -Backed, Butyrate Warning Signs: 1. Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate signs with 0„0396 - inch (1 irmn) galvanized -steel backing; and with colors, legend, and size required for application. 2. 1/4 -inch (6.4 -mm) grommets in corners for mounting. 3. Nominal size, 10 by 14 inches (290 by 360 imam) Page 4 of 9 IDENTIFICATION FOR ELECTRICAL SYSTMES — 26 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction E. Warning label and sign shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES IIIF (915 MM)." )." 2.8 Instruction Signs A. Engraved, laminated acrylic or melamine plastic, minimum 1/ 16 inch (1.6 ram) thick for signs up to 20 sq. inches rl es (17) sq.cm) and 1/8 inch (3.2 itiruin) thick for larger sizes. 1. Engraved legend with black letters on white face. 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. B. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 mid) (10 irirnirir11 C. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 mid) (10 irnirirn). Overlay shall provide a weatherproof and UV -resistant seal for label. 2.9 Equipment Identification Labels A. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm). B. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm). Overlay shall provide a weatherproof and UV -resistant seal for label. C. Self -Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive backed, with white letters on a dark -gray background. Minimum letter height shall be 3/8 inch (10 mm). D. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark -gray background. Minimum letter height shall be 3/8 inch (10 mm). 2.10 Cables Ties A. General -Purpose Cable Ties: Fungus inert, self extinguishing, one piece, self locking, Type 6/6 nylon. .5 trial 1. Minimum Width: 3/16 inch 2. Tensile Strength at (3 deg IF (73 de( ( a' , According to ASTM D 638: '12 100 Iasi 7 3. Temperature Range: IIMiinus 40 .to pous 186 deg IF (Il1liiinus 40 to IRllus 8b leg C) 4. Color: Black except where used for color -coding. B. UV -Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior sunlight, self extinguishing, one piece, self locking, Type 6/6 nylon. 1. Minimum Width: 3/16 ii,l,r iriruiriru . 2. Tensile Strength at (3 deg C), According to ASTM D 638: 12.000 Iasi 7 3. Temperature Range: IIullinus 40 (13 181deg IF (Kinus 40 ( Mutt 35 leg C) 4. Color: Black. Page 5 of 9 IDENTIFICATION FOR ELECTRICAL SYSTMES — 26 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction C. Plenum -Rated Cable Ties: Self extinguishing, UV stabilized, one piece, self locking. 1. Minimum Width: 3/16 inch ram 2. Tensile Strength at 73 deg II: (23 iC), According to ASTM D 638: 7000 I:r 3. UL 94 Flame Rating: 94V-0. 4. Temperature Range: Minus 50 sllus 2- IIMi nus 46(pllura 140 dEig C 5. Color: Black. 2.11 Miscellaneous Identification Products '18 2 A. Paint: Comply with requirements in painting Sections for paint materials and application requirements. Select paint system applicable for surface material and location (exterior or interior). B. Fasteners for Labels and Signs: Self -tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers. PART 3 EXECUTION 3.1 Installation A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self -Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate. F. Attach plastic raceway and cable labels that are not self-adhesive type with clear vinyl tape with adhesive appropriate to the location and substrate. G. System Identification Color -Coding Bands for Raceways and Cables: Each color -coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50iuut (1b tri) maximum intervals in straight runs, and at ? at 25 Iuut ((6...tri) maximum intervals in congested areas. H. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. I. Cable Ties: For attaching tags. Use general-purpose type, except as listed below: 1. Outdoors: UV -stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated. J. Underground -Line Warning Tape: During backfilling of trenches install continuous underground -line warning tape directly above line at 6 to 8 inrl7ns (1 b0 to 700 irirnir.irnj below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inchos (400 irirnir.irnj overall. K. Painted Identification: Comply with requirements in painting Sections for surface preparation and paint application. Page 6 of 9 IDENTIFICATION FOR ELECTRICAL SYSTMES — 26 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 3.2 Identification Schedule A. Accessible Raceways, Armored and Metal -Clad Cables, More Than 600 V: Self-adhesive vinyl labels. Install labels at 3€ k )11 (10 Ire) maximum intervals. B. Accessible Raceways and Metal -Clad Cables, 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30 A, and 120 V to ground: Identify with self-adhesive vinyl label. Install labels at 30 k )11 (10 Ire) maximum intervals. C. Power -Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color -coding conductor tape to identify the phase. 1. Color -Coding for Phase and Voltage Level Identification, 600 V or Less: Use colors listed below for ungrounded service and feeder conductors. a. Color shall be field applied for sizes larger than No. 8 AWG, if authorities having jurisdiction permit. b. Colors for 208/120-V Circuits: (1) Phase A: Black. (2) Phase B: Red. (3) Phase C: Blue. c. Colors for 480/277-V Circuits: (1) Phase A: Brown. (2) Phase B: Orange. (3) Phase C: Yellow. d. Colors for 600-V and above Circuits: (1) (2) (3) Phase A: Brown. Phase B: Orange. Phase C: Yellow. e. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a minimum distance of 6 inches (150 Him) from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. D. Power -Circuit Conductor Identification, More than 600 V: For conductors in vaults, pull and junction boxes, manholes, and handholes, use nonmetallic plastic tag holder with adhesive - backed phase tags, and a separate tag with the circuit designation. E. Install instructional sign including the color -code for grounded and ungrounded conductors using adhesive -film -type labels. F. Control -Circuit Conductor Identification: For conductors and cables in pull and junction boxes, manholes, and handholes, use self-adhesive vinyl labels with the conductor or cable designation, origin, and destination. G. Control -Circuit Conductor Termination Identification: For identification at terminations provide heat -shrink preprinted tubes with the conductor designation. H. Conductors to Be Extended in the Future: Attach marker tape to conductors and list source. I. Auxiliary Electrical Systems Conductor Identification: Identify field -installed alarm, control, and signal connections. 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. Page 7 of 9 IDENTIFICATION FOR ELECTRICAL SYSTMES — 26 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory -installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual. J. Locations of Underground Lines: Identify with underground -line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Limit use of underground -line warning tape to direct -buried cables. 2. Install underground -line warning tape for both direct -buried cables and cables in raceway. K. Workspace Indication: Install floor marking tape to show working clearances in the direction of access to live parts. Workspace shall be as required by NFPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush -mounted panelboards and similar equipment in finished spaces. L. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels. 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equipment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. M. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. N. Emergency Operating Instruction Signs: Install instruction signs with white legend on a red background with minimum /8nrel,h(i0...1r11111r1r.11...j high letters for emergency instructions at equipment used for power transfer or load shedding. O. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification. 1. Labeling Instructions: a. Indoor Equipment: Engraved, laminated acrylic or melamine label. Unless otherwise indicated, provide a single line of text with 1/2 -inch- (13...irir.uirir.u...) high letters on 1-1/2.. ii ch- (33...irnir.ir.u...) high label; where two lines of text are required, use labels 2 inches res ( 0 rir.oiriro) high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label. c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment, fasten labels with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment to Be Labeled: Page 8 of 9 IDENTIFICATION FOR ELECTRICAL SYSTMES — 26 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. c. Access doors and panels for concealed electrical items. d. Switchgear. e. Switchboards. f. Transformers: Label that includes tag designation shown on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary. g. Substations. h. Emergency system boxes and enclosures. i. Motor -control centers. Enclosed switches. k. Enclosed circuit breakers. I. Enclosed controllers. m. Variable -speed controllers. n. Push-button stations. o. Power transfer equipment. p. Contactors. q. Remote-controlled switches, dimmer modules, and control devices. r. Enclosed switches or breakers. s. Enclosed starters. t. Cable tray. u. Control devices and protective relays. END OF SECTION Page 9 of 9 IDENTIFICATION FOR ELECTRICAL SYSTMES — 26 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 12 00 MEDIUM VOLTAGE TRANSFORMERS PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. This Section includes the following types of transformers with medium -voltage primaries: 1. Pad -mounted, liquid -filled transformers. 1.3 Definitions The latest edition of the referenced item below shall be used. A. NETA ATS: Acceptance Testing Specification. 1.4 Action Submittals A. Product Data: Include rated nameplate data, capacities, weights, dimensions, minimu clearances, installed devices and features, location of each field connection, and performance for each type and size of transformer indicated. B. Shop Drawings: Diagram power wiring. 1.5 Informational Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Coordination Drawings: Floor plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Underground primary and secondary conduit stub -up location. 2. Dimensioned concrete base, outline of transformer, and required clearances. 3. Ground rod and grounding cable locations. B. Source quality -control test reports. C. Field quality -control test reports. D. Follow-up service reports. 1.6 Closeout Submittals A. Operation and Maintenance Data: For transformer and accessories to include in emergency, operation, and maintenance manuals. 1.7 Quality Assurance A. Product Options: Drawings indicate size, profiles, and dimensional requirements of transformers and are based on the specific system indicated. Refer to Section 016000 "Product Requirements." B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with IEEE C2. D. Comply with ANSI C57.12.10, ANSI C57.12.28, IEEE C57.12.70, and IEEE C57.12.80. Page 1 of 5 MEDIUM -VOLTAGE TRANSFORMERS — 26 12 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction E. Comply with NFPA 70. 1.8 Delivery, Storage, and Handling a. Store transformers protected from weather so condensation will not form on or in units. Provide temporary heating according to manufacturer's written instructions. 1.9 Project Conditions A. Service Conditions: IEEE C37.121, usual service conditions except for the following: 1. Exposure to significant solar radiation. 2. Exposure to fumes, vapors, or dust normal to Water Treatment Plants. 3. Exposure to hot and humid climate or to excessive moisture, including steam, salt spray, and dripping water. 1.10 Coordination A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete. B. Coordinate installation of louvers, doors, spill retention areas, and sumps. Coordinate installation so no piping or conduits are installed in space allocated for medium -voltage transformers except those directly associated with transformers. PART2 PRODUCTS 2.1 Manufacturers A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1 Acme Electric Corporation; Power Distribution Products Division. 2. Cooper Industries; Cooper Power Systems Division (Preferred) 3. Cutler -Hammer. 4. GE Electrical Distribution & Control. 5. Kuhlman Electric Corporation. 6. Siemens Energy & Automation, Inc. 7. ABB 2.2 Pad -Mounted, Liquid -Filled Transformers A. Description: ANSI C57.12.13 pad -mounted, 2 -winding transformers. Stainless-steel tank base. B. Insulating Liquid: Mineral oil, complying with ASTM D 3487, Type II, and tested according to ASTM D 117. C. Insulation Temperature Rise: 55 deg C when operated at rated kVA output in a 40 deg C ambient temperature. Transformer shall be rated to operate at rated kilovolt ampere in an average ambient temperature of 30 deg C over 24 hours with a maximum ambient temperature of 40 deg C without loss of service life expectancy. D. Basic Impulse Level: 95 kV. Page 2 of 5 MEDIUM -VOLTAGE TRANSFORMERS — 26 12 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction E. Full -Capacity Voltage Taps: Four 2.5 percent taps, 2 above and 2 below rated high voltage; with externally operable tap changer for de -energized use and with position indicator and padlock hasp. F. High -Voltage Terminations and Equipment: Dead front with universal -type bushing wells for dead -front bushing -well inserts, complying with IEEE 386 and including the following: 1. Bushing -Well Inserts: One for each high-voltage bushing well. 2. Parking Stands: One for each high-voltage bushing well. 3. Portable Insulated Bushings: Arranged for parking insulated, high-voltage, load -break cable terminators; one for each primary feeder conductor terminating at transformer. G. Accessories: 1. Drain Valve: 1 inch (25 man), with sampling device. 2. Dial -type thermometer. 3. Liquid -level gage. 4. Pressure -vacuum gage. 5. Pressure Relief Device: Self-sealing with an indicator. 6. Mounting provisions for low -voltage current transformers. 7. Mounting provisions for low -voltage potential transformers. 8. Busway terminal connection at low -voltage compartment. 9. Alarm contacts for gages and thermometer listed above. 2.3 Identification Devices A. Nameplates: Engraved, laminated -plastic or metal nameplate for each transformer, mounted with corrosion -resistant screws. Nameplates and label products are specified in Section 260553 "Identification for Electrical Systems." 2.4 Source Quality Control A. Factory Tests: Perform design and routine tests according to standards specified for components. Conduct transformer tests according to ANSI C57.12.50. B. Factory Tests: Perform the following factory -certified tests on each transformer: 1. Resistance measurements of all windings on rated -voltage connection and on tap extreme connections. 2. Ratios on rated -voltage connection and on tap extreme connections. 3. Polarity and phase relation on rated -voltage connection. 4. No-load loss at rated voltage on rated -voltage connection. 5. Excitation current at rated voltage on rated -voltage connection. 6. Impedance and load loss at rated current on rated -voltage connection and on tap extreme connections. 7. Applied potential. 8. Induced potential. PART 3 EXECUTION 3.1 Examination Page 3 of 5 MEDIUM -VOLTAGE TRANSFORMERS — 26 12 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Examine areas and conditions for compliance with requirements for medium -voltage transformers. B. Examine roughing -in of conduits and grounding systems to verify the following: 1. Wiring entries comply with layout requirements. 2. Entries are within conduit -entry tolerances specified by manufacturer and no feeders will have to cross section barriers to reach load or line lugs. C. Examine walls, floors, roofs, and concrete bases for suitable mounting conditions where transformers will be installed. D. Verify that ground connections are in place and that requirements in Section 260526 "Grounding and Bonding for Electrical Systems" have been met. Maximum ground resistance shall be 5 ohms at location of transformer. E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Installation A. Install transformers on concrete pad. 1. Anchor transformers to concrete bases according to manufacturer's written instructions, seismic codes at Project, and requirements in Section 260529 "Hangers and Supports for Electrical Systems" pad foundations. 2. Construct concrete bases of dimensions indicated, but not less than 4 inches' (100 imam) larger in both directions than supported unit and 4 inches' (100 mm) high. 3. Use 3000 -psi (207 IIM1Paa), 28 -day compressive -strength concrete and reinforcement as specified in Section 033000 "Cast -in -Place Concrete." B. Maintain minimum clearances and workspace at equipment according to manufacturer's written instructions and NFPA 70. 3.3 Identification A. Identify field -installed wiring and components and provide warning signs as specified in Section 260553 "Identification for Electrical Systems." 3.4 Connections A. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems." B. Connect wiring according to Section 260519 "Low -Voltage Electrical Power Conductors and Cables." 3.5 Field Quality Control A. Testing Agency: Owner will engage a qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Coordinate and assist owners test agent to perform the following field tests and inspections; 1. After installing transformers but before primary is energized, verify that grounding system at substation is tested at specified value or less. 2. After installing transformers and after electrical circuitry has been energized, test for compliance with requirements. 3. Perform visual and mechanical inspection and electrical test stated in NETA ATS. Certify compliance with test parameters. 4. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. C. Remove and replace malfunctioning units and retest as specified above. 3.6 Follow -Up Service Page 4 of 5 MEDIUM -VOLTAGE TRANSFORMERS — 26 12 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Infrared Scanning: Perform as specified in Section 261300 "Medium -Voltage Switchgear." END OF SECTION Page 5 of 5 MEDIUM -VOLTAGE TRANSFORMERS — 26 12 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 13 00 MEDIUM -VOLTAGE PAD MOUNTED SWITCHGEAR PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section IEEE 386 (2006) Standard for Separable Insulated Connector Systems for Power Distribution Systems Above 600V IEEE C2 National Electrical Safety Code, NEC 2011 IEEE C57.12.28 (2005) Standard for Pad -Mounted Equipment Enclosure Integrity 1.2 Summary A. This Section includes outdoor pad mounted switchgear with the following optional components, features, and accessories: 1. Pad Mounted Interrupter Switchgear 2. Vacuum Fault Interrupters. 3. Fungus proofing. 4. Cable connectors 5. Accessories 6. Mimic bus. 1.3 Submittals The latest edition of the referenced item below shall be used. A. Product Data: For each type of switchgear and related equipment, include the following: 1. Rated capacities, operating characteristics, furnished specialties, and accessories for individual components. 2. Time -current characteristic curves for overcurrent protective devices. B. Shop Drawings: For each type of switchgear and related equipment, include the following: 1. Dimensioned plans, elevations, sections, and details, including required clearances and service space around equipment. Show method of field assembly and location and size of each field connection. Include the following: a. Outline and general arrangement drawing showing dimensions. b. Drawing of cable termination compartments showing preferred locations for conduits and indicating space available for cable terminations. c. Current ratings of buses. d. Short -time and short-circuit ratings of switchgear assembly. e. Nameplate legends. f. Mimic -bus diagram. C. Coordination Drawings: Plans showing dimensioned layout, required working clearances, and required area above and around switchgear. Show switchgear layout and relationships between components and adjacent structural and mechanical elements. Show support locations, type of support, and weight on each support. Identify field measurements. D. Source quality-control:test reports. E. Field quality -control test reports. F. Operation and Maintenance Data: For switchgear and switchgear components provide operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following: Page 1 of 6 MEDIUM -VOLTAGE SWITCHGEAR — 2613 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1. Manufacturer's written instructions for testing and adjusting. 2. Time -current curves, including selectable ranges for each type of overcurrent protective device. 3. Fuse Data. 1.4 Quality Assurance A. Source Limitations: Obtain each type of switchgear and associated components through one source from a single manufacturer. B. Product Options: Drawings indicate size, profiles, and dimensional requirements of switchgear and are based on the specific system indicated. (S&C PME 9 Series Equipment) C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. D. Comply with IEEE C2. 1.5 Delivery, Storage, and Handling The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Store switchgear in clean dry space with uniform temperature to prevent condensation. Protect switchgear from exposure to dirt, fumes, water, corrosive substances, and physical damage. 1.6 Project Conditions A. Environmental Limitations: Rate equipment for continuous operation at indicated ampere ratings for the following conditions: 1. Ambient temperature not exceeding 122 dog F (50 d6 y C). 2. Altitude of 80 feet above sea level. 3. Water Plant Environment. B. Product Selection for Restricted Space: Drawings indicate dimensions for switchgear, including clearances between switchgear and adjacent surfaces and other items. Coordinate with owner's Engineer if additional space is required for switchgear proposed. C. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than Seven days in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Owner's written permission. 1.7 Coordination A. Coordinate layout and installation of switchgear and components with other construction including conduit, piping, equipment, and adjacent surfaces. Maintain required clearances for workspace and equipment access doors and panels. B. Coordinate size and location of concrete bases. Concrete, reinforcement, and formwork requirements are specified in Division 03. 1.8 Extra Materials A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Touchup Paint: Three containers of paint matching enclosure finish, each 9 oz Ipuray. B. Maintenance Tools: Furnish tools and miscellaneous items required for interrupter switchgear test, inspection, maintenance, and operation. Include the following: Page 2 of 6 MEDIUM -VOLTAGE SWITCHGEAR — 2613 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1. 8 foot ShotGun Clamp Stick for use with separable connectors and voltage tester 2. Storage bag for ShotGun Stick, canvas 3. Voltage tester with audio and visual signal, with adapter for Shotgun Stick, and storage case. 4. 3 each, Pentahead Socket for 1/2 inch driver. 5. USB Cable Kit for Communications to Over -Current Devices. PART2 PRODUCTS 2.1 Manufactured Units A. Description: Factory assembled and tested, and complying with IEEE C37.20.1. 2.2 Pad Mounted Switchgear A. Manufacturers: 1. Eaton Corporation; Cutler -Hammer Products. 2. S&C Electric Company.- (Preferred) 3. Cooper Power Systems 4. Siemens 5. Square D; Schneider Electric. B. Design Level of Available -Source Fault Current: Integrated short-circuit rating consistent with value of fault current indicated. C. Ratings: Comply with standard ratings designated in IEEE C37.71 for maximum -rated voltage specified. 1. Main -Bus Rating: 600 A 2. Bushing Ratings 600 A 3. Ratings: 3-phase, 60 -Hz, solidly grounded system. 4. System Voltage: 4.16 kV nominal. 5. Rated Maximum Voltage, 15.5 kV nominal. 6. Rated Withstand Impulse Voltage, 95 kV BIL 7. Continuous and Load Interrupting Current, 600A 8. Short -Circuit interrupting Current,25 kA rms Sym 9. Switched ways shall be rated for the required continuous and load interrupting current D. Mechanical Interlock: Prevent opening switch compartment door unless switchblades are open, and prevent closing switch if door is open. E. Window: Permit viewing switchblade positions if door is closed. F. Power Fuses: Comply with the following and with applicable requirements in NEMA SG 2: 1. Indicator: Integral with each fuse to indicate when it has blown. 2. Mounting: Positively held in position with provision for easy removal and replacement from front without special tools. 3. Current -Limiting Fuses: Full -range, fast -replaceable, current -limiting type that will operate without explosive noise or expulsion of gas, vapor, or foreign matter from tube. 4. Expulsion Fuses: Furnished in disconnect -type mountings and renewable with replacement fuse units. Gases emitted on interruption are controlled and silenced by chambers designed for that purpose. 2.3 Fabrication A. Outdoor Enclosure: Galvanized steel, weatherproof construction; integral structural steel base 1. Each compartment shall have the following features: 2. Structural design and anchorage adequate to resist loads imposed by 1 L .mull l[,.,m. 3. Switchgear shall be configured with load interrupting switched ways as indicated. Switchgear shall have front accessible terminations suitable for cables entering from below and provisions for grounding. Page 3 of 6 MEDIUM -VOLTAGE SWITCHGEAR - 2613 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 4. Provide enclosed switchgear suitable for installation on a concrete pad.. Paint switchgear tank and support frame and enclosure including base ASTM D 1535 Munsell 7GY3.29/1.5 green or manufacturers' standard color. Paint coating system shall comply with IEEE C57.12.29 regardless of equipment material. 5. Provide a parking stand near each dead -front bushing.[ Provide insulated standoff bushings for parking of energized load -break connectors on each parking stands.]] 6. Provide corresponding connector for each switched way, Dead -Front Elbow Type. 7. Connectors shall have a steel reinforced hook -stick eye, grounding eye, test point, and arc -quenching contact material. 8. Provide 600 Ampere load break connector ratings: Voltage: 15.5 kV, 95 kV BIL with Short time rating: 25,000 rms symmetrical amperes. 9. Fungus Proofing: Permanent fungicidal treatment for switchgear interior 2.4 Identification A. Materials: Refer to Division 26 Section "Identification for Electrical Systems." Identify units, devices, controls, and wiring. B. Mimic Bus: Continuous mimic bus applied to front of switchgear, arranged in single -line diagram format, using symbols and lettered designations consistent with approved final mimic -bus diagram. 1 Mimic -bus segments coordinated with devices in switchgear sections to which applied, to produce a concise visual presentation of principal switchgear components and connections. 2. Medium: Painted graphics, as approved. 3. Color: Contrasting with factory -finish background;. 2.5 Source Quality Control A. Before shipment of equipment, perform the following tests and prepare test reports: 1 Production tests on completed switchgear. B. Prepare equipment for shipment. 1. Provide suitable crating, blocking, and supports so equipment will withstand expected domestic shipping and handling shocks and vibration. 2. Weatherproof equipment for shipment. Close connection openings to prevent entrance of foreign material during shipment and storage. 2.6 Factory Finishes A. Finish: Manufacturer's standard color finish applied to equipment before shipping. B. Shall be in accordance with Section 33 05 10.00 EXCAVATION AND BACKFILL FOR UTILITIES. PART 3 Execution 3.1 Examination A. Examine elements and surfaces to receive switchgear for compliance with requirements for installation tolerances, required clearances, and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Installation A. Anchor switchgear assembly to concrete foundation and attach by bolting and clip.. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from switchgear units and components. 3.3 Identification Page 4 of 6 MEDIUM -VOLTAGE SWITCHGEAR — 2613 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs as specified in Division 26 Section "Identification for Electrical Systems." 3.4 Connections A. Cable terminations at switchgear are specified in Division 26 Section "Medium -Voltage Cables." B. Tighten bus joints, electrical connectors, and terminals according to manufacturer's published torque -tightening values. C. Ground equipment according to Division 26 Section "Grounding and Bonding for Electrical Systems." 3.5 Field Quality Control A. Prepare for acceptance tests as follows: 1. Test insulation resistance for each switchgear bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. B. Testing Agency: The Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports. Contractor shall assist agent in performance of all testing. C. Assist test agent in performing the following field tests and inspections. 1. Perform each electrical test and visual and mechanical inspection stated in NETA ATS. Certify compliance with test parameters. Perform NETA tests and inspections for each of the following NETA categories: 2. Program all Coordination Settings as required by the Protection / Coordination Report. 3. Visual and Mechanical Inspection 4. Compare equipment nameplate information with specifications and approved shop drawings. 5. Inspect physical and mechanical condition. 6. Check for proper anchorage, alignment, required area 7. Check clearances and cable installation, and grounding. 8. Perform mechanical operator tests in accordance with 9. Perform manufacturer's instructions 10. Inspect all indicating devices for proper operation. 11. Check for proper phasing and phase rotation for connected loads. D. Remove and replace malfunctioning units and retest as specified above. E. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, assist City's Inspection Agent in performing infrared scan of each switchgear. Remove front and rear panels so joints and connections are accessible to portable scanner. 1. Instrument: Use an infrared -scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 2. Record of Infrared Scanning: Prepare a certified report that identifies switchgear checked and that describes infrared -scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.6 Adjusting A. Set field -adjustable, devices as required. 3.7 Cleaning Page 5 of 6 MEDIUM -VOLTAGE SWITCHGEAR — 2613 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. On completion of installation, inspect interior and exterior of switchgear. Vacuum dirt and debris; do not use compressed air to assist in cleaning. Repair damaged finishes. 3.8 Demonstration A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain switchgear. Refer to Division 01 Section "Demonstration and Training." END OF SECTION Page 6 of 6 MEDIUM -VOLTAGE SWITCHGEAR — 2613 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 22 00 LOW -VOLTAGE TRANSFORMERS PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. This Section includes the following types of dry -type transformers rated 600 V and less, with capacities up to 1000 kVA: 1. Distribution transformers. 1.3 Action Submittals The latest edition of the referenced item below shall be used. A. Product Data: Include rated nameplate data, capacities, weights, dimensions, minimum clearances, installed devices and features, and performance for each type and size of transformer indicated. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 1. Wiring Diagrams: Power, signal, and control wiring. 1.4 Informational Submittals A. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 1. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. B. Qualification Data: For testing agency. C. Source quality -control test reports. D. Field quality -control test reports. 1.5 Close Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Operation and Maintenance Data: For transformers to include in emergency, operation, and maintenance manuals. 1.6 Quality Assurance A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Page 1 of 4 LOW -VOLTAGE TRANSFORMERS — 26 22 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction Technologies to supervise on-site testing specified in Part 3. B. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7. C. Source Limitations: Obtain each transformer type through one source from a single manufacturer. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. E. Comply with IEEE C57.12.91, "Test Code for Dry -Type Distribution and Power Transformers." 1.7 Delivery, Storage, and Handling A. Temporary Heating: Apply temporary heat according to manufacturer's written instructions within the enclosure of each ventilated -type unit, throughout periods during which equipment is not energized and when transformer is not in a space that is continuously under normal control of temperature and humidity. 1.8 Coordination A. Coordinate size and location of concrete bases with actual transformer provided. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete. B. Coordinate installation of wall -mounting and structure -hanging supports with actual transformer provided. PART2 PRODUCTS 2.1 Manufacturers A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. A al iL!In! (!lir; „: Subject to compliance with requirements, provide products by one of the following: 1 Cooper Industries 2. n(�rii.....� ii�..(.�.!ifri.....P�liillir r, i�r sic f`.. . 3. 1.1 r..i ).!.i.!I:.��f f.)!Cm"I� . 4. :fY r ' ;. 5. 7. Approved Equal 2.2 General Transformer Requirements A. Description: Factory -assembled and -tested, air-cooled units for 60 -Hz service. B. Cores: Grain -oriented, non -aging silicon steel. C. Coils: Continuous windings without splices except for taps. 1. Internal Coil Connections: Brazed or pressure type. Page 2 of 4 LOW -VOLTAGE TRANSFORMERS — 26 22 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 2. Coil Material: Copper. 2.3 Distribution Transformers City of Corpus Christi Standard Specifications for Construction A. Comply with NEMA ST 20, and list and label as complying with UL 1561. B. Cores: One leg per phase. C. Enclosure: Ventilated, NEMA 250, Type 2. 1. Core and coil shall be encapsulated within resin compound, sealing out moisture and air. D. Transformer Enclosure Finish: Comply with NEMA 250. 1. Finish Color: ANSI 61 gray. E. Taps for Transformers Smaller Than 3 kVA: None. F. Taps for Transformers 7.5 to 24 kVA: One 5 percent tap above and one 5 percent tap below normal full capacity. G. Taps for Transformers 25 kVA and Larger: Two 2.5 percent taps above and four 2.5 percent taps below normal full capacity. H. Insulation Class: 220 deg C, UL -component -recognized insulation system with a maximum of 115 deg C rise above 40 deg C ambient temperature. I. Energy Efficiency for Transformers Rated 15 kVA and Larger: 1. Complying with NEMA TP 1, Class 1 efficiency levels. 2. Tested according to NEMA TP 2. J. K -Factor Rating: Transformers indicated to be K -factor rated shall comply with UL 1561 requirements for nonsinusoidal load current -handling capability to the degree defined by designated K -factor. 1. Unit shall not overheat when carrying full -load current with harmonic distortion corresponding to designated K -factor. 2. Indicate value of K -factor on transformer nameplate. K. Electrostatic Shielding: Each winding shall have an independent, single, full -width copper electrostatic shield arranged to minimize interwinding capacitance. 1. Arrange coil leads and terminal strips to minimize capacitive coupling between input and output terminals. 2. Include special terminal for grounding the shield. 3. Shield Effectiveness: a. Capacitance between Primary and Secondary Windings: Not to exceed 33 picofarads over a frequency range of 20 Hz to 1 MHz. b. Common -Mode Noise Attenuation: Minimum of minus 120 dBA at 0.5 to 1.5 kHz; minimum of minus 65 dBA at 1.5 to 100 kHz. c. Normal -Mode Noise Attenuation: Minimum of minus 52 dBA at 1.5 to 10 kHz. L. Wall Brackets: Manufacturer's standard brackets. M. Fungus Proofing: Permanent fungicidal treatment for coil and core. N. Low -Sound -Level Requirements: Minimum of 3 dBA less than NEMA ST 20 standard sound levels when factory tested according to IEEE C57.12.91. O. Low -Sound -Level Requirements: Maximum sound levels, when factory tested according to IEEE C57.12.91, as follows: Page 3 of 4 LOW -VOLTAGE TRANSFORMERS — 26 22 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1. 9 kVA and Less: 40 2. 30 to 50 kVA: 45 3. 51 to 150 kVA: 50 4. 151 to 300 kVA: 55 5. 301 to 500 kVA: 60 END OF SECTION Page 4 of 4 LOW -VOLTAGE TRANSFORMERS — 26 22 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 23 00 LOW -VOLTAGE SWITCHGEAR PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. This Section includes metal -enclosed, low -voltage power circuit -breaker switchgear rated 1000V and less for use in ac systems. 1.3 Definitions The latest edition of the referenced item below shall be used. A. ATS: Acceptance Testing Service. B. GFCI: Ground -fault circuit interrupter. 1.4 Submittals A. Product Data: For each type of switchgear, circuit breaker, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. B. Shop Drawings: For each type of switchgear and related equipment. 1 Dimensioned plans, elevations, sections, and details, including required clearances and service space around equipment. Include the following: a. Tabulation of installed devices with features and ratings. b. Enclosure types and details. c. Outline and general arrangement drawing showing dimensions, shipping sections, and weights of each assembled section. d. Bus configuration with size and number of conductors in each bus run, including phase, neutral, and ground conductors of main and branch buses. e. Current rating of buses. f. Short -time and short-circuit current rating of switchgear assembly. g. Nameplate legends. h. Mimic -bus diagram. i. UL listing for series rating of installed devices. j. Features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 2. Wiring Diagrams: Power, signal, and control wiring. 1.5 Informational Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Coordination Drawings: Floor plans showing dimensioned layout, required working clearances, and required area above and around switchgear where pipe and ducts are prohibited. Show switchgear layout and relationships between components and adjacent structural and mechanical elements. Show support locations, type of support, and weight on each support. Indicate field measurements. B. Qualification Data: For testing agency. C. Field quality -control test reports. Page 1 of 11 LOW -VOLTAGE SWITCHGEAR — 26 23 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction D. Updated mimic -bus diagram reflecting field changes after final switchgear load connections have been made, for record. 1.6 Closeout Submittals A. Operation and Maintenance Data: For switchgear and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following: 1. Manufacturer's written instructions for testing and adjusting overcurrent protective devices. 2. Time -current curves, including selectable ranges for each type of overcurrent protective device. 1.7 Maintenance Material Submittals A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Fuses: Six of each type and rating used. Include spares for potential transformer fuses, control power fuses, and fuses and fusible devices for fused circuit breakers. 2. Indicating Lights: Six of each type installed. 3. Touchup Paint: 3 containers of paint matching enclosure finish, each 0.5 pont (250 imM ). 1.8 Quality Assurance A. Source Limitations: Obtain switchgear through one source from a single manufacturer. B. Product Options: Drawings indicate size, profiles, and dimensional requirements of switchgear and are based on the specific system indicated. Refer to Section 016000 "Product Requirements." C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. D. Comply with NFPA 70. 1.9 Delivery, Storage, and Handling A. Deliver switchgear in sections of lengths that can be moved past obstructions in delivery path. B. Store switchgear indoors in clean dry space with uniform temperature to prevent condensation. Protect switchgear from exposure to dirt, fumes, water, corrosive substances, and physical damage. C. If stored in areas subjected to weather, cover switchgear to provide protection from weather, dirt, dust, corrosive substances, and physical damage. Remove loose packing and flammable materials from inside switchgear; install electric heating (250 W per section) to prevent condensation. 1.10 Project Conditions A. Installation Pathway: Remove and replace building components and structures to provide pathway for moving switchgear into place. B. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1 Notify Owner no fewer than 7 days in advance of proposed interruption of electric service. Page 2 of 11 LOW -VOLTAGE SWITCHGEAR — 26 23 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2. Do not proceed with interruption of electric service without Owner's written permission. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for switchgear, including clearances between switchgear, and adjacent surfaces and other items. Comply with indicated maximum dimensions. D. Environmental Limitations: Rate equipment for continuous operation under the following conditions, unless otherwise indicated: 1. Ambient Temperature: Not exceeding 40 deg C. 2. Altitude: Not exceeding 6600 fe€:t (2010 rn). 1.11 Coordination A. Coordinate layout and installation of switchgear and components with other construction that penetrates ceilings or is supported by them, including conduit, piping, equipment, and adjacent surfaces. Maintain required clearances for workspace and equipment access doors and panels. B. Coordinate size and location of concrete bases. Concrete, reinforcement, and formwork requirements are specified with concrete. PART2 PRODUCTS 2.1 Manufacturers A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. M2lu„11:.2.1....r..1..1.i;;1„i, 1Y: Subject to compliance with requirements, provide products by one of the following: 1. ahci 1 u lllllllt V. 114 ���i�IIfYIV �,�.aYISCYI�1� 2.?..II1,a. � ,I'll"'Vt.IC1t.l I f��lt4, 3. Powell Industri ies 4. Approved equal. 2.2 Ratings A. Nominal System Voltage: 480VAC 3phase, 4 wire. B. Main -Bus Continuous: As indicated on contract drawings. C. Short -Time and Short -Circuit Current: 65KAIC D. Rating : 1200 A E. Arc Flash Reduction Maintenance Switch (ARMS), for activation of instantaneous trip on Mains and Tie when in the on position. 2.3 Fabrication A. Factory assembled and tested and complying with IEEE C37.20.1. B. Indoor Enclosure Material: Steel. C. Finish: IEEE C37.20.1, manufacturer's standard gray finish over a rust -inhibiting primer on phosphatizing-treated metal surfaces. D. Section barriers between main and tie circuit -breaker compartments shall be extended to rear of section. Page 3 of 11 LOW -VOLTAGE SWITCHGEAR — 26 23 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction E. Bus isolation barriers shall be arranged to isolate line bus from load bus at each main and tie circuit breaker. F. Circuit -breaker compartments shall be equipped to house drawout-type circuit breakers and shall be fitted with hinged outer doors. G. Fabricate enclosure with removable, hinged, rear cover panels to allow access to rear interior of switchgear. H. Auxiliary Compartments: Match and align with basic switchgear assembly. Include the following: 1. Bus transition sections. 2. Incoming -line pull sections. 3. Hinged front panels for access to metering, accessory, and blank compartments. Bus bars connect between vertical sections and between compartments. Cable connections are not permitted. 1. Main Phase Bus: Uniform capacity the entire length of assembly. 2. Neutral Bus: 100 percent of phase -bus ampacity, except as indicated. Equip bus with pressure -connector terminations for outgoing circuit neutral conductors. Include braces for neutral -bus extensions for busway feeders. 3. Vertical Section Bus Size: Comply with IEEE C37.20.1, including allowance for spare circuit breakers and spaces for future circuit breakers. 4. Phase- and Neutral -Bus Material: Hard -drawn copper of 98 percent minimum conductivity, with copper feeder circuit -breaker line connections. 5. Phase- and Neutral -Bus Material: Silver- or tin-plated, high-strength, electrical -grade aluminum alloy, with copper or tin-plated aluminum circuit -breaker line connections. 6. Phase- and Neutral -Bus Material: Hard -drawn copper of 98 percent minimum conductivity ortin-plated, high-strength, electrical -grade aluminum alloy. 7. Use silver-plated copper or tin-plated aluminum for connecting circuit -breaker line to aluminum bus. 8. Use copper for connecting circuit -breaker line to copper bus. 9. Contact Surfaces of Buses: Silver plated. 10. Feeder Circuit -Breaker Load Terminals: Silver-plated copper bus extensions equipped with pressure connectors for outgoing circuit conductors. 11. Ground Bus: Hard -drawn copper of 98 percent minimum conductivity, with pressure connector for feeder and branch -circuit ground conductors, minimum size 1/A by 2 °Hems (6 by 50 mm). 12. Supports and Bracing for Buses: Adequate strength for indicated short-circuit currents. 13. Neutral bus equipped with pressure -connector terminations for outgoing circuit neutral conductors. Neutral -bus extensions for busway feeders are braced. 14. Neutral Disconnect Link: Bolted, uninsulated, 'i .i...I y..2..liu ch (6...Iby..50...1r nimirn) copper bus, arranged to connect neutral bus to ground bus. 15. Provide for future extensions from either end of main phase, neutral, and ground bus by means of predrilled bolt -holes and connecting links. 16. Bus -Bar Insulation: Individual bus bars wrapped with factory -applied, flame-retardant tape or spray -applied, flame-retardant insulation. a. Sprayed Insulation Thickness: ;':!'„ Ms (0.08 081mm), minimum. b. Bolted Bus Joints: Insulate with secure joint covers that can easily be removed and reinstalled. 2.4 Components A. Instrument Transformers: Comply with IEEE C57.13. 1. Potential Transformers: Secondary -voltage rating of 120 V and NEMA accuracy class of 0.3 with burdens of W, X, and Y. 2. Current Transformers: Ratios as indicated; burden and accuracy class suitable for Page 4 of 11 LOW -VOLTAGE SWITCHGEAR — 26 23 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction connected relays, meters, and instruments. B. Relays: Comply with IEEE C37.90, types and settings as indicated; with test blocks and plugs. C. Provision for Future Devices: Equip compartments with rails, mounting brackets, supports, necessary appurtenances, and bus connections. D. Fungus Proofing: Permanent fungicidal treatment for switchgear interior, including instruments and instrument transformers. E. Control Power Supply: Control power transformer supplying 120-V control circuits through secondary disconnect devices. Include the following features: 1. Dry -type transformers, in separate compartments for units larger than 3 kVA, including primary and secondary fuses. 2. Two control power transformers in separate compartments with necessary interlocking relays; each transformer connected to line side of associated main circuit breaker. a. Secondary windings connected through a relay or relays to control bus to effect an automatic transfer scheme. b. Secondary windings connected through an internal automatic transfer switch to switchgear control power bus. 3. Control Power Fuses: Primary and secondary fuses with current -limiting and overload protection. F. Control Wiring: Factory installed, complete with bundling, lacing, and protection; and complying with the following: 1. Flexible conductors for No. 8 AWG and smaller, for conductors across hinges and for conductors for interconnections between shipping units. 2. Conductors sized according to NFPA 70 for duty required. 2.5 Circuit Breakers A. Description: Comply with IEEE C37.13. B. Ratings: As indicated for continuous, interrupting, and short -time current ratings for each circuit breaker; voltage and frequency ratings same as switchgear. C. Operating Mechanism: Mechanically and electrically trip -free, stored -energy operating mechanism with the following features: 1. Normal Closing Speed: Independent of both control and operator. 2. Slow Closing Speed: Optional with operator for inspection and adjustment. 3. Stored -Energy Mechanism: Electrically charged, with optional manual charging. 4. Operation counter. D. Trip Devices: Microprocessor based relay with multifunctional digital metering , overcurrent trip -device system consisting of one or two current transformers or sensors per phase, a release mechanism, and the following features: 1. Functions: Long -time -delay, short -time -delay, and instantaneous -trip functions, independent of each other in both action and adjustment. 2. Temperature Compensation: Ensures accuracy and calibration stability from minus 5 to plus 40 deg C. 3. Field -adjustable, time -current characteristics. 4. Current Adjustability: Dial settings and rating plugs on trip units or sensors on circuit breakers, or a combination of these methods. 5. Three bands, minimum, for long-time- and short -time -delay functions; marked "minimum," "intermediate," and "maximum." 6. Pickup Points: Five minimum, for long-time- and short -time -trip functions. Equip short - time -trip function for switchable 12t operation. 7. Pickup Points: Five minimum, for instantaneous -trip functions. Page 5 of 11 LOW -VOLTAGE SWITCHGEAR — 26 23 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 8. Ground -fault protection with at least three short -time -delay settings and three trip -time - delay bands; adjustable current pickup. 9. Trip Indication: Labeled, battery -powered lights or mechanical targets on trip device to indicate type of fault. 10. Multifunction Digital -Metering Monitor: UL -listed or -recognized, microprocessor -based unit suitable for three- or four -wire systems and with the following features: a. Inputs from sensors or 5-A current -transformer secondaries, and potential terminals rated to 600 V. b. Switch -selectable digital display of the following: c. Phase Currents, Each Phase: Plus or minus 1 percent. d. Phase -to -Phase Voltages, Three Phase: Plus or minus 1 percent. e. Phase -to -Neutral Voltages, Three Phase: Plus or minus 1 percent. f. Three -Phase Real Power: Plus or minus 2 percent. g. Three -Phase Reactive Power: Plus or minus 2 percent. h. Power Factor: Plus or minus 2 percent. i. Frequency: Plus or minus 0.5 percent. j. Integrated Demand, with Demand Interval Selectable from 5 to 60 Minutes: Plus or minus 2 percent. k. Accumulated energy, in megawatt hours (joules), plus or minus 2 percent; stored values unaffected by power outages for up to 72 hours. 11. Mounting: Display and control unit flush or semiflush mounted in instrument compartment door. 12. Communications: Provide communication capabilities of Ethernet modbus IP/ICP. 13. Relay manufacturer shall be SEL or GE MultLin or approved equal. E. Auxiliary Contacts: For interlocking or remote indication of circuit -breaker position, with spare auxiliary switches and other auxiliary switches required for normal circuit -breaker operation, quantity as indicated. Each consists of two Type "a" and two Type "b" stages (contacts) wired through secondary disconnect devices to a terminal block in stationary housing. F. Drawout Features: Circuit -breaker mounting assembly equipped with a racking mechanism to position circuit breaker and hold it rigidly in connected, test, and disconnected positions. Include the following features: 1. Interlocks: Prevent movement of circuit breaker to or from connected position when it is closed, and prevent closure of circuit breaker unless it is in connected, test, or disconnected position. 2. Circuit -Breaker Positioning: An open circuit breaker may be racked to or from connected, test, and disconnected positions only with the associated compartment door closed unless live parts are covered by a full dead -front shield. An open circuit breaker may be manually withdrawn to a position for removal from the structure with the door open. Status for connection devices for different positions includes the following: a. Test Position: Primary disconnect devices disengaged, and secondary disconnect devices and ground contact engaged. b. Disconnected Position: Primary and secondary devices and ground contact disengaged. G. Arc Chutes: Readily removable from associated circuit breaker when it is in disconnected position, and arranged to permit inspection of contacts without removing circuit breaker from switchgear. H. Padlocking Provisions: For installing at least three padlocks on each circuit breaker to secure its enclosure and prevent movement of drawout mechanism. I. Operating Handle: One for each circuit breaker capable of manual operation. J. Electric Close Button: One for each electrically operated circuit breaker. Page 6 of 11 LOW -VOLTAGE SWITCHGEAR — 26 23 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction K. Mechanical Interlocking of Circuit Breakers: Uses a mechanical tripping lever or equivalent design and electrical interlocks. L. Key Interlocks: Arranged so keys are attached at devices indicated. Mountings and hardware are included where future installation of key -interlock devices is indicated. M. Undervoltage Trip Devices: Instantaneous, with adjustable pickup voltage. N. Undervoltage Trip Devices: Adjustable time -delay and pickup voltage. O. Shunt -Trip Devices: Where indicated. P. Fused Circuit Breakers: Circuit breaker and fuse combinations complying with requirements for circuit breakers and trip devices and with the following: (1) Fuses: NEMA FU 1, Class L current limiting, sized to coordinate with and protect associated circuit breaker. (2) Circuit Breakers with Frame Size 1600 A and Smaller: Fuses on line side of associated circuit breaker, on a common drawout mounting, arranged so fuses are accessible only when circuit breaker is in disconnected position. (3) Circuit Breakers with Frame Sizes More Than 1600 A: Fuses and circuit breakers may be installed in separate compartments on separate drawout mountings. Fuse drawout element is interlocked with associated power circuit breaker to prevent drawing out fuse element unless circuit breaker is in open position. (4) Open -Fuse Trip Device: Positive means of tripping and holding circuit breaker in open position when a fuse opens. Open -fuse status is indicated at front of circuit breaker or fuse drawout element. Q. Indicating Lights: To indicate circuit breaker is open or closed, for main and bus tie circuit breakers interlocked either with each other or with external devices. R. Communications: Solid state communications interface with Ethernet, modbus communications capabilities. Provide integration to SCADA/Fiber communications systems. 2.6 Automatic Transfer Control System A. Dual Source, With Tie, Open Transition Automatic Transfer Control System 1. Where indicated on the drawings, provide an automatic transfer control system for control of three circuit breakers. The logic of the transfer control system functions shall be provided via a microprocessor. The set points shall be field adjustable without the use of special tools 2. The transfer control system shall be provided with a local display. The display shall show the status of the system as it is operating. When timers are functioning, the display shall show the timer counting down. All time delays shall be capable of being set from the front of the display using a timer setting screen 3. The transfer control system includes the following features: a. Time delay to transfer on loss of Source 1, adjustable. b. Time delay to transfer on loss of Source 2, adjustable. c. Time delay re -transfer to Source 1, adjustable. d. Time delay re -transfer to Source 2, adjustable. e. Time delay neutral (main and tie open), adjustable. f. The local system display shall show the following: Main- Tie- Main one line diagram; main and tie breaker status (open, closed, tripped, out of cell); readout marked "Source 1" and "Source 2" to indicate that respective source voltages are available; automatic/manual mode select pushbutton; pushbuttons for manual breaker control; and alarm information (loss of source, breaker trip). 4. Sequence of Operation — Automatic Mode a. Under normal conditions, the main breakers are closed and the tie breaker is open. b. Upon phase loss or loss of phase -to -phase voltage of either utility source to between 80% and 100% of nominal, and after a time delay, adjustable from 1 to 60 seconds to Page 7 of 11 LOW -VOLTAGE SWITCHGEAR — 26 23 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction override momentary dips and outages the transfer control system shall open the affected main breaker and close the tie breaker. c. When normal voltage has been restored after a time delay, adjustable from 10 to 600 seconds (to ensure the integrity of the source), the transfer control system shall open the tie breaker. The transfer control system shall have an adjustable neutral position timer (0-10 seconds) to allow voltage to decay sufficiently before the affected main breaker is then closed (open transition retransfer). d. If Source 2 should fail while carrying the load, transfer to Source 1 shall be made instantaneously upon restoration of Source 1 to satisfactory conditions. e. If both sources should fail simultaneously, no action shall be taken. f. If the main or tie breakers trip due to a fault, the transfer control system shall be reset to manual mode and manual operation of that breaker shall be prevented until its overcurrent trip switch is reset. 5. Sequence of Operation — Manual Mode a. While in manual mode, breakers shall be capable of being opened and closed using control switches or pushbuttons on the transfer control system display. Electrical interlocking shall be provided to prevent the closing of both mains and the tie simultaneously. 6. Provide a control power transformer for each source with control power transfer scheme 7. Provide electrically operated main and tie circuit breakers 8. Provide a programmable logic controller with 24 volts dc ride -through power supply 9. Provide an industrial display panel 2.7 Accessories A. Accessory Set: Furnish tools and miscellaneous items required for circuit -breaker and switchgear test, inspection, maintenance, and operation. 1. Racking handle to manually move circuit breaker between connected and disconnected positions. 2. Portable test set for testing all functions of circuit -breaker, solid-state trip devices without removal from switchgear. 3. Relay and meter test plugs suitable for testing switchgear meters and switchgear class relays. B. Circuit -Breaker Removal Apparatus: Portable, floor -supported, roller -base, elevating carriage arranged for moving circuit breakers in and out of compartments. C. Circuit -Breaker Removal Apparatus: Overhead -circuit -breaker lifting device, track mounted at top front of switchgear and complete with hoist and lifting yokes matching each size of draw -out circuit breaker installed. D. Spare -Fuse Cabinet: Identified and compartmented steel box or cabinet with lockable door. E. Storage for Manual: Include a rack or holder, near the operating instructions, for a copy of maintenance manual. F. Communications : Ethernet / IP / Modbus Communications capable interface for each Circuit Breaker, Controller, or Relay. 2.8 Identification A. Mimic Bus: Continuous mimic bus, arranged in single -line diagram format, using symbols and lettered designations consistent with approved mimic -bus diagram. 1 Mimic -bus segments coordinated with devices in switchgear sections to which applied, to produce a concise visual presentation of principal switchgear components and connections. 2. Medium: Painted graphics, as selected by Engineer/owner. 3. Color: Contrasting with factory -finish background; as selected by Engineer/owner from manufacturer's full range. Page 8 of 11 LOW -VOLTAGE SWITCHGEAR — 26 23 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction B. System Power Riser Diagrams: Depict power sources, feeders, distribution components, and major loads. Include as -built data for low -voltage power switchgear and connections as follows: 1. Frame size of each circuit breaker. 2. Trip rating for each circuit breaker. 3. Conduit and wire size for each feeder. PART 3 EXECUTION 3.1 Examination A. Examine elements and surfaces where switchgear will be installed for compliance with installation tolerances, required clearances, and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Installation A. Comply with applicable portions of NECA 400. B. Anchor switchgear assembly in floor and attach by bolting. 1. Concrete Bases: 4 Bruch; ^ (100 mm) high, reinforced, with chamfered edges. Extend base no more than ;':!'„ liu°u L; ^ (75 mm) in all directions beyond the maximum dimensions of switchgear unless otherwise indicated or unless required for seismic anchor support. Construct concrete bases according to Section 260529 "Hangers and Supports for Electrical Systems." C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, brackets, and temporary blocking of moving parts from switchgear units and components. 3.3 Identification A. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs as specified in Section 260553 "Identification for Electrical Systems." B. Diagram and Instructions: 1. Frame and mount under clear acrylic plastic on the front of switchgear. a. Operating Instructions: Printed basic instructions for switchgear, including control and key -interlock sequences and emergency procedures. b. System Power Riser Diagrams: Depict power sources, feeders, distribution components, and major loads. 2. Storage for Maintenance: Include a rack or holder, near the operating instructions, for a copy of maintenance manual. 3.4 Connections A. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems." B. Connect wiring according to Section 260519 "Low -Voltage Electrical Power Conductors and Cables." 3.5 Field Quality Control A. Prepare for and assist owners agent to perform acceptance tests as follows: 1. Test insulation resistance for each switchgear bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. 3. Inspect switchgear installation, including wiring, components, connections, and Page 9 of 11 LOW -VOLTAGE SWITCHGEAR — 26 23 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction equipment.Test and adjust components and equipment. 4. Verify that electrical control wiring installation complies with manufacturer's submittal by means of point-to-point continuity testing. Verify that wiring installation complies with requirements in electrical Sections. 5. Complete installation and startup checks according to manufacturer's written instructions. 6. Assist in field testing of equipment including pretesting and adjusting of equipment and components. B. Assist owner agent to perform the following field tests and inspections; 1. Perform each visual and mechanical inspection and electrical test stated in NETA ATS. Certify compliance with test parameters. Perform NETA tests and inspections for each of the following NETA categories: a. Switchgear. b. Circuit breakers. c. Protective relays. d. Instrument transformers. e. Metering and instrumentation. f. General Ground -fault systems. g. Capacitors. 2. Remove and replace malfunctioning units and retest as specified above. C. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, assist owner's inspection agent in performing an infrared scan of each switchgear. Remove front and rear panels so joints and connections are accessible to portable scanner. 1. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 2. Record of Infrared Scanning: Prepare a certified report that identifies switchgear checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.6 Adjusting A. Assist owners agent to set field -adjustable, protective -relay trip characteristics according to Engineer's Coordination Report. B. Set field -adjustable, protective -relay trip characteristics. 3.7 Cleaning A. On completion of installation, inspect interior and exterior of switchgear. Remove paint splatters and other spots. Vacuum dirt and debris; do not use compressed air to assist in cleaning. Repair exposed surfaces to match original finish. 3.8 Labels A. Apply Arc Flash Labels per Engineer's Report. 3.9 Protection A. Temporary Heating: Apply temporary heat to switchgear, according to manufacturer's written instructions, throughout periods when switchgear environment is not controlled for temperature and humidity within manufacturer's stipulated service conditions. 3.10 Demonstration Page 10 of 11 LOW -VOLTAGE SWITCHGEAR — 26 23 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain switchgear. END OF SECTION Page 11 of 11 LOW -VOLTAGE SWITCHGEAR — 26 23 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2015 Technical Specifications for Construction SECTION 26 2416 PANELBOARDS PART 1 General 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. Section Includes: 1. Distribution panelboards. 2. Lighting and appliance branch -circuit panelboards. 1.3 Definitions The latest edition of the referenced item below shall be used. A. SVR: Suppressed voltage rating. B. TVSS: Transient voltage surge suppressor. 1.4 Action Submittals A. Product Data: For each type of panelboard, switching and overcurrent protective device, transient voltage suppression device, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. B. Shop Drawings: For each panelboard and related equipment. 1. Include dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. 2. Detail enclosure types and details for types other than NEMA 250, Type 1. 3. Detail bus configuration, current, and voltage ratings. 4. Short-circuit current rating of panelboards and overcurrent protective devices. 5. Include evidence of NRTL listing for series rating of installed devices. 6. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 7. Include wiring diagrams for power, signal, and control wiring. 8. Include time -current coordination curves for each type and rating of overcurrent protective device included in panelboards. Submit on translucent log -log graft paper; include selectable ranges for each type of overcurrent protective device. 1.5 Informational Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Qualification Data: For qualified testing agency. B. Field Quality -Control Reports: 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. C. Panelboard Schedules: For installation in panelboards. Submit final versions after load Page 1 of 8 PANELBOARDS — 26 24 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2015 Technical Specifications for Construction balancing 1.6 Closeout Submittals A. Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following: 1. Manufacturer's written instructions for testing and adjusting overcurrent protective devices. 2. Time -current curves, including selectable ranges for each type of overcurrent protective device that allows adjustments. 1.7 Maintenance Material Submittals A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Keys: Two spares for each type of panelboard cabinet lock. 2. Circuit Breakers Including GFCI and Ground Fault Equipment Protection (GFEP) Types: Two spares for each panelboard. 3. Fuses for Fused Switches: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 4. Fuses for Fused Power -Circuit Devices: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 1.8 Quality Assurance A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. B. Source Limitations: Obtain panelboards, overcurrent protective devices, components, and accessories from single source from single manufacturer. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for panelboards including clearances between panelboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. E. Comply with NEMA PB 1. F. Comply with NFPA 70. 1.9 Delivery, Storage, and Handling A. Remove loose packing and flammable materials from inside panelboards; install temporary electric heating (250 W per panelboard) to prevent condensation. B. Handle and prepare panelboards for installation according to NEMA PB 1. Products 1.10 Project Conditions A. Environmental Limitations: 1. Do not deliver or install panelboards until spaces are enclosed and weathertight, wet work in spaces is complete and dry, work above panelboards is complete, and temporary HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. 2. Rate equipment for continuous operation under the following conditions unless otherwise indicated: a. Ambient Temperature: Not exceeding 23 deg IF"' (rinliiruus (.a) to Ipllii,cs 104 deg II'"' Page 2 of 8 PANELBOARDS — 26 24 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2015 Technical Specifications for Construction (phis 40 deg ::a1). b. Altitude: Not exceeding feet (2.000 irirn). B. Service Conditions: NEMA PB 1, usual service conditions, as follows: 1. Ambient temperatures within limits specified. 2. Altitude not exceeding feet (a'ia'ia'i irirn). C. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Owner no fewer than 7 days in advance of proposed interruption of electric service. 2. Do not proceed with interruption of electric service without Owner's written permission. 3. Comply with NFPA 70E. 1.11 Coordination A. Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete. 1.12 Warranty A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace transient voltage suppression devices that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. PART 2 Products 2.1 General Requirements for Panelboards A. Enclosures: Surface -mounted cabinets. 1. Rated for environmental conditions at installed location. a. Indoor Dry and Clean Locations: NEMA 250, Type 1. b. Outdoor Locations: NEMA 250, Type 4X316 stainless steel. c. Corrosive Areas: NEMA 250, Type 4X, 316 stainless steel. d. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: NEMA 250, Type 12. 2. Front: Secured to box with concealed trim clamps. For surface -mounted fronts, match box dimensions; for flush -mounted fronts, overlap box. 3. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. 4. Skirt for Surface -Mounted Panelboards: Same gage and finish as panelboard front with flanges for attachment to panelboard, wall, and ceiling or floor. 5. Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral with enclosure body. Arrange to isolate individual panel sections. Page 3 of 8 PANELBOARDS — 26 24 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2015 Technical Specifications for Construction 6. Finishes: a. Panels and Trim: galvanized steel, factory finished immediately after cleaning and pretreating with manufacturer's standard two -coat, baked -on finish consisting of prime coat and thermosetting topcoat. b. Back Boxes: Galvanized steel. c. Fungus Proofing: Permanent fungicidal treatment for overcurrent protective devices and other components. 7. Directory Card: Inside panelboard door, mounted in transparent card holder or metal frame with transparent protective cover. B. Incoming Mains Location: Top and bottom. C. Phase, Neutral, and Ground Buses: 1. Material: Tin-plated aluminum. 2. Equipment Ground Bus: Adequate for feeder and branch -circuit equipment grounding conductors; bonded to box. 3. Isolated Ground Bus: Adequate for branch -circuit isolated ground conductors; insulated from box. 4. Extra -Capacity Neutral Bus: Neutral bus rated 200 percent of phase bus and UL listed as suitable for nonlinear loads. 5. Split Bus: Vertical buses divided into individual vertical sections. D. Conductor Connectors: Suitable for use with conductor material and sizes. 1. Material: Tin-plated aluminum. 2. Main and Neutral Lugs: Mechanical type. 3. Ground Lugs and Bus -Configured Terminators: Mechanical type. 4. Feed -Through Lugs: Mechanical type, suitable for use with conductor material. Locate at opposite end of bus from incoming lugs or main device. 5. Subfeed (Double) Lugs: Mechanical type suitable for use with conductor material. Locate at same end of bus as incoming lugs or main device. 6. Gutter -Tap Lugs: Mechanical type suitable for use with conductor material. Locate at same end of bus as incoming lugs or main device. 7. Extra -Capacity Neutral Lugs: Rated 200 percent of phase lugs mounted on extra - capacity neutral bus. E. Service Equipment Label: NRTL labeled for use as service equipment for panelboards or load centers with one or more main service disconnecting and overcurrent protective devices. F. Future Devices: Mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices. G. Panelboard Short -Circuit Current Rating: Rated for series -connected system with integral or remote upstream overcurrent protective devices and labeled by an NRTL. Include size and type of allowable upstream and branch devices, listed and labeled for series -connected short-circuit rating by an NRTL. H. Panelboard Short -Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. 2.2 Distribution Panelboards A. Manufacturers: Subject to compliance with requirements, provide products by one of the following : Page 4 of 8 PANELBOARDS — 26 24 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2015 Technical Specifications for Construction 1. hfYl I [2f hl if 2 L. I If' gllh C l .1.211 I II I IC L relb ill lti" r i I I Ip;. 2.iiri2lll Irgh1VgQ2+iiil0.2ii cn[Q2+i2!,1iiiri2fLliid„.121i I2� ���r�rii�'�. .�I 3. Qr iiir ii:Y l r .c,1 t`. ,,!L!.2+iii2lhi2.Ri i12:1. 4.„.c:1112„Jr I:?.„:;„„„„2 xi Iirk 2xh a2 iIit ir...c i I Ic 2„a hi12���• (Preferred) � B. Panelboards: NEMA PB 1, power and feeder distribution type. C. Doors: Secured with vault -type latch with tumbler lock; keyed alike. 1. For doors more than ;':!'„d liu°uehe^ (91ir'irnm) high, provide two latches, keyed alike. D. Mains: As indicated E. Branch Overcurrent Protective Devices for Circuit -Breaker Frame Sizes 125 A and Smaller: Bolt -on circuit breakers. F. Branch Overcurrent Protective Devices for Circuit -Breaker Frame Sizes Larger Than 125 A: Bolt -on circuit breakers; plug-in circuit breakers where individual positive -locking device requires mechanical release for removal. 2.3 Lighting and Appliance Branch -Circuit Panelboards A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. 2hfYI I i9,j f hl if 2 L. I If' gllh C l I21I I II I IC L relb ill lti” r I I p;. 2. n. iir i 11 11 Ir ri12, 2 2+iiil0.2. .ci 2 2+ii,;Y„I1iiir i tL Illt 11 ii2l x;12 3. .U.2 ii r ii:Y.l iir . t`. L!!„2+iii2hi2+:Ri ii2.. 4.c:112lir p 2 1aniirk 2xh a2 iiit ir...c i I Ic 2„a hi12��� (Preferred) � B. Panelboards: NEMA PB 1, lighting and appliance branch -circuit type. C. Mains: Circuit breaker or lugs only. D. Branch Overcurrent Protective Devices: Plug-in or Bolt -on circuit breakers, replaceable without disturbing adjacent units. E. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. F. Column -Type Panelboards: Narrow gutter extension, with cover, to overhead junction box equipped with ground and neutral terminal buses. 2.4 Disconnecting and Overcurrent Protective Devices A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: r .�irLL.......1°:'p1+r 111at: Subject to compliance with requirements, provide Square D product indicated on drawings or comparable product by one of the following: 1. 2hfYI I 19,j f hl iflL. I If' 4 gllh C l I21I I II I IC L. relb ill lti” r i I I p;. 2. g„iii t2„ II I r r i g 2, 2+ i i i 2.2l E.ca 2 2+ i t L Ii i i r i L lir l.q!.. 2„ ;12 3. .U.2 ii ii:Y.l iir t`. L12+iii2hi2+:Ri ii21. 4. a aQ, llei4 Q ei be�lC fYl „wf 4 12....2 4',V.th V.. 5. Approved Equal. C. Molded -Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity to meet available fault currents. 1 Thermal -Magnetic Circuit Breakers: Inverse time -current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit -breaker frame sizes 250 A and larger. 2. Adjustable Instantaneous -Trip Circuit Breakers: Magnetic trip element with front - mounted, field -adjustable trip setting. 3. Electronic trip circuit breakers with rms sensing; field -replaceable rating plug or field - replicable electronic trip; and the following field -adjustable settings: Page 5 of 8 PANELBOARDS — 26 24 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2015 Technical Specifications for Construction a. Instantaneous trip. b. Long- and short -time pickup levels. c. Long- and short -time time adjustments. d. Ground -fault pickup level, time delay, and 12t response. 4. Current -Limiting Circuit Breakers: Frame sizes 400 A and smaller; let -through ratings less than NEMA FU 1, RK -5. 5. GFCI Circuit Breakers: Single- and two -pole configurations with Class A ground -fault protection (6-mA trip). 6. Ground -Fault Equipment Protection (GFEP) Circuit Breakers: Class B ground -fault protection (30-mA trip). 7. Arc -Fault Circuit Interrupter (AFC!) Circuit Breakers: Comply with UL 1699; 120/240-V, single -pole configuration. 8. Molded -Case Circuit -Breaker (MCCB) Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials. c. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high-intensity discharge (HID) lighting circuits. d. Zone -Selective Interlocking: Integral with electronic trip unit; for interlocking ground - fault protection function with other upstream or downstream devices. e. Multipole units enclosed in a single housing or factory assembled to operate as a single unit. 2.5 Accessory Components and Features A. Accessory Set: Include tools and miscellaneous items required for overcurrent protective device test, inspection, maintenance, and operation. B. Portable Test Set: For testing functions of solid-state trip devices without removing from panelboard. Include relay and meter test plugs suitable for testing panelboard meters and switchboard class relays. PART 3 Execution 3.1 Examination A. Receive, inspect, handle, and store panelboards according to NEMA PB 1.1. B. Examine panelboards before installation. Reject panelboards that are damaged or rusted or have been subjected to water saturation. C. Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Installation A. Install panelboards and accessories according to NEMA PB 1.1 and as shown on drawings. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards. C. Mount top of trim°' : ra ch above finished floor unless otherwise indicated. D. Mount panelboard cabinet plumb and rigid without distortion of box. Mount recessed Page 6 of 8 PANELBOARDS — 26 24 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2015 Technical Specifications for Construction panelboards with fronts uniformly flush with wall finish and mating with back box. E. Install overcurrent protective devices and controllers not already factory installed. 1. Set field -adjustable, circuit -breaker trip ranges. F. Install filler plates in unused spaces. G. Stub four 1 nal (2/ CIRCO empty conduits from panelboard into accessible ceiling space or space designated to be ceiling space in the future. Stub four 1 nal (2/ CIRCO empty conduits into raised floor space or below slab not on grade. H. Arrange conductors in gutters into groups and bundle and wrap with wire ties after completing load balancing. I. Comply with NECA 1. 3.3 Identification A. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs complying with Section 260553 "Identification for Electrical Systems." B. Create a directory to indicate installed circuit loads after balancing panelboard loads; incorporate Owner's final room designations. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable. C. Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems." D. Device Nameplates: Label each branch circuit device in distribution panelboards with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems." 3.4 Field Quality Control A. Coordinate with owner to perform inspection and testing. B. Perform tests and inspections. 1. Coordinate with owner or owner representative to witness inspection of components, assemblies, and equipment installations, including connections, and to assist in testing. C. Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. D. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3. Assist owner's agent in performing the following infrared scan tests and inspections: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each panelboard. Remove front panels so joints and connections are accessible to portable scanner. b. Instruments and Equipment: (1) Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. E. Panelboards will be considered defective if they do not pass tests and inspections. Page 7 of 8 PANELBOARDS — 26 24 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2015 Technical Specifications for Construction F. Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.5 Adjusting A. Adjust moving parts and operable component to function smoothly, and lubricate as recommended by manufacturer. B. Set field -adjustable circuit -breaker trip ranges as indicated. END OF SECTION 262416 Page 8 of 8 PANELBOARDS — 26 24 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 24 19 MOTOR -CONTROL CENTERS PART 1 General 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. Section includes MCCs for use with ac circuits rated 600 V and less and having the following factory -installed components: 1. Incoming main lugs and OCPDs. 2. Full -voltage magnetic controllers. 3. Multispeed controllers. 4. VFCs. 5. Instrumentation. 6. Auxiliary devices. 1.3 Definitions The latest edition of the referenced item below shall be used. A. BAS: Building automation system. B. CE: Conformite Europeene (European Compliance). C. CPT: Control power transformer. D. EMI: Electromagnetic interference. E. GFCI: Ground fault circuit interrupting. F. IGBT: Insulated -gate bipolar transistor. G. LAN: Local area network. H. LED: Light -emitting diode. I. MCC: Motor -control center. J. MCCB: Molded -case circuit breaker. K. MCP: Motor -circuit protector. L. NC: Normally closed. M. NO: Normally open. N. OCPD: Overcurrent protective device. O. PCC: Point of common coupling. P. PID: Control action, proportional plus integral plus derivative. Q. PT: Potential transformer. R. PWM: Pulse -width modulated. S. RFI: Radio-frequency interference. T. SCR: Silicon -controlled rectifier. Page 1 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction U. TDD: Total demand (harmonic current) distortion. V. THD(V): Total harmonic voltage demand. W. TVSS: Transient voltage surge suppressor. X. VFC: Variable -frequency controller. 1.4 Action Submittals A. Product Data: For each type of controller and each type of MCC. Include shipping and operating weights, features, performance, electrical ratings, operating characteristics, and furnished specialties and accessories. B. Shop Drawings: For each MCC, manufacturer's approval and production drawings as defined in UL 845. In addition to requirements specified in UL 845, include dimensioned plans, elevations, and sections; and conduit entry locations and sizes, mounting arrangements, and details, including required clearances and service space around equipment. 1 Show tabulations of installed devices, equipment features, and ratings. Include the following: a. Each installed unit's type and details. b. Factory -installed devices. c. Enclosure types and details. d. Nameplate legends. e. Short-circuit current (withstand) rating of complete MCC, and for bus structure and each unit. f. Features, characteristics, ratings, and factory settings of each installed controller and feeder device, and installed devices. g. Specified optional features and accessories. 2. Schematic Wiring Diagrams: For power, signal, and control wiring for each installed controller. 3. Nameplate legends. 4. Vertical and horizontal bus capacities. 5. Features, characteristics, ratings, and factory settings of each installed unit. 1.5 Informational Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Standard Drawings: For each MCC, as defined in UL 845. B. Production Drawings: For each MCC, as defined in UL 845. C. Coordination Drawings: Floor plans, drawn to scale, showing dimensioned layout, required working clearances, and required area above and around MCCs where pipe and ducts are prohibited. Show MCC layout and relationships between electrical components and adjacent structural and mechanical elements. Show support locations, type of support, and weight on each support. Indicate field measurements. D. Product Certificates: For each MCC, from manufacturer. E. Load -Current and List of Settings of Adjustable Overload Relays: Compile after motors have been installed, and arrange to demonstrate that switch settings for motor running overload protection suit actual motors to be protected. F. Warranty: Sample of special warranty. 1.6 Closeout Submittals Page 2 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Operation and Maintenance Data: For MCCs, all installed devices, and components to include in emergency, operation, and maintenance manuals. Include the following: 1 Manufacturer's Record Drawings: As defined in UL 845. In addition to requirements specified in UL 845, include field modifications and field -assigned wiring identification incorporated during construction by manufacturer, Contractor, or both. 2. Manufacturer's written instructions for testing and adjusting circuit breaker and MCP trip settings. 3. Manufacturer's written instructions for setting field -adjustable overload relays. 4. Manufacturer's written instructions for testing, adjusting, and reprogramming reduced - voltage, solid-state controllers. 5. Manufacturer's written instructions for testing, adjusting, and reprogramming microprocessor control modules. 6. Manufacturer's written instructions for setting field -adjustable timers, controls, and status and alarm points. 1.7 Maintenance Material Submittals A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 2. Control Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. 3. Indicating Lights: Two of each type and color installed. 4. Auxiliary Contacts: Furnish one spare(s) for each size and type of magnetic controller installed. 5. Power Contacts: Furnish three spares for each size and type of magnetic contactor installed. 1.8 Quality Assurance A. Testing Agency Qualifications: Member company of NETA or an NRTL. B. Source Limitations: Obtain MCCs and controllers of a single type from single source from single manufacturer. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. D. Comply with NFPA 70. 1.9 Delivery, storage, and Handling A. Deliver MCCs in shipping splits of lengths that can be moved past obstructions in delivery paths. B. Handle MCCs according to the following: 1. NEMA ICS 2.3, "Instructions for the Handling, Installation, Operation, and Maintenance of Motor Control Centers Rated Not More Than 600 Volts." 2. NECA 402, "Recommended Practice for Installing and Maintaining Motor Control Centers." C. If stored in space that is not permanently enclosed and air conditioned, remove loose packing and flammable materials from inside MCCs; install temporary electric heating, with at least 250 W per vertical section. Page 3 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1.10 Project Conditions A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Less than 0 deg IIF' (ir°muliinu.us 18 deg C) or exceeding 104 deg II'"' (40 deg C), with an average value exceeding 25 deg II'"' (35 deg Cy over a 24-hour period. 2. Ambient Storage Temperature: Not less than minus 4 dog II"""' (ir°muliinu.us 20 deg Cy and not exceeding 140 deg II:' (1 11 deg C). 3. Humidity: Less than 95 percent (noncondensing). 4. Altitude: 3300 55 1u:'.0 Q (1111111 irn) if MCC includes solid-state devices. B. Interruption of Existing Electrical Service or Distribution Systems: Do not interrupt electrical service to, or distribution systems within, a facility occupied by Owner or others unless permitted under the following conditions, and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than 7 days in advance of proposed interruption of electrical service. 2. Indicate method of providing temporary electrical service. 3. Do not proceed with interruption of electrical service without Owner's written permission. 4. Comply with NFPA 70E. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for MCCs, including clearances between MCCs and adjacent surfaces and other items. 1.11 Coordination A. Coordinate sizes and locations of concrete bases. Cast anchor -bolt inserts into bases. B. Coordinate features of MCCs, installed units, and accessory devices with remote pilot devices and control circuits to which they connect. C. Coordinate features, accessories, and functions of each MCC, each controller, and each installed unit with ratings and characteristics of supply circuits, motors, required control sequences, and duty cycle of motors and loads. 1.12 Warranty A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace equipment or devices that fail in materials or workmanship within specified warranty period. 1. Warranty Period: one year from date of Substantial Completion. PART2 PRODUCTS 2.1 Manufacturers A. MCCs shall be Allen-Bradley® CENTERLINE® 2100 2.2 Ratings A. The MCC shall be rated for the system voltage as indicated on the contract drawings. B. The MCC horizontal and vertical power bus bracing shall be rated to meet or exceed the available fault current as shown on the contract drawings, but shall not be less than 65,000 A rms symmetrical. Page 4 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction C. All MCC units shall have a full rated short-circuit rating that meets or exceeds the available fault current as shown on the contract drawings. D. All circuit breakers used in the motor control center shall have full -rated short-circuit interrupting ratings based on the applied MCC voltage. E. The MCC shall provide front Accessibility as defined by IEEE C37.20.9 - F. 2007 `IEEE Guide for Testing Metal -enclosed Switchgear Rated up to 38 kV for Internal Arcing Faults'. 2.3 Enclosure A. The MCC enclosure shall be NEMA Type 1 with gasket around perimeter of doors B. Each section shall be equipped with two full metal side sheets to isolate each vertical section and to help reduce the likelihood of fault propagation between sections. C. All interior and exterior surfaces shall be painted ANSI 49 medium light gray. The vertical wireways and unit back plates shall be painted high visibility gloss white. All unpainted parts shall be plated for corrosion resistance. D. Removable closing plates on each end of the MCC shall cover all horizontal bus and horizontal wireway openings. E. Insulating sheets shall be provided on the inside of end closing plates for horizontal bus openings to help prevent burn -through of the end closing plate in the event that an internal arcing fault occurs in the horizontal bus compartment. 2.4 Structure A. The MCC shall be of dead front construction and shall consist of one or more vertical sections bolted together to form a rigid, free-standing assembly. The systems shall be designed to allow for the addition of future sections at either end and to permit the interchanging of units. B. Vertical sections shall be rigid, free-standing structures. 1. Vertical sections shall have internal mounting angles running continuously within the shipping block. 2. An external mounting channel that is required to maintain structure integrity is not acceptable. 3. Vertical sections shall be 90 in. high, 20in. deep and 20 in. Wide, except where larger dimensions are required. 4. 71 in. high, reduced height sections shall be provided, if specified on the contract drawings. 5. Vertical sections shall be provided with a removable steel lifting angle on all shipping blocks. The angle shall run the length of the shipping block. 6. Lifting eyes are not acceptable. 7. Each standard section shall be capable of being subdivided into 12 usable, unit spaces. 8. Two unit spaces shall constitute one space factor and shall be 13 in. in height. 9. One unit space shall constitute one-half space factor and shall be 6.5 in. in height. C. Horizontal Wireways 1 Horizontal wireways shall be located at the top and bottom of the MCC. Page 5 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2. Horizontal wireways shall be 6 in. in height and extend the full depth of the vertical section to allow maximum flexibility in locating conduit for MCC feeds and loads. a. Pull -boxes to extend the height of the top horizontal wireway by 12 in. shall be provided, if specified on the contract drawings. 3. Horizontal wireways shall be continuous across the length of the MCC, except where access needs to be denied due to electrical isolation requirements. 4. The horizontal wireways shall be isolated from the power bus. 5. The horizontal wireways shall have removable covers held in place by captive screws. D. Provide a full height vertical wireway, independent of the plug-in units, in each standard vertical section. 1. The vertical wireway shall be isolated from the vertical and horizontal buses. 2. The vertical wireway shall be covered with a hinged and secured door. 3. Wireway tie bars shall be provided. 4. Isolation between the wireway and units shall be provided. 5. Vertical wireway doors shall be provided with arc resistant latches to help keep the door latched in the event that an internal arcing fault occurs. 2.5 Bus Bars A. Horizontal Power Bus 1. The horizontal bus shall be rated as shown on the drawings. 2. The horizontal bus material shall be copper with tin plating. 3. The horizontal bus shall be supported, braced and isolated from the vertical bus with a high strength, non-conductive, non -tracking, glass polyester material. 4. For standard sections the horizontal bus shall be continuous within each shipping block and shall be braced within each section 5. Horizontal bus splices shall have at least two bolts on each side. B. Vertical Bus 1. The vertical power bus shall have an effective rating of 600 A. If a center horizontal bus construction is utilized, then the rating shall be 300 A above and below the horizontal bus for an effective rating of 600 A. If a top or bottom mounted horizontal bus is utilized, then the full bus must be rated for 600 A. 2. The vertical bus material shall be copper with tin plating. 3. The vertical bus shall attach to the horizontal bus with at least two bolts. 4. The vertical bus shall be continuously braced by a high strength, non-conductive, non - tracking, glass -filled polyester material and isolated from the unit spaces by a non- conductive, polycarbonate molded cover. 5. The vertical bus shall be isolated from the horizontal power bus except where necessary to connect the vertical power bus to the horizontal power bus. 6. Automatic shutters shall cover plug-in stab openings when units are removed. C. Ground Bus 1. Provide a ground bus system consisting of a horizontal ground bus connected to vertical ground buses mounted in each section. 2. Provide an tin-plated copper (0.25 x 1 in. or 0.25 x 2 in.) horizontal ground bus mounted in the bottom of the MCC unless otherwise specified in the drawings. Page 6 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 3. Provide a pressure-type mechanical lug mounted on the ground bus in the incoming line section. 4. Provide a unit ground stab on all unit inserts. The ground stab shall establish unit insert grounding to the vertical ground bus before the plug-in power stabs engage the power bus. The grounding shall be maintained until after the plug-in power stabs are disengaged. 2.6 Ethernet/IP Communication A. The MCC shall have Ethernet wiring incorporated into its design. 1. The MCC shall have Ethernet cabling incorporated throughout the vertical section. 2. Each motor starter, AC drive and soft starter unit in the MCC shall be supplied with a means to communicate via EtherNet/IP network. B. Ethernet Cabling 1. Ethernet Cable Ratings a. The Ethernet cable shall be 600V UL PLTC rated. b. The use of a 300V rated cable is not acceptable 2. Layout a. Cable shall connect each section to one another in the top or bottom wireways. b. Ethernet cable through the MCC section shall be routed from the top or bottom wireways. To prevent accidental mechanical damage during MCC installation, the cable shall be located behind barriers to isolate the cable from the unit space and wireways. c. Eight Ethernet ports shall be provided in the rear of each vertical wireway of standard sections to simplify installation, relocation, and addition of plug-in units. d. The EtherNet/IP device within each unit shall be factory connected to an Ethernet port in the vertical wireway by using a 600V -rated Ethernet cable. 3. Power Supplies a. The power supply shall provide 24V DC for the devices that require it. b. The MCC manufacturer shall check the user's design to ensure that adequate power supplies have been specified to conform with network requirements. c. Power supply output shall be rated 8 A, 24V DC. d. The power supply shall be Allen-Bradley Bulletin 1606-XLSDNET8 or approved equal. e. The power supply unit shall be provided with a buffer module to provide a minimum of 500 ms ride -through at full load. f. The buffer module shall be Allen-Bradley Bulletin 1606-XLBUFFER or approved equal. C. EtherNet/IP Interface for Motor Starter Units 1. Motor starter units shall have an electronic overload relay that incorporates the following features a. Built-in EtherNet/IP communication b. LEDs for status indication c. Test/Reset button d. Selectable trip of NEMA Class 5 to 30. Unless indicated, the trip class shall be set for NEMA Class 20 operation e. Four inputs and two outputs. Refer to the contract drawings for connection Page 7 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction requirements f. Protective functions (1) Functions shall provide a programmable trip level, warning level, time delay, and inhibit window. (2) Protective functions shall include Thermal overload, Phase loss, Stall, Jam, Underload, Current imbalance, Remote trip, and PTC thermistor input. (3) Ground fault protection [is] [is not] required. i. If ground fault protection is required, the protection range shall be 1 A to 5 A for NEMA Size 3 and smaller starters, and 20 mA to 5 A for NEMA Size 4 and larger starters. g. Current monitoring functions shall include phase current, average current, full load current, current imbalance percent, percent thermal capacity utilized, and ground fault current (if required). h. Voltage, energy, and frequency measuring capabilities shall be included. Diagnostic information shall include device status, warning status, time to reset, trip status, time to overload trip, and history of last five trips. Preventative maintenance information shall include Allowable starts per hour, required Time between starts, Starts counter, Starts available, Time until next start, total operating hours, and elapsed operating time. k. Overload relay shall include an on -board logic processor to allow basic logic to be performed within the overload relay based on network data and the status of the inputs to the overload relay. The overload relay shall support the following CIP messaging types: Polled I/O messaging, Change-of-state/cyclic messaging, Explicit messaging, Group 4 offline node recovery messaging, and Unconnected Message Manager (UCMM). m. The overload relay shall provide the following functions to minimize network configuration time: Full parameter object support, Configuration consistency value, and Add-on Profile. J. 2. The overload relay shall be Allen-Bradley 193-EC2/592-EC2, 193-EC3/592-EC3, or 193- EC5/592-EC5 `E3 Plus' models or approved equal. D. EtherNet/IP Interface for Variable Frequency AC Drives and Solid -State Reduced Voltage Motor Controllers 1. The EtherNet/IP communication interface shall be supplied to allow for communication between the solid-state component and the Ethernet network. E. EtherNet/IP Interface for Other Units 1. Provide a EtherNet/IP interface for other units as indicated on the contract drawings. 2. Refer to the contract drawing wiring diagrams for points to be monitored. F. Programming and Testing 1. The MCC manufacturer shall load the IP Address into each unit. 2. The IP Address shall be as indicated on the contract drawings or as provided by the contractor. 3. The MCC manufacturer shall test the MCC to ensure that each unit communicates properly prior to shipment. 4. Each unit shall have a label showing the IP Address for the devices within it. 5. The MCC manufacturer shall provide a disk containing applicable electronic data sheet (EDS) files for the EtherNet/IP devices. Page 8 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2.7 Unit Information A. The minimum compartment height shall be 6.5 in. and this shall be considered one-half space factor. B. NEMA Size 5 FVNR starters and below shall be provided as plug-in units. C. Plug-in units 1. Plug-in units shall consist of a unit assembly, unit support pan and unit door assembly. 2. Units shall be supplied with removable doors. The unit doors shall be fastened to the structure so that the doors can be closed when the unit is removed. 3. A unit support pan shall be provided for support and guiding units. Unit support pans shall remain in the structure when units are removed to provide isolation between units. 4. A service position shall be provided for plug-in units that allows for the unit to be supported, but disengaged from the bus. The unit shall be capable of being padlocked in the service position. This position is to be used to isolate a unit from the bus to allow service to be performed on the connected load equipment. D. Power Stabs 1. Unit stabs for engaging the power bus shall be tin-plated copper and provided with stainless back-up springs to provide and maintain a high pressure 4 -point connection to the vertical bus. 2. Wiring from the unit disconnecting means to the plug-in stabs shall not be exposed on the rear of the unit. A separate isolated pathway shall be provided for each phase to minimize the possibility of unit fault conditions reaching the power bus system. 3. The power cable termination at the plug-in stab shall be a maintenance -free crimp type connection. E. Disconnect Handle 1. Plug-in units shall be provided with a heavy-duty, non-conductive, industrial duty, flange mounted handle mechanism for control of each disconnect switch or circuit breaker. 2. Use of rotary operators is not acceptable 3. The disconnect handle may pivot in the vertical or horizontal plane. 4. The on-off condition shall be indicated by the handle position, red and green color indicators with the words ON and OFF, and the international symbols 1 and 0 along with a pictorial indication of the handle position. 5. Handles shall be capable of being locked in the OFF position with up to three padlocks. 6. Plug-in units shall be provided with interlocks per NEMA and UL requirements. Interlocks shall be provided for the following: a. Prevention of unit insertion or withdrawal with the disconnect in the ON position b. Prevention of the unit door from being opened when the disconnect is in the ON position (1) A feature for intentionally defeating this interlock by qualified personnel shall be provided c. Prevention of the disconnect switch from being moved to the ON position if the unit door is open (1) A feature for intentionally defeating this interlock by qualified personnel shall be provided F. Pilot Devices 1. Units shall be furnished with pushbuttons, selector switches and pilot Lights for HAND- OFF -AUTO controls with RUN INDICATION Page 9 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2. For units with vertically operated disconnect handles: a. When three or less pilot devices are utilized, they shall be Allen-Bradley Bulletin 800T or 800H 30.5mm devices or approved equal. b. When more than three devices are required, the use of Allen-Bradley Bulletin 800F 22.5mm devices (or approved equal) is permitted. 3. For units with horizontally operated disconnect handles: c. The devices shall be Allen-Bradley Bulletin 800F. G. Terminal Blocks 1. Control terminal blocks shall be provided on all contactor and starter units. a. Control terminal blocks shall be a pull -apart design on all plug-in units for easy removal of the unit from the structure. 2. Control terminal blocks on non -plug-in contactor and starter units shall be fixed type. 3. Power terminal blocks shall be provided on all contactor and starter units, rated NEMA size 3 (100 A) and below that utilize vertically operated disconnects. a. Power terminal blocks shall be pull -apart for NEMA size 1 and 2 (30 A and 60 A contactors). b. Power terminal blocks for NEMA size 3 starters (100 A contactors) shall be non -pull - apart. 4. Terminal blocks shall not be located adjacent to or inside the vertical wireway. H. Doors 1. Each unit shall be provided with a removable door mounted on removable pin -type hinges. 2. The unit doors shall be capable of being opened at least 110 degrees. 3. The unit doors shall be removable from any location in the MCC without disturbing any other unit doors. 4. The unit door shall be fastened to the structure so it can be closed to cover the unit space when the unit is removed. 5. The unit doors shall be held closed with quarter -turn latches. 6. Unit door latches shall be provided with arc resistant latches to help keep the door latched in the event that an internal arcing fault occurs. 2.8 METERING COMPARTMENT A. The MCC shall include a plug-in metering unit B. The unit shall include the following 1. Fusible disconnect with fuses a. The disconnect must be operable with the unit door closed. 2. Fused control circuit transformer 3. Current transformers shipped loose to be installed by the contractor onto incoming power conductors 4. Solid-state power monitor with door mounted display C. Power Monitor 1. The power monitor shall be capable of displaying the following: a. Line current for all three phases with plus or minus 0.2 percent full-scale accuracy b. Average three phase current with plus or minus 0.2 percent full-scale accuracy c. Line -to -neutral and line -to -line voltage with plus or minus 0.2 percent of full-scale accuracy d. Current and voltage unbalance Page 10 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction e. Real, reactive, apparent and true power with plus or minus 0.4 percent full-scale accuracy f. KWh, KVARh and kVAHnet g. True RMS to the 45th harmonic h. Frequency at plus or minus 0.5% i. Power factor at plus or minus 0.4% 2. The power monitor shall include min/max logs and trend logs with up to 45,867 data points. 3. The power monitor shall be capable of performing distortion analysis with THD, Crest Factor (I, V) and Distortion power factor. 4. The power monitor shall include a RS -485 communication port as standard and shall include EtherNet/IP communication capability. 5. The power monitor shall include two form -C relays. 6. The power monitor shall be Allen-Bradley Power monitor 3000 or approved equal. 2.9 Disconnects A. Main Disconnect 1. If no overcurrent protection is indicated, provide a main incoming -line lug com- partment. a. Lugs to accommodate the incoming power conductors as indicated on the contract drawings shall be provided by [contractor] [MCC Manufacturer]. B. Motor Starter Disconnect 1. Electro -mechanical NEMA starters: a. The disconnecting means for the across the line starters shall be motor circuit protectors. b. The unit short circuit rating shall be greater than or equal to the available fault current as shown on the contract drawings. c. Units shall be supplied based upon the rules/requirements set forth in the UL 845, NEMA ICS -18, and NFPA 70. d. Units shall be shipped as the motor circuit protector set at lowest setting per UL standards. The contractor shall field adjust the units based upon the par-ticular motor application. e. The minimum frame size shall be 150 A. f. Provide one normally open and one normally closed circuit breaker auxiliary contact that follows the position of the circuit breaker main contacts for indication of "On" or "Off/Tripped". 2. Solid State Controllers (solid-state reduced voltage motor controllers and variable frequency drives) a. The disconnecting means for solid-state controllers shall be a fusible dis-connect with current limiting fuses. b. The short circuit rating shall be 100,000 A (rms symmetrical). 2.10 Combination NEMA Rated Across the Line Starters A. Starters shall meet applicable NEMA and UL requirements. B. Starters shall be minimum NEMA Size 1. 1. Fractional NEMA sizes are not acceptable. C. The motor starter shall be Allen-Bradley Bulletin 500 or 300 or approved equal. Page 11 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction D. Starters shall be provided with a 3 -pole solid state overload relay that includes the fol -lowing features: 1. If EtherNet/IP communication 2. Selectable trip classes of 10, 15, 20, or 30. 3. Overload protection. 4. Phase loss protection. 5. Trip current adjustment range of 5:1. 6. Visual trip status indication. 7. Test/Reset button. 8. The overload relay shall be Allen-Bradley 193 -EE or 592 -EE "El Plus". E. In addition to the hold -in contact, starters shall be provided with one normally open and one normally closed auxiliary contact. The starter shall be capable of accommodating up to six contacts in addition to the hold -in contact. F. Provide a control power transformer with a rated secondary voltage of 120V AC. The control power transformer shall be provided with primary and secondary fusing. G. Overload relays shall have a reset button located on the outside of the unit door. H. Provide a door mounted selector switch for Hand -Off -Auto operation. The Hand mode shall provide local control at the MCC unit door. In the Auto mode, control shall be provided through a remote contact. I. Provide door mounted 120V AC push -to -test pilot lights with LED lamps for On Red and Off Green status indication. 2.11 Software A. Preconfigured Software 1. The software shall be capable of viewing multiple MCC lineups. 2. The software communication driver shall allow the software to be installed and operated on the EtherNet/IP, ControlNet, or DeviceNet network. 3. The software shall be capable of functioning as a standalone software package or as an ActiveX control in a Human Machine Interface (HMI). 4. The software shall be capable of displaying the following. a. Elevation View (1) Dynamically displays status information based on reading data from devices in the MCC lineup (2) Sizeable view to allow ease of viewing multiple MCC lineups (3) Unit nameplate information (4) Unit status indicators (ready, running, warning, fault, no communication) b. Unit Monitor View (1) Preconfigured for a specific unit (2) Real time monitoring via analog dials and trending (3) Data configurable for customized viewing (4) Modifying device parameters c. Spreadsheet View (1) User configurable for customized monitoring (2) Sorting and cascading functions (3) Custom user fields d. Event Log (1) Track history of MCC unit (2) Automatic logging of trips, warnings, and changes Page 12 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction (3) Manual entry of events e. Documentation (1) Front elevation drawings (2) Unit wiring diagrams (3) User manuals (4) Spare parts lists 2.12 Characteristics and Ratings A. Control and Load Wiring: Factory installed, with bundling, lacing, and protection included. Provide flexible conductors for No. 8 AWG and smaller, for conductors across hinges, and for conductors for interconnections between shipping units. B. Nominal System Voltage: 480 V, three phase, three wire. C. Short -Circuit Current Rating for Each Unit: FuIIy rated 65 kA. D. Short -Circuit Current Rating of MCC: FuIIy rated with its main overcurrent device; 65. E. Environmental Ratings: 1. Ambient Temperature Rating: Not less than 0 deg IP"' (mlIInu.us 18 du: g 0) and not exceeding 104 deg II' (40 deg 0), with an average value not exceeding 95 deg II'"' (35 g g 0) over a 24-hour period. 2. Ambient Storage Temperature Rating: Not less than minus 4 d g II"' (irnIInu.us 20 gf-c, and not exceeding 140 deg II'' (60 deg 0) 3. Humidity Rating: Less than 95 percent (noncondensing). 4. Altitude Rating: Not exceeding 6600 feet (2000 m), or 3300 1u:u Q (1111111 m) if MCC includes solid-state devices. F. Main -Bus Continuous Rating: as shown on drawings. G. Vertical -Bus: Minimum as shown on drawings. H. Horizontal and Vertical Bus Bracing (Short -Circuit Current Rating): Match MCC short-circuit current rating. I. Main Horizontal and Equipment Ground Buses: Uniform capacity for entire length of MCC's main and vertical sections. Provide for future extensions from both ends. J. Vertical Phase and Equipment Ground Buses: Uniform capacity for entire usable height of vertical sections, except for sections incorporating single units. K. Phase Bus Material: Hard -drawn copper of 98 percent conductivity, tin plated. L. Ground Bus: Minimum size required by UL 845, hard -drawn copper of 98 percent conductivity, equipped with compression connectors for feeder and branch -circuit equipment grounding conductors. M. Front -Connected, Front -Accessible MCCs: 1. Main Devices: Drawout and Fixed mounted. 2. Controller Units: fixed and mounted. 3. Feeder -Tap Units: Drawout and fixed mounted. 4. Sections front and rear aligned. N. Future Devices: Equip compartments with mounting brackets, supports, bus connections, and appurtenances at full rating of unit. Page 13 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction O. Bus -Bar Insulation: Factory -applied, flame-retardant, tape wrapping of individual bus bars or flame-retardant, spray -applied insulation. Minimum insulation temperature rating of 105 deg C. P. Fungus Proofing: Permanent fungicidal treatment for OCPDs and other components including instruments and instrument transformers. 2.13 Source Quality Control A. MCC Testing: Inspect and test MCCs. B. VFC Testing: Test and inspect. 1. Test each VFC while connected to its specified motor. 2. Verification of Performance: Rate VFCs according to operation of functions and features specified. C. MCCs will be considered defective if they do not pass tests and inspections. D. Prepare test and inspection reports. PART 3 EXECUTION 3.1 Examination A. Examine areas and surfaces to receive MCCs, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Examine enclosed controllers before installation. Reject enclosed controllers that are wet, moisture damaged, or mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Installation A. Coordinate layout and installation of MCCs with other construction including conduit, piping, equipment, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Floor -Mounting Controllers: Install MCCs on .1...111ic1 (100 mm) nominal thickness concrete base. Comply with requirements for concrete base specified in Section 033000 "Cast -in - Place Concrete." C. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18...111ic 1(4a 0...irrrom) centers around the full perimeter of concrete base. 1 For supported equipment, install epoxy -coated anchor bolts that extend through concrete base and anchor into structural concrete floor. 2. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 3. Install anchor bolts to elevations required for proper attachment to supported equipment. D. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. E. Install fuses in each fusible switch. F. Install fuses in control circuits if not factory installed. Page 14 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 G. Comply with NECA 1. 3.3 Identification City of Corpus Christi Standard Specifications for Construction A. Comply with requirements in Section 260553 "Identification for Electrical Systems" for identification of MCC, MCC components, and control wiring. 1 Identify field -installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label MCC and each cubicle with engraved nameplate. 3. Label each enclosure -mounted control and pilot device. 4. Mark up a set of manufacturer's connection wiring diagrams with field -assigned wiring identifications and return to manufacturer for inclusion in Record Drawings. B. Operating Instructions: Frame printed operating instructions for MCCs, including control sequences and emergency procedures. Fabricate frame of finished metal, and cover instructions with clear acrylic plastic. Mount on front of MCCs. 3.4 Control Wiring Installation A. Install wiring between enclosed controllers and remote devices and facility's central -control system. B. Bundle, train, and support wiring in enclosures. C. Connect selector switches and other automatic -control selection devices where applicable. 1 Connect selector switches to bypass only those manual- and automatic -control devices that have no safety functions when switch is in manual -control position. 2. Connect selector switches within enclosed controller circuit in both manual and automatic positions for safety -type control devices such as low- and high-pressure cutouts, high- temperature cutouts, and motor overload protectors. 3.5 Connections A. Comply with requirements for installation of conduit in Section 260533 "Raceways and Boxes for Electrical Systems." Drawings indicate general arrangement of conduit, fittings, and specialties. B. Comply with requirements in Section 260526 "Grounding and Bonding for Electrical Systems." 3.6 Field Quality Control A. Coordinate with owner representative to witness all test on MCCs. B. Acceptance Testing Preparation: 1. Test insulation resistance for each enclosed controller, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. C. Tests and Inspections: 1 Inspect controllers, wiring, components, connections, and equipment installation. Test and adjust controllers, components, and equipment. Page 15 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2. Test insulation resistance for each enclosed controller element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at controller locations are within 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Construction Manager before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 7. NETA Acceptance Testing Specification allows three methods to test and inspect bolted electrical connections for high resistance; the infrared (thermographic) method is the most thorough and costly. Retain "Initial Infrared Scanning" Subparagraph below if this method is preferred. 8. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. 9. Mark up a set of manufacturer's drawings with all field modifications incorporated during construction and return to manufacturer for inclusion in Record Drawings. D. Enclosed controllers will be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports, including a certified report that identifies enclosed controllers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.7 Adjusting A. Assist owner representative to perform inspections per NETA ATS, up to main bus and tie breakers. Set field -adjustable switches, auxiliary relays, time -delay relays, timers, and overload -relay pickup and trip ranges. B. Adjust overload relay heaters or settings if power factor correction capacitors are connected to the load side of the overload relays. C. Adjust the trip settings of MCPs and thermal -magnetic circuit breakers with adjustable, instantaneous trip elements. Initially adjust to six times the motor nameplate full -load amperes and attempt to start motors several times, allowing for motor cool -down between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed eight times the motor full -load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Construction Manager before increasing settings. D. Set field -adjustable circuit -breaker trip ranges per Engineer's Coordination Report. 3.8 Protection A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until enclosed controllers are ready to be energized and placed into service. B. Replace controllers whose interiors have been exposed to water or other liquids prior to Substantial Completion. 3.9 Demonstration A. Engage a factory authorized service representative to train owner's maintenance personnel to adjust, operate, and maintain enclosed controllers. Page 16 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction END OF SECTION 262419 Page 17 of 17 MOTOR -CONTROL CENTERS — 26 2419 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD June 2016 Technical Specifications for Construction SECTION 26 27 26 WIRING DEVICES PART1 GENERAL 1.1 Related Description A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. Section Includes: 1. Receptacles, receptacles with integral GFCI, and associated device plates. 2. Weather -resistant receptacles. 3. Wall -switch. 1.3 Definitions The latest edition of the referenced item below shall be used. A. EMI: Electromagnetic interference. B. WP: Weather Proof C. GFCI: Ground -fault circuit interrupter. D. Pigtail: Short lead used to connect a device to a branch -circuit conductor. E. RFI: Radio-frequency interference. F. TVSS: Transient voltage surge suppressor. G. UTP: Unshielded twisted pair. 1.4 Administrative Requirements A. Coordination: 1. Receptacles for Owner -Furnished Equipment: Match plug configurations. 1.5 Action Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Product Data: For each type of product. B. Shop Drawings: List of legends and description of materials and process used for premarking wall plates. C. Samples: One for each type of device and wall plate specified, in each color specified. 1.6 Informational Submittals A. Field quality -control reports. 1.7 Closeout Submittals A. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing -label warnings and instruction manuals that include labeling conditions. PART2 PRODUCTS 2.1 Manufacturers A. I' mmmmi�...0' tL�I. iirE.,,' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles: 1. (:,00 r`I \/\/liiii4�1� �ry!(r:.1 iyi irri...'r��:'r'.r1). el' 1111'kLl...i1'11...1isip:...��fy(l:)r.l:,).. Page 1 of 4 WIRING DEVICES — 26 27 26 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD June 2016 2. i!„Il l2r II V12,22.1..22.E 3. I , v i (: r i i VVI f.€, ...2 a i i l 1. .1I: i... 1. 1:.,..( 4. ........r Y.i i2:.1i/L.r2.iP2i.i'.k., Yi i2111l.. 5. Approval Equal. )0. Technical Specifications for Construction I hlll:a„I�r;llM}. B. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. 2.2 General Wiring -Device Requirement A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. Comply with NFPA 70. Devices that are manufactured for use with modular plug-in connectors may be substituted under the following conditions: 1. Connectors shall comply with UL 2459 and shall be made with stranding building wire. 2. Devices shall comply with the requirements in this Section. 2.3 Straight -Blade Receptacles A. Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, Configuration 5-20R, UL 498, and FS W -C-596. 1. PI 2� kw I� f mm Subject to compliance with requirements, available products incorporated into the Work include, but are not limited to, the following: B. C. a. b. c. d. NEMA WD 6 that may be 2.4 GFCI Receptacles A. General Description: 1. Straight blade, feed -through type. 2. Comply with NEMA WD 1, NEMA WD 6, UL 498, UL 943 Class A, and FS W -C-596. 3. Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection. B. Duplex GFCI Convenience Receptacles, 125 V, 20 A: 1. Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. b. c. d. r v I (P2 i'1.;.. 2.5 Toggle Switches A. B. Comply with NEMA WD 1, UL 20, and FS W -S-896. Switches, 120/277 V, 20 A: 1. Products: Subject to compliance with requirements, available products incorporated into the Work include, but are not limited to, the following: b. c. d. e. ,PY11 that may be Page 2 of 4 WIRING DEVICES — 26 27 26 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD June 2016 Technical Specifications for Construction 2.6 Wall Plates A. Single and combination types shall match corresponding wiring devices. 1. Plate -Securing Screws: Metal with head color to match plate finish. 2. Material for Finished Spaces: Steel with white baked enamel, suitable for field painting. 3. Material for Unfinished Spaces: Galvanized steel. 4. Material for Damp Locations: Cast aluminum with spring-loaded lift cover, and listed and labeled for use in wet and damp locations. B. Wet -Location, Weatherproof Cover Plates: NEMA 250, complying with Type 3R, weather - resistant, die-cast aluminum with lockable cover. 2.7 Finishes A. Device Color: 1. Wiring Devices Connected to Normal Power System: Black unless otherwise indicated or required by NFPA 70 or device listing. 2. Wiring Devices Connected to Emergency Power System: Red. 3. TVSS Devices: Blue. 4. Isolated -Ground Receptacles: Orange. B. Wall Plate Color: For plastic covers, match device color. PART 3 EXECUTION 3.1 Installation A. Comply with NECA 1, including mounting heights listed in that standard, unless otherwise indicated. B. Coordination with Other Trades: 1 Protect installed devices and their boxes. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: oint 1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted, provided the outlet box is large enough. D. Device Installation: Page 3 of 4 WIRING DEVICES — 26 27 26 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD June 2016 Technical Specifications for Construction 1. Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3.2 GFCI Receptacles A. Install non -feed -through -type GFCI receptacles where protection of downstream receptacles is not required. 3.3 Identification A. Comply with Section 260553 "Identification for Electrical Systems." B. Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, or engraved machine printing with black -filled lettering on face of plate, and durable wire markers or tags inside outlet boxes. 3.4 Field Quality Control A. Perform the following tests and inspections: 1. Test Instruments: Use instruments that comply with UL 1436. B. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 105 to 132 V. 2. Ground Impedance: Values of up to 2 ohms are acceptable. 3. GFCI Trip: Test for tripping. 4. Using the test plug, verify that the device and its outlet box are securely mounted. C. Wiring device will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. END OF SECTION Page 4 of 4 WIRING DEVICES — 26 27 26 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART1 GENERAL 1.1 Related Document A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 Related Sections A. Section Includes: 1. Fusible switches. 2. Nonfusible switches. 3. Molded -case circuit breakers (MCCBs). 4. Molded -case switches. 5. Enclosures. 1.3 Definitions The latest edition of the referenced item below shall be used. A. NC: Normally closed. B. NO: Normally open. C. SPDT: Single pole, double throw. 1.4 Action Submittals A. Product Data: For each type of enclosed switch, circuit breaker, accessory, and component indicated. Include dimensioned elevations, sections, weights, and manufacturers' technical data on features, performance, electrical characteristics, ratings, accessories, and finishes. 1. Enclosure types and details for types other than NEMA 250, Type 1. 2. Current and voltage ratings. 3. Short-circuit current ratings (interrupting and withstand, as appropriate). 4. Include evidence of NRTL listing for series rating of installed devices. 5. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices, accessories, and auxiliary components. 6. Include time -current coordination curves (average melt) for each type and rating of overcurrent protective device; include selectable ranges for each type of overcurrent protective device. B. Shop Drawings: For enclosed switches and circuit breakers. Include plans, elevations, sections, details, and attachments to other work. 1. Wiring Diagrams: For power, signal, and control wiring. 1.5 Informational Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Qualification Data: For qualified testing agency. B. Field quality -control reports. 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with Page 1 of 5 ENCLOSED SWITCHES AND CIRCUIT BREAKERS — 26 28 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction requirements. C. Manufacturer's field service report. 1.6 Closeout Submittals A. Operation and Maintenance Data: For enclosed switches and circuit breakers to include in emergency, operation, and maintenance manuals. 1. Manufacturer's written instructions for testing and adjusting enclosed switches and circuit breakers. 2. Time -current coordination curves (average melt) for each type and rating of overcurrent protective device; include selectable ranges for each type of overcurrent protective device. 1.7 Maintenance Material Submittals A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 2. Fuse Pullers: Two for each size and type. 1.8 Quality Assurance A. Testing Agency Qualifications: Member company of NETA or an NRTL. B. Source Limitations: Obtain enclosed switches and circuit breakers, overcurrent protective devices, components, and accessories, within same product category, from single source from single manufacturer. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for enclosed switches and circuit breakers, including clearances between enclosures, and adjacent surfaces and other items. Comply with indicated maximum dimensions. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. E. Comply with NFPA 70. 1.9 Project Conditions A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Not less than minus 2 ' III (minus 30 deg 0) and not p . � ��r,�, exceeding 1€4 dr,g II""' (40 deg 0). 2. Altitude: Not exceeding 6600 feet (2010 rn). B. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Owner no fewer than seven days in advance of proposed interruption of electric service. 2. Indicate method of providing temporary electric service. 3. Do not proceed with interruption of electric service without Owner's written permission. 4. Comply with NFPA 70E. 1.10 Coordination A. Coordinate layout and installation of switches, circuit breakers, and components with equipment served and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. Page 2 of 5 ENCLOSED SWITCHES AND CIRCUIT BREAKERS — 26 28 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction PART2 PRODUCTS 2.1 Fusible Switches A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: L .....C• i rc I.....a i l l l i r . rll::u l Il ciL IIID y !411 1111 E Ir,:ai II°°I;.. B. Type HD, Heavy Duty, Single Throw, 240 or 600 -VAC, with ratings as indicated: UL 98 and NEMA KS 1, horsepower rated, with clips or bolt pads to accommodate indicated fuses, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. C. Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2.2 Nonfusible Switches A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. '"„1:121.2.„, 2. 3. II! r l PSI I II I Ir I Li I I II IC; I I.'. Pally �I (�rll:::!llll Il �l IIIP�I 1111 c.�.�.1. ley4liill1.1.!.:�fI)I',.II°IK:,. 4. a,r; ua.rr l...� a. bra. Id ))f...k(Iircrl:r'1E B. Type HD, Heavy Duty, Single Throw, 240 or 600 -VAC, with ratings as indicated: UL 98 and NEMA KS 1, horsepower rated, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. C. Type HD, Heavy Duty, Double Throw, 240 or 600 -VAC, with ratings as indicated: UL 98 and NEMA KS 1, horsepower rated, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. D. Accessories: 1. Equipment Ground Kit: Internally mounted and labeled 2.3 Molded -Case Circuit Breakers A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. �� IrIP�IE!!!!. Icrflr�:: Clrllll: :ally.��G C! )11 illlcl LLr1f�i......LIr (I I� PSI L�I(I II 1L(.Le.l.l:.l.. bay t. ort, I°I.F. Ir I I Ir I I �.I Ir I€,� �� Anton'!" lPa(le, 4. ,f; ,„„fare. P� brand of...aIrrlr bkr L.L.Lc.�;::.f.11r:: B. General Requirements: Comply with UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents. C. Thermal -Magnetic Circuit Breakers: Inverse time -current element for low-level overloads and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit -breaker frame sizes 250 A and larger. D. Adjustable, Instantaneous -Trip Circuit Breakers: Magnetic trip element with front -mounted, field -adjustable trip setting. Page 3 of 5 ENCLOSED SWITCHES AND CIRCUIT BREAKERS — 26 28 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction E. Electronic Trip Circuit Breakers: Field -replaceable rating plug, rms sensing, with the following field -adjustable settings: 1. Instantaneous trip. 2. Long- and short -time pickup levels. 3. Long- and short -time time adjustments. 4. Ground -fault pickup level, time delay, and 12t response. F. Current -Limiting Circuit Breakers: Frame sizes 400 A and smaller, and let -through ratings less than NEMA FU 1, RK -5. G. Features and Accessories: 1. Standard frame sizes, trip ratings, and number of poles. 2. Lugs: Mechanical type, suitable for number, size, trip ratings, and conductor material. 3. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high-intensity discharge lighting circuits. 2.4 Molded -Case Switches A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. 2. 3. 4. .... (a 0- Ear.- iP�!En mer !11Le aIIEE. ra. !flral ELy NI:;YYra r & d E...Estn LLLr LL ..!.Lr.l€.Y !i !!ILier1 lv3{Iraf r!!!!!!!!!. B. General Requirements: MCCB with fixed, high -set instantaneous trip only, and short-circuit withstand rating equal to equivalent breaker frame size interrupting rating. C. Features and Accessories: 1. Standard frame sizes and number of poles. 2. Lugs: Mechanical type, suitable for number, size, trip ratings, and conductor material. 2.5 Enclosures A. Enclosed Switches and Circuit Breakers: NEMA AB 1, NEMA KS 1, NEMA 250, and UL 50, to comply with environmental conditions at installed location. 1. Indoor, Dry and Clean Locations: NEMA 250, Type 1. 2. Outdoor Locations: NEMA 250, Type 4X, 316SS 3. Indoor Wet Locations: NEMA 250, Type 4X, 316SS PART 3 EXECUTION 3.1 Examination A. Examine elements and surfaces to receive enclosed switches and circuit breakers for compliance with installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Installation A. Install individual wall -mounted switches and circuit breakers with tops at uniform height unless otherwise indicated. Page 4 of 5 ENCLOSED SWITCHES AND CIRCUIT BREAKERS — 26 28 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction B. Comply with mounting and anchoring requirements specified in Section 260548 "Vibration and Seismic Controls for Electrical Systems." C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. D. Install fuses in fusible devices. E. Comply with NECA 1. 3.3 Identification A. Comply with requirements in Section 260553 "Identification for Electrical Systems." 1. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each enclosure with engraved metal or laminated -plastic nameplate. 3.4 Field Quality Control A. Perform tests and inspections. 1. Inspect components, assemblies, and equipment installations, including connections. B. Acceptance Testing: Assist owner representative to perform testing as follows: 1. Test insulation resistance for each enclosed switch and circuit breaker, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. C. Tests and Inspections: 1. Assist owner representative to perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3. Perform the following infrared scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each enclosed switch and circuit breaker. Remove front panels so joints and connections are accessible to portable scanner. b. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 4. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. D. Enclosed switches and circuit breakers will be considered defective if they do not pass tests and inspections. 3.5 Adjusting a. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. END OF SECTION Page 5 of 5 ENCLOSED SWITCHES AND CIRCUIT BREAKERS — 26 28 16 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 29 13 ENCLOSED CONTROLLERS PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. Section includes the following enclosed controllers rated 600 V and less: 1. Full -voltage manual. 2. Full -voltage magnetic. 1.3 Definitions The latest edition of the referenced item below shall be used. A. CPT: Control power transformer. B. MCCB: Molded -case circuit breaker. C. MCP: Motor circuit protector. D. N.C.: Normally closed. E. N.O.: Normally open. F. OCPD: Overcurrent protective device. 1.4 Action Submittals A. Product Data: For each type of enclosed controller. Include manufacturer's technical data on features, performance, electrical characteristics, ratings, and enclosure types and finishes. B. Shop Drawings: For each enclosed controller. Include dimensioned plans, elevations, sections, details, and required clearances and service spaces around controller enclosures. 1. Show tabulations of the following: a. Each installed unit's type and details. b. Factory -installed devices. c. Nameplate legends. d. Short-circuit current rating of integrated unit. e. Listed and labeled for integrated short-circuit current (withstand) rating of OCPDs in combination controllers by an NRTL acceptable to authorities having jurisdiction. f. Features, characteristics, ratings, and factory settings of individual OCPDs in combination controllers. 2. Wiring Diagrams: For power, signal, and control wiring. 1.5 Informational Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Qualification Data: For qualified testing agency. B. Seismic Qualification Certificates: For enclosed controllers, accessories, and components, from manufacturer. 1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. Page 1 of 7 ENCLOSED CONTROLLERS — 26 29 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. C. Field quality -control reports. D. Load -Current and Overload -Relay Heater List: Compile after motors have been installed, and arrange to demonstrate that selection of heaters suits actual motor nameplate full -load currents. E. Load -Current and List of Settings of Adjustable Overload Relays: Compile after motors have been installed, and arrange to demonstrate that switch settings for motor running overload protection suit actual motors to be protected. 1.6 Closeout Submittals A. Operation and Maintenance Data: For enclosed controllers to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following: 1. Routine maintenance requirements for enclosed controllers and installed components. 2. Manufacturer's written instructions for testing and adjusting circuit breaker and MCP trip settings. 3. Manufacturer's written instructions for setting field -adjustable overload relays. 4. Manufacturer's written instructions for testing, adjusting, and reprogramming reduced - voltage solid-state controllers. 1.7 Materials Maintenance Submittals A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Control Power Fuses: Equal to 10 percent of quantity installed for but no fewer than two of each size and type. Indicating Lights: Two of each type and color installed. Auxiliary Contacts: Furnish one spare(s) for each size installed. 4. Power Contacts: installed. 1. 2. 3. and type of magnetic controller each size and type, Furnish three spares for each size and type of magnetic contactor 1.8 Quality Assurance A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with NFPA 70. 1.9 Delivery, Storage, and Handling A. Store enclosed controllers indoors in clean, dry space with uniform temperature to prevent condensation. Protect enclosed controllers from exposure to dirt, fumes, water, corrosive substances, and physical damage. B. If stored in areas subject to weather, cover enclosed controllers to protect them from weather, dirt, dust, corrosive substances, and physical damage. Remove loose packing and flammable materials from inside controllers; connect factory -installed space heaters to temporary electrical service. 1.10 Project Conditions Page 2 of 7 ENCLOSED CONTROLLERS — 26 29 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Not less than minus 22 deg F (minus 30 deg C) and not exceeding 104 deg F (40 deg C). 2. Altitude: Not exceeding 6600 feet (2010 m). B. Interruption of Existing Electrical Systems: Do not interrupt electrical systems in facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than 7 days in advance of proposed interruption of electrical systems. 2. Indicate method of providing temporary utilities. 3. Do not proceed with interruption of electrical systems without Owner's written permission. 4. Comply with NFPA 70E. 1.11 Coordination A. Coordinate layout and installation of enclosed controllers with other construction including conduit, piping, equipment, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete. 1. Coordinate installation of roof curbs, equipment supports, and roof penetrations. PART2 PRODUCTS 2.1 Full -Voltage Controllers A. General Requirements for Full -Voltage Controllers: Comply with NEMA ICS 2, general purpose, Class A. B. Magnetic Controllers: Full voltage, across the line, electrically held. 1 Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Rockwell Automation, Inc.; Allen-Bradley brand. 2. Configuration: Nonreversing. 3. Contactor Coils: Pressure -encapsulated type with coil transient suppressors. a. Operating Voltage: Depending on contactor NEMA size and line -voltage rating, manufacturer's standard matching control power or line voltage. 4. Power Contacts: Totally enclosed, double -break, silver -cadmium oxide; assembled to allow inspection and replacement without disturbing line or load wiring. 5. Control Circuits: 120-V ac; obtained from integral CPT, with primary and secondary fuses, with CPT of sufficient capacity to operate integral devices and remotely located pilot, indicating, and control devices. a. CPT Spare Capacity: 50 VA. 6. Melting Alloy Overload Relays: a. Inverse -time -current characteristic. b. Class 20 tripping characteristic. c. Heaters in each phase matched to nameplate full -load current of actual protected motor and with appropriate adjustment for duty cycle. Page 3 of 7 ENCLOSED CONTROLLERS — 26 29 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 7. Bimetallic Overload Relays: a. Inverse -time -current characteristic. b. Class 20 tripping characteristic. c. Heaters in each phase matched to nameplate full -load current of actual protected motor and with appropriate adjustment for duty cycle. d. Ambient compensated. e. Automatic resetting. 8. N.C. isolated overload alarm contact. 9. External overload reset push button. C. Combination Magnetic Controller: Factory -assembled combination of magnetic controller, OCPD, and disconnecting means. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Rockwell Automation, Inc.; Allen-Bradley brand. 2. MCP Disconnecting Means: a. UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents, instantaneous -only circuit breaker with front -mounted, field - adjustable, short-circuit trip coordinated with motor locked -rotor amperes. b. Lockable Handle: Accepts three padlocks and interlocks with cover in closed position. c. Auxiliary contacts "a" and "b" arranged to activate with MCP handle. d. N.C. alarm contact that operates only when MCP has tripped. e. Current -limiting module to increase controller short-circuit current (withstand) rating to 100 kA. 3. MCCB Disconnecting Means: a. UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents; thermal -magnetic MCCB, with inverse time -current element for low-level overloads and instantaneous magnetic trip element for short circuits. b. Front -mounted, adjustable magnetic trip setting for circuit -breaker frame sizes 250 A and larger. c. Lockable Handle: Accepts three padlocks and interlocks with cover in closed position. d. Auxiliary contacts "a" and "b" arranged to activate with MCCB handle. e. N.C. alarm contact that operates only when MCCB has tripped. 2.2 Enclosures A. Enclosed Controllers: NEMA ICS 6, to comply with environmental conditions at installed location. 1. Dry and Clean Indoor Locations: Type 1. 2. Outdoor Locations: Type 4X 316 Stainless Steel. 3. Indoor Wet Locations: Type 4X 316 Stainless Steel 2.3 Accessories A. General Requirements for Control Circuit and Pilot Devices: NEMA ICS 5; factory installed in controller enclosure cover unless otherwise indicated. 1. Push Buttons, Pilot Lights, and Selector Switches: Heavy-duty, oiltight type. a. Push Buttons: Recessed types; momentary as indicated. b. Pilot Lights: Incandescent types; colors as indicated; push to test. c. Selector Switches: Rotary type. B. Reversible N.C./N.0. auxiliary contact(s). Page 4 of 7 ENCLOSED CONTROLLERS — 26 29 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction C. Breather and drain assemblies, to maintain interior pressure and release condensation in Type 4X enclosures installed outdoors or in unconditioned interior spaces subject to humidity and temperature swings. D. Cover gaskets for Type 1 enclosures. E. Spare control wiring terminal blocks, quantity as indicated; unwired. PART 3 EXECUTION 3.1 Examination A. Examine areas and surfaces to receive enclosed controllers, with Installer present, for compliance with requirements and other conditions affecting performance of the Work. B. Examine enclosed controllers before installation. Reject enclosed controllers that are wet, moisture damaged, or mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Installation A. Wall -Mounted Controllers: Install enclosed controllers on walls with tops at uniform height unless otherwise indicated, and by bolting units to wall or mounting on lightweight structural - steel channels bolted to wall. For controllers not at walls, provide freestanding racks complying with Section 260529 "Hangers and Supports for Electrical Systems." B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. C. Install heaters in thermal overload relays. Select heaters based on actual nameplate full - load amperes after motors have been installed. D. Install, connect, and fuse thermal -protector monitoring relays furnished with motor -driven equipment. E. Comply with NECA 1. 3.3 Identification A. Identify enclosed controllers, components, and control wiring. Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems." 1. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each enclosure with engraved nameplate. 3. Label each enclosure -mounted control and pilot device. 3.4 Control Wiring Installation A. Install wiring between enclosed controllers and remote devices and facility's central control system. Bundle, train, and support wiring in enclosures. B. Connect selector switches and other automatic -control selection devices where applicable. 1. Connect selector switches to bypass only those manual- and automatic -control devices that have no safety functions when switch is in manual -control position. 2. Connect selector switches with enclosed -controller circuit in both manual and automatic positions for safety -type control devices such as low- and high-pressure cutouts, high- temperature cutouts, and motor overload protectors. 3.5 Field Quality Control Page 5 of 7 ENCLOSED CONTROLLERS — 26 29 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Perform tests and inspections. 1. Inspect components, assemblies, and equipment installations, including connections. B. Acceptance Testing Preparation: 1. Test insulation resistance for each enclosed controller, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. C. Tests and Inspections: 1. Inspect controllers, wiring, components, connections, and equipment installation. 2. Test insulation resistance for each enclosed -controller element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at controller locations are within plus or minus 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Owner before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 7. Perform the following infrared (thermographic) scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each multi -pole enclosed controller. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each multi -pole enclosed controller 11 months after date of Substantial Completion. c. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 8. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. D. Enclosed controllers will be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports including a certified report that identifies enclosed controllers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.6 Adjusting A. Set field -adjustable switches, auxiliary relays, time -delay relays, timers, and overload -relay pickup and trip ranges. B. Adjust overload -relay heaters or settings if power factor correction capacitors are connected to the load side of the overload relays. C. Adjust the trip settings of MCPs and thermal -magnetic circuit breakers with adjustable instantaneous trip elements. Initially adjust to six times the motor nameplate full -load ampere ratings and attempt to start motors several times, allowing for motor cooldown between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed eight times the motor full -load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Owner before increasing settings. Page 6 of 7 ENCLOSED CONTROLLERS — 26 29 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 3.7 Protection A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until enclosed controllers are ready to be energized and placed into service. B. Replace controllers whose interiors have been exposed to water or other liquids prior to Substantial Completion. END OF SECTION 262913 Page 7 of 7 ENCLOSED CONTROLLERS — 26 29 13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 29 23 LOW VOLTAGE VARIABLE FREQUENCY DRIVES PART1 GENERAL 1.1 Related Documents A. This specification shall govern work required for the furnishing and installation of Ductile Iron Pipe and fittings as required to complete the project. 1.2 Summary A. Section includes separately enclosed, preassembled, combination VFCs, rated 600 V and less, for speed control of three-phase, squirrel -cage induction motors. 1.3 Definitions The latest edition of the referenced item below shall be used. A. BAS: Building automation system. B. CE: Conformite Europeene (European Compliance). C. CPT: Control power transformer. D. EMI: Electromagnetic interference. E. LED: Light -emitting diode. F. NC: Normally closed. G. NO: Normally open. H. OCPD: Overcurrent protective device. I. PID: Control action, proportional plus integral plus derivative. J. RFI: Radio-frequency interference. K. VFC: Variable -frequency motor controller. L. PLC: Programmable Logic Controller 1.4 Action Submittals A. Product Data: For each type and rating of VFC indicated. 1. Include dimensions and finishes for VFCs. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. B. Shop Drawings: For each VFC indicated. 1. Include mounting and attachment details. 2. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Include diagrams for power, signal, and control wiring. 1.5 Informational Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Coordination Drawings: Floor plans, drawn to scale, showing dimensioned layout on which the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Required working clearances and required area above and around VFCs. Page 1 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 2. Show VFC layout and relationships between electrical components and adjacent structural and mechanical elements. 3. Show support locations, type of support, and weight on each support. 4. Indicate field measurements. B. Qualification Data: For testing agency. C. Seismic Qualification Certificates: For each VFC, accessories, and components, from manufacturer. 1. Certificate of compliance. 2. Dimensioned Outline Drawings of Equipment Unit: and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based, and their installation requirements. Identify center of gravity and locate D. Product Certificates: For each VFC from manufacturer. E. Harmonic Analysis Report: Provide Project -specific calculations and manufacturer's statement of compliance with IEEE 519. F. Source quality -control reports. G. Field quality -control reports. H. Sample Warranty: For special warranty. 1.6 Closeout Submittals A. Operation and Maintenance Data: For VFCs to include in emergency, operation, and maintenance manuals. 1. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following: a. Manufacturer's written instructions for testing and adjusting thermal -magnetic circuit breaker and motor -circuit protector trip settings. b. Manufacturer's written instructions for setting field -adjustable overload relays. c. Manufacturer's written instructions for testing, adjusting, and reprogramming microprocessor control modules. d. Manufacturer's written instructions for setting field -adjustable timers, controls, and status and alarm points. e. Load -Current and Overload -Relay Heater List: Compile after motors have been installed, and arrange to demonstrate that selection of heaters suits actual motor nameplate, full -load currents. f. Load -Current and List of Settings of Adjustable Overload Relays: Compile after motors have been installed, and arrange to demonstrate that switch settings for motor -running overload protection suit actual motors to be protected. 1.7 Maintenance Material Submittals A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 2. Control Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. 3. Indicating Lights: Two of each type and color installed. 4. Auxiliary Contacts: Furnish one spare(s) for each size and type of magnetic controller installed. 5. Power Contacts: Furnish three spares for each size and type of magnetic contactor installed. Page 2 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1.8 Quality Assurance A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. 1.9 Delivery, Storage, and Handling A. If stored in space that is not permanently enclosed and air conditioned, remove loose packing and flammable materials from inside controllers and connect factory -installed space heaters to temporary electrical service. B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for VFCs, including clearances between VFCs, and adjacent surfaces and other items. 1.10 Warranty A. Special Warranty: Manufacturer agrees to repair or replace VFCs that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. PART2 PRODUCTS 2.1 Manufacturers A. Manufacturers: Subject to compliance with requirements available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Basis -of -Design Product: Subject to compliance with requirements, provide comparable product by one of the following: 1. Toshiba, Inc. 2. Rockwell Automation, Inc; Allen-Bradley Brand. 3. ROBICON; a divison of Siemens Energy & Automation, Inc. 4. Eaton Corporation 2.2 System Description A. General Requirements for VFCs: 1. VFCs and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. Comply with NEMA ICS 7, NEMA ICS 61800-2, and UL 508A. B. Application: [Constant torque] [and] [variable torque] <Insert application>. C. VFC Description: Variable -frequency motor controller, consisting of power converter that employs pulse -width -modulated inverter, factory built and tested in an enclosure, with integral disconnecting means and overcurrent and overload protection; listed and labeled by an NRTL as a complete unit; arranged to provide self-protection, protection, and variable - speed control of one or more three-phase induction motors by adjusting output voltage and frequency. 1. Units suitable for operation of NEMA MG 1, Design A and Design B motors, as defined by NEMA MG 1, Section IV, Part 30, "Application Considerations for Constant Speed Motors Used on a Sinusoidal Bus with Harmonic Content and General Purpose Motors Used with Adjustable -Voltage or Adjustable -Frequency Controls or Both." 2. Units suitable for operation of inverter -duty motors as defined by NEMA MG 1, Section IV, Part 31, "Definite -Purpose Inverter -Fed Polyphase Motors." 3. Listed and labeled for integrated short-circuit current (withstand) rating by an NRTL acceptable to authorities having jurisdiction. Page 3 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction D. Design and Rating: Match load type, such as fans, blowers, and pumps; and type of connection used between motor and load such as direct or through a power -transmission connection. E. Output Rating: Three phase; 10 to 60 Hz, with voltage proportional to frequency throughout voltage range; maximum voltage equals input voltage. F. Unit Operating Requirements: 1. Input AC Voltage Tolerance: Plus 10 and minus 10 percent of VFC input voltage rating. 2. Input AC Voltage Unbalance: Not exceeding 5 percent. 3. Input Frequency Tolerance: Plus or minus 3 percent of VFC frequency rating. 4. Minimum Efficiency: 97 percent at 60 Hz, full load. 5. Minimum Displacement Primary -Side Power Factor: 98 percent under any load or speed condition. 6. Minimum Short -Circuit Current (Withstand) Rating: 100 kA. 7. Ambient Temperature Rating: Not less than 3?. dig II(0 dog 0) and not exceeding 104 dog II: (40 dee ^q 0) 8. Humidity Rating: Less than 95 percent (noncondensing). 9. Altitude Rating: Not exceeding 3300 feet (1000 m). 10. Vibration Withstand: Comply with NEMA ICS 61800-2. 11. Overload Capability: 1.5 times the base load current for 60 seconds; minimum of 1.8 times the base load current for three seconds. 12. Starting Torque: Minimum 100 percent of rated torque from 3 to 60 Hz. 13. Speed Regulation: Plus or minus 10 percent. 14. Output Carrier Frequency: Selectable; 0.5 to 15 kHz. 15. Stop Modes: Programmable; includes fast, free -wheel, and dc injection braking. G. Inverter Logic: Microprocessor based, 32 bit, isolated from all power circuits. H. Isolated Control Interface: Allows VFCs to follow remote -control signal over a minimum 40:1 speed range. 1. Signal: [Electrical] [Pneumatic]. Internal Adjustability Capabilities: 1. Minimum Speed: 5 to 25 percent of maximum rpm. 2. Maximum Speed: 80 to 100 percent of maximum rpm. 3. Acceleration: 0.1 to 999.9 seconds. 4. Deceleration: 0.1 to 999.9 seconds. 5. Current Limit: 30 to minimum of 150 percent of maximum rating. J. Self -Protection and Reliability Features: 1. Surge Suppression: Factory installed as an integral part of the VFC, complying with UL 1449 SPD, Type 1 or Type 2. 2. Surge Suppression: Field -mounted surge suppressors complying with Section 264313 "Surge Protection for Low -Voltage Electrical Power Circuits," UL 1449 SPD, Type 2. 3. Loss of Input Signal Protection: Selectable response strategy, including speed default to a percent of the most recent speed, a preset speed, or stop; with alarm. 4. Under- and overvoltage trips. 5. Inverter overcurrent trips. 6. VFC and Motor-Overload/Overtemperature Protection: Microprocessor -based thermal protection system for monitoring VFCs and motor thermal characteristics, and for providing VFC overtemperature and motor -overload alarm and trip; settings selectable via the keypad. 7. Critical frequency rejection, with three selectable, adjustable deadbands. 8. Instantaneous line -to -line and line -to -ground overcurrent trips. 9. Loss -of -phase protection. 10. Reverse -phase protection. 11. Short-circuit protection. 12. Motor -overtemperature fault. Page 4 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES - 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction K. Automatic Reset/Restart: Attempt three restarts after drive fault or on return of power after an interruption and before shutting down for manual reset or fault correction; adjustable delay time between restart attempts. L. Power -Interruption Protection: To prevent motor from re -energizing after a power interruption until motor has stopped, unless "Bidirectional Autospeed Search" feature is available and engaged. M. Bidirectional Autospeed Search: Capable of starting VFC into rotating loads spinning in either direction and returning motor to set speed in proper direction, without causing damage to drive, motor, or load. N. Torque Boost: Automatically varies starting and continuous torque to at least 1.5 times the minimum torque to ensure high -starting torque and increased torque at slow speeds. O. Motor Temperature Compensation at Slow Speeds: Adjustable current fall -back based on output frequency for temperature protection of self -cooled, fan -ventilated motors at slow speeds. P. Integral Input Disconnecting Means and OCPD: with pad -lockable, door -mounted handle mechanism. 1. Disconnect Rating: Not less than 115 percent of VFC input current rating. 2. Disconnect Rating: Not less than 115 percent of NFPA 70 motor full -load current rating or VFC input current rating, whichever is larger. 3. Auxiliary Contacts: NO or NC, arranged to activate before switch blades open. 4. Auxiliary contacts "a" and "b" arranged to activate with circuit -breaker handle. 5. NO alarm contact that operates only when circuit breaker has tripped. 2.3 Performance Requirements A. Seismic Performance: VFCs shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. The designated VFCs shall be tested and certified by an NRTL as meeting the ICC -ES AC 156 test procedure requirements. 1. The term "withstand" means "the unit will remain in place without separation of any parts when subjected to the seismic forces specified." 2.4 Controls and Indication A. Status Lights: Door -mounted LED indicators displaying the following conditions: 1. Power on. 2. Run. 3. Overvoltage. 4. Line fault. 5. Overcurrent. 6. External fault. B. Panel -Mounted Operator Station: Manufacturer's standard front -accessible, sealed keypad and plain -English-language digital display; allows complete programming, program copying, operating, monitoring, and diagnostic capability. 1. Keypad: In addition to required programming and control keys, include keys for HAND, OFF, and AUTO modes. 2. Security Access: Provide electronic security access to controls through identification and password with at least three levels of access: View only; view and operate; and view, operate, and service. a. Control Authority: Supports at least four conditions: Off, local manual control at VFC, Page 5 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction local automatic control at VFC, and automatic control through a remote source. C. Historical Logging Information and Displays: 1. Real-time clock with current time and date. 2. Running log of total power versus time. 3. Total run time. 4. Fault log, maintaining last four faults with time and date stamp for each. D. Indicating Devices: Digital display mounted flush in VFC door and connected to display VFC parameters including, but not limited to: 1. Output frequency (Hz). 2. Motor speed (rpm). 3. Motor status (running, stop, fault). 4. Motor current (amperes). 5. Motor torque (percent). 6. Fault or alarming status (code). 7. PID feedback signal (percent). 8. DC -link voltage (V dc). 9. Set point frequency (Hz). 10. Motor output voltage (V ac). 11. <Insert parameter>. E. Control Signal Interfaces: 1. Electric Input Signal Interface: a. A minimum of [two] <Insert number> programmable analog inputs: [0- to 10-V dc] [4 - to 20-mA dc] [Operator -selectable "x"- to "y"-mA dc] <Insert signal parameters>. b. A minimum of six multifunction programmable digital inputs. 2. Pneumatic Input Signal Interface: 3 to 15 psig (20 to 104 kPa). 3. Remote Signal Inputs: Capability to accept any of the following speed -setting input signals from the BAS or other control systems: a. 0- to 10-V dc. b. 4- to 20-mA dc. c. Potentiometer using up/down digital inputs. d. Fixed frequencies using digital inputs. 4. Output Signal Interface: A minimum of one programmable analog output signal(s) 4- to 20-mA dc, which can be configured for any of the following: a. Output frequency (Hz). b. Output current (load). c. DC -link voltage (V dc). d. Motor torque (percent). e. Motor speed (rpm). f. Set point frequency (Hz). 5. Remote Indication Interface: A minimum of two programmable dry -circuit relay outputs Page 6 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction (120-V ac, 1 A) for remote indication of the following: a. Motor running. b. Set point speed reached. c. Fault and warning indication (overtemperature or overcurrent). d. PID high- or low -speed limits reached. F. PID Control Interface: Provides closed-loop set point, differential feedback control in response to dual feedback signals. Allows for closed-loop control of fans and pumps for pressure, flow, or temperature regulation. 1. Number of Loops: Two. G. BAS Interface: Factory -installed hardware and software shall interface with BAS to monitor, control, display, and record data for use in processing reports. VFC settings shall be retained within VFC's nonvolatile memory. 1. Hardwired Points: a. Monitoring: On-off status b. Control: On-off operation 2. Communication Interface: Comply with ASHRAE 135. Communication shall interface with BAS to remotely control and monitor lighting from a BAS operator workstation. Control features and monitoring points displayed locally at lighting panel shall be available through the BAS. 2.5 Line Conditioning and Filtering A. Input Line Conditioning: Based on the manufacturer's harmonic analysis study and report, provide input filtering, as required, to limit total demand (harmonic current) distortion and total harmonic voltage demand at the defined point of common coupling to meet IEEE 519 recommendations. B. Output Filtering: C. EMI/RFI Filtering: CE marked; certify compliance with IEC 61800-3 for Category C2. D. EMI/RFI Filtering: 2.6 Optional Features A. Multiple -Motor Capability: VFC suitable for variable -speed service to multiple motors. Overload protection shuts down VFC and motors served by it, and generates fault indications when overload protection activates. 1. Configure to allow two or more motors to operate simultaneously at the same speed; separate overload relay for each controlled motor. 2. Configure to allow two motors to operate separately; operator selectable via local or remote switch or contact closures; single overload relay for both motors; separate output magnetic contactors for each motor. 3. Configure to allow two motors to operate simultaneously and in a lead/lag mode, with one motor operated at variable speed via the power converter and the other at constant speed via the bypass controller; separate overload relay for each controlled motor. B. Damper control circuit with end -of -travel feedback capability. C. Sleep Function: Senses a minimal deviation of a feedback signal and stops the motor. On an increase in speed -command signal deviation, VFC resumes normal operation. D. Motor Preheat Function: Preheats motor when idle to prevent moisture accumulation in the motor. Overrides all other local and external inputs (analog/digital, serial communication, and all keypad commands). Page 7 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction Forces VFC to operate motor, without any other run or speed command, at a field -adjustable, preset speed. Causes display of override mode on the VFC display. E. Remote Indicating Circuit Terminals: Mode selection, controller status, and controller fault. F. Remote digital operator kit. G. Communication Port: RS -232 port, USB 2.0 port, or equivalent connection capable of connecting a printer and a notebook computer. 2.7 Enclosures A. VFC Enclosures: NEMA 250, to comply with environmental conditions at installed location. 1. Dry and Clean Indoor Locations: Type 1. 2. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: Type 12. B. Plenum Rating: UL 1995; NRTL certification label on enclosure, clearly identifying VFC as "Plenum Rated." 2.8 Accessories A. General Requirements for Control -Circuit and Pilot Devices: NEMA ICS 5; factory installed in VFC enclosure cover unless otherwise indicated. 1. Push Buttons: Covered, Lockable. 2. Pilot Lights: Push to test. 3. Selector Switches: Rotary type. 4. Stop and Lockout Push -Button Station: Momentary -break, push-button station with a factory -applied hasp arranged so padlock can be used to lock push button in depressed position with control circuit open. B. Control Relays: Auxiliary and adjustable solid-state time -delay relays. C. Phase -Failure, Phase -Reversal, and Undervoltage and Overvoltage Relays: Solid-state sensing circuit with isolated output contacts for hard -wired connections. Provide adjustable undervoltage, overvoltage, and time -delay settings. 1. Current Transformers: Continuous current rating, basic impulse insulating level (BIL) rating, burden, and accuracy class suitable for connected circuitry. Comply with IEEE C57.13. D. Supplemental Digital Meters: 1. Elapsed -time meter. 2. Kilowatt meter. 3. Kilowatt-hour meter. E. Cooling Fan and Exhaust System: For NEMA 250, Type 1 steel intake and exhaust grills; 120-V ac; obtained from integral CPT. F. Sun shields installed on fronts, sides, and tops of enclosures installed outdoors and subject to direct and extended sun exposure. G. Spare control -wiring terminal blocks; wired. 2.9 Source Quality Control A. Testing: Test and inspect VFCs according to requirements in NEMA ICS 61800-2. 1. Test each VFC while connected to its specified motor. 2. Verification of Performance: Rate VFCs according to operation of functions and features Page 8 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction specified. B. VFCs will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. PART 3 EXECUTION 3.1 Examination A. Examine areas, surfaces, and substrates to receive VFCs, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Examine VFC before installation. Reject VFCs that are wet, moisture damaged, or mold damaged. C. Examine roughing -in for conduit systems to verify actual locations of conduit connections before VFC installation. D. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Installation A. Floor -Mounting Controllers: Install VFCs on 4linch (iOO..ir.irar.u) nominal thickness concrete base. Comply with requirements for concrete base specified in Section 033000 "Cast -in - Place Concrete." 1. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18.inch (4b0 Han) centers around the full perimeter of concrete base. 2. For supported equipment, install epoxy -coated anchor bolts that extend through concrete base and anchor into structural concrete floor. 3. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 4. Install anchor bolts to elevations required for proper attachment to supported equipment. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. C. Install fuses in each fusible -switch VFC. D. Install fuses in control circuits if not factory installed. Comply with requirements in Section 262813 "Fuses." E. Install heaters in thermal -overload relays. Select heaters based on actual nameplate full -load amperes after motors are installed. F. Install, connect, and fuse thermal -protector monitoring relays furnished with motor -driven equipment. G. Comply with NECA 1. 3.3 Control Wiring Installation A. Install wiring between VFCs and remote devices and facility's central -control system. Comply with requirements in Section 260523 "Control -Voltage Electrical Power Cables." B. Bundle, train, and support wiring in enclosures. C. Connect selector switches and other automatic -control devices where applicable. 1. Connect selector switches to bypass only those manual- and automatic -control devices Page 9 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction that have no safety functions when switches are in manual -control position. 2. Connect selector switches with control circuit in both manual and automatic positions for safety -type control devices such as low- and high-pressure cutouts, high-temperature cutouts, and motor -overload protectors. 3.4 Identification A. Identify VFCs, components, and control wiring. Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems." 1. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each VFC with engraved nameplate. 3. Label each enclosure -mounted control and pilot device. B. Operating Instructions: Frame printed operating instructions for VFCs, including control sequences and emergency procedures. Fabricate frame of finished metal, and cover instructions with clear acrylic plastic. Mount on front of VFC units. 3.5 Field Quality Control A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. C. Perform tests and inspections[ with the assistance of a factory -authorized service representative]. D. Acceptance Testing Preparation: 1. Test insulation resistance for each VFC element, bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. E. Tests and Inspections: 1. Inspect VFC, wiring, components, connections, and equipment installation. 2. Test insulation resistance for each VFC element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at VFC locations are within 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Owner before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Perform tests according to the Inspection and Test Procedures for Adjustable Speed Drives stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 8. Perform the following infrared (thermographic) scan tests and inspections, and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each VFC. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each VFC 11 months after date of Substantial Completion. c. Instruments and Equipment: Use an infrared scanning device designed to measure Page 10 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction temperature or to detect significant deviations from normal values. Provide calibration record for device. 9. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. F. VFCs will be considered defective if they do not pass tests and inspections. G. Prepare test and inspection reports, including a certified report that identifies the VFC and describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations made after remedial action. 3.6 Startup Service A. Engage a factory -authorized service representative to perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. 3.7 Adjusting A. Program microprocessors for required operational sequences, status indications, alarms, event recording, and display features. Clear events memory after final acceptance testing and prior to Substantial Completion. B. Set field -adjustable switches, auxiliary relays, time -delay relays, timers, and overload -relay pickup and trip ranges. C. Adjust the trip settings of instantaneous -only circuit breakers and thermal -magnetic circuit breakers with adjustable, instantaneous trip elements. Initially adjust to 6 times the motor nameplate full -load amperes and attempt to start motors several times, allowing for motor cool -down between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed 8 times the motor full -load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Owner before increasing settings. D. Set the taps on reduced -voltage autotransformer controllers. E. Set field -adjustable circuit -breaker trip ranges [ as specified in Section 260573 "Overcurrent Protective Device Coordination Study."] F. Set field -adjustable pressure switches. 3.8 Protection A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until controllers are ready to be energized and placed into service. B. Replace VFCs whose interiors have been exposed to water or other liquids prior to Substantial Completion. 3.9 Demonstration A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, reprogram, and maintain VFCs. END OF SECTION Page 11 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 29 23.01 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVES PART1 GENERAL 1.1 Work Included A. Furnish labor, materials, equipment and incidentals necessary to manufacture, fabricate, test, and deliver complete variable frequency drives as shown on the drawings and as specified herein, including all required appurtenances to be used in the Owner's Pump Station as shown in the schedule below. The VFDs shall operate on 4,160 VAC, 3-phase, 60 Hz with drive isolation transformers, if required, and all appurtenances needed to meet the requirements of these specifications. The VFDs shall be suitable to drive the pumping unit at the Pump Station over the range of conditions specified. Location For Pump VFD Name XXX) XXX XXX Owner Training 2 day (2 trips minimum) Supplementary Owner Training during Warranty Period 1 day (1 trip minimum) B. The manufacturer shall provide the services of factory field engineers for start-up, field tests, troubleshooting, Owner training and the supervision of storage and installation. The minimum time required for the manufacturer field services to be on-site shall include a minimum of the following. These times do not include travel time and include a minimum of 8 hours working per day. Start-up/Testing 10 days (10 trips minimum) Field Tests 4 days (4 trips minimum) Troubleshooting 4 day (4 trips minimum) Owner Training 2 day (2 trips minimum) Supplementary Owner Training during Warranty Period 1 day (1 trip minimum) C. Harmonic analysis and test to verify results. 1.2 Quality Assurance A. ACCEPTABLE MANUFACTURERS: The VFD manufacturer shall demonstrate 4 years experience with the drives using phase shift technology of the type and size herein specified. 1. Allen-Bradley — Active Front End PowerFlex 7000 series 2. Siemens — Perfect Harmony series 3. No other manufacturer will be accepted. B. Variable speed drives shall be of sufficient size for the duty to be performed and shall not exceed their full -rated capacity when the driven equipment is operating as specified. C. The variable frequency drive manufacturer shall maintain, as part of a national network (United States), engineering service facilities within 250 miles of the project site to provide start-up service, emergency service, calls, repair work, service contracts, and maintenance and training of customer personnel. When requested by the Engineer, documentation shall be provided showing compliance, capabilities and references for this requirement. D. All equipment shall be NEMA rated. IEC or dual IEC/NEMA rated shall not be acceptable. E. Complete VFD integrated line up shall be UL Listed. F. The pump and pump motor manufacturer shall be responsible for coordinating with the VFD Page 1 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction manufacturer to meet the design and performance requirements of the specification. The VFD shall be installed by the Construction Contractor. G. FACTORY INSPECTION AND TESTS 1. The VFD manufacturer shall provide the following quality assurance steps within his factory: a. Incoming inspection of all components. b. In -process inspection of assemblies. c. 100% test and inspection of power devices. 2. The VFD printed circuit boards shall be tested using the manufacturer's standard testing procedure. The VFD manufacturer shall provide certification that the tests have been completed. 3. Factory tests shall include a test of all equipment functions, per manufacturer's standard testing procedures. The purpose of the test shall be to verify the functionality, performance and stability of each VFD. The test shall include, but not be limited to, a complete operational test demonstrating all controls, trips, inputs, outputs, etc., shown on the attached pump control schematic. A clearly labeled test box with dedicated switches, lights, etc. for each I/O shall be provided and used to demonstrate all controls, trips, inputs, outputs, etc. The manufacturer shall provide a report of certification that the tests have been completed prior to shipment to the Engineer for approval. 4. After all tests have been performed, each adjustable frequency controller shall undergo a 24-hour burn -in test. The controllers shall be burned in at 100 percent motor load connected to a dynamometer for 24 hours without an unscheduled shutdown. During this test, the efficiency of the VFDs shall be measured by simultaneously measuring the total KW input to the VFDs and the KW output of the VFD. Simultaneous KW measurements shall be made with two BMI 3030A, Yokogawa Model 2042 wattmeter or equal instruments with required accessories to confirm compliance with specified efficiencies. 5. The variable frequency drive manufacturer shall provide the actual test data, observations and certification that the tests have been completed prior to shipment to the Engineer for approval. 6. Efficiency test for 100% and 80% load (100% and 80% of the motor horsepower) at 100% speed shall be performed on all units with a dynamometer or reactor banks. 7. Each drive shall be operated full loaded for the VFD testing simulating the actual field operating conditions and the operating data — amps, true power factor, efficiency, etc. for the drive shall be recorded and officially submitted to the Owner/Engineer. H. Field Quality Control 1. The manufacturer shall furnish an equipment test report after installation, start-up and testing. 1.3 Standards The latest edition of the referenced item below shall be used. The applicable provisions of the following standards shall apply as if written here in their entity. A. Local Laws and Ordinances. B. State and Federal Laws. C. National Electrical Code (NEC). D. Underwriters' Laboratories (U.L.) E. American National Standards Institute (ANSI). F. National Electrical Manufacturers Association (NEMA). G. Institute of Electrical and Electronics Engineers (IEEE). Page 2 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1.4 Submittals A. Submittals shall be in accordance with this section, the General Requirements, Section 01 33 00, "Submittal Procedures" and shall include the following minimum information: 1 PRE -AND POST -SUBMITTAL MEETING a. A pre -submittal meeting shall be held before any shop drawings are submitted. A post -submittal meeting shall be held after the Engineer's shop drawing review comments have been submitted. As a minimum the following shall attend the meeting: General Contractor, Electrical Contractor, VFD Supplier and Engineer. Representatives from the VFD Supplier shall include the Project Manager who will be responsible for the project at the factory, no exceptions. Any shop drawings submitted before the pre -submittal meeting will be rejected and sent back Not Approved, Revise and Re -submit. The VFD Supplier shall bring with them a detailed list of the items their submittal will include for review by the Engineer or a bootleg copy of the actual submittal. 2. SHOP DRAWINGS a. Any deviations from the specifications should be clearly identified on a separate sheet of paper in the shop drawing submittal. b. Size, type, and rating of all system components c. Internal component layout diagrams. d. Drawings shall show: (1) equipment dimensions, (2) stub -up locations and conduit entry and exit locations. Conduit entry and exit points clearly showing dimensions of entry and exit points. Provide a detailed top view showing how conduits penetrate the top of the VFD. Coordinate with the installation (Electrical) Contractor on this prior to submitting information to the Engineer. (3) shipping splits, (4) shipping weights, (5) ventilation details, (6) power equipment, (7) cable terminal sizes, (8) and nameplate schedule. (9) Provide a drawing of the front view elevation with designation of equipment and devices on doors, and clearly indicating the maximum mounting height of devices on doors. (10) Project specific control schematics and wiring diagrams. Labels on the control schematic for control relays, level switches, indication lights, etc. shall correspond to equipment tags/labels indicated on the Pump Control Panel Control Schematic included in the plans. Include a label above each timing relays indicating the range and setpoint for that timing relay. (11) Project specific wiring diagram of the motor protection relay (12) Provide a drawing showing the Terminal strip layout showing customer field connections. The terminal strip layout shall also include a label next to each connection indicating signal description. (13) One -Line diagram and Three -Line diagram to be submitted with initial submittal, No Exceptions. e. Complete bills of materials with model numbers listed for individual components. f. Catalog cut sheets of major components, power equipment clearly identifying make and model number of device being provided. Data sheets of miscellaneous electrical equipment. Where a data sheet is not available provide the equipment ratings and model number for the devices. h. Data sheet of Motor Protection Relay (MPR) clearly indicating what options are included g. Page 3 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction i. Spare Parts List Warranty information k. Letter of Compatibility: The VFD supplier in conjunction with the pump/motor supplier shall issue a letter of compatibility stating that the VFD and motor are compatible. Coordinate with the CMAR for this information. Data on the characteristics and performance of the variable frequency drives, including amperage ratings, horsepower rating, frame sizes, trip settings, short-circuit current rating, etc. Data shall include certification that the variable frequency drives are warranted for use with the motors specified in Appendix B and as specified herein. m. Heat dissipation for the VFD and phase shifting/isolation transformers, and transformer inrush data (duration versus magnitude). Transformer impedance and X/R data. Provide complete information for the phase shifting /isolation transformer including cut sheets for all transformer accessories. Submit the transformer elevations and side views, floor plan, dimensions, weight, packaging for shipment, field wiring diagrams for power and control circuits, transformer nameplate information, and itemized bill of materials for accessories. n. Project specific magnetizing current for the transformer (for Siemens VFD only). o. List of default VFD microprocessor motor protective features and their settings. p. Harmonic distortion analysis: The manufacturer of the drive equipment shall perform a bus voltage and/or current distortion calculation for each bus that supplies a drive. The harmonic study shall be performed to determine the harmonic content expected on the Purchaser's supply bus due to the addition of the variable frequency drive. The total harmonic distortion shall not exceed THD values as recommended by IEEE - 519, 1992 under normal worst case operating conditions. Harmonic analysis shall be provided prior to or with the VFD shop drawings for approval. SUBMITTALS FOR THE VFD SUBMITTED PRIOR TO OR WITHOUT THE HARMONIC ANALYSIS SHALL BE CONSIDERED INCOMPLETE AND NOT REVIEWED. THE INITIAL SUBMITTAL SHALL INCLUDE ALL INFORMATION LISTED ABOVE WITH THE EXCEPTION OF TEST RESULTS. q. Written description of field test procedures. Test procedures shall be submitted to the Owner/Engineer for approval two weeks prior to testing. r. Note: All documentation listed above shall be supplied with the VFD's initial submittal. Incomplete submittals will be returned "NOT APPROVED, REVISE AND RESUBMIT". 3. FACTORY TEST DATA a. Test data shall be submitted for Engineers approval prior to shipment of VFD. 4. FIELD TEST DATA a. Test data shall be submitted for Engineers approval prior to start up. 5. NETA Acceptance Testing Specification (ATS) field tests and inspections tests report. 6. Supplier shall submit a training outline for Owner's/Engineer's review and comment a minimum of 4 weeks before training is to take place. 7. OPERATION AND MAINTENANCE MANUALS a. Operation and maintenance manuals shall be prepared by the equipment manufacturer and shall contain the final certified approved shop drawings, submittals, schematics, final wiring diagrams with any changes made during start-up, equipment installation report and maintenance procedures and test data. b. Manuals may be manufacturer's standard instructions, but shall be supplemented as necessary to cover any special feature not included in standard material. c. Operation and maintenance manuals shall include warranty information as well as a warranty information page that shall include information on the warranty start and end Page 4 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction date as well as contact information for service. d. Operation and maintenance manuals shall also include one (1) software copy of all PLC program files burned on a CD. Provide a hard copy of all PLC programming logic in O&M Manuals. e. Submit preliminary manuals for review prior to start-up of equipment. 8. Bid Submittal: In order to evaluate the bids, submit the following information. a. Data Sheet: Submit information requested on the data Sheet included with the Bid Proposal forms. The Data Sheet is included in "Appendix D". 1.5 Delivery, Storage and Handling The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. The manufacturer shall be responsible for delivery of the equipment and accessories, f.o.b. to the job site or to such storage site as may be designated by the Owner or Construction Contractor in good condition and undamaged. B. Unloading and storage of the equipment shall be the responsibility of the Construction Contractor who shall inspect the equipment for apparent damage. Equipment which is found to be damaged will not be accepted until properly repaired or replaced by the manufacturer. C. Handling and shipment of the equipment shall be in such a manner to prevent internal component damage, breakage, and denting and scoring of the enclosure finish. D. Equipment must be delivered and stored in accordance with the manufacturer's recommendation at all times. Equipment shall be stored indoors in a clean, dry, climate controlled heated and air conditioned environment that is free from dust, No Exceptions. Protect equipment from exposure to dirt, fumes, water, corrosive substances and physical damage. E. 100 watt incandescent lamps shall be placed in the VFD enclosure sections as required and energize to prevent the buildup of condensation during extended storage periods. 1.6 Warranty A. Manufacturer shall warrant the equipment furnished under this specification for a period of two (2) years against defects in materials and workmanship and operational failure. B. In the event of failure of any part or parts of the equipment during the first 2 years of service, provided that the equipment has been operated and maintained in accordance with good practice, the Manufacturer shall furnish, deliver and install the defective part or parts at his own expense. C. The first 2 years of service shall be interpreted as the 24 -month period following the installation, adjusting and acceptance testing, and the start of actual operation of the equipment, or 30 months after delivery, whichever occurs first. 1.7 Harmonics Analysis A. Provide an electrical system harmonics analysis for the electrical distribution system including the electric utility. The goal of the study shall be to determine requirements for the variable frequency drives and isolation/phase shifting transformers, if required, to comply with the harmonic distortion levels. B. A preliminary harmonic analysis shall be provided to the Engineer for approval prior to or at the same time as the VFD shop drawings being sent for approval. C. The harmonics analysis shall verify compliance with the harmonics and line notching requirements specified herein. Contractor shall be responsible for obtaining the maximum utility system short circuit kVA and system impedance from the local Utility. The location of the point of common coupling shall be defined as the main bus of 4,160 Volt Metal Enclosed Switchgear at the pump station. The study shall evaluate the VFD operating at the lowest operating speed as specified in the pump specification, VFD operating at the full speed condition, and ten percent speed increments between these points. The study shall contain, Page 5 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction as a minimum, the following: 1 Analysis of a. One VFD operating at a time. b. Two VFDs operating at a time. c. Three VFDs operating at a time. 2. Preliminary harmonic levels without VFDs installed. 3. Preliminary harmonic levels with the VFDs operating. 4. Explanation of method used to perform the study. 5. Explanation of study results. 6. All calculations and/or computer printouts used to arrive at the recommendations. 7. Voltage and Current harmonic content up to the fiftieth harmonic, for the conditions specified above in table format. D. The harmonic distortion for voltage and current distortion levels and line notching shall meet the requirements of IEEE 519, latest version without the need for any ancillary filtering equipment. E. The Manufacturer/Contractor shall be responsible to obtain all data necessary to perform the study. This includes feeder cable sizes, approximate feeder length, motor data, switchgear data, electric utility data, and any other information relevant to the study. The analysis shall use actual system impedance, Utility transformer impedance, and available fault current from the Utility. F. If harmonic filters are required to meet the requirements of the IEEE 519, the VFD manufacturer must provide the filters, and is responsible for the design and manufacturer of the filters at no cost to the Owner. G. The report shall be provided prior to or with the variable frequency drive shop drawings for approval. Submittals for the variable frequency drives submitted prior to or without the study will be considered incomplete and not reviewed. H. Compliance shall be verified with onsite field measurements of both the voltage and current harmonic distortion at the defined point of common coupling with and without the VFDs operating. I. VFD manufacturer shall coordinate with the local Utility, Andrew Lange, Oncor, PH: 432-620- 6213 for electrical data required for the harmonic analysis. PART 2 PRODUCTS 2.1 General A. Any modifications to a standard product required to meet this specification shall be performed by the VFD manufacturer only. B. Drive shall be air cooled. Liquid cooled systems shall not be acceptable. The VFDs shall consist of an incoming load -break fused disconnect switch, input rectifier grade drive isolation transformer (if required), input converter/DC bus/output inverter and control logic section. All components shall be integral to the VFD lineup, factory wired and tested as a complete system. C. VFD system shall maintain a .95 minimum true power factor (fundamental and displacement) from 30% to 100% speed. D. SEQUENCE OF OPERATIONS 1. The control schematic is based on a hydraulic oil accumulator system. 2. In the Local mode of operation the sequence of operations is initiated at the VFD. In Remote mode the sequence of operations is initiated via the SCADA system. Page 6 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 3. Timing relay TR1 is energized from the closed valve limit switch CVLS-1. The motor cannot be started until the valve has been closed for a prescribed period of time (15 minutes) field adjustable. Also, the motor cannot be started upon power failure until the valve has gone closed (CVLS-1) and timing relay TR1 has timed out after a prescribed period of time. 4. When the start sequence is initiated, the start command energizes CR3. CR5 becomes energized, and energizes CR6. CR6 sends a signal to the VFD to start the motor. If pressure is present (from pump discharge pressure panel pressure switch), CR11 will become energized and send a signal to the hydraulic power unit solenoid (SOLV-1) to open the valve. 5. Once the motor is running, if the valve fails to make 5% open (CVLS-3 opens) in a prescribed period of time (3 minutes) field adjustable, TR2 will time out and seal in and the motor will stop due to "Valve Failure". 6. Once the valve has reached 5% open, limit switch OVLS-2 will close energizing CR2. CR2 seals in CR6. 7. Stopping the motor due to power failure, E -stop, MPR trip, VFD trip, pump low level cutoff, valve maintenance mode, and valve failure will de -energize CR1. Opening of the normally closed contact CR1 causes the emergency slow close solenoid valve (SOLV-2) at the hydraulic power unit to de -energize and the valve will emergency slow close. 8. The normal stop sequence is initiated when the motor is called on to stop by either the momentary stop pushbutton located on the VFD panel or through a stop signal from SCADA. The stop command de -energizes CR3 and CR5, which de -energizes CR11 and sends a signal to the hydraulic power unit solenoid (SOLV-1) to close the valve. Once the valve has reached 95% closed, limit switch OVLS-2 will open, de -energizing CR2. CR6 will drop out sending a signal to the VFD to stop the motor. 9. When the valve is in the fully closed position, CVLS-4 will close to provide local and remote indication of the valve being closed. When the valve is in the fully open position, OVLS-5 will close to provide local and remote indication of the valve being open. When the valve is in the intermediate positions, both the valve open and the valve closed positions will be indicated locally and remotely. 10. Note: Control and timing relays shown on control schematic shall be hardwired NEMA type. PLC/computer programming shall not be used for timers and relays. 2.2 Allen Bradley VFD's A. Allen-Bradley VFD's shall be Active Front End, PowerFlex 7000 series. The VFD shall utilize PWM current source technology consisting of a Symmetrical Gate Commutated Thyristors (SGCT's) input inverter, inductor DC bus and SGCT output inverter. B. The VFD line-up shall consist of an input power compartment — non -load break isolation disconnect switch with fuses and input contactor, output contactor if required, SGCT power semiconductor compartment and a compartment for auxiliary equipment (DC link inductor, control, etc.). C. Each VFD shall have a power device bypass option. A faulted power device shall be shunted allowing the VFD to resume the operation at the reduced capacity with remaining power devices. 2.3 Siemens VFD's A. Siemens VFD's shall be 18 -pulse drives, Perfect Harmony series. The VFD shall utilize Pulse Width Modulation (PWM) voltage source technology consisting of a three-phase diode rectifier input inverter, capacitor DC bus and a single-phase bridge of IGBT's (Insulated Gate Bipolar Transistor's) output inverter, generating the PWM voltage output waveform to the motor. The VFD output inverter section shall be eighteen or more pulse to eliminate the need for harmonic filters. The input inverter shall be preceded with a phase shifting transformer (extended delta autotransformer type) for harmonic mitigation and common mode voltage protection. Page 7 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction B. The VFD line-up shall consist of an input power compartment - load break disconnect switch with fuses, transformer compartment and power cell compartment. C. Provide in the initial shop drawing submittal the project specific magnetizing current for the transformer. 1 Transformer magnetizing current shall not cause excessive voltage disturbances on the electric utility system. Line reactors shall be provided to mitigate this as required. The input isolation transformer shall provide common mode voltage protection and phase shifting. Transformer shall be dry type and shall be factory mounted and pre -wired to the VFD. The transformer shall conform to the following specification, as well as prevailing codes and standards, including IEEE-519.The transformer shall have copper windings with minimum 220 degrees C insulation and maximum 115 degrees C rise. Transformer shall be OA rated and applied in a FA installation. Two full capacity 5 percent primary taps, 1 above, 1 below rated voltage shall be provided. Impedance shall be selected by the drive system designer. Each transformer shall be equipped with 120 volt single phase space heater(s) for moisture control. Provide distribution class MOV surge arrestors and current limiting fuses for transformer and VFD protection. D. Each VFD shall have a cell bypass option. A faulted cell shall be shunted allowing the VFD to resume the operation at the reduced capacity with remaining cells. E. A digital output from the VFD shall be provided to trip the breaker in the upstream 4.16kV Metal Enclosed Switchgear in case of a VFD fault. 2.4 Variable Frequency Drives A. Ratings 1. Guaranteed minimum VFD efficiency shall be 96.5% at 100% speed and 100% load and minimum 96% at 80% speed. Losses shall include drive isolation transformer or line reactor (if required), converter/DC bus/Inverter, and output harmonic filter. Auxiliary control, such as internal VFD control boards, cooling fans shall be included in all loss calculations. 2. Rated Input Power: Non -phase sequence sensitive, 4160 Volts, +10%/-5%, 3-phase, 60 Hz. a. Voltage Dip Ride -through: VFDs shall be capable of sustaining continued operation with a 30% dip in nominal line voltage. Output speed may decline only if current limit rating of VFD is exceeded. b. Power Loss Ride -through: VFDs shall be capable of 5 cycle power loss ride -through without fault activation. c. All 120VAC power for VFD control logic and 480VAC power for cooling fans shall be fused and supplied integral to the VFDs. 3. Output Power for P1, P2, P3 and P4: a. 1500 HP (1200 RPM), 4000V, 6 to 60Hz variable Note: VFD manufacturer shall verify power output required with pump and motor manufacturer. VFD manufacturer shall verify actual HP and amperage rating of motor. 4. Ambient Temperature Range: 0 to 40°C. 5. Humidity: 95% non -condensing 6. Elevation: Up to 3300 feet (1000 meters) above MSL without derating. 7. Power Unit Rating Basis: 100% rated current continuous, 110% rated current for one minute out of every ten minutes at rated temperature. 8. Fused input disconnect switch: 40kA.asym. B. Performance 1. The VFD shall be capable of providing breakaway and accelerating torque for the pump. 2. The VFD shall provide an output waveform that will allow utilization of standard motors Page 8 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction without need of any special insulation or derating. Motor life expectancy should not be compromised in any way by operation with the VFD system. The VFD shall provide stable operation of the motor without compromising the motor insulation system, regardless of motor cable distance. The limitations in motor cable distance shall be clearly stated in the proposal. 3. The maximum allowable noise from the VFD systems shall be 85dBA at a distance of 3 feet at any speed and load condition. VFD systems with audible noise in excess of this limit shall be provided with sufficient noise treatment to reduce the sound pressure level below 85 dBA. C. Construction 1. The input section shall contain a suitably rated, non -load break disconnect switch with fuses rated for minimum of 50kA symmetrical and input contactor (Allen-Bradley VFD only) interlocked with the door. Safety blade position shall be visible through the door termination of stress cones. 2. The VFD enclosure shall be NEMA 1 with gasketed doors. Door vents shall consist of louver -panel assemblies that can be removed from the front in order to replace air filter. Cabinets and doors shall be fabricated using minimum 12 -gauge steel for sturdy construction. All VFD exterior parts shall be painted with ANSI 61 or ANSI 49 gray paint. Paint procedures and materials shall be manufacturer's system designed and proven for corrosion resistance. Provide removal lifting provisions. Lifting eyes shall be provided for each shipping split, and shall be attached to the structural framework preventing deformation during lifting. Framework will be design to allow lifting by forklift and overhead crane. 3. VFD shall be air-cooled provided with 100% fan redundancy and automatic switchover in the event of a fan failure. Water cooled drives shall not be acceptable. If a fan fails, the system must automatically switch to the alternate fan and generate an alarm to notify operator of initial fan system failure. Drive must have ability to detect failed operation of the cooling system using temperature monitors. During normal operation, the system must periodically cycle between fans to exercise them and to ensure availability of both systems. Heat will be rejected to the room from the VFD top front. Fans shall not be allowed to run continuously. All fans shall be controlled via thermostats. The manufacturer shall provide all control devices and wiring as required for a complete and operational system. VFD's using liquid -cooled assemblies in conjunction with associated pumps, piping and separate remote mounted heat exchangers are not acceptable. 4. VFD's shall be top entry, top exit. Incoming disconnect switch shall be able to accommodate stress cone termination for 5000V single conductor shielded cable, size as indicated below. 5. Low voltage wiring for external field devices shall be top exit/top entry and shall be terminated on a single master set of terminal blocks located on the side or bottom of the control compartment. A minimum of twenty-five (25%) spare terminal blocks shall be provided. The VFD Manufacturer shall coordinate with the Installation Contractor on the size and number of conduits entering/exiting the top of the VFD and provide openings in the VFD as required. As part of the VFD submittal, the VFD manufacturer shall provide written documentation that this has been done and the number of conduits and sizes entering/exiting the top of the VFD shall be shown on the VFD drawings. Page 9 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 Cable requirements with phase and ground conductors Incoming Section 3-1/C #1/0 (5kV), #4G. (600V) Outgoing Section 3-1/C #1/0 (5kV), #4G. (600V) 5. Low voltage wiring for external field devices shall be top exit/top entry and shall be terminated on a single master set of terminal blocks located on the side or bottom of the control compartment. A minimum of twenty-five (25%) spare terminal blocks shall be provided. The VFD Manufacturer shall coordinate with the Installation Contractor on the size and number of conduits entering/exiting the top of the VFD and provide openings in the VFD as required. As part of the VFD submittal, the VFD manufacturer shall provide written documentation that this has been done and the number of conduits and sizes entering/exiting the top of the VFD shall be shown on the VFD drawings. Page 9 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 6. Main power bus shall be continuous tin plated copper bus, 100% rated over its entirety and integral to the line-up. Telescoping of the bus rating or running in a top hat shall not be acceptable. Medium voltage bus shall extend the entire length of the integrated line up. Cable bus between sections shall not be acceptable. Bus shall be appropriately sized for the VFD continuous rating and braced to withstand the mechanical forces caused by a momentary short circuit current of 50kA expected at the bus. VFDs are allowed to have power devices (cells) connected with copper cable within the power device (cell) cabinet. 7. Ground bus shall be continuous (1/4 -in by 1 -in minimum) tin plated copper along entire length of the integrated line up. Ground bus shall be located in the bottom of each vertical section. 8. All connections shall be bolted or continuously welded. Bolted bus joints shall have a minimum of four bolts in a two by two pattern. D. Basic Features 1. The VFDs shall be capable of producing an adjustable AC voltage/frequency output to provide continuous operation over the normal system 30-100% speed range. The VFDs must be capable of sustained operation at 1/10 speed to facilitate checkout and maintenance of the driven equipment. 2. The door of each unit shall include the door mounted components (as shown on the VFD control schematic) arranged in a logical manner, subject to the Owner/Engineer's approval. Operator interface and control logic shall be 120VAC. All control and signal wires shall be shielded and fully protected against EMI/RFI interference. Door mounted components (keypad, lights, pushbuttons, switches, displays, motor protection relay, etc.) shall not be mounted any higher than 5'-6" AFF, which shall include the height of the 4" housekeeping pad. Front VFD panel layout showing exact mounting heights shall be submitted to the Engineer for approval. 3. A door -mounted membrane keypad with integral 2 -line, 24 character LCD display shall be furnished, capable of controlling the VFDs and setting drive parameters. The keypad shall include the following features: a. The digital display must present all diagnostic message and parameter values in English engineering units when accessed, without the use of codes. b. The keypad module shall contain a "self -test" software program which can be activated to verify proper keypad operations. C. The digital keypad shall allow the operator to enter exact numerical settings in English engineering units. A plain English user menu shall be provided in software as a guide to parameter setting (rather than codes). Driver parameters shall be factory set in EEPROM and resettable in the field through the keypad. Six (6) levels of password security shall be available to protect drive parameters from unauthorized personnel. The EEPROM stored drive variables must be able to be transferred to new boards to reprogram spare boards. d. The following door mounted digital indications shall be supplied: (1) Speed demand in percent (2) Input current in amperes (3) Output current in amperes (4) Output Frequency in hertz (5) Input voltage (6) Output voltage (7) Total 3-phase KW (8) Kilowatt hour meter (9) Elapsed time running meter (electro mechanical) (10) Output speed in percent. e. The following door mounted pushbuttons, control switches and indicating lights shall be supplied: (1) Emergency Stop pushbutton (push/pull type) (2) Hand-Off-SCADA selector switch (3) Start Pushbutton Page 10 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction (4) (5) (6) (7) (8) (9) (10) (11) (12) (13) Stop Pushbutton Reset pushbutton (valve failure) Amber push -to -test indicating light (valve failure) White push -to -test indicating light (pump ready) Red push -to -test indicating light (pump run) Green push -to -test indicating light (pump stop) Green push -to -test indicating light (valve closed) Red push -to -test indicating light (valve open) Red push -to -test indicating light (valve maintenance mode) White indicating light (power on) f. VFDs shall be capable of direct communication to an IBM or compatible computer for serial link setup of parameters, fault diagnostics, trending and diagnostic log downloading. A USB port shall be door -mounted for computer interface. E. Enclosure 1. All VFD components including input switch and transformer (if required) shall be mounted and wired by the VFD manufacturer in a grounded enclosure meeting the following requirements without exception: a. Power conversion and auxiliary equipment enclosure sections shall be NEMA -1 design. b. All relays and pushbuttons shall be NEMA rated. IEC or dual rated IEC/NEMA rated equipment is not acceptable. c. All power conductors (bus or cable) shall be insulated and of copper construction. d. The maximum dimensions for the VFD lineup shall not exceed the following, No Exceptions: Maximum Dimensions of VFD lineup (no exceptions) 120"H x 182"W x 45"D 2. INSTRUMENT CURRENT TRANSFORMERS: Each instrument current transformer shall be indoor wound type, meter class. Insulation shall be equal to that necessary to meet the requirements of the IEEE standards. At normal rated amperes, under usual service conditions, no part of the transformer shall exceed the heating limits specified in the IEEE standards. Each current transformer shall be capable of carrying continuously, its rated primary amperes, under conditions of accidental open secondary circuit, without damage to the primary insulation. Accuracy shall have ANSI accuracy classification C200. 3. CONTROL RELAYS: Industrial type; contacts rated for 10 amps at 600 VAC; Allen- Bradley Bulletin 700 Type PK, Square D Class 8501 Type X, or approved equal. Relays shall have the capability of having contact decks added in the field. Contacts shall be field convertible to normally open or normally closed. Coils and contacts shall each be replaceable without replacing any other part of the relay. Where control relays are indicated on the Plans, industrial control relays shall be furnished whether the relay coil is operated with 120 VAC or 24 VDC. General purpose "plug-in" type relays are not be acceptable. 4. TIMING RELAYS: Solid state. Ranges shall be as shown on the Plans. The timing relays shall have both normally open and normally closed contacts by having two sets of form C contacts. Timing relays where shown on the Plans shall be Square D, Class 9050 Type JCK60, time delay relay, Allen-Bradley 700 -FS or approved equal model for operation on the control voltage of the equipment it is used in. Timing relay shall be provided with restraining strap. Terminal shall be front -mounted and readily accessible. 5. INDICATING LIGHTS, SWITCHES AND PUSHBUTTONS: Heavy duty and oil tight (30 mm); Square D Class 9001 or approved equal. Pilot lights shall be push to test (LED Page 11 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction type) and shall be Square D SK or approved equal. 6. ELAPSED TIME METER: The meter shall be of a non -reset type, for totalizing of hours and shall operate on 120 VAC, 60 Hertz. Starter shall be provided with an elapsed time meter; Yokogawa Model 240, 3 '/z" New Big Look type elapsed time meter, or approval equal. Digital time meters are not acceptable. 7. Microprocessor and control logic boards and their power supplies shall be housed in a sealed, non -ventilated NEMA -1 section, safely accessible without exposure to high voltages and without drive shutdown. 8. All wiring shall be located internally within the VFD enclosure. External ductwork or wireways shall not be utilized. 9. All low and medium voltage wiring shall be copper. Aluminum is not acceptable. 10. Low voltage wiring shall be 600V rated. 11. Terminal blocks shall be NEMA type, rated 600V. 12. All wiring shall be identified with wiring markers with alphanumeric characters. The identification of each wire shall be the same as that shown on the electrical schematic. Each wire shall be so identified at each end. Each end of every wire shall be provided with a heat shrinkable or equivalent sleeve -type wire marker labeled in accordance with the electrical schematic. Use of adhesive and clip -on type markers is prohibited. 13. Redundant cooling fans, each sized for 100% capacity cooling, with automatic switchover in the event of a blower failure, shall be furnished. Cooling fans shall be alternating and shall have an adjustable timer. Cooling fans shall not be allowed to run continuously. Cooling fans shall operate via a thermostat integrated in the VFD enclosure. The VFD manufacturer shall provide the thermostat, control devices and all wiring as required for a complete and operational system. 14. Air filters for VFD enclosure shall be able to be changed out during operation without opening the enclosure. 15. Maximum door swing clearance shall not exceed 36". 16. After fabrication, metal structures shall be thoroughly cleaned, bonderized as a unit and then given a primary coat, a coat of rust preventative and a finishing coat of quick -drying lacquer. Unless otherwise specified, the color of the panels and the exteriors of structures shall be gray ANSI -61. Instruments, relays, and meters shall have dull black standard finish. 17. VFD manufacturer shall verify with motor manufacturer that the contact from the VFD for energizing the motor space heater is properly sized to handle the space heater load. F. NAMEPLATES 1. Externally visible, permanent nameplates shall be provided to identify each instrument, switch, indicating light, etc. Equipment and terminal blocks shall be suitably identified. This shall include items on the back side of doors and panel mounted items. Nameplates shall be black with white lettering and attached with stainless steel screws. 2. Equipment nameplates and designations shall be 2 in. by 5 in. minimum, not less than 1/16 in. thick, engraved laminated plastic fastened with stainless steel screws. Nameplates shall be 1 in. white lettering on black background, and shall indicate equipment designations as shown on the drawings. 3. Provide legend plates or 1 in. by 3 in. engraved nameplates with 1/4 in. lettering for identification of all pilot devices and meters. Legend nameplates shall be secured with stainless steel screws. 4. Provide permanent warning signs as follows: a. "DANGER — HIGH VOLTAGE — KEEP OUT" on all enclosure doors. b. "WARNING — HAZARD OF ELECTRIC SHOCK — DISCONNECT POWER BEFORE Page 12 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction OPENING OR WORKING ON THIS UNIT" G. PROTECTIVE FEATURES AND CIRCUITS 1. The Multilin SR469, motor management relay shall be used for motor protection and metering. The VFD controller and the Multilin SR469 shall include the following alarms and protective features: a. Static instantaneous overcurrent and overvoltage trip. b. Undervoltage and power loss protection. c. Power unit overtemperature alarm and protection. Upon sensing an overtemperature condition VFD is to annunciate an alarm and automatically reduce output speed in order to shed load maintaining process operation. If overtemperature continues beyond specified period, unit to trip on overtemperature. d. Electronic motor inverse time overload protection. e. Multilin SR469 shall accept 100 -ohm platinum motor bearing and stator winding RTDs. There will be a total of six stator winding RTDs (two per phase), and two motor bearing RTDs. f. The VFD shall be protected from damage due to the following, without requiring an output contactor: g. Single-phase fault or three-phase short circuit on VFD output terminals. Failure to communicate inverter thermistor due to severe overload or other conditions. Loss of input power due to opening of VFD input disconnect device or utility power failure during VFD operation. Loss of one (1) phase of input power. Motor regeneration due to backspin or loss of VFD input power. The VFDs shall be able to withstand the following fault conditions without damage to the power circuit components. (1) Failure to connect a motor to the VFD output. (2) VFD output open circuit that may occur during operation. h. The VFD shall have auto frequency roll -back capability during overload or overtemperature and conditions to minimize nuisance tripping. In addition to the standard protective features of the drive, provide three current transformers and one zero sequence current transformer and one ground fault current transformer for ground fault protection wired to the Multilin motor protection relay. Control functions such as speed setpoint, start, stop, alarm, and status functions shall be transmitted as discrete I/O to the station PLC (provided by others). The VFD shall be capable of communicating setup parameters for 4 diagnostics, trending information, and diagnostic log down loading over an Ethernet TCP/IP data highway to the station PLC. k. All I/O, discrete, analog and Ethernet communication signals shall be wired to terminal blocks for customer's use. H. PARAMETER SETTINGS 1. The following system configuring settings shall be provided, without exception, field adjustable through the keypad/display unit or via the serial communication port only. Except for Motor Nameplate Data, all parameters must be adjustable while the processor is on-line and the drive is running. a. Motor Nameplate Data (1) Motor frequency (2) Number of poles (3) Full load speed Page 13 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction (4) (5) (6) (7) Motor volts Motor full load amps Motor KW Current limit, max. b. VFD Limits (1) Manual accel rate (2) Manual decel rate (3) Auto accel rate (4) Auto decel rate (5) Motor flux buildup delay: time/amount (6) I boost (7) Overload trip curve select (Inverse or Constant) (8) Min/Max speed (frequency) (9) Auto reset for load or voltage trip select (10) Slip compensation (11) Catch -A -Spinning -Load select (12) Overload trip time set c. VFD Parameters (1) Voltage loop gain d. Controller Adjustments (1) PID control enable/disable (2) Setpoint select (3) Proportional band select (4) Reset time select (5) Rate time select (6) Input signal scaling (7) Input signal select (4-20 mA/0-5 Volts) (8) Auto start functions: On/Off, Delay On/Off, Level Select On/Off (9) Speed Profile: Entry, Exit, Point Select (10) Min, Max Speed Select (11) Inverse Profile Select (12) Critical speed avoidance select 2. All drive setting adjustments and operation parameters shall be stored in a parameter log which lists allowable maximum and minimum points as well as the present set values. I. DIAGNOSTIC FEATURES AND FAULT HANDING 1. The VFDs shall include a comprehensive microprocessor based digital diagnostic system which monitors its own control functions and displays faults and operating conditions. Microprocessor systems must be products of the same manufacturer as the VFD (to assure single source responsibility, availability of service and access to spare parts). 2. A "FAULT LOG" shall record, store, display and print upon demand, the following for the 50 most recent events: a. VFD mode (HAND-OFF-SCADA) b. Date and time of day c. Type of fault d. Reset mode (Auto/Manual) 3. A "HISTORIC LOG" shall record, store, display and print upon demand, the following control variables at 2.7 M/Sec. intervals for the 50 intervals immediately preceding a fault trip: a. VFD mode (HAND-OFF-SCADA) b. Speed demand Page 14 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 c. VFD output frequency d. Demand (output) Amps e. Feedback (motor) Amps f. VFD output volts g. Type of fault h. REMOTE enable J. EXTERNAL TRIP City of Corpus Christi Standard Specifications for Construction 1. The VFD shall be capable of externally tripping the upstream vacuum contactor serving the VFD. When the VFD's main overcurrent protection device is tripped, the VFD shall send a signal to trip the circuit breaker that serves the VFD. PART 3 EXECUTION 3.1 General A. The Manufacturer's Representative has responsibilities in the installation and field testing of the equipment as described in this Section. Installation of equipment shall be performed by the Construction Contractor who shall be required to assemble the equipment, if required, and install it in accordance with Installation, Operation and Maintenance instructions which shall be furnished by the vendor or manufacturer, and the installation drawings for this project. 1 The Construction Contractor shall furnish all labor, tools, equipment and machinery necessary to receive, inspect, unload, store, protect, and install completely, in proper operating condition, the equipment. Contractor shall protect and store the Switchboard indoors, as recommended by the manufacturer and as described in section 1.04. 2. He shall also furnish such incidental items not supplied with the equipment, but which may or may not be described in the Plans and Specifications, for complete installation, such as wiring, conduit, ducts, anchors and other appurtenances as necessary. B. The Contractor shall schedule the service of the manufacturer to assist in the installation, adjustment, and acceptance test of the equipment. 3.2 Installation and Start -Up A. Manufacturer's representative shall be available to advise and assist the installation of the VFDs by the Construction Contractor. B. Furnish the services of a competent manufacturer's service representative who shall be experienced in the assembly and wiring of the VFD drive units of similar size and character. He shall direct the installation of the equipment and shall assist and advise with the electricians or other workmen who are performing the actual work of installing the VFD drive units. He also shall assist in the adjustment and testing of the equipment. C. Adjust the calibration of protective relays according to the relay coordination study (provided by others) and test the settings. Prepare a card index for the relays, the settings, the test results and marked thereon, and submit to the Owner. D. Time spent on the job by the service representative shall be adequate for performing the above functions. E. All costs (travel expenses, testing equipment, etc.) required for testing and start-up shall be the responsibility of the equipment manufacturer/Contractor. 3.3 Training A. The Contractor shall provide a training session for the Owner's representatives at the jobsite or other office location chosen by the Owner. Each eight hour training session shall be broken up into two segments each of 4 -hours with a 15 minute break every two hours. Page 15 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction Lunch break will be one hour. Training sessions shall be scheduled and coordinated with the Owner. B. When requested within the equipment warranty period, provide an additional training session from that indicated above for the Owner's Representative at the jobsite or other office location chosen by the Owner. Each eight hour training session shall be broken up into two segments each of 4 -hours with a 15 minute break every two hours. Lunch break will be one hour. Training sessions shall be scheduled and coordinated with the Owner. C. Training sessions shall be conducted by VFD manufacturer personnel. D. Training shall be for four members of the Owner's staff. E. Supplier shall submit a training outline for Owner's/Engineer's review and comment a minimum of 4 weeks before training is to take place. F. Instruct the operating and maintenance personnel in principle of operating of all major devices and the care and maintenance of components included in the VFD drive units, and troubleshooting for a period of not less than two (2) eight (8) hour days. Coordinate with Owner for exact requirements. Provide three-ring binders to participants complete with copies of drawings and other course material covered. G. All costs (travel expenses, testing equipment, etc.) required for the training shall be the responsibility of the equipment manufacturer/contractor. 3.4 Placing Pipe and Accessories in Trench A. Startup procedures, testing and troubleshooting of the VFDs shall be performed under the supervision of the manufacturer's representative. Energization of the drives shall not be permitted without the manufacturer's representative permission. B. Once the drive has been installed, testing shall be provided by the manufacturer to verify conformance with the specifications for the following: 1. Harmonics 2. Efficiency 3. True Power Factor 4. A complete list of tests and testing procedures shall be submitted to the Owner/Engineer for approval two weeks prior to testing taking place. C. Testing, checkout and start-up of the VFD equipment shall be performed under the technical direction of the manufacturer's service engineer from the factory. Under no circumstances are any portions of the drive system to be energized without authorization from the manufacturer's representative. D. Harmonics Test - The VFD Supplier shall provide readings with printouts of the harmonic current at each harmonic as well as the total voltage distortion. The testing shall test current and voltage distortion, power factor for both the fundamental and displacement requirements for compliance with IEEE 519 and the specification. The following readings shall be provided: 1 At point of common coupling (4.16kV Switchgear): Contractor shall coordinate with the motor manufacturer for all data required to perform the harmonic analysis. a. With all drives running with load - All VFDs operating and starting at minimum pump speed and ramping up simultaneously to full pump speed with testing conducted at 10% speed increments. b. With all drives off. c. Test system with maximum number of pump motors operating as system will allow. Coordinate with Owner for maximum number of pumps allowed to operate at one time. The following combinations shall be evaluated: (1) One (1)-1500 HP running. Page 16 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction (2) Two (2)-1500 HP running. (3) Three (3)-1500 HP running. 2. At the power connection to each drive: a. With the drive running loaded - All VFDs operating and starting at minimum pump speed and ramping up simultaneously to full pump speed with testing conducted at 10% speed increments. b. With drive off 3. A bound report shall include graphical representation of this information in the following format for each 10% speed increment: a. Voltage harmonic content versus harmonic order through 99th harmonic. b. Current harmonic content versus harmonic order through 99th harmonic. c. Power factor (displacement and non -sinusoidal) versus harmonic order through 99th harmonic. 4. Report shall provide written description of field test results and show verification that field tests meet the requirements of this VFD specification. Report shall be reviewed by Engineer/Owner for approval. If these tests show that the drives are not in compliance with the Specifications, the drive manufacturer shall make all changes required to comply with the Specifications at no cost to the Owner. If required, this could mean replacing the drives that are not in compliance. 5. A copy of all tests and checks performed in the field, complete with meter readings and recordings, where applicable, shall be submitted to the Engineer and Owner as an official submittal. E. The tests shall be witnessed by the Owner and Engineer. Provide at least two (2) weeks notice to the Owner and Engineer prior to conducting these tests. Final acceptance of the VFD installation will not be considered until the Owner and Engineer have witnessed the test described above and a formal written report has been submitted and approved by the Engineer. F. The VFD manufacturer or manufacturer representative shall submit a written Equipment Installation Report certifying the equipment is properly installed and has been operated under all operating conditions and is operating under all operating conditions and is operating satisfactorily per the requirements of the specification. G. Provide for the Engineer's review a complete list of test procedures, standards, equipment and calibration reports of the measuring and testing equipment used. H. Any deficiencies with regard to these specifications shall be corrected by the manufacturer at no expense to the Owner. Prior to any corrective action, a plan of correction shall be submitted to the Engineer for approval. I. Prepare for acceptance tests as follows: 1. Test insulation resistance for each enclosed controller element, bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. J. Manufacturer's Field Service: Engage a factory -authorized service representative to perform the following: 1 Inspect controllers, wiring, components, connections, and equipment installation. Test and adjust controllers, components, and equipment. 2. Assist in field testing of equipment (including pretesting and adjusting of solid-state controllers). 3. Report results in writing. K. Perform the following field tests and inspections and prepare test reports: Page 17 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1. Perform each electrical test and visual and mechanical inspection, except optional tests, stated in NETA ATS. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3.5 Spare Parts A. The following spare parts of the type and size furnished shall be provided: 1. Six of each type of power and control fuse rated 600V or less. 2. Six of each type of fuse rated greater than 600V. 3. Two of each type of panel lamp. 4. One of each type of printed circuit board, including diagnostic systems. 5. One spare EPROM chip for each VFD. 6. One microprocessor -based interface display and monitoring panel, and keypad. 7. One spare relay and timer of each type. 8. One of each fan or blower installed. 9. One PWM power cell or power module for each VFD. 10. And all spare parts and lubricants required for the first year preventive maintenance. 3.6 Clean and Adjust A. The manufacturer shall furnish sufficient touch-up paint of the same type and color used at the factory to repair damages incurred in installation. Perform touch up painting to achieve the original paint thickness, quality, and appearance. END OF SECTION Page 18 of 18 MEDIUM VOLTAGE VARIABLE FREQUENCY DRIVE — 26 29 23.01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 26 29 23.02 LOW VOLTAGE VARIABLE FREQUENCY DRIVES PART1 GENERAL 1.1 Related Documents A. This specification shall govern work required for the furnishing and installation of Ductile Iron Pipe and fittings as required to complete the project. 1.2 Summary A. Section includes separately enclosed, preassembled, combination VFCs, rated 600 V and less, for speed control of three-phase, squirrel -cage induction motors. 1.3 Definitions The latest edition of the referenced item below shall be used. A. BAS: Building automation system. B. CE: Conformite Europeene (European Compliance). C. CPT: Control power transformer. D. EMI: Electromagnetic interference. E. LED: Light -emitting diode. F. NC: Normally closed. G. NO: Normally open. H. OCPD: Overcurrent protective device. I. PID: Control action, proportional plus integral plus derivative. J. RFI: Radio-frequency interference. K. VFC: Variable -frequency motor controller. L. PLC: Programmable Logic Controller M. OIT: Operator Interface Terminal 1.4 Action Submittals A. Product Data: For each type and rating of VFC indicated. 1. Include dimensions and finishes for VFCs. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. B. Shop Drawings: For each VFC indicated. 1. Include mounting and attachment details. 2. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Include diagrams for power, signal, and control wiring. 1.5 Informational Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Coordination Drawings: Floor plans, drawn to scale, showing dimensioned layout on which the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Required working clearances and required area above and around VFCs. 2. Show VFC layout and relationships between electrical components and adjacent structural and mechanical elements. 3. Show support locations, type of support, and weight on each support. 4. Indicate field measurements. B. Qualification Data: For testing agency. C. Seismic Qualification Certificates: For each VFC, accessories, and components, from manufacturer. Page 1 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1. Certificate of compliance. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based, and their installation requirements. D. Product Certificates: For each VFC from manufacturer. E. Harmonic Analysis Report: Provide Project -specific calculations and manufacturer's statement of compliance with IEEE 519. F. Source quality -control reports. G. Field quality -control reports. H. Sample Warranty: For special warranty. 1.6 Closeout Submittals A. Operation and Maintenance Data: For VFCs to include in emergency, operation, and maintenance manuals. 1 In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following: a. Manufacturer's written instructions for testing and adjusting thermal -magnetic circuit breaker and motor -circuit protector trip settings. b. Manufacturer's written instructions for setting field -adjustable overload relays. c. Manufacturer's written instructions for testing, adjusting, and reprogramming microprocessor control modules. d. Manufacturer's written instructions for setting field -adjustable timers, controls, and status and alarm points. e. Load -Current and Overload -Relay Heater List: Compile after motors have been installed, and arrange to demonstrate that selection of heaters suits actual motor nameplate, full -load currents. f. Load -Current and List of Settings of Adjustable Overload Relays: Compile after motors have been installed, and arrange to demonstrate that switch settings for motor -running overload protection suit actual motors to be protected. 1.7 Maintenance Material Submittals A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 2. Control Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. 3. Indicating Lights: Two of each type and color installed. 4. Auxiliary Contacts: Furnish one spare(s) for each size and type of magnetic controller installed. 5. Power Contacts: Furnish three spares for each size and type of magnetic contactor installed. 1.8 Quality Assurance A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. 1.9 Delivery, Storage, and Handling A. If stored in space that is not permanently enclosed and air conditioned, remove loose packing and flammable materials from inside controllers and connect factory -installed space heaters to temporary electrical service. Page 2 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for VFCs, including clearances between VFCs, and adjacent surfaces and other items. 1.10 Warranty A. Special Warranty: Manufacturer agrees to repair or replace VFCs that fail in materials or workmanship within specified warranty period. 1 Warranty Period: Five years from date of Substantial Completion. PART 2 PRODUCTS 2.1 Manufacturers A. Manufacturers: Subject to compliance with requirements available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Bai � P rP isr °froth lE, : Subject to compliance with requirements, provide comparable product by one of the following: 1. . 2. flok.m°LIAlItoil:la1it?i!VIic;Allen-Bradley Brand. 3. ROBICON; a divison of &e ;,i ...Iii��:'i�i�t'r` i Itorna1iE,i i...l!:L�: 4. Eaton Corporation 2.2 System Description A. General Requirements for VFCs: 1. VFCs and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. Comply with NEMA ICS 7, NEMA ICS 61800-2, and UL 508A. B. Application: [Constant torque] [and] [variable torque] <Insert application>. C. VFC Description: Variable -frequency motor controller, consisting of power converter that employs pulse -width -modulated inverter, factory built and tested in an enclosure, with integral disconnecting means and overcurrent and overload protection; listed and labeled by an NRTL as a complete unit; arranged to provide self-protection, protection, and variable - speed control of one or more three-phase induction motors by adjusting output voltage and frequency. 1 Units suitable for operation of NEMA MG 1, Design A and Design B motors, as defined by NEMA MG 1, Section IV, Part 30, "Application Considerations for Constant Speed Motors Used on a Sinusoidal Bus with Harmonic Content and General Purpose Motors Used with Adjustable -Voltage or Adjustable -Frequency Controls or Both." 2. Units suitable for operation of inverter -duty motors as defined by NEMA MG 1, Section IV, Part 31, "Definite -Purpose Inverter -Fed Polyphase Motors." 3. Listed and labeled for integrated short-circuit current (withstand) rating by an NRTL acceptable to authorities having jurisdiction. D. Design and Rating: Match load type, such as fans, blowers, and pumps; and type of connection used between motor and load such as direct or through a power -transmission connection. E. Output Rating: Three phase; 10 to 60 Hz, with voltage proportional to frequency throughout voltage range; maximum voltage equals input voltage. F. Unit Operating Requirements: 1. Input AC Voltage Tolerance: Plus 10 and minus 10 percent of VFC input voltage rating. 2. Input AC Voltage Unbalance: Not exceeding 5 percent. Page 3 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 3. Input Frequency Tolerance: Plus or minus 3 percent of VFC frequency rating. 4. Minimum Efficiency: 97 percent at 60 Hz, full load. 5. Minimum Displacement Primary -Side Power Factor: 98 percent under any load or speed condition. 6. Minimum Short -Circuit Current (Withstand) Rating: 100 kA. 7. Ambient Temperature Rating: Not less than 32 dog F (0 deg 0) and not exceeding 104 dog I.. (40 deg 0). 8. Humidity Rating: Less than 95 percent (noncondensing). 9. Altitude Rating: Not exceeding 330000 foot (.I 000 re). 10. Vibration Withstand: Comply with NEMA ICS 61800-2. 11. Overload Capability: 1.5 times the base load current for 60 seconds; minimum of 1.8 times the base load current for three seconds. 12. Starting Torque: Minimum 100 percent of rated torque from 3 to 60 Hz. 13. Speed Regulation: Plus or minus 10 percent. 14. Output Carrier Frequency: Selectable; 0.5 to 15 kHz. 15. Stop Modes: Programmable; includes fast, free -wheel, and dc injection braking. G. Inverter Logic: Microprocessor based, 32 bit, isolated from all power circuits. H. Isolated Control Interface: Allows VFCs to follow remote -control signal over a minimum 40:1 speed range. 1. Signal: [Electrical] [Pneumatic]. I. Internal Adjustability Capabilities: 1. Minimum Speed: 5 to 25 percent of maximum rpm. 2. Maximum Speed: 80 to 100 percent of maximum rpm. 3. Acceleration: 0.1 to 999.9 seconds. 4. Deceleration: 0.1 to 999.9 seconds. 5. Current Limit: 30 to minimum of 150 percent of maximum rating. J. Self -Protection and Reliability Features: 1. Surge Suppression: Factory installed as an integral part of the VFC, complying with UL 1449 SPD, Type 1 or Type 2. 2. Surge Suppression: Field -mounted surge suppressors complying with Section 264313 "Surge Protection for Low -Voltage Electrical Power Circuits," UL 1449 SPD, Type 2. 3. Loss of Input Signal Protection: Selectable response strategy, including speed default to a percent of the most recent speed, a preset speed, or stop; with alarm. 4. Under- and overvoltage trips. 5. Inverter overcurrent trips. 6. VFC and Motor-Overload/Overtemperature Protection: Microprocessor -based thermal protection system for monitoring VFCs and motor thermal characteristics, and for providing VFC overtemperature and motor -overload alarm and trip; settings selectable via the keypad. 7. Critical frequency rejection, with three selectable, adjustable deadbands. 8. Instantaneous line -to -line and line -to -ground overcurrent trips. 9. Loss -of -phase protection. Page 4 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES - 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 10. Reverse -phase protection. 11. Short-circuit protection. 12. Motor -overtemperature fault. K. Automatic Reset/Restart: Attempt three restarts after drive fault or on return of power after an interruption and before shutting down for manual reset or fault correction; adjustable delay time between restart attempts. L. Power -Interruption Protection: To prevent motor from re -energizing after a power interruption until motor has stopped, unless "Bidirectional Autospeed Search" feature is available and engaged. M. Bidirectional Autospeed Search: Capable of starting VFC into rotating loads spinning in either direction and returning motor to set speed in proper direction, without causing damage to drive, motor, or load. N. Torque Boost: Automatically varies starting and continuous torque to at least 1.5 times the minimum torque to ensure high -starting torque and increased torque at slow speeds. O. Motor Temperature Compensation at Slow Speeds: Adjustable current fall -back based on output frequency for temperature protection of self -cooled, fan -ventilated motors at slow speeds. P. Integral Input Disconnecting Means and OCPD: with pad -lockable, door -mounted handle mechanism. 1. Disconnect Rating: Not less than 115 percent of VFC input current rating. 2. Disconnect Rating: Not less than 115 percent of NFPA 70 motor full -load current rating or VFC input current rating, whichever is larger. 3. Auxiliary Contacts: NO or NC, arranged to activate before switch blades open. 4. Auxiliary contacts "a" and "b" arranged to activate with circuit -breaker handle. 5. NO alarm contact that operates only when circuit breaker has tripped. 2.3 Performance Requirements A. Seismic Performance: VFCs shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. The designated VFCs shall be tested and certified by an NRTL as meeting the ICC -ES AC 156 test procedure requirements. 1 The term "withstand" means "the unit will remain in place without separation of any parts when subjected to the seismic forces specified." 2.4 Controls and Indication A. Status Lights: Door -mounted LED indicators displaying the following conditions: 1. Power on. 2. Run. 3. Overvoltage. 4. Line fault. 5. Overcurrent. 6. External fault. B. Panel -Mounted Operator Station: Manufacturer's standard front -accessible, sealed keypad and plain -English-language digital display; allows complete programming, program copying, operating, monitoring, and diagnostic capability. 1. Keypad: In addition to required programming and control keys, include keys for HAND, OFF, and AUTO modes. 2. Security Access: Provide electronic security access to controls through identification and Page 5 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction password with at least three levels of access: View only; view and operate; and view, operate, and service. a. Control Authority: Supports at least four conditions: Off, local manual control at VFC, local automatic control at VFC, and automatic control through a remote source. C. Historical Logging Information and Displays: 1. Real-time clock with current time and date. 2. Running log of total power versus time. 3. Total run time. 4. Fault log, maintaining last four faults with time and date stamp for each. D. Indicating Devices: Digital display mounted flush in VFC door and connected to display VFC parameters including, but not limited to: 1. Output frequency (Hz). 2. Motor speed (rpm). 3. Motor status (running, stop, fault). 4. Motor current (amperes). 5. Motor torque (percent). 6. Fault or alarming status (code). 7. PID feedback signal (percent). 8. DC -link voltage (V dc). 9. Set point frequency (Hz). 10. Motor output voltage (V ac). 11. <Insert parameter>. E. Control Signal Interfaces: 1. Electric Input Signal Interface: a. A minimum of [two] <Insert number> programmable analog inputs: [0- to 10-V dc] [4 - to 20-mA dc] [Operator -selectable "x"- to "y"-mA dc] <Insert signal parameters>. b. A minimum of six multifunction programmable digital inputs. 2. Pneumatic Input Signal Interface: 3 to 15 poi (PO In 1 kPaa). 3. Remote Signal Inputs: Capability to accept any of the following speed -setting input signals from the BAS or other control systems: a. 0- to 10-V dc. b. 4- to 20-mA dc. c. Potentiometer using up/down digital inputs. d. Fixed frequencies using digital inputs. 4. Output Signal Interface: A minimum of one programmable analog output signal(s) 4- to 20-mA dc, which can be configured for any of the following: a. Output frequency (Hz). b. Output current (load). c. DC -link voltage (V dc). d. Motor torque (percent). e. Motor speed (rpm). f. Set point frequency (Hz). 5. Remote Indication Interface: A minimum of two programmable dry -circuit relay outputs (120-V ac, 1 A) for remote indication of the following: Page 6 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction a. Motor running. b. Set point speed reached. c. Fault and warning indication (overtemperature or overcurrent). d. PID high- or low -speed limits reached. F. PID Control Interface: Provides closed-loop set point, differential feedback control in response to dual feedback signals. Allows for closed-loop control of fans and pumps for pressure, flow, or temperature regulation. 1. Number of Loops: Two. G. BAS Interface: Factory -installed hardware and software shall interface with BAS to monitor, control, display, and record data for use in processing reports. VFC settings shall be retained within VFC's nonvolatile memory. 1. Hardwired Points: a. Monitoring: On-off status b. Control: On-off operation 2. Communication Interface: Comply with ASHRAE 135. Communication shall interface with BAS to remotely control and monitor lighting from a BAS operator workstation. Control features and monitoring points displayed locally at lighting panel shall be available through the BAS. 2.5 Line Conditioning and Filtering A. Input Line Conditioning: Based on the manufacturer's harmonic analysis study and report, provide input filtering, as required, to limit total demand (harmonic current) distortion and total harmonic voltage demand at the defined point of common coupling to meet IEEE 519 recommendations. B. Output Filtering: C. EMI/RFI Filtering: CE marked; certify compliance with IEC 61800-3 for Category C2. D. EMI/RFI Filtering: 2.6 Optional Features A. Multiple -Motor Capability: VFC suitable for variable -speed service to multiple motors. Overload protection shuts down VFC and motors served by it, and generates fault indications when overload protection activates. 1. Configure to allow two or more motors to operate simultaneously at the same speed; separate overload relay for each controlled motor. 2. Configure to allow two motors to operate separately; operator selectable via local or remote switch or contact closures; single overload relay for both motors; separate output magnetic contactors for each motor. 3. Configure to allow two motors to operate simultaneously and in a lead/lag mode, with one motor operated at variable speed via the power converter and the other at constant speed via the bypass controller; separate overload relay for each controlled motor. B. Damper control circuit with end -of -travel feedback capability. C. Sleep Function: Senses a minimal deviation of a feedback signal and stops the motor. On an increase in speed -command signal deviation, VFC resumes normal operation. D. Motor Preheat Function: Preheats motor when idle to prevent moisture accumulation in the motor. 1. Overrides all other local and external inputs (analog/digital, keypad commands). 2. Forces VFC to operate motor, without any other run or adjustable, preset speed. 3. Causes display of override mode on the VFC display. serial communication, and all speed command, at a field - Page 7 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction E. Remote Indicating Circuit Terminals: Mode selection, controller status, and controller fault. F. Remote digital operator kit. G. Communication Port: RS -232 port, USB 2.0 port, or equivalent connection capable of connecting a printer and a notebook computer. 2.7 Enclosures A. VFC Enclosures: NEMA 250, to comply with environmental conditions at installed location. 1. Dry and Clean Indoor Locations: Type 1. 2. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: Type 12. B. Plenum Rating: UL 1995; NRTL certification label on enclosure, clearly identifying VFC as "Plenum Rated." 2.8 Accessories A. General Requirements for Control -Circuit and Pilot Devices: NEMA ICS 5; factory installed in VFC enclosure cover unless otherwise indicated. 1. Push Buttons: Covered, Lockable. 2. Pilot Lights: Push to test. 3. Selector Switches: Rotary type. 4. Stop and Lockout Push -Button Station: Momentary -break, push-button station with a factory -applied hasp arranged so padlock can be used to lock push button in depressed position with control circuit open. B. Control Relays: Auxiliary and adjustable solid-state time -delay relays. C. Phase -Failure, Phase -Reversal, and Undervoltage and Overvoltage Relays: Solid-state sensing circuit with isolated output contacts for hard -wired connections. Provide adjustable undervoltage, overvoltage, and time -delay settings. 1. Current Transformers: Continuous current rating, basic impulse insulating level (BIL) rating, burden, and accuracy class suitable for connected circuitry. Comply with IEEE C57.13. D. Supplemental Digital Meters: 1. Elapsed -time meter. 2. Kilowatt meter. 3. Kilowatt-hour meter. E. Cooling Fan and Exhaust System: For NEMA 250, Type 1 steel intake and exhaust grills; 120-V ac; obtained from integral CPT. F. Sun shields installed on fronts, sides, and tops of enclosures installed outdoors and subject to direct and extended sun exposure. G. Spare control -wiring terminal blocks; wired. 2.9 Source Quality Control A. Testing: Test and inspect VFCs according to requirements in NEMA ICS 61800-2. 1. Test each VFC while connected to its specified motor. 2. Verification of Performance: Rate VFCs according to operation of functions and features specified. B. VFCs will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. Page 8 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction PART 3 EXECUTION 3.1 Examinations A. Examine areas, surfaces, and substrates to receive VFCs, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Examine VFC before installation. Reject VFCs that are wet, moisture damaged, or mold damaged. C. Examine roughing -in for conduit systems to verify actual locations of conduit connections before VFC installation. D. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Installation A. Floor -Mounting Controllers: Install VFCs on 4.Hnch1 (.ISO irinirin) nominal thickness concrete base. Comply with requirements for concrete base specified in Section 033000 "Cast -in - Place Concrete." 1. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on ..Inch.1 (450 -mm) centers around the full perimeter of concrete base. 2. For supported equipment, install epoxy -coated anchor bolts that extend through concrete base and anchor into structural concrete floor. 3. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 4. Install anchor bolts to elevations required for proper attachment to supported equipment. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. C. Install fuses in each fusible -switch VFC. D. Install fuses in control circuits if not factory installed. Comply with requirements in Section 262813 "Fuses." E. Install heaters in thermal -overload relays. Select heaters based on actual nameplate full -load amperes after motors are installed. F. Install, connect, and fuse thermal -protector monitoring relays furnished with motor -driven equipment. G. Comply with NECA 1. 3.3 Control Wiring Installation A. Install wiring between VFCs and remote devices and facility's central -control system. Comply with requirements in Section 260523 "Control -Voltage Electrical Power Cables." B. Bundle, train, and support wiring in enclosures. C. Connect selector switches and other automatic -control devices where applicable. 1. Connect selector switches to bypass only those manual- and automatic -control devices that have no safety functions when switches are in manual -control position. 2. Connect selector switches with control circuit in both manual and automatic positions for safety -type control devices such as low- and high-pressure cutouts, high-temperature cutouts, and motor -overload protectors. 3.4 Identification Page 9 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Identify VFCs, components, and control wiring. Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems." 1. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each VFC with engraved nameplate. 3. Label each enclosure -mounted control and pilot device. 3.5 Field Quality Control A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. C. Perform tests and inspections[ with the assistance of a factory -authorized service representative]. D. Acceptance Testing Preparation: 1. Test insulation resistance for each VFC element, bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. E. Tests and Inspections: 1. Inspect VFC, wiring, components, connections, and equipment installation. 2. Test insulation resistance for each VFC element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at VFC locations are within 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Owner before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Perform tests according to the Inspection and Test Procedures for Adjustable Speed Drives stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 8. Perform the following infrared (thermographic) scan tests and inspections, and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each VFC. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each VFC 11 months after date of Substantial Completion. c. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 9. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. F. VFCs will be considered defective if they do not pass tests and inspections. G. Prepare test and inspection reports, including a certified report that identifies the VFC and describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations made after remedial action. 3.6 Starting Service Page 10 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Engage a factory -authorized service representative to perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. 3.7 Adjusting A. Program microprocessors for required operational sequences, status indications, alarms, event recording, and display features. Clear events memory after final acceptance testing and prior to Substantial Completion. B. Set field -adjustable switches, auxiliary relays, time -delay relays, timers, and overload -relay pickup and trip ranges. C. Adjust the trip settings of instantaneous -only circuit breakers and thermal -magnetic circuit breakers with adjustable, instantaneous trip elements. Initially adjust to 6 times the motor nameplate full -load amperes and attempt to start motors several times, allowing for motor cool -down between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed 8 times the motor full -load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Owner before increasing settings. D. Set the taps on reduced -voltage autotransformer controllers. E. Set field -adjustable circuit -breaker trip ranges[ as specified in Section 260573 "Overcurrent Protective Device Coordination Study."] F. Set field -adjustable pressure switches. 3.8 Backfill A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until controllers are ready to be energized and placed into service. B. Replace VFCs whose interiors have been exposed to water or other liquids prior to Substantial Completion. 3.9 Demonstration A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, reprogram, and maintain VFCs. END OF SECTION Page 11 of 11 LOW VOLTAGE VARIABLE FREQUENCY DRIVES — 26 29 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction SECTION 263600 TRANSFER SWITCHES PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. Section includes transfer switches rated 600 V and less, including the following: 1. Automatic transfer switches. 2. Nonautomatic transfer switches. 1.3 Action Submittals The latest edition of the referenced item below shall be used. A. Product Data: For each type of product indicated. Include rated capacities, weights, operating characteristics, furnished specialties, and accessories. B. Shop Drawings: Dimensioned plans, elevations, sections, and details showing minimum clearances, conductor entry provisions, gutter space, installed features and devices, and material lists for each switch specified. 1 Single -Line Diagram: Show connections between transfer switch, power sources, and load; and show interlocking provisions for each combined transfer switch and bypass/isolation switch. 1.4 Informational Submittals A. Qualification Data: For manufacturer. 1. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 2. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. B. Field quality -control reports. 1.5 Closeout Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Operation and Maintenance Data: For each type of product to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 01 33 06 "Operation and Maintenance Data," include the following: 1. Features and operating sequences, both automatic and manual. 2. List of all factory settings of relays; provide relay -setting and calibration instructions, including software, where applicable. 1.6 Quality Assurance A. Manufacturer Qualifications: Maintain a service center capable of providing training, parts, and emergency maintenance repairs within a response period of less than eight hours from time of notification. B. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. Page 1 of 6 TRANSFER SWITCHES — 26 36 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3. C. Source Limitations: Obtain automatic transfer switches and nonautomatic transfer switches through one source from a single manufacturer. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. E. Comply with NEMA ICS 1. F. Comply with NFPA 70. G. Comply with NFPA 99. H. Comply with NFPA 110. I. Comply with UL 1008 unless requirements of these Specifications are stricter. PART 2 PRODUCTS 2.1 Manufactured Units A. Contactor Transfer Switches: 1 Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Eaton b. ASCO c. Cummins d. Russel Electric or equal 2.2 General Transfer -Switch Product Requirements A. Indicated Current Ratings: Apply as defined in UL 1008 for continuous loading and total system transfer, including tungsten filament lamp loads not exceeding 30 percent of switch ampere rating, unless otherwise indicated. B. Tested Fault -Current Closing and Withstand Ratings: Adequate for duty imposed by protective devices at installation locations in Project under the fault conditions indicated, based on testing according to UL 1008. 1. Where transfer switch includes internal fault -current protection, rating of switch and trip unit combination shall exceed indicated fault -current value at installation location. C. Solid -State Controls: Repetitive accuracy of all settings shall be plus or minus 2 percent or better over an operating temperature range of minus 20 to plus 70 deg C. D. Resistance to Damage by Voltage Transients: Components shall meet or exceed voltage - surge withstand capability requirements when tested according to IEEE C62.41. Components shall meet or exceed voltage -impulse withstand test of NEMA ICS 1. E. Electrical Operation: Accomplish by a nonfused, momentarily energized solenoid or electric - motor -operated mechanism, mechanically and electrically interlocked in both directions. F. Switch Characteristics: Designed for continuous -duty repetitive transfer of full -rated current between active power sources. 1. Limitation: Switches using molded -case switches or circuit breakers or insulated -case circuit -breaker components are not acceptable. 2. Switch Action: Double throw; mechanically held in both directions. Page 2 of 6 TRANSFER SWITCHES — 26 36 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction 3. Contacts: Silver composition or silver alloy for load -current switching. Conventional automatic transfer -switch units, rated 225 A and higher, shall have separate arcing contacts. G. Neutral Terminal: Solid and fully rated, unless otherwise indicated. H. Oversize Neutral: Ampacity and switch rating of neutral path through units indicated for oversize neutral shall be double the nominal rating of circuit in which switch is installed. 1. Factory Wiring: Train and bundle factory wiring and label, consistent with Shop Drawings, either by color -code or by numbered or lettered wire and cable tape markers at terminations. 1. Designated Terminals: Pressure type, suitable for types and sizes of field wiring indicated. 2. Power -Terminal Arrangement and Field -Wiring Space: Suitable for top, side, or bottom entrance of feeder conductors as indicated. 3. Control Wiring: Equipped with lugs suitable for connection to terminal strips. J. Enclosures: General-purpose NEMA 250, Type 1, complying with NEMA ICS 6 and UL 508, unless otherwise indicated. 2.3 Automatic Transfer Switches A. Comply with Level 1 equipment according to NFPA 110. B. Switching Arrangement: Double -throw type, incapable of pauses or intermediate position stops during normal functioning, unless otherwise indicated. C. Manual Switch Operation: Under load, with door closed and with either or both sources energized. Transfer time is same as for electrical operation. Control circuit automatically disconnects from electrical operator during manual operation. D. Manual Switch Operation: Unloaded. Control circuit automatically disconnects from electrical operator during manual operation. E. Signal -Before -Transfer Contacts: A set of normally open/normally closed dry contacts operates in advance of retransfer to normal source. Interval is adjustable from 1 to 30 seconds. F. Transfer Switches Based on Molded -Case -Switch Components: Comply with NEMA AB 1, UL 489, and UL 869A. G. Automatic Transfer -Switch Features: 1. Undervoltage Sensing for Each Phase of Normal Source: Sense low phase -to -ground voltage on each phase. Pickup voltage shall be adjustable from 85 to 100 percent of nominal, and dropout voltage is adjustable from 75 to 98 percent of pickup value. Factory set for pickup at 90 percent and dropout at 85 percent. 2. Adjustable Time Delay: For override of normal -source voltage sensing to delay transfer and engine start signals. Adjustable from zero to six seconds, and factory set for one second. 3. Voltage/Frequency Lockout Relay: Prevent premature transfer to generator. Pickup voltage shall be adjustable from 85 to 100 percent of nominal. Factory set for pickup at 90 percent. Pickup frequency shall be adjustable from 90 to 100 percent of nominal. Factory set for pickup at 95 percent. 4. Time Delay for Retransfer to Normal Source: Adjustable from 0 to 30 minutes, and factory set for 10 minutes to automatically defeat delay on loss of voltage or sustained undervoltage of emergency source, provided normal supply has been restored. 5. Test Switch: Simulate normal -source failure. 6. Switch -Position Pilot Lights: Indicate source to which load is connected. 7. Source -Available Indicating Lights: Supervise sources via transfer -switch normal- and emergency -source sensing circuits. Page 3 of 6 TRANSFER SWITCHES — 26 36 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction a. Normal Power Supervision: Green light with nameplate engraved "Normal Source Available." b. Emergency Power Supervision: Red light with nameplate engraved "Emergency Source Available." 8. Unassigned Auxiliary Contacts: Two normally open, single -pole, double -throw contacts for each switch position, rated 10 A at 240-V ac. 9. Transfer Override Switch: Overrides automatic retransfer control so automatic transfer switch will remain connected to emergency power source regardless of condition of normal source. Pilot light indicates override status. PART 3 EXECUTION 3.1 Installation A. Floor -Mounting Switch: Anchor to floor by bolting. 1. Retain subparagraph below to require floor -mounting switches to be installed on concrete bases. Coordinate with Drawings. 2. Concrete Bases: 4 nch e (.I mm) high, reinforced, with chamfered edges. Extend base no more than 4 nc (1 mm) in all directions beyond the maximum dimensions of switch, unless otherwise indicated or unless required for seismic support. 3.2 Connections A. Wiring to Remote Components: Match type and number of cables and conductors to control and communication requirements of transfer switches as recommended by manufacturer. Increase raceway sizes at no additional cost to Owner if necessary to accommodate required wiring. B. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems." C. Connect wiring according to Section 260519 "Low -Voltage Electrical Power Conductors and Cables." 3.3 Field Quality Control A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. C. Perform the following tests and inspections with the assistance of a factory -authorized service representative: 1. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 3. Measure insulation resistance phase -to -phase and phase -to -ground with insulation - resistance tester. Include external annunciation and control circuits. Use test voltages and procedure recommended by manufacturer. Comply with manufacturer's specified minimum resistance. a. Check for electrical continuity of circuits and for short circuits. b. Inspect for physical damage, proper installation and connection, and integrity of barriers, covers, and safety features. 4. After energizing circuits, demonstrate interlocking sequence and operational function for each switch at least three times. a. Simulate power failures of normal source to automatic transfer switches and of Page 4 of 6 TRANSFER SWITCHES — 26 36 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction emergency source with normal source available. b. Simulate loss of phase -to -ground voltage for each phase of normal source. c. Verify time -delay settings. d. Verify pickup and dropout voltages by data readout or inspection of control settings. e. Perform contact -resistance test across main contacts and correct values exceeding 500 microhms and values for 1 pole deviating by more than 50 percent from other poles. D. Testing Agency's Tests and Inspections: 1. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 3. Measure insulation resistance phase -to -phase and phase -to -ground with insulation - resistance tester. Use test voltages and procedure recommended by manufacturer. Comply with manufacturer's specified minimum resistance. a. Check for electrical continuity of circuits and for short circuits. b. Inspect for physical damage, proper installation and connection, and integrity of barriers, covers, and safety features. c. Verify that manual transfer warnings are properly placed. d. Perform manual transfer operation. 4. After energizing circuits, demonstrate interlocking sequence and operational function for each switch at least three times. a. Simulate power failures of normal source to automatic transfer switches and of emergency source with normal source available. b. Simulate loss of phase -to -ground voltage for each phase of normal source. c. Verify time -delay settings. d. Verify pickup and dropout voltages by data readout or inspection of control settings. e. Test bypass/isolation unit functional modes and related automatic transfer -switch operations. f. Perform contact -resistance test across main contacts and correct values exceeding 500 microhms and values for 1 pole deviating by more than 50 percent from other poles. g. Verify proper sequence and correct timing of automatic engine starting, transfer time delay, retransfer time delay on restoration of normal power, and engine cool -down and shutdown. 5. Ground -Fault Tests: Coordinate with testing of ground -fault protective devices for power delivery from both sources. a. Verify grounding connections and locations and ratings of sensors. E. Coordinate tests with tests of generator and run them concurrently. F. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation and contact resistances and time delays. Attach a label or tag to each tested component indicating satisfactory completion of tests. G. Remove and replace malfunctioning units and retest as specified above. H. Prepare test and inspection reports. 3.4 Demonstration Page 5 of 6 TRANSFER SWITCHES — 26 36 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD December 2013 City of Corpus Christi Standard Specifications for Construction A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transfer switches and related equipment as specified below. B. Coordinate this training with that for generator equipment. END OF SECTION Page 6 of 6 TRANSFER SWITCHES — 26 36 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2015 Technical Specifications for Construction SECTION 26 51 00 LIGHTING PART1 GENERAL 1.1 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 Summary A. Section Includes: 1. Lighting fixtures, lamps, and ballasts. 2. Lighting fixture supports. 1.3 Definitions The latest edition of the referenced item below shall be used. A. LER: Luminaire efficacy rating. B. Lumen: Measured output of lamp and luminaire, or both. C. Luminaire: Complete lighting fixture, including ballast housing if provided. 1.4 Action Submittals A. Product Data: For each type of lighting fixture, arranged in order of fixture designation. Include data on features, accessories, finishes, and the following: 1. Physical description of lighting fixture including dimensions. 2. Energy -efficiency data. 3. Life, output (lumens, CCT, and CRI), and energy -efficiency data for lamps. 4. Photometric data and adjustment factors based on laboratory tests, complying with IESNA Lighting Measurements Testing & Calculation Guides, of each lighting fixture type. The adjustment factors shall be for lamps, ballasts, and accessories identical to those indicated for the lighting fixture as applied in this Project. a. Testing Agency Certified Data: For indicated fixtures, photometric data shall be certified by a qualified independent testing agency. Photometric data for remaining fixtures shall be certified by manufacturer. b. Manufacturer Certified Data: Photometric data shall be certified by a manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. B. Shop Drawings: For nonstandard or custom lighting fixtures. Include plans, elevations, sections, details, and attachments to other work. 1. Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 2. Wiring Diagrams: For power and control wiring. C. Installation instructions. 1.5 Informational Submittals The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. 1. Lighting fixtures. B. Qualification Data: For qualified agencies providing photometric data for lighting fixtures. C. Field quality -control reports. Page 1 of 3 LIGHTING — 26 51 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2015 Technical Specifications for Construction D. Warranty: Sample of special warranty. 1.6 Closeout Submittals A. Operation and Maintenance Data: For lighting equipment and fixtures to include operation and maintenance manuals. B. Provide a list of all lamp types used on Project; use ANSI and manufacturers' codes. 1.7 Maintenance Material Submittals A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Lamps: Furnish at least 10 of each type. 2. Plastic Diffusers and Lenses: Furnish at least 2 of each type. 3. Ballasts: Furnish at least 4 of each type. 4. Globes and Guards: Furnish at least one of each type. 1.8 Quality Assurance A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. 1.9 Coordination A. Coordinate layout and installation of lighting fixtures and suspension system with other construction that penetrates ceilings or is supported by them. PART1 PRODUCTS 1.1 Manufacturers A. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, product(s) indicated on Drawings. 1.2 General Requirements For Lighting Fixtures and Components A. Metal Parts: Free of burrs and sharp corners and edges. B. Sheet Metal Components: Form and support to prevent warping and sagging. C. Diffusers and Globes: 1. Acrylic Lighting Diffusers: 100 percent virgin acrylic plastic. High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. a. Lens Thickness: At least 0.125 uuna Ih (3:175 mm) minimum unless otherwise indicated. b. UV stabilized. 2. Glass: Annealed crystal glass unless otherwise indicated. PART 2 EXECUTION 2.1 Installation A. Lighting fixtures: 1. Set level, plumb, and square with ceilings and walls unless otherwise indicated. 2. Install lamps in each luminaire. Page 2 of 3 LIGHTING — 26 51 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2015 Technical Specifications for Construction B. When construction is sufficiently complete, remove the temporary luminaires, disassemble, clean thoroughly, install new lamps, and reinstall. C. Connect wiring according to Section 260519 "Low -Voltage Electrical Power Conductors and Cables." 2.2 Identification A. Install labels with panel and circuit numbers on concealed junction and outlet boxes. Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems." 2.3 Field Quality Control A. Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards. END OF SECTION Page 3 of 3 LIGHTING — 26 51 00 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction SECTION 27 13 23 COMMUNICATIONS OPTICAL FIBER BACKBONE CABLING PART1 GENERAL 1.1 Summary A. Contractor shall furnish any and all labor, materials, equipment and incidentals necessary to install all equipment required for a complete and operational fiber optic communications system. Contractor's work shall include but not be limited to the following: 1. Installation of any and all equipment furnished under this contract. 2. Interconnections between any and all equipment furnished under this contract. 3. Interconnection between equipment furnished under this contract and any existing fiber optic communications equipment or fiber optic communications equipment furnished and installed under other contracts B. Any and all supervision, labor, tools, and materials necessary for installation of the fiber optic communications equipment and material furnished herein and their interconnection shall be provided by the Contractor. Contractor shall reference and comply with the City of Corpus Christi O. N. Stevens Water Treatment Plant Instrumentation and Electrical Standards Development Project (Proj. No. E130064) in addition to all applicable city, state, and national building and electrical codes for all installations. C. It shall be the responsibility of the Contractor to acquire and review any and all contract documents, including, but not limited to P&ID's, plans, wiring diagrams, layouts, etc., to determine which communications equipment and any other devices are required for each individual Project to insure the Project communications system is fully functional and operational upon completion. 1. The Piping and Instrumentation Diagrams (P&ID's) shall be provided by the Instrumentation design engineer in the contract documents 1.2 Quality Assurance A. Contractor Qualifications: An experienced contractor who has the following qualifications as a minimum: 1. Experience utilizing directional drilling (trench -less technology) methods as described within these specifications if these methods are required. 2. The installer and tester for the fiber premises and outside cable plant shall be RCDD (Registered Communication Distribution Designer) Certified. Reference BiCSi latest edition. 1.3 Submittals A. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 1, Section 1.6, "Submittals" for all required submittal requirements. B. Should there be a conflict between various standards, codes, specifications, contract drawings or documents, the Contractor shall issue a Request for Information (RFI) pertaining to the conflict immediately to the attention of the Owner's Representative. 1.4 Standards A. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 1, Section 1.2, Paragraph B: "Reference Standards" for all applicable standards. 1. Should there be a conflict between various standards, codes, specifications, contract drawings or documents, the Contractor shall issue a Request for Information (RFI) Page 1 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction pertaining to the conflict immediately to the attention of the Owner's Representative PART2 PRODUCTS This section contains the specifications and requirements for all communications and other devices currently approved for use in Projects initiated by the Owner. It shall be the responsibility of the Contractor to acquire and review any and all contract documents, including, but not limited to P&ID's, plans, wiring diagrams, layouts, etc., to determine which communications equipment and any other devices are required for each individual Project to insure the Project communications system is fully functional and operational upon completion. A. The Piping and Instrumentation Diagrams (P&ID's) shall be provided by the Instrumentation design engineer in the contract documents. 2.2 Manufacturers A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the work include, but are not limited to, Corning Altos, or approved equal. 2.3 Fiber Optic Cable A. Fiber Optics Cable 1. Shall be all -dielectric loose tube and water -blocked. 2. Shall be in accordance with contract design documents. 3. Maximum attenuation shall not exceed .4 db per km 4. Shall be suitable for outdoor aerial and duct underground installation. 5. Shall be approved and listed by RUS 7 CFR 1755.900 6. Shall conform to all ANSI/ICEA S-87-640 test and design criteria. All fibers in each cable bundle assembly shall be tested and verify for continuity and light attenuation prior to leaving the factory. All test data shall be made available to the installation contractor upon acceptance of the cable. 7. Fiber optic cables shall be multi -mode type cable unless specifically noted otherwise. 8. Corning Altos or approved equal B. Connectors 1. All connectors shall be in accordance with contract design documents. 2. Fan out kits shall be outdoor buffer tube with a minimum of 24 inches tubing length. 3. Connectors shall be for use with the above multi -mode cables unless specifically noted otherwise. C. Below Grade Splice Closures (if required) 1. Shall be tested in accordance with Bellcore Testing Requirement GR -771 -CORE and UL 1863. 2. Shall be suitable for submersion in 20 feet of water head. 3. Shall be configurable for future re-entry. 4. Shall be of a pre -molded port multi - section end plates with ports accepting cable diameters up to 1.25 inches. 5. Shall have the capacity of up to 72 single fusion splices. Page 2 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction 6. Shall conform to and support the splice requirements as noted in the contract drawing documents. 7. Shall be Performed Coyote Splice Closure splice trays or approved equal. 2.4 Conduit A. PVC Rigid Galvanized Steel (RGS) Conduit: Conduit including elbows, couplings, and nipples shall be standard weight zinc -coated steel, rigid threaded conduit; shall meet the requirements of A.N.S.I. Standard C80.1; and shall be hot -dipped galvanized inside, outside and over threads with PVC external coating and urethane internal coating. Exterior PVC coating shall be a minimum of 40 mil thick, internal urethane coating shall be a minimum of 2 mils thick. 1. Fittings: Conduit fittings and accessories for use with RGS conduit shall be cast malleable iron or ferrous alloy, hot -dipped galvanized. Fittings shall have threaded hubs and gasketed covers. Fittings shall be the product of Crouse -Hinds Form 7 or Appleton. All fittings shall be PVC coated. 2. Boxes: Cast malleable iron, hot dipped galvanized with threaded hubs as manufactured by Crouse -Hinds or Appleton. B. Polyvinyl Chloride (PVC) Conduit: Conduit, elbows and couplings shall be Schedule 40 rigid polyvinyl chloride conduit with a 90°C UL rating, approved for direct burial and shall be the standard product of Krayloy or Carlon or an equal. 1. Fittings: Fittings and accessories for use with Schedule 40 PVC conduit shall be of the same material and manufacturer as the conduit. 90° elbows shall be from the factory. 2. Boxes: For use with Schedule 40 PVC conduit shall be of the same manufacturer as the conduit. C. High Density Polyethylene (HDPE) Conduit: 1 Shall be constructed of polymeric materials, which are lightweight, flexible corrosion resistant and non-conductive. 2. The duct shall be pigmented throughout the entire cross-section so as to produce a uniform color. 3. Shall be smoothwall both inner and outer surface with a controlled outside diameter in accordance with ASTM Standard D 3035 4. Manufacturer shall be ISO 9001 Certified. 5. Shall have a minimum plastic density (polymer range) of .940 - .950 g/cc tested in accordance with ASTM Standard D 1505. 6. Shall have a crush strength of 2020 lbs/ft length measured in accordance with a modified ASTM D 2412 test method. 7. 1-1/4 HDPE shall have a average wall thickness of .195 inches with an average OD of 1.660 inches and an average ID of 1.270 inches. 8. Shall be Dura -line SDR 9 or approved equal. D. Uses Permitted: Unless otherwise indicated, all conduit shall be as follows: 1. RGS: Exposed above grade outdoors and as a transition between HDPE underground and RGS above grade 2. HDPE: Underground direct buried via directional drilling methods (if utilized) 3. PVC: Underground, concealed in concrete. 4. Flexible: Equipment connection. Page 3 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction 2.5 Enclosures and Boxes A. Underground Locations: Pull boxes used in underground conduit runs shall be made of polymer concrete, shall be UL Listed and shall be of a size and construction appropriate for the intended application. Concrete pull boxes intended for underground installation shall be precast in sections with parkway or traffic rated covers, clearly marked as indicated on the drawings. These boxes shall have a vertical design load of 22,568 lbs with a test load of 33,852 lbs. Their respective traffic rated covers shall contain the proper logo on the cover and be rated for a minimum design load of 15,000 lbs over a 10 inch square with a minimum test load of 22,568 lbs (Quazite Type PG or approved equivalent). B. Outdoor Locations: NEMA Type 4X and 3R boxes and enclosures shall be fabricated from 316 stainless steel, and shall be furnished with a gasketed weathertight cover of the same material. Enclosures and cabinets for electrical equipment shall conform to NEMA Standard 250 and U.L. Standard 50. NEMA Type 4X waterproof boxes and enclosures shall be welded 316 stainless steel, of the sizes and materials indicated on the drawings complete with screw -fastened, gasketed covers and drilled and tapped conduit entries of the proper sizes and arrangements. C. All penetrations into boxes shall be made into the bottom of the enclosure or lower 25% of the sides of the boxes, utilizing fittings made for the specific conditions in which the enclosure is installed and sealed accordingly. Penetrations into the top or back of enclosures shall not be allowed 2.6 Equipment Racks, Fasteners and Supports A. All framing and supporting materials shall be hot -dipped galvanized steel or stainless steel. Hot dip after fabrication. B. Nuts, bolts shall be hot -dipped galvanized or stainless steel. All stainless steel hardware shall be a minimum 316 Grade stainless steel. C. All conduit clamps shall be hot -dipped galvanized one -hole clamps. PART 3 EXECUTION 3.1 Pull Box Installation A. Pull -boxes shall be placed as shown on the construction drawings. Hand -holes may be moved to locations more practical when necessary upon approval by The Project Manager. B. The location of pull boxes shown on the drawings is diagrammatic only. The Contractor is responsible for verifying locations prior to placement. 3.2 Excavation and Backfill A. Excavation: 1. The trench shall be as straight as practical. The bottom of the trench shall be smooth and free from any sharp edges. The trench shall be kept clear of debris and loose rock. All changes in trench grade shall be gradual with no more than six (6) inches of vertical rise in every five (5) feet of horizontal run. 2. Any open trench shall be fenced, covered or otherwise barricaded. Exceptions are subject to approval by ONSWTP Project Manager. Good judgment and care must be exercised to prevent persons from falling into the open trench, or other damages to persons or property. 3. Roadways, which are open cut, shall be opened just prior to conduit placement. In no case shall the roadway be left impassable at the end of the day. Safety of the general Page 4 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction public is paramount and appropriate steps shall be taken to ensure safety at all times. 4. The contractor is responsible for the haul off and proper disposal of all spoils materials removed from the trench. 5. The contractor shall provide the necessary means to carry storm water away from the work area and keep the work area free of obstructions. 6. A minimum clearance of twelve inches (12") shall be maintained between existing utilities and ONSWTP conduits. 7. Trenches shall be promptly backfilled with earth and tamped with a mechanical tamper in 6 inch (15.24 cm) lifts so that the earth is restored to original grade to assure no hazard exists to vehicular, animal or pedestrian traffic. Trenches will be properly guarded or barricaded to prevent damage or injury. 8. Select backfill shall be unfrozen material, free of rocks or other debris. 9. Select backfill shall be used as a cushion and shall extend 3 inches on the sides and floor of trench to 6 inches above top of conduit. 10. Trenching processes will comply with all established Federal and State Safety Standards. B. Backfill: 1. The trench shall be backfilled and compacted to the satisfaction of the ONSWTP, promptly following duct placement. 2. The backfill shall consist of the materials previously excavated or equal materials and shall conform to the following requirements: a. The backfill shall be placed and compacted in not more than 6" lifts, from the top of the installation to the ground line. The backfill shall be of suitable material free from boulders, roots, sod or other vegetation. In areas inaccessible to tamping type rollers, a mechanical tamper of a size suitable for the work involved may be used. b. Pneumatic tampers shall be operated at pressures no less than those recommended by the manufacturer. c. A 95% minimum density compaction of backfill is required or greater if required by the governing Federal, State, County, or City agency. 3. The Contractor shall be responsible for all compaction tests. If the proper compaction is not achieved, the Contractor shall remove all backfill materials and the backfill and compaction will be repeated at the Contractor's expense until the compaction tests are accepted. 3.3 Trenched Road A. Pavement replacement shall match existing paving in type of pavement appearance, wear surface and durability to the maximum extent practical. Replacement shall match existing structures and shall include curbing, walkways, or any other concrete structure(s) damaged during construction. Pavement repair shall be subject to approval by The Project Manager and must conform to the requirements of the local governing authority having jurisdiction including required cutbacks, or "T" topping. Pavement repair not installed in accordance with the requirements of these Specifications shall be removed and replaced. B. Roadways shall only be trenched as a last resort. The City of Corpus Christi will not approve the open trenching of roadways unless trench -less technology methods are not applicable. 3.4 Concrete Placement A. Cement: Portland Cement shall meet the requirements of ANSI/ASTM C150 for type II Portland Cement. The cement shall be free of lumps and contamination by water other foreign matter. B. Water: Water shall potable and free from objectionable quantities of silt, organic matter, Page 5 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction salts and other impurities. C. Sand: Sand shall be clear, hard and durable grains, free of excessive foreign matter. D. Aggregate: Nominal 3/4" durable crushed rock or limestone, free of excessive foreign matter. E. Mixing: 1. Maximum water to cement ratio: 6.5 gallons per 94 pound sack of Portland Cement 2. Mix Ratio: 1 part cement, 2 parts sand, 3 parts aggregate. 28 day compressive strength, 3000 pounds 3.5 Directional Boring A. This item includes all labor, equipment and certain materials required to install conduit using directional boring techniques. The running line of the conduit shall be kept straight and level. Any changes, either vertical or horizontal shall be gradual with no more than six (6) inches of deviation in every five (5) linear feet. Special care shall be taken to insure that the conduit connection between bores be kept straight and level. B. All utilities shall be pot holed for verification of location and depth prior to boring. C. The boring machines shall be grounded at all times during operation. The grounding method and operator's safety equipment shall comply with the manufacturer's guidelines and requirements. Adequate barricades shall be erected to limit access to the boring machine to operating personnel only. D. Excavation and backfilling of bore pits and potholes shall conform to that described in the sections noted above. E. Separation of Topsoil: Anywhere a bore pit, or other excavation exceeds 18" in width at the surface, the topsoil will be separated from the subsoil with topsoil to be placed back as the surface layer of soil when the hole is back-filled. F. Contractor shall provide the coupling machine required for the installation of the connectors on all HDPE conduits. G. The Contractor is responsible for all steel pipe and HDPE conduit broken off and lost in the borehole. H. If at any time the proposed running line crosses an existing utility, the excavated pothole shall remain open until the Project Manager or appointed representative is able to witness the bore head pass the existing utility. I. Where a pipe casing is utilized, the ends of the casing shall be sealed to prevent infiltration of water or other foreign materials. 3.6 Proving The Duct A. The duct shall be proved to verify continuity and integrity by pulling a solid rubber mandrel or a mandrel of other solid material such as steel or aluminum through the duct. The mandrel shall be a minimum of 3" long and 1" diameter. A City project representative must be present to witness all duct -proving operations. Duct that is not proved in the presence of a City Project representative shall not be considered complete. B. All duct systems shall be installed to allow for a sealed pneumatic system. The couplings are to be installed as per the manufacturer's instruction. It is the responsibility of the subcontractor to provide a clean, sealed, uniform duct to the cable placing crews. 3.7 Subsurface Obstructions A. Contractor is responsible for locating and avoiding all subsurface obstructions. It is the Subcontractor's responsibility to verify the locations of subsurface obstructions shown on the Page 6 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction drawings as well as any additional obstructions not identified on the drawings. Contractor shall notify owners and operators of foreign pipelines or other utilities at least two working days prior to excavation near the utility. B. Contractor shall pothole all existing utilities or substructure crossings before excavation crosses their locations. If potholing does not expose the existing utility the Contractor shall request that the utility be located again to verify that the utility is beyond or deeper than the trench line or that the utility has been miss -marked. A minimum of twelve inches (12") shall be maintained between existing utilities and conduits. This shall be included in the lump sum price. Damage to existing utilities is not acceptable and termination of this Contract may result from this negligence. C. Where construction will take place in areas near existing utilities, it is imperative that the Contractor meets with the approved representative responsible for the utility to resolve any depth or construction line conflicts prior to the start of construction. The City Project Engineer of Record must be notified of this meeting and may be present. D. DAMAGED UTILITIES 1. A copy of the contractors Cable Awareness Program must be submitted to the City Project Manager prior to construction. 2. Any utility damage will be reported to the utility owner and the City immediately. This includes any damage to the City owned cable. 3. Contractor will cooperate with the owner of the utility to facilitate any repairs necessary. 4. A copy of all documentation regarding the utility damage shall be submitted to the City Project Manager. 3.8 Roadway, Railroad and Other Bored Crossings A. In no case shall the completed crossing be less than 48 inches deep at its shallowest point. B. Contractor shall not excavate into the side slopes of raised track beds. C. Backfill for excavations shall be mechanically tamped in 6 -inch lifts to the same density as adjoining earth. 3.9 Right of Way / Property Protection and Restoration A. General: 1. The Contractor shall protect the Right-of-Way/Property and minimize the damage from construction operations. 2. Good soil erosion practices shall be practiced during all construction operations. B. Restoration: 1. Contractor shall keep the premises where work is being performed in a neat, clean, and orderly condition, and on completion of the work hereunder, Contractor shall remove all of its tools and equipment from the premises and any debris shall be removed and disposed of by Contractor. 2. Right-of-Way/Property located in non -paved areas shall be restored to its original or better condition within 24 hours or as soon as practicable, in the ONSWTP's opinion, following duct -placing operations. In areas where open trench methods were used and backfill mounded over the trench, grading or filling will be required for final restoration of the Right-of-Way/Property. All rock and debris brought to the surface and left after backfilling shall be removed and disposed of, as directed by the City. 3. All areas disturbed by the construction activities shall be restored and re -seeded per the requirements and regulations of the authority having jurisdiction. Page 7 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction 4. Right-of-Way/Property located in paved areas shall be restored to operation for vehicular traffic, with temporary paving or the permanent paving, within 24 hours or as soon as practicable, in The City's opinion, following duct placing operations. 5. All unit prices include the cost of seed, mulch, hay, hydro -mulch, sod, water, gravel, soil, sand, rip -rap, and all other materials required by the City or any governmental authority for site restoration. C. All rights of way clearing are included in all buried and underground outside plant placement pricing. 3.10 Fencing and Other Excavation Barricades A. Temporary safety fencing erected around the Contractor's excavations shall be installed to the satisfaction of the ONSWTP. During any non -working hours, Contractor shall place steel plates over any open trenches that would pose a threat to vehicular traffic. The steel plates shall be of sufficient thickness to withstand the weight of vehicular traffic and anchored in place to prevent movement. Open trenches not exposed to vehicular traffic shall also be covered with plywood (or equal) sufficient to carry any pedestrian traffic, including motorcycles, bicycles, etc. and anchored in place. It shall be the Contractor's responsibility to take all steps necessary to prevent all accidents and to protect the general public. B. The Contractor shall be responsible for providing, installing, maintaining and removing barricades, flashers, fences, plates, and ramps necessary to protect the public and property owner from involvement with excavations, open ditches, and other work areas 3.11 Fiber Optic Cable Installation A. The contractor shall comply with all fiber cable manufactures recommendations for the general installation of the fiber optic cable. The installation shall include but not necessarily limited to the pulling of fiber thru dedicated conduit / inner duct raceway systems, the bending of the fiber, the splicing and termination of the cable, and the testing of all cable, associated splicing and termination hardware. B. The contractor shall follow the manufacture spec #SRP -005-001 dated October 2002 entitled Fiber Optic Cable Placing — Duct from Corning Cable Systems for installation of outside plant fiber cable. C. The contractor shall use fusion splicing for all required splices. See field testing for quality control measures. D. The contractor shall use type SC connectors where required. All un -terminated cable shall be neatly coiled and bundled to prevent damage to fiber ends. E. All Fiber Optic Cable is to be placed inside duct system or in cable tray. F. Bends of small radii and twists that may damage the fiber optic cable shall be avoided. During cable placement, cable shall not be bent in a radius less than twenty (20) times the outside diameter of the cable or as specified by the manufacturer. Pulleys, sheaves or radius wheels shall be used to meet this requirement. G. Cable shall not be pulled with more than 600 lbs. of dynamic tension. Safeguards such as breakaway swivels, adjustable slip -clutch capstan winches, or pulling dynamometers shall be used. H. Cable lubricant shall be used to reduce the pulling tension on longer segments of the cable placement or at the discretion of the City. Cable lubricants must be compatible with the fiber optic cable's outer sheath. Verification of the compatibility between the fiber optic cable and the cable lubricant will be required before any application. After cable installation, the inner - duct shall be sealed at the strand level using approved foam. I. Slack coils of approximately fifty (50) feet will be neatly coiled and placed in hand -holes specified as splice locations and so noted on construction drawings. Fiber identification tags Page 8 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction shall be attached. Slack coils of approximately twenty (20) feet shall be neatly coiled and placed in hand -holes specified as fiber pull boxes and so noted on construction drawings. J. It is the responsibility of the Contractor to plan each cable pull using information about splice locations, pull box locations, staging areas, conduit layout, manhole locations, etc. K. Each cable shall be placed in a continuous piece, with termination and splice locations as shown on the construction drawings. No additional splices are allowed, unless specifically added by the City in writing. L. The Contractor shall be responsible for the protection and storage of the fiber optic cable. If necessary, a competent security guard shall be maintained on site when fiber optic cable is kept on the street overnight. M. All tracer wires shall be installed in the HDPE in which the fiber is installed and each tracer wire shall be spliced within each pull box. N. A telecommunication test station shall be located at each fiber optic cable splice box and the corresponding tracer wire shall be properly terminated as noted in the manufactures instruction information. 3.12 Warning Tape and Line Markers A. Contractor shall place buried cable warning tape at all times when plowing, trenching, and backhoeing for burial of conduit for fiber optic cable. B. Buried cable warning tape shall be installed for optimum protection at a depth of twelve inches (12") below final grade. C. Contractor shall install line markers at all changes in cable running line direction, splices, waterways, subsurface utilities, hand -holes and at both sides of street, bridge or railroad crossings. At no time shall any markers be spaced more than 500 feet apart. Markers shall be positioned so that they can be seen from the location of the cable and generally set facing perpendicular to the cable running line. D. A readily identifiable marker shall be placed at each right of way line where it is crossed by the buried cable. A marker should be at least 4 feet above ground and at the right of way line. Additional markers shall be placed at least every 500 feet where the cable is placed longitudinally on the right-of-way. 3.13 Splicing A. Contractor personnel performing splicing procedures shall be properly trained to splice and test fiber optic cable. B. All fibers are to be fusion spliced. (Except mechanical splices are allowed within the appropriate splice housings either existing or proposed) C. All spliced fibers will be protected by a fiber optic heat shrink sleeve. A heat oven will be used to shrink these sleeves. A heat gun which is hand applied shall not be permitted. Care must be exercised to prevent damage to exposed fibers by overheating. The acrylic coating shall not be removed beyond the areas that will be covered by the heat shrink sleeves. D. To insure acceptable splices prior to closing and encapsulating the splice case, the Contractor will monitor the splice while it is being performed using an OTDR system. Encapsulation shall be performed immediately after testing is 100% complete and accepted. E. Each splice is to be tested bi-directionally at the required cable operational wavelength. The maximum splice loss, in one direction, shall be 0.45 dB. The bi-directional average loss shall be no greater than 0.15 dB. F. Negative losses or Gainers, shall be added to positive losses and averaged to determine the bi-directional splice loss. Gainers or losses may not exceed 0.3 dB and must be within ten Page 9 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction percent (10%) of each other when tested bi-directionally. G. If after five (5) attempts or where high negative loss values are being consistently obtained after many splice attempts, the Contractor is unable to meet the average splice loss objectives due to a gainer, the City Project Manager shall be notified and the Contractor shall: 1. In the presence of the City Project Manager, the Contractor will make an additional three (3) attempts to splice the cable. If the splice meets the specifications, the Contractor will complete splicing activities at this location. 2. If the splice fails to meet the specifications after the Contractor attempts to splice the cable in the presence of the City Project Manager, the Contractor will cut off and label one meter of cable from each of the cables being spliced. The Contractor shall then re- attempt to splice the cables. If after five (5) attempts the splice fails to meet City performance objectives, the Contractor will notify the City Project Manager that they were unsuccessful and complete the splicing activities at this location. H. If the second attempt to splice the cable fails (after the one meter sections have been removed) the City will pay the Contractor as if this were an additional splice point at the unit rates specified in the pricing forms. The Contractor is responsible for notifying the City Project Manager of an out of specification splice. Failure to do so may result in the Contractor having to re-enter the splice location and re -splice the cable at their own expense. 3.14 Field Quality Control A. Inspection: Verify that units and controls are properly installed, connected, and labeled and that interconnecting wires and terminals are identified. 1. Fiber Cable Plant a. The fiber cable manufacturer shall not ship cable with any single strand failures in the cable bundle. b. The contractor shall field test each count of fiber optic cable individually prior to unrolling the fiber off the reel for field installation. The test shall be a continuity test utilizing an Optical Time Domain Reflectometer (OTDR). All tests shall be documented. Tests that reveal a cable light reflection loss greater than 110% of the cable manufacture's published specifications or factory tests shall be rejected (typically 5db / km). A fiber cable bundle that has more than a 1% cable test failure shall be rejected and not used in this installation. Fiber cable count bundles less than 10 strands shall have 0% failures. In the event the bundle exceeds 0% failures the cable shall be rejected and not used in this installation. c. Once the cable is installed and prior to splicing or terminating, the cable should again be continuity tested as noted in paragraph B above. The same test criteria shall apply. d. Once the cable is installed and terminated all outside plant cable backbone shall be tested by: OTDR in both directions and at both wavelengths of light transmission in accordance with ANSI/TIA/EIA-568B.1 (an average of the two will be used). The test criteria shall then be based upon both sum of connector cable and splice attenuation. Connector attenuation shall not exceed the No. of connector pairs times the published nominal connector loss typically .75db and the splice attenuation shall not exceed the number of splices times the allowed splice loss of .3db.End to End Attenuation as per ANSI/TIA/EIA-526-7. All fibers that are left un -terminated will be tested using an OTDR. e. The contractor shall use a high resolution OTDR for testing connectors and splices and shall furnish to the City Project Manager a signature trace of all tests performed. High resolution OTDR's provide accurate repeatable measurements to be taken from short distances (66ft) to several miles. Page 10 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction f. The contractor shall test each fiber transmitter and receiver in a two stage process as documented in BiSCi Standards 2000 Edition Chapter 10 Fiber Cable Tests. 3.15 Documentation A. Test data results shall be submitted to the City Project Manager on Contractor supplied test data forms no later than 5 working days after the completion of the testing. The test data forms shall be completely and legibly filled out. Test data results shall be submitted as a neatly organized and indexed document for each segment (end point to end point). The document shall contain the following: 1. Copies of all OTDR fiber tests on computer disks, labeled with endpoints, optical length of splice location, and the date of the test. 3.16 System Warranty A. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 2, Section 2.8, "Warranties, Maintenance, and Support Services" for all required warranty and support requirements. 3.17 Acceptance Testing The Contractor will be required to perform the following tests in order to confirm system acceptance: A. Bi-directional OTDR Splice Test 1. Each fiber at each splice point will be tested bi-directionally at the required wavelength with an OTDR capable of long range and high resolution testing. This test will be from an end point designated by the City Project Manager. The maximum loss for each splice in one direction shall be 0.15 dB and the maximum bi-directional average loss shall be 0.10 dB. The test results will be submitted to the City Project Manager on a Contractor supplied "Splice Loss Worksheet". This test will be performed in conjunction with the bi- directional segment test after the closure has been closed, encapsulated and positioned. B. Bi-directional End -To -End Segment Test 1. Each fiber of each span shall be tested at required wavelength from end point to end point. The test results will be submitted to the City Project Manager on a contractor supplied "Segment Loss Worksheet". This test will be performed after all of the splicing within the segment has been completed, splice cases closed, encapsulated and positioned. C. Bi-directional End -To -End Power Test 1. Each fiber of each span shall be tested in both directions from end-to-end using the proper wavelength stabilized light source and power meter. The average end-to-end losses must be within the ONSWTP's specifications. The loss budgets for each loop includes: 0.4 dB/km @ 1310nm and .3 dB/ km @ 1550nm (fiber loss), 0.15 dB/splice, and 0.5 dB/connector. The results of this test are to be recorded on the contractor supplied test data sheets and submitted to the City's Project Manager. 2. Contractor shall arrange to have a City representative present during power testing. Power testing performed without a City representative present will be invalid and must be re -done at the Contractor's expense. 3. The Contractor is required to utilize an OTDR capable of producing fiber test documentation on computer disks and on a laser printer. These disks, along with the software needed to view and manipulate the test data, will be turned over to the ONSWTP two (2) days after testing is completed. The Contractor shall use one of the following OTDR emulation software programs: Siecor-1001-PC, Laser Precision PC - Page 11 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction OTDR or PC -3000, or Tektronix FMTAP. 4. For the purposes of bi-directional OTDR testing, bare fiber adapters may be utilized. 3.18 As Built Drawings A. Contractor shall redline drawings during the course of construction to show the actual alignment, depth, and other variances to the construction drawings on a daily basis. The drawings will be available for review by the City's representative when requested on the job site. Additionally, all redline drawings will be submitted to the City Project Manager on a weekly basis including all actual construction to -date. B. A set of contract drawings shall be set aside for the sole purpose of redline "as built drawings". These drawings shall be maintained as outlined above. At the conclusion of the Contract, this set of drawings shall be turned over to the City Project Manager. C. All red line fiber drawings must also reflect any and all changes to the fiber cable plant interconnectivity. These notes should be reflected on the existing contract fiber interconnectivity drawings. D. Red line drawings shall be protected from the elements, as they will become part of Project records. Red line drawings shall be marked to show the actual installation where the installation varies from the work as originally shown using the following method: 1. All annotations will be made legibly with erasable red pencil. 2. Mark whichever drawing is most capable of showing conditions fully and accurately. 3. When changing text or dimensions, line through the old information and enter the new. 4. Use the same units of measure and the same precision as existing dimensions. 5. Dimensions will be referenced to the leased tract line. 6. When changing figures or details, annotate in the same drawing style as existing figures, and use a straight edge when creating lines and dimension leaders. 7. Provide any new information deemed important to the customer, but not shown on construction or shop drawings. 8. Note related change order numbers where applicable. 9. Show station numbers, offset and depth at all landmarks and 50 foot intervals. END OF SECTION Page 12 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2018 Technical Specifications for Construction SECTION 40 05 53 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT PART1 GENERAL 1.1 Work Included A. The Work involved under this Contract consists of providing identifying devices for the following: 1. Piping 2. Equipment 3. Electrical Equipment 4. Valves 5. Fire sprinkler and piping B. Contractor shall be responsible for the procurement, installation and any and all other labor and materials required necessary to deliver to the Owner a complete and fully functional process identification system as described in this Specification. 1.2 Submittals A. Refer to Section 01 33 00 "Submittal Procedures", Part 1, Section 1.6, "Submittals" for all required submittal requirements. B. Submittals shall include, but not be limited to: 1. Product data sheets for identifying devices. 2. A list of where devices are to be installed, and the data to be included on each identifying device. 3. Any and all other requested information or data. 1.3 Standards The applicable provisions of the following standards shall apply as if written here in their entirety: American National Standards Institute (ANSI) Standards: ANSI A13.1 Pipe Marking Specifications A. Should there be a conflict between various standards, codes, specifications, contract drawings or documents, the Contractor shall issue a Request for Information (RFI) pertaining to the conflict immediately to the attention of the Owner's Representative. PART2 PRODUCTS 2.1 Materials A. Piping Identification: Pressure sensitive, adhesive -backed vinyl plastic label having the lettering indicated on background color as scheduled. Provide labels manufactured by the Seton Name Plate Corp. or Brady "Perma Code". Provide labels having an arrow to indicate the direction of flow. Provide 1 -1/4 -inch high letters. Page 1 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT- 40 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2018 Technical Specifications for Construction B. Outdoor Pipe Markers: Seton "Weather Code" Fade resistant, vinyl markers, 2-1/4 by 9 inches. C. Valve Identification: Provide Seton [Style 2961, 1 -1/2 -inch round, plastic tag 11 Style 250 - BL Black Filled, 1 -1/2 -inch round, brass tag] with proper identification stamped [or incised into plastic] on tag. Tag shall have the proper prefix followed by a code number that is unique and identifies the valve from all others in the project. Provide hole in top of tag for mounting chain. Provide brass jack chain, copper metal meter seals, or brass "S" hooks as appropriat. D. Equipment Nameplate: Seton Style 2060 "Seton -ply" engraved plastic plaque, approximately 3/4 by 2-1/2 inches in size. Plaque shall be 1/16 inch thick having beveled edges and drilled with two mounting holes when attached by screws. Mounting screws shall be stainless steel. Lettering shall be approximately 3/16 inch high. Text to include equipment mark and equipment description (Example: EXHAUST FAN EF -5). Identification label on nameplate shall correspond to a typewritten legend included in the 0 & M Manual which includes the following. 1. Equipment identifier. 2. Location inside building (or on project site) 3. Manufacturer's model number. 4. Brief description of function. 5. Reference to shop drawings, parts lists, or other data included in the 0 & M Manual E. Fire Sprinkler System Signs: Signs for fire protection system shall conform to NFPA-13 and shall be equal to Seton Style SFB, furnished in porcelain with "white on red" color. PART 3 EXECUTION 3.1 Preparation A. Install piping complete with insulation and valves in place prior to installing identification devices. Mount electrical components, including electrical control devices. Piping shall be dry and free of oil, grease, or other contaminants. Insulation shall be completely dry. 3.2 Installation A. Install pipe labels on piping exposed to view, in any location inside buildings or structures, or in underground vaults, pump stations, basements, or other exposed locations. B. Install pipe labels on piping exposed to view, in any location inside buildings or structures, or in underground vaults, pump stations, basements, or other exposed locations. C. Name the fluid flowing inside the pipe on color coded labels with text per the schedule below. Labels shall also include an arrow indicating the direction of flow. 3.3 Valve Identification A. Install a valve tag on all valves. Attach the tag to hand wheel of valve stem so that it does not interfere with operation of valve tag brass link chains or copper meter seals furnished by the Tag Manufacturer. B. Number valves to correspond to a typewritten list included in the Operational and Maintenance Manual and include the following information: 1. Valve Number 2. Description of piping fluid or purpose Page 2 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT- 40 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2018 Technical Specifications for Construction 3. Normal position of valve (Open or Closed) 4. Manufacturer's catalog number 5. Brief description of valve specification 6. Brief description of valve's function in the system C. Valve identification shall be based on the following example: 3.4 Equipment Identification A. Provide an equipment identifier on each separate piece of equipment, including process equipment, HVAC equipment, plumbing equipment (other than plumbing fixtures), and electrical equipment. Provide a nameplate for each separate piece of electrical equipment, including but not limited to panelboards, switchgear, starters, disconnects, control devices and control panels. Provide name tags for each separate switch, starter, contactor, or other compartment on electrical switchgear. B. Engrave lettering on nameplates corresponding to the identification marks. Install nameplates prominently on equipment not occurring in occupied spaces. Install nameplates on the inside covers of lighting panelboards. Install nameplates on all other equipment centered and at top of equipment. Nameplates shall not be installed in a location that interferes with the equipment's ability to operate. C. Attach nameplates to exterior equipment with two 3/8 -inch stainless steel screws. Interior plaque may be attached by screws, or by the adhesion method when approved by the Engineer. 3.5 Special Gases A. Provide a nameplate at each outlet of special gases at the laboratory. Attach nameplates directly above and centered on the outlet or valve. The label shall correspond with the supplied gas, and the plate color shall correspond with the incised identification disk installed on the valve. B. Install a nameplate above each active gas cylinder location with the complete name printed followed by the chemical designation (Example: Helium HE). Colors shall correspond to the color used on the cylinders as used by the Compressed Gas Association, Inc. 3.6 Electrical Outlets A. Provide a nameplate for electrical outlet listed below. The nameplate shall be white letters on red background, and shall specify the outlet's voltage and ampere rating. The nameplate on special outlets shall have an appropriate warning. Lettering shall be 1/8 inch high. Overall plate size shall be approximately 3/4 by 2-1/2 inches. B. Provide nameplates on the following: 1. 208/240 outlet: voltage and ampere rating 2. Special outlet: voltage, ampere rating and intended function (Example: Welder Outlet 240 V — 40 A) 3.7 Potable and Non -Potable Water A. Provide name tags at every water hydrant or outlet. Fabricate name tags of 314 -by -1 -112 -by - 1/8 -inch aluminum with a medium, duranodic finish and plexiglas face panel. The face panel Page 3 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT- 40 05 53 ol000000l0000000,00IIIIIIIIIIIIIIIIIIIIIIIIIIIIIilp' mm 1 1 Water , Rm. 103 111111111111111111 111111111 mumiiuuli m 111111111l00000000000000000000IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII SFR 11111111111111111 Fig.315CP 6�' CraneDomestic 70000000000000000001,1 ouu lVuu01 u u Gatsetermising m 11 11101111111111111111111'1111111111111111111111 Shut heaterOpen tloffli to 3.4 Equipment Identification A. Provide an equipment identifier on each separate piece of equipment, including process equipment, HVAC equipment, plumbing equipment (other than plumbing fixtures), and electrical equipment. Provide a nameplate for each separate piece of electrical equipment, including but not limited to panelboards, switchgear, starters, disconnects, control devices and control panels. Provide name tags for each separate switch, starter, contactor, or other compartment on electrical switchgear. B. Engrave lettering on nameplates corresponding to the identification marks. Install nameplates prominently on equipment not occurring in occupied spaces. Install nameplates on the inside covers of lighting panelboards. Install nameplates on all other equipment centered and at top of equipment. Nameplates shall not be installed in a location that interferes with the equipment's ability to operate. C. Attach nameplates to exterior equipment with two 3/8 -inch stainless steel screws. Interior plaque may be attached by screws, or by the adhesion method when approved by the Engineer. 3.5 Special Gases A. Provide a nameplate at each outlet of special gases at the laboratory. Attach nameplates directly above and centered on the outlet or valve. The label shall correspond with the supplied gas, and the plate color shall correspond with the incised identification disk installed on the valve. B. Install a nameplate above each active gas cylinder location with the complete name printed followed by the chemical designation (Example: Helium HE). Colors shall correspond to the color used on the cylinders as used by the Compressed Gas Association, Inc. 3.6 Electrical Outlets A. Provide a nameplate for electrical outlet listed below. The nameplate shall be white letters on red background, and shall specify the outlet's voltage and ampere rating. The nameplate on special outlets shall have an appropriate warning. Lettering shall be 1/8 inch high. Overall plate size shall be approximately 3/4 by 2-1/2 inches. B. Provide nameplates on the following: 1. 208/240 outlet: voltage and ampere rating 2. Special outlet: voltage, ampere rating and intended function (Example: Welder Outlet 240 V — 40 A) 3.7 Potable and Non -Potable Water A. Provide name tags at every water hydrant or outlet. Fabricate name tags of 314 -by -1 -112 -by - 1/8 -inch aluminum with a medium, duranodic finish and plexiglas face panel. The face panel Page 3 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT- 40 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2018 Technical Specifications for Construction shall have 1 -inch high, white, helvetica medium lettering on blue background stating "Potable Water", or white lettering on green background stating "Non -Potable Water". Place signs on walls above the hydrant locations and attach to backplates. Yard hydrants shall have concrete piers which are 6 inches in diameter by 36 inches with signs attached to the face of the concrete directly in front of the hydrants. Extend the piers 4 inches minimum above finish grade. Signs shall be manufactured by Vomer Products, Inc., equal to Vocator Exterior sign series E9/12. 3.8 Schedules A. Prepare a typed schedule showing piping label requirements, valve tag identification, and equipment tags. Include each valve or piping type and the appropriate identification on the schedule. Submit the schedule to the Engineer for approval. B. Mark valve tags and pipe labels to conform with the following legend, or with requirements of standards noted. Include the full name, as appearing under the column heading "Description", and the abbreviation under the column heading "Abbrev. Legend." C. Revise schedule for each individual project. Plumb -ng �N"Illli0111011111111111111111111 IVuoi a 01jIIV101 �, 5 �r m „i„:„„„„mW�m fiPoi=���MW ww Sewer, Sanitary W SW Black on Green Sewer, Storm SS SS Black on Green Waste, Drain W DP Black on Green Waste, Acid W AW Black on Yellow Water, Domestic, Cold P CW Black on Green Water, Domestic, Hot P HW Black on Yellow Water, Domestic, Ret. P HWR Black on Yellow Water, Distilled P DW Black on Green Water, Non -potable N NPW Black on Green Fire Protection Fire Protection, Mains F FM White on Red Fire Protection, Sprinkler F FS White on Red Gas Piping Natural Gas G NG Black on Yellow Fuel Gas G NG Black on Yellow Acetylene G AC Black on Yellow Argon G AG White on Blue Hydrogen G HG Black on Yellow Nitrogen G NI Black on Green Nitrous Oxide G NO White on Blue Methane G MT Black on Yellow Page 4 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT- 40 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2018 Technical Specifications for Construction IIIIVI,.iLI. Oxygen IIID I liroi lumen uu�u 10001001111111111000000 0100000001111001 luau .x �N"Ill Ill11 uIIVIIIVIVI�, 1111111111111111111 1,„„ mm h !ry ' m 1In fmPoiW k w w w G OX Black on Yellow Compressed Air G CA White on Blue Instrument Air G IA White on Blue Vapor G VG Black on Yellow Vacuum G VP White on Blue HVAC Refrigerant, Suction H RS Black on Green Refrigerant, Liquid H RL Black on Green Chilled Water H CW Black on Green Chilled Water Ret. H CWR Black on Green Hot Water H HW Black on Yellow Hot Water, Ret. H HWR Black on Yellow Condensate H CD Black on Green Process Piping Lime PP LI White on Green Chlorine PP CH Black on Yellow Ammonia PP AM Black on Yellow Primary Effluent PP PE White on Green Primary Sludge PP PS White on Green Raw Sewage PP SR White on Green Recir. Sewage PP RS White on Green Recir. Sludge PP RR White on Green Thickened Sludge PP TS White on Green Activated Sludge PP AS White on Green Electrical Panelboards LP -1 White on Black Starters for Exhaust Fan S/EF-1 White on Black Control Panels for Exhaust Fan CP/EF-1 White on Black Disconnects for Exhaust Fan DS/EF-1 White on Black Junction Boxes JB/101 White on Black Controllers for Exhaust Fan CI/EF-1 White on Black Page 5 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT- 40 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD May 2018 Technical Specifications for Construction D. Piping Color Schedule: 10000000000000000000000000,100000000001000000000000000000,000,111 VIII III i Potable Water • w: iIIIIIII1111111111111 m m i mill o mn 11111 IIIIIII��III IIIIIIIIIIIIIIIIIIIIIIII1111111111111111111111111111111111111111111111111IIIIIIII OOOO IIIIIIIIIII Light Blue IIgIIIIII o0000000000000000000000iiIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII9!!!!!!!19!!!!!!!I m e mn wwypu Compressed Air Light Green Instrument Air Light Green with Dark Green Bands Chlorine (gas, liquid, or vent) Yellow Chlorine (solution) Yellow with Red Bands Liquid Alum Yellow with Orange Bands Alum (solution) Yellow with Green Bands Ammonia Yellow with Brown Bands Chlorine Dioxide (solution) Yellow with Blue Bands Ferric Chloride Brown with Red Bands Ferric Sulfate Brown with Yellow Bands Polymers White with Green Bands Liquid Caustic White with Red Bands Caustic (solution) White with Orange Bands Fluoride White with Yellow Bands Ozone Stainless Steel with White Bands Settled Water Green Filter Effluent Light Blue Backwash Supply Light Blue Drain Dark Grey Raw Water Tan END OF SECTION Page 6 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT- 40 05 53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction SECTION 40 90 00 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS PART1 GENERAL 1.1 Scope A. The General Requirements for Instrumentation and Control Systems Work as described below: 1 The Process Control System Supplier (PCSS) shall provide any and all hardware, software, and configuration and integration for a PLC -based Instrumentation and Process Control system. Contractor shall provide a complete and operational system in accordance with these Contract Documents: a. Provide any and all instrumentation, hardware, conductors, raceway and any other materials required for a complete and operable system that is above that specified in the Contract Documents. Provide any and all labor and materials specified in the Contract Documents. b. Provide any and all required software and configuration and programming in the PLC for a complete and operational system in accordance with these Contract Documents. c. Coordinate and fully cooperate with Owner to provide all required PLC hardware and PLC programming necessary to interface with the existing HMI system. d. Provide all required personnel for check out, testing, calibration, commissioning and start-up of the provided new system. e. Provide personnel to train the Owner's staff as specified in this Specification. f. Provide any and all HMI software programming and configuration required to create new Operator HMI screens and modify any existing Operator HMI screens as specified. Provide any and all required drivers to receive and transmit data over the specified Ethernet data highway to fully communicate with the PLC system provided by the System Integrator Contractor. h. Coordinate and fully cooperate with the Owner to provide all required system programming necessary to interface with the existing SCADA system for a complete and operational system as specified. i. Create or modify all required data bases in Owner's existing SCADA system. g. 1.2 Quality Assurance A. General: 1. Contractor shall refer to Specification 01 40 00 "Quality Requirements" for overall Project quality assurance requirements. 2. Should there be a conflict between various standards, codes, specifications, contract drawings or documents, the Contractor shall issue a Request for Information (RFI) pertaining to the conflict immediately to the attention of the Owner's Representative. B. Reference Standards: 1. Institute of Electrical and Electronics Engineers (IEEE) 2. Electronic Industry Association (EIA). 3. International Electro -Technical CoHMlssion (IEC). 4. Federal Communications Commission (FCC) Page 1 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction 5. American Society for Testing and Materials (ASTM) Standards: ASTM A153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A269 Seamless and Welded Austenitic Stainless Steel Tubing for General Service ASTM A36 Specification for Structural Steel ASTM B68 Seamless Copper Tube ASTM D1047 Polyvinyl Chloride Jacket for Wire and Cable 6. Research Council on Riveted and Bolted Structural Joints (RCRBSJ). 7. American Institute of Steel Construction (AISC). 8. Steel Structures Painting Council (SSPC): Painting Specifications for weather exposure. 9. American Welding Society (AWS): Welding Code D 1.1-75. 10. Federal Specifications: Primer, Paint Zinc, Chromate, Alkyd Type, Fed. Spec. TT -P - 645a. 11. National Electrical Manufacturers Association (NEMA). 12. National Fire Protection Association (NFPA): National Electrical Code (NEC), 1990 edition. 13. Instrument Society of America (ISA) Standards: RP 3.1-1960 Flow Meter Installations, Seal and Condensate Chambers S5.1-1973 Instrumentation Symbols and Identification RP7.1-1956 Pneumatic Control Circuit Pressure Test S7.3-1975 Quality Standard for Instrument Air RP18.1-1965 Specifications and Guides for the Use of General Purpose Annunciators S5.4-1976 Instrument Loop Diagrams S8.1-1968 Instrument Enclosures for Industrial Environments RP12.1-1960 Electrical Instruments in Hazardous Atmospheres RP20.1, 20.2 Specification Forms for Instruments S39.1-1972 Control Valve Sizing Equations S39.2-1972 Control Valve Capacity Test Procedures S51.1 Process Instrumentation Terminology 14. American Petroleum Institute (API) Standards: API RP 550 Manual on Installation of Refinery Instruments and Control Systems API RP 520 Recommended Practice for the Design and Installation of Pressure - Relieving Systems in Refineries 15. Scientific Apparatus Makers Association (SAMA) Standards: PM 20.1-1973 Process Measurement and Control Terminology RC5-10-1963 Resistance Thermometers 16. Underwriters' Laboratory (UL): Subject 13, Subject 1227. 17. Factory Mutual (FM). Page 2 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction 18. American National Standard Institute (ANSI): Supplement to C37.90-1971, Relays and Relay Systems Associated with Electric Power Apparatus (IEEE Std. 313-1971), C37.90a-1974. 19. National Bureau of Standards (NBS). 1.3 Guarantees A. Refer to Section 2.9 of this Specification, "Warranties, Maintenance, and Support Services" for required guarantees for materials and support. 1.4 Contractor's Qualifications A. The Process Control System Supplier (PCSS) shall be regularly engaged in the design, installation and maintenance of PLC based control systems. PCSS must submit documentation listed in Section 1.4.B.5 below that verifies and demonstrates the following minimum qualifications: 1. Organization Facilities and Business Viability 2. Have been in business for a minimum of five (5) years. 3. Maintain adequate appropriate insurance as required as determined by the Owner's representative. 4. Maintain a permanent, fully staffed and equipped service facility capable of designing, fabricating, installing, calibrating, programming, and testing of the products and systems 5. Have adequate financial resources to successfully execute projects 6. Have employee safety training program B. Organization and Personnel Experience 1. Have experience in the Water and Waste Water industry 2. Successfully completed at least three (3) projects of $250,000.00 in scope and containing at least 350 I/O points in the last five (5) years 3. Employ at least one (1) full time licensed and registered Professional Engineer (P.E.) 4. Employ full time degreed engineers from ABET accredited universities that have a. A minimum of five (5) years of experience working on projects and systems of similar size and scope b. Completed at least two (2) projects utilizing Plant PAX from Rockwell Automation c. Has communications networking experience d. Has Rockwell certification e. Experience with the following software (1) FactoryTalk ME (2) FactoryTalk SE (3) FactoryTalk Historian (4) RSLogix 5000 (5) RSLogix 500 f. Experience with the following hardware (1) Rockwell Automation/Allen-Bradley ControlLogix family of PLC (2) Rockwell Automation/Allen-Bradley CompactLogix family of PLC Page 3 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction g. (3) Rockwell Automation/Allen-Bradley Flexl/O (4) MOXA network hardware Employ personnel within two hundred (200) miles of the project capable of providing on-site response within four (4) hours. h. Be an authorized Allen-Bradley/Rockwell Systems Integrator Contractor, Solutions Provider. Employ a PMI or PMP certified project manager 5. PCSS shall submit three (3) hard copies along with an electronic copy of the Qualification Documentation to the Owner/Engineer. The following documentation is required for qualification purposes: a. Organization Facilities and Business Viability Documentation (1) Provide copy of State documents verifying the number of years that the firm has been in business (2) Provide a Certificate of Insurance (COI) verifying adequate insurance coverage including: Commercial General Liability $2,000,000.00 Aggregate Automobile Liability $1,000,000.00 Single Limit Transit Coverage $25,000.00 min up to the value of the equipment being transported Workers Compensation Employers Liability $500,000/500,000/500,000 (3) Provide address and square footage of required fully staffed service facility (4) Provide a notarized statement from an officer of the Company verifying the size of the environmentally controlled space dedicated to the production, assembly and check-out of custom controls panels (5) Provide the company legal name, address as well as the Dun & Bradstreet D -U -N- S number for the company (6) Provide copies of the firm's safety program and certify employ participation b. Organization and Personnel Experience Documentation (1) Provide an overall Company Organization Chart and resumes for personnel assigned to the project indicating water/wastewater experience (2) Provide a detailed listing of at least three (3) projects of similar size and complexity successfully completed within the last five (5) years. Information must include the following for each project: (a) Project name (b) Project location (c) Owner's name, address, and phone number (d) Owner's contact person and phone number (e) Consultant/Design Engineering Firm name and contact (0 General Contractor's name (if applicable) (g) SIC's order/contract amount (h) Date project started (i) Date project completed Page 4 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction (j) Technical description of provided control system in sufficient detail to verify equivalent size and complexity (3) Provide a copy of the Company's full time employed Professional Engineer's license/registration (4) Provide resumes of employees that show their experience level (5) Provide zip codes and resumes of personnel within two hundred (200) miles of the project site capable of providing on-site response within four (4) hours (6) Provide copy of organizations Allen-Bradley/Rockwell Systems Integrator Contractor, Solutions Provider certification (7) Provide copy of project manager's certification c. Quality Assurance Requirements (1) Provide documentation that demonstrates Quality Assurance/Quality Control program, process or certification (2) Provide copies of ISA association documentation (3) Provide resumes of full time employees that would respond to perform warranty or maintenance work (4) Provide a current list with contact information of Municipalities for which the Company has current and on-going Maintenance Contracts and/or existing warranty agreements (5) Provide copies of Company's standard Maintenance and/or Warranty Contracts/Agreements (6) Provide a copy of the Company's UL -508 current certification (7) Provide a copy of documentation showing active membership in the Control System Integrators Association (CSIA) or equivalent organization d. All electronic components furnished by the Contractor shall be new products by manufacturers having an established reputation in the manufacture of such equipment with at least 5 years background. All PLC related equipment supplied shall be a proven product having been in field service for at least 1 year and in production for no less than 2 years. e. All materials are subject to the approval of the Owner and shall conform to all applicable state and federal codes and regulations. f. The Contractor shall warrant that all equipment will perform in accordance with published specifications, is suitable for the intended purposes and shall be free from defects in materials, and workmanship for a period of one (1) year from the date of the final acceptance by the Owner. Contractor shall also warrant all system configuration and programming for a period of one (1) year from the date of final acceptance plus two (2) years of extended support. Where any product or system does not perform as specified during this warranty period, the Contractor shall correct any defect, including the non-conformance with any applicable specification and shall repair or replace any defective part or parts without charge to the Owner for parts and labor. Testing: A formal system test shall be performed by the Contractor and witnessed by the Owner or Owners representatives at the Contractor's test facility, prior to shipment. The purpose of the test shall be to verify the functionality, performance, and stability of the hardware and software. Refer to Section 40 90 03 "SCADA and Instrumentation Testing and Commissioning" for any and all SCADA and instrumentation testing and commissioning requirements. g. Page 5 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction C. Acceptable Process Control Systems Suppliers 1 The following organizations comply with the Contract Documents and are approved as acceptable process control systems suppliers: a. Mission Automation, Inc. b. Prime Controls, Inc. 2. All personnel assigned to work on any and all projects shall comply with and conform to the minimum experience detailed in Paragraph 1.4.B "Organization and Personnel Experience" of Specification 40 90 00 "Instrumentation and Control for Process Systems". D. Acceptable Power Protection SCADA Systems Suppliers 1. The following organizations comply with the Contract Documents and are approved as acceptable Power Protection SCADA systems suppliers: a. Easter -Owens Electric, Co. b. Electrical Power Products (EP2). c. System Controls, Inc. 1.5 Definitions A. The terms used in this specification conform to definitions in ISA S51.1, SAMA PMC 20.1- 1973 and RC 5-10-1963, except as modified below. 1. Device: An electronic or mechanical apparatus designed to perform a specific measurement or control function. 2. Equipment: The machinery used in a process, e.g., pumps, fans, etc. 3. Interchangeability error: The algebraic difference between the indication and true value of the measured variable as a result of exchanging a device with a replacement. 4. Loop: Any combination of interconnected transmitters, receivers, switches, alarms, indicators, controllers, computers, or final control elements. 5. Operating accuracy: Conformity of indicated value to accepted standard value or true value throughout specified operating conditions with a confidence level of 95 percent includes, but is not limited to, hysteresis, linearity, and operating influence of temperature, pressure, supply voltage, and transmitter power supply. Operating accuracy for loop is defined as root -mean -square (RMS) of individual device operation accuracies. 6. Process: A progressively continuing operation that consists of a series of controlled actions systemically directed toward a particular result, e.g., a process to mix, filter, heat, and/or cool air to a particular condition. 7. Response: The results of the act, or process of measuring the time difference between the time of a change in an input signal or a measured variable, and the time when the output, display, and final control element in the loop has changed to at least 60 percent of the change which should result from the input change. 8. Subsystem: A discrete subdivision of a system and an assemblage of parts, devices, or software modules designed to perform one or more of the specific tasks required for the system to accomplish its functions. 9. System: An assemblage of sometimes diverse parts, devices, or software modules serving a common set of measurement or control functions. 10. Time resolution: The result of the act or process of rendering distinguishable events occurring at nearly the same time. Expressed as a measurement of time in seconds. 11. Unit: Any combination of equipment items interconnected in a predetermined manner, performing one or more controlled actions toward a particular result. A discrete subdivision of a process. Page 6 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction 12. Concealed - Accessible: Out of general sight, but can be easily reached by removing panels or access doors. 13. Concealed - Inaccessible: Out of general sight and cannot be easily reached except by removing a permanent part of the building or using special tools. 14. Exposed: Open to general view without removing panels, access doors, or a permanent part of the building. 15. Field termination point: Termination of a run of raceway from an instrument panel to the vicinity of a field instrument. Field termination point is usually within 5 horizontal feet from the field instrument. 16. Analog device: Any sensor, transmitter, indicator, recorder, controller, computing relay, or control valve which transmits or receives an analog signal. Excludes the analog portion of a digital system or I/O subsystems. 1.6 Submittals A. Submittals shall be in accordance with Section 01 33 00 "Submittal Procedures" and shall include: 1. Contractor shall submit a Project Execution Plan to the Owner and Engineer for approval. This plan shall include, at a minimum: a. A detailed work task breakdown detailing work to be completed during each phase of project. b. Estimated start and end dates of each work task listed an above work task breakdown. c. Estimated duration for each task listed in the above work task breakdown. d. A Gantt chart or equivalent scheduling report shall be acceptable. e. PCSS shall provide regular updates of the Project Execution Plan to Owner and Engineer. (1) Update schedules shall be agreed upon between PCSS and Owner / Engineer during pre -submittal meetings. B. Shop Drawings and Product Data: 1. Detail: Give sufficient detail to permit system configuration, installation, and wiring without reference to design drawings. Refer to Division 01 - General Provisions. 2. As a minimum, shop drawings shall include a bill of materials with original manufacturer's name and catalog number (re -labeled component information is not acceptable), original manufacturer's catalog cut sheets, front views, assembly drawings, nameplate schedules, electrical schematics, electrical connections diagrams, and conduit penetration and piping connection diagrams. 3. Electrical, piping, and interconnection diagrams shall show all terminations of equipment, complete with conduit, cable, and equipment designations, and shall include terminal identification information. 4. Include size of all conduits, pipe, cables, and conductors. 5. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 6. Physical arrangement drawings shall include operating and servicing clearance requirements, cooling requirements, electrical power requirements, and cabling information. 7. Operator console configuration drawings shall include specific location of all keys and pushbuttons. 8. Show appropriate tag numbers on all product data. Page 7 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction 9. Software specifications for all software provided in addition to existing standard software. a. Include fully annotated source listings, input-output requirements, memory requirements, timing and sequencing requirements, flow chart showing functions performed, operating sequences and decision points, required system configuration, list of known or anticipated limitations of software modules, list of malfunction procedures to be followed for recovering from operator error or other malfunction, and description of how each module interfaces with calling and called programs. b. Provide proposed screen layouts showing modifications to existing screens, and new screens: Show all displays, inputs, outputs, recorders, alarms and indications along with the associated signal tag number. 10. Technical Manuals: a. Supply six sets of technical manuals with software specifications to Owner's Representative no later than the equipment shipment date. Each set shall be bound in a standard size, three-ring, loose-leaf, vinyl plastic, hard -cover binder suitable for bookshelf storage. Binder ring size shall not exceed 2-1/2 inches. (1) Contractor shall provide a full, digital copy of the technical manuals with each bound set of manuals. b. Each set of technical manuals shall include a general and detailed description, a theory of operation description, detailed schematic drawings, specifications, and installation, connection, calibration, operating, troubleshooting, preventive maintenance, and overhaul instructions in complete detail with a clear and specific description of the steps the operators must take to perform each of the tasks and modes of operating specified. These manuals shall provide the Owner with comprehensive information on all systems and components to enable operation, service, maintenance and repair. Exploded or other detailed views of all instruments, assemblies, and accessory components shall be included together with complete parts lists and ordering instructions. These manuals are in addition to all applicable requirements of Division 01 - General Provisions. 11. Operation and Maintenance Manuals: a. Operating instructions shall incorporate a functional description of the entire system including the system schematics which reflect "as -built" modifications. Wring diagrams shall be furnished as a part of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. Instrument panel wiring shall be such that each wire installed has its own number designation at each end and such that no number is repeated. Instrument panel wire tagging instructions as specified in Section 26 05 19 "Low - Voltage Electrical Power Conductors and Cables" shall be followed. b. Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. 12. Spare Parts List: Contractor shall prepare and submit for Engineer's review a master spare parts list of all Division 40 items. PART2 PRODUCTS 2.1 General A. Equipment shall be the manufacturer's latest and proven design. In the event of a compatibility issue, Contractor furnished equipment may match current configuration of equipment and software currently in use by the Owner, if approved by the Owners Representative. B. The Specifications and Drawings call attention to certain features, but do not purport to cover all details entering into the design of the instrumentation system. The completed system Page 8 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction shall be compatible with the functions required and the equipment furnished by the Contractor. C. The equipment proposed by the Contractor shall not be a prototype, but shall be a part of a standard off -shelf configurable system of components readily available in the marketplace and have design specifications, engineering drawings and parts lists immediately available. 1. Unless otherwise noted, specified PLC processors, I/O modules, PLC power supplies, chassis, etc. shall be sole -sourced from Allen-Bradley. Refer to Section 40 90 02 "Supervisory Control and Data Acquisition (SCADA) System" for additional requirements. D. The system shall be provided complete with cabinets, input/output equipment and associated electronic subsystems necessary to meet the functional requirements of this Section. E. Equipment shall have adequate test points with controls or adjustments required for alignment and maintenance accessible from the front of the equipment. These test points shall provide sufficient isolation to prevent disturbance to the system due to accidental short circuit or other mismatch during routine test or maintenance practices. F. Alarm LED or LCD indicators shall be included and be clearly visible with covers in place to indicate any alarm or off -normal condition. G. Lamps, controls and test points shall be etched or clearly marked on all electronic equipment. 2.2 Operating Conditions A. Ambient Conditions: Provide equipment suitable for ambient conditions specified. Provide system elements to operate properly in the presence of radio frequency fields produced by portable RF transmitters with output of 5 watts operated at 24 inches from instruments in the presence of plant telephone lines, power lines, and electrical equipment, and in the presence of digital data transmission systems. B. Field Locations: Field equipment may be subjected to ambient temperatures from -5° to 60° C with direct radiation and relative humidity from 45 to 100 percent with condensation. C. Power Supply: Power supply will be 120 -volt AC, 1 -phase, 60 -Hertz commercial power. Voltage variations will be at least plus or minus 8 percent. Certain loops shall have integral power supply as specified in the Contract Documents. Power supplies shall be provided in the panels as specified in the Contract Documents or required for a complete system. PCCS shall provide a minimum of one (1) spare power supply per project. D. Equipment shall be designed to operate over the environmental, physical and primary power limits as specified herein without the use of blowers or other means of forced air circulation Equipment Limits Full Specification Performance 0° C (32° F) to +60° C (140° F) Storage -40° C (-40° F) to +80° C (176° F) Altitude 15,000 ft. Humidity 5% to 95% Maximum, non -condensing Duty Conditions Continuous Page 9 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction 2.3 Acceptable Manufacturers 1. Equipment shall comply with the Contract Documents and shall be produced by one of the following manufacturers: a. PLC/Network Equipment: (1) Rockwell Automation (Allen-Bradley) CompactLogix and ControlLogix (sole - source) b. Power Protection SCADA System Equipment: (1) Schweitzer Engineering Laboratories, Inc. (SEL) (sole -source) c. Uninterruptible Power Supply: (1) APC. (Sole -source). (a) UPS systems shall be network compatible d. PC Interface Software: (1) Rockwell Automation (Allen-Bradley) FactoryTalk (sole -source) (2) Rockwell Automation (Allen-Bradley) RSLogix (sole -source) (3) Schweitzer Engineering Laboratories, Inc. (SEL) ACSELERATOR (sole -source) e. Network Devices (1) Moxa (Preferred) (2) Phoenix Contact (3) Schweitzer Engineering Laboratories, Inc. (SEL) (Power Protection System only) 2.4 Information on Drawings A. The following information is indicated on the drawings: 1. Approximate location of primary elements, instrument panels, and final control elements. 2. Location of electrical distribution panel boards for instrument electrical power. 3. Location of equipment having alarms and equipment status contacts. 4. Location of equipment being controlled by system. 5. Raceway and cable routing for instrumentation wiring B. The following information is not shown on drawings, but shall be the responsibility of the Contractor to determine, furnish, and coordinate with other divisions based upon systems specified. Show this information on project record drawings: 1. Instrument loop drawings per ISA S5.4 minimum, desired and optional items. 2. Location of electrical distribution panel boards supplying power to any device supplied under this Contract. 3. Detailed enclosure, instrument panel and junction box layouts, PLC enclosure layouts, control console layouts, fabrication details, and wiring diagrams. 4. Detailed system configuration. 2.5 Spare Parts A. Contractor shall furnish all standard recommended spare parts as specified by the Owner for each component in the system. B. All supplied spare parts shall become the property of the Owner. C. All Division 40 spare parts shall be turned over to the Owner at one time and stored into Page 10 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction lockable cabinets. 2.6 Materials and Equipment A. Provide equipment of solid-state construction utilizing second source semiconductors, unless otherwise specified. De -rate components to assure dependability and long-term stability. Provide printed or etched circuit boards of glass epoxy, hand or wave soldered, of sufficient thickness to prevent warping. Coat printed circuit boards in field -mounted equipment with 2 mils of solderable conformal coating complying with MIL -I -46058B. Alignment and adjustments shall be noncritical, stable with temperature changes or aging, and accomplished with premium grade potentiometers. Do not insert components of specially selected values into standard electronic assemblies to meet performance requirements. Use parts indicated in instruction manuals, replaceable with standard commercial components of the same description without degrading performance of completed assembly. B. Use test equipment and instruments to simulate inputs and read outputs suitable for purpose intended and rated to an accuracy of at least five times greater than the required accuracy of device being calibrated. Such test equipment shall have accuracies traceable to the National Bureau of Standards as applicable. 2.7 Project Requirements A. As a part of this Contract, the PCCS shall coordinate with the Owner, and with all the sub- systems suppliers and manufacturers, during bidding, construction, testing, installation and start-up phases of the project. The coordination is to assure that the instruments and sub- systems are in compliance with the Contract Documents and that the necessary tie-ins and interface signals with the Owner system are provided as specified or required. B. The PCCS shall provide the Owner's staff with all required training and operating procedures, at no extra cost to the Owner, in addition to In -Plant SCADA training specified in Section 2.6 of this document. The training schedule shall be coordinated with the Owner's Representative. Training shall include operating, testing, calibration and programming of the system, and simple troubleshooting of the system. The training shall include manuals which are specifically written for the system provided as described in Division 01 - General Provisions of these Specifications. C. The calibration, testing, and start-up of all the instruments whether existing or provided new, shall be done by the manufacturer's field technician/Engineer in the presence of the Owner. The Contractor shall provide a list of all manufacturers whose technicians will perform this work. The Contractor shall also provide a certified calibration report stating that each instrument shown or specified in the Contract Documents has been installed, tested and calibrated per manufacturer's recommendations and per these Contract Documents. D. Follow -Up Services: After the acceptance of the system, the Contractor shall make four trips to the project site for calibration and adjustment of all the instruments and devices, including the In -Plant SCADA system. The first trip shall be 3 months after acceptance of the complete system, and thereafter every 3 months for a total of four trips. These trips are in addition to all warranty items, and shall be at no extra cost to the Owner. The Contractor shall provide the services of a trained technician for each trip with appropriate calibration and testing instruments. All defects shall be immediately remedied. All trips shall be coordinated with the Owner. E. All control software developed for this contract shall be delivered to the Owner stored on electronic media in a format suitable for installing on the existing equipment and new equipment installed under this contract. This includes all source code, complied code, link libraries, run-time libraries or other modules necessary to recreate an operational system in the event of a catastrophic failure or cessation of business by any of the Contractors. In addition, copies of all data bases and necessary associated files as configured after the final test shall be supplied on the same medium. Page 11 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction 2.8 Training A. General 1. A comprehensive training program shall be provided by the Contractor covering the operation and maintenance of all elements of the Control System. The cost of training programs for the Owner's personnel shall be included in the Contract price. Where practical, the training and instruction shall be directly related to the system being supplied. 2. Training shall be conducted at the Owner's facilities. 3. Training shall be tailored to the specific needs and requirements of each individual project. Project- specific training requirements shall be defined by the Owner. Project - phase specific training shall coincide with the pertenant Project phase. 4. Training classes shall be tailored to the specific needs of the class participants. Separate curricula shall be developed for Operators, Maintenance Staff, and Control System Administrators. All Technicians, Operators, Engineers, and Managers of the Facility shall require training on the Process Control System (PCS). The training courses shall address operation, maintenance, and troubleshooting of the system provided. The courses shall be designed specifically for the type of personnel attending, such as Operators, Engineers, etc. 5. All training schedules shall be coordinated with and at the convenience of the Owner. Shift training may be required to correspond to the Owner's working schedule. 6. Provide detailed training manuals to supplement the training courses. The manuals shall include specific details of equipment supplied and operations specific to the project. 7. The trainer shall make use of teaching aids, manuals, slide/video presentations, etc. After the training services, all training materials shall be delivered to Owner. 8. Contractor shall videotape all training sessions and provide recordings in a digital format, either flash drive or externally powered hard drive as determined by the Owner, as a formal submittal to the Owner. All training digital recordings shall become the sole property of the Owner. 9. All instructors shall be highly qualified for technical training with demonstrated expertise in not only Control System functionality but also professional training techniques. Trainers should have no other duties that would interrupt training. Training shall not be combined with other activities such as Control System configuration or startup. Vendor Provided Training shall be conducted by Factory Authorized and Certified Trainers. Resumes and evidence of Qualifications of Instructors shall be provided as part of the Test Plan and subject to the approval of the Owner/Engineer. 10. Complete, professional, training materials shall be provided for all training classes including training plan and schedule, training manuals (in addition to Control System documentation), and review / testing materials. The training manuals shall be designed to not only assists the student's comprehension of the course material but also to serve as reference documents after the completion of training. Training materials shall be provided to students one week prior to class. The Owner reserves the right to make additional copies of training materials. 11. Training courses shall be a combination of classroom and hands-on training. To the extent possible, hands-on training shall utilize components from the new Control System. 12. Prior to any training taking place, Contractor shall conduct workshops with the Owner and Engineer to identify specific training requirements, to define training courses, and to develop training plans for approval by Owner/Engineer. B. Training Plan 1. The training plan shall include complete descriptions of all training classes, a preliminary training schedule, a list of all proposed instructors along with resumes, examples of Page 12 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction proposed training manuals, and a description of any special training tools available (simulators, self -paced modules, personal computer-based training, etc.). 2. Owner/Engineer shall review the training plan for assurance that the training planned by the Contractor shall meet the training needs. Special emphasis shall be placed on review of the qualifications of the proposed instructors. If a concern arises about the qualifications of particular instructors, the Contractor shall provide video tapes of classes taught by the proposed instructors. If the Owner determines that the proposed instructors are not sufficiently qualified to conduct the specified training courses, the Contractor shall identify additional qualified instructors. C. Vendor Provided Training 1. Vendor provided training is intended to provide foundational training for equipment provided by the PCSS. This training shall be conducted by factory authorized trainers for each type of equipment discussed below: 2. Control System Software Training a. HMI Software b. System Administrator Software c. Reporting Software d. Historian Software e. Network Management Software f. PLC/RTU Software Training 3. Control System Hardware Training a. HMI Hardware b. Server Hardware c. Reporting Hardware d. Historian Hardware e. Network Management Hardware f. PLC/RTU Hardware Training D. Control System Specific Training 1. Training Manuals a. Comprehensive training manuals shall be provided for all training courses. The manuals shall be professionally written to present the course material in a format that is easy to comprehend. The manuals shall serve as teaching aids during presentation of the training classes and shall additionally serve as reference material after the training has been completed. It shall not be acceptable for the Contractor to use Control System technical documentation solely as the training manuals since Control System documentation is generally not written in an instructional format. Portions of Control System documentation may be incorporated into training manuals provided that the overall manual achieves an instructional format. b. If the Contractor proposes to use standard training manuals, these manuals shall be revised or appended to reflect Control System characteristics specific to this Contract. 2. Required Training Courses a. Training courses shall be tailored to meet the specific needs of several distinct groups of Owner personnel. The specific categories and number of personnel in each category are identified in the following paragraphs. Class sizes shall be restricted to the number of students that can easily be accommodated. Classes that involve extensive hands-on activities (such as operator training, maintenance training, and Page 13 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction software engineering) shall be limited to five students per class. Supervisor and overview courses may include up to ten participants. At least two sessions of each course shall be presented to satisfy class size restrictions and conflicts in Owner personnel scheduling. Additional sessions shall be presented if required to accommodate the total number of personnel identified for each course. b. All training classes shall be scheduled Monday — Friday. Contractor shall coordinate with Owner for specific times. c. The intent of the training program is to provide the Owner's personnel with comprehensive instruction in all subjects and areas necessary for the efficient configuration, troubleshooting and repair, maintenance, and use of the Control System. If the Contractor's standard training curriculum includes courses in addition to those discussed below and which are necessary for the efficient configuration, maintenance, and use of the Control System, the Contractor shall also provide these courses. Following is a description of the categories of training to be provided. 3. Operator Training a. Training courses shall be presented that instruct the Control System operators in the efficient operation of all aspects of the Control System. The course material shall include not only the general operation of the Control System but also the operation of the specific Control System features require by this Contract. In particular, the operator training shall include instruction on the use of all operational functionality including, but not limited to alarm logging, trending, and the process displays, database, reports, and control software. 4. Software Maintenance Training a. Training courses shall be presented that shall enable Owner programmers to develop and maintain all aspects of the Control System software. Separate sessions shall be presented that deal with the following topics: 1). Process database development and modification 2). Historical database development and modification 3). Process display development and modification 4). Supervisory Control strategy development and modification 5). Report development and modification 6). Web Server Application development and modification 7). Supervisory control development and modification 8). General software maintenance, including Control System backup, restoration and archiving. b. These courses shall address the procedures for the standard Control System software, plus material explaining the specific conventions and procedures used by the Contractor in developing the new Control System applications. The courses shall provide instruction in techniques for developing and maintaining current, comprehensive documentation for all applications. c. Control Application Training 1). A dedicated course shall be presented which addresses the customized software development and control strategy programming. 5. Specific Training a. Human Machine Interface (HMI) Software Training. This training shall be performed by PCSS. (1) Provide one week's manufacturer's standard training course for three (3) of Owner's personnel in the operation, configuration, programming, and installation of Page 14 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction the HMI software supplied. (2) This training shall be conducted no more than two (2) months before the Witnessed Test (WFT) (3) The following training shall be provided as a minimum: (a) Database generation (b) Display generation (c) Alarm system and configuration (d) Historical data system configuration (e) Report generation (0 Security system (g) Trending system (h) Remote communications (i) Software configuration (j) OLE applications (k) Test, adjustment, and calibration procedures (I) Troubleshooting and diagnosis (4) Training shall include classroom and hands-on instruction such that a student with experience in process instrumentation can configure the HMI with no guidance or with only minimal supervision when attempting complex problems. b. Programmable Logic Controller (PLC) Hardware and Software (1) Provide manufacturer's standard training course for three (3) of the Owner's personnel in the operation, configuration, programming, installation, and maintenance of the PLC hardware and software supplied. The courses shall be conducted in two groups for one week each. (2) The training shall be conducted no more than two (2) months before the Witnessed Test. (3) The hardware and software courses shall not be concurrent. (4) The following hardware training shall be provided as a minimum: (a) Hardware maintenance for the PLC equipment provided (b) Test, adjustment, and calibration procedures (c) Troubleshooting and diagnosis (d) Component removal and replacement (e) Periodic maintenance (5) The following software training shall be provided as a minimum: (a) System configuration (b) Application specific program development/programming (c) Uploading/downloading programs (d) Documenting program/configuration (e) System backups and reload procedures (0 TCP/IP addressing procedures (g) Network communications configuration Page 15 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction 6. Integrated Process Control System Training a. Human Machine Interface (HMI) (1) Integrated Process Control System Training shall be performed by individuals directly involved in development and implementation of the Process Control System for this project. All instructors shall be highly qualified for technical training with demonstrated expertise in not only HMI functionality but also professional training techniques. Training personnel shall be intimately familiar with the control system equipment, its manipulation, and configuration. Training shall be conducted by Factory Authorized and Certified Trainers. Training personnel shall command knowledge of system debugging, program modification, troubleshooting, maintenance procedure, system operation, and programming, and shall be capable of transferring this knowledge in an orderly fashion to technically oriented personnel. (2) Training and instruction shall be specific to the system that is being supplied. (3) Training shall consist of classroom and hands-on instruction utilizing the Owner's system. (4) Detailed training shall be provided on the actual configuration and implementation for this Contract. Training shall cover all aspects of the system that will allow the Owner's personnel to maintain, modify, troubleshoot, and develop future additions/deletions to the system. The training shall cover the following subjects, as a minimum: (a) System overview (b) System hardware components and specific equipment arrangements (c) System startup, shut down, load, backup, and historical archival/retrieval procedures (d) Specific application configuration covering the overall design and implementation of the applications provided under this Contract. The intent is to make the student fully knowledgeable in all aspects of the system provided. (e) Periodic maintenance (f) Troubleshooting and diagnosis (g) Network configuration, communications, and operation (h) Windows 10 operation and maintenance as it pertains accessing the control system - HMI for this project. (i) System backups and reload procedures (j) TCP/IP addressing procedures b. Project -specific Process Control System Programmable Logic Controller (PLC) Hardware and Software Configuration Training (1) Five (5) 1 -day session for three (3) of the Owner's personnel shall be held before the FDT, but not more than one month before the FDT. (2) Training and instruction shall be specific to the system that is being supplied. (3) Training shall consist of classroom and hands-on instruction utilizing the Owner's system. (4) Detailed training shall be provided on the actual configuration and implementation for this Contract. Training shall cover all aspects of the system that will allow the Owner's personnel to maintain, modify, troubleshoot, and develop future additions/deletions to the system. The training shall cover the following subjects, Page 16 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction as a minimum: (a) System overview (b) System hardware components and specific equipment arrangements (c) System startup, shut down, load, backup, and historical archival/retrieval procedures (d) Specific application configuration covering the overall design and implementation of the applications provided under this Contract. The intent is to make the student fully knowledgeable in all aspects of the system provided. (e) Periodic maintenance (f) Troubleshooting and diagnosis (g) Network configuration, communications, and operation (h) Windows 10 operation and maintenance as it pertains accessing the control system - PLC for this project. c. Network equipment and devices (1) Provide training on network switches, modems, and satellite radios. (2) The training shall cover the following subjects, as a minimum: (a) System overview (b) System hardware components and specific equipment arrangements (c) System startup, shut down, load, and backup procedures (d) Specific application configuration covering the overall design and implementation of the applications provided under this Contract. The intent is to make the student fully knowledgeable in all aspects of the system provided. (e) Periodic maintenance (f) Troubleshooting and diagnosis (g) Network configuration, communications, and operation d. Integrated training (1) Provide integrated training on operating the SCADA network and Process Control System as a whole. Training shall demonstrate dependencies of system element, system -level troubleshooting, health monitoring, problem diagnosis, etc. E. Field Training 1. Field Instruments a. Provide a minimum of four (4) separate one 8 -hour hardware training and instruction sections on the maintenance of the field instrumentation for six (6) of the Owners instrumentation technicians. The training will be broken up into separate groups — those that maintain, those that operate and those who own the system. This training shall be conducted before the Functional Demonstration Test, but no more than one (1) month before and at a time suitable to the Owner. This training shall take place at the Owners facility. As a minimum the following shall be included: (1) Training in standard hardware maintenance for the instruments provided (2) Specific training for the actual instrumentation configuration to provide a detailed understanding of how the equipment and components are arranged, connected, and set up for this Contract (3) Test, adjustment, and calibration procedures (4) Troubleshooting and diagnosis Page 17 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction (5) Periodic maintenance 2. Panel Instruments a. Provide a minimum of one 8 -hour hardware training and instruction in the maintenance of the panel instrumentation for six (6) of the Owners technicians. Training should be conducted before the Functional Demonstration Test, but not more than one (1) month before and at a time suitable to the Owner. This training shall be provided at the Owners facility and at a minimum the following shall be included: (1) Training in standard hardware maintenance for the instruments provided (2) Specific training for the actual instrumentation configuration to provide a detailed understanding of how the equipment and components are arranged, connected, and configured for this Contract (3) Test, adjustment, and calibration procedures (4) Troubleshooting and diagnosis (5) Periodic maintenance 3. Panel Functions a. Provide a minimum of two 2 -hour training sessions for four (4) shifts of Owner's operations personnel on the detailed operation of the touch screen panel. This training shall be conducted within two (2) days of the completion of the Field Demonstration Test at times suitable to the Owner. This training shall be provided at the Owner's facility and at a minimum, the following shall be included: (1) Specific training for the actual instrumentation configuration to provide a detailed understanding of how the equipment and components are arranged, connected, and set up for this Contract. F. Management Seminar 1. Provide Management Seminar for the Owner's personnel at the Owner's facility. The objective of this seminar is to provide non-operations/maintenance personnel with an overview understanding of the process control system. The attendees will be the Owner's management, engineering, and other non -operations personnel. The seminar shall include, but not limited to, the following: a. An overview of the process control system explaining how the hardware and software supplied under this Contract is used for the operation and control of the facilities. b. A block diagram presentation of the process control system showing how and what information flow within the System and what is done by each functional unit. c. An explanation of the operator interfaces including a demonstration of how to use an HMI to access displays, reports, control, etc. d. A walk-through of the installed system explaining each of the items covered in the functional unit's discussion. The features and functions of operator controls and interfaces shall be discussed. G. Follow-up Training 1. When requested by the Owner during the warranty period for the SCADA System and Instruments, one addition training session shall per provided for each type of training session as required in other sections of this specification. Requirements for follow-up training are the same as those stated in other training session sections of this specification. Follow-up training sessions shall be scheduled and coordinated with the Owner. Page 18 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction 2.9 WARRANTIES, MAINTENANCE, AND SUPPORT SERVICES A. Support Duration 1 All warranty, maintenance and support services specified shall be included in the Contract and shall be in full effect for a period of 36 months commencing upon Final Acceptance. The warranty for each piece of equipment shall transfer to the Owner and continue until expiration of the manufacturer's warranty, if period is longer. B. Technical Support 1. Technical support shall be available from a Factory Regional Office or local Authorized Trained Representative of the software Supplier. 2. Factory technical support shall be available from degreed Engineers familiar with the software and typical industrial applications. 3. Telephone technical support, voice and e-mail, shall be available weekdays and weekends and holidays. 4. Technical support shall be offered for the life of the product, and for a minimum of 1 year after it is discontinued. 5. The vendor must have a record of providing a continuous upgrade path for the product. C. Control System Warranty 1. The Control System warranty shall consist of a full scope, in-place warranty. All hardware, software and applications shall be covered by the warranty. Any failures in System functionality as compared to Final Acceptance shall be corrected by the Contractor. The Contractor shall coordinate any warranties provided by third party suppliers. 2. Warranty Requirements for Analog Devices: Each device shall perform its intended function within the specified operating accuracy and repeatability without more than 12 adjustments for any consecutive period of 12 months. The availability of each device shall be not less than 98.0 percent for any consecutive period of 6 months. Downtime of analog devices affecting more than eight loops shall be considered a system failure. D. Preventive Maintenance 1. The Contractor shall provide the services of factory -trained service technicians for the purpose of performing preventive maintenance. All equipment shall be systematically inspected, cleaned, aligned, adjusted, lubricated, calibrated and otherwise serviced as required to assure proper performance. Equipment manufacturer service recommendations shall be followed where applicable. 2. A 3 -year service contract for the purpose of preventitive maintenance for Contractor provided equipments shall be included in the Contract bid. 3. The preventive maintenance service interval (time -between -service activities) for each piece of equipment shall be that recommended by the equipment manufacturer in accordance with industry practice or six months, whichever is less. The cost to provide preventive maintenance during this period including parts, labor, travel, and subsistence, shall be included in the contract price. Prior to start of in-service use of each part of the Control System, the Contractor shall provide to the Owner a schedule for this maintenance service. 4. All preventive maintenance activities shall be documented with service reports which shall identify the equipment being serviced, state the condition of the equipment, describe all work performed, and list materials used. The report shall also include the name of the technician performing the work and his signature. A copy of all service reports shall be delivered to the Owner on the day the work is performed. 5. All preventive maintenance procedures shall be planned and accomplished in such a manner as to minimize disruption of the Pump Station Control System operation. No Page 19 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction preventive maintenance procedure shall be allowed to jeopardize the Owner's ability to monitor and Control System operation. 6. At the Owner's option, Owner's maintenance personnel may participate or assist in any preventive maintenance procedures. E. Corrective Maintenance 1 The Contractor shall provide the services of factory -trained service technicians for the purpose of performing corrective maintenance on all Control System hardware and software. 2. The Contractor shall provide for 3 -year time periord a 24-hour, 7-day/week-service hotline for telephone notification of Control System malfunctions. Within two (2) hours from notification by the Owner of defective Control System operation, the Contractor shall have a qualified service representative establish telephone contact with the Owner's maintenance personnel to discuss short-term corrective measures. 3. If it is not possible to correct the defective operation as a result of the telephone contact, the Contractor shall have a qualified service representative at the location of the installed Control System within four (4) hours from initial notification. 4. The service representative shall perform all necessary inspections and diagnostic tests to determine the source of the defect and to establish a corrective action plan. The corrective action plan shall be developed such that the defect is corrected as quickly as possible and with the least impact on the operation of the Owner's facilities. Prior to beginning any repair or replacement procedure, the Contractor shall review the corrective action plan with the Owner in order to inform him of the planned course of action and to allow assessment of any impact that course of action might have on the operation of the Owner's facilities. At Owner's option, Owner maintenance personnel may participate in any corrective maintenance procedures. 5. If possible, the service representative shall effect replacement or repair of the defective component before leaving the site using replacement parts from the spare parts inventory delivered with the Control System. Otherwise, the corrective action plan shall include a detailed schedule for the planned course of action. Once the defect has been corrected, the corrective action plan shall be updated indicating the source of the defect and specific corrective action taken. A copy of the updated corrective action plan shall be delivered to the Owner on the day the work is performed. Any spares from the onsite supply of spares used by the Contractor in correcting the Control System malfunction shall be replaced within 15 days. 6. If 24-hour response time is not provided, or other corrective maintenance requirements are not met by the Contractor, the Owner shall have the right to obtain corrective maintenance from other sources and charge the Contractor reasonable costs of the alternative maintenance services, including parts, labor, travel, and subsistence. Warranty shall not be affected. 7. The Owner, at Owner's option, may elect to employ its own maintenance staff to locate and remove a defective component. Warranty shall not be affected. 8. In this case the Owner shall return the defective component to a repair location as instructed by the Contractor. The Contractor shall repair or replace the defective component and return the properly working unit to the Owner within 15 days. F. Software Maintenance 1. After any equipment has been placed in service and tested, Owner personnel shall be permitted, at no additional cost to the Owner; to add, modify, and delete Owner provided software. Performance of such actions by the Owner shall not release the Contractor from satisfying any guarantee or maintenance requirements, or any other specified requirements. Page 20 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction G. Software Update Services 1. The Contractor shall provide, install, test, and commission updates to the Control System software and computer provided software within 30 days from when such updates are announced and released by the manufacturer. 2. Execution of all updates shall be subject to review and approval of the Owner prior to commencement of the work. 3. The Contractor shall be responsible for ensuring proper operation of all updates, including "bug fixes" or revisions to the update for 12 months after Support Duration for updates installed less than 12 months prior to Support Duration end date. 4. Maintenance releases for bug fixes shall be supplied when needed if requested by the user. (e.g. - change from Version 4.0 to Version 4.01). PART 3 EXECUTION 3.1 General A. The Contractor shall schedule and administer a minimum of three (3) mandatory coordination meetings. The Contractor shall make arrangements for these meetings; prepare agendas with copies delivered to the participants at least one (1) week before the scheduled meetings. These meetings shall be held at an Owner's designated facility and shall include, as a minimum, attendance by the Owner, Engineer, Contractor's Project Engineer, Process Control System Supplier (PCSS), Project Engineer and the Electrical Sub -Contractor. 1. The first coordination meeting shall be held after project award and in advance of the first PCSS shop drawings, PLC programming and HMI screen submittals. The purpose of the first meeting shall be for the PCSS to: a. Summarize their understanding of the Project. b. Discuss any proposed substitutions or alternatives. c. Schedule testing and delivery milestone dates. d. Provide a forum for the PCSS and the Owner to coordinate hardware and software related issues. e. Request any additional information required from the Owner and/or Engineer. 2. The second coordination meeting shall be held in advance of the first PCSS shop drawings, PLC programming and HMI screen submittals. The purpose of the second meeting: a. The PCSI shall bring draft versions of shop drawings, PLC programming and HMI screens to the meetings to provide the basis for the Owner or Engineer's input into their development. b. Request any additional information required from the Owner and/or Engineer. c. Provide a forum for the PCSS and the Owner to coordinate hardware and software related issues. 3. The remaining coordination meetings shall be held no more than one month prior to site testing for each location. The purpose of these meetings is to discuss any remaining coordination requirements. 4. A typical agenda for the subsequent meetings may include, but shall not be limited to the following: a. Review minutes of the previous meeting. b. Review of the work in progress. c. Field observations, problems, and decisions. Page 21 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction d. Identification of problems or issues that may impede planned progress. e. Review development of testing plans and schedules. f. Review of submittal schedule and submittal status. g. Maintenance of progress schedule. h. Corrective measures to regain progress schedules. i. Planned activities for subsequent work period. j. Coordination of work progress. k. Effect of any proposed changes on progress schedule and coordination. I. Other business relating to the work. 3.2 Installation A. Wire and Conduit: 1 Refer to the following specifications: a. 26.05.00 "Common Work Results for Electrical" b. 26.05.19 "Low -Voltage Electrical Power Conductors and Cables" c. 26.05.19.1 "Wire Connections and Devices" d. 26.05.26 "Grounding and Bonding for Electrical Systems" e. 40.90.01 "Instrumentation" f. Any and all other specifications pertaining to the installation, termination and grounding of instrument systems. 2. All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. 3. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 4. Unless necessary for pulling purposes, conductors shall be continuous from terminal block to terminal block without splice. Condulet type fittings shall not contain splices. No splicing of conductors shall be performed in any below ground structure. 5. Splice only in junction or outlet boxes. Neatly train wiring inside boxes and equipment. Pull all conductors into a raceway at the same time. Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place. 6. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures. 7. Wire other than telephone station wire shall be stranded. The minimum size conductor permitted is #16 AWG, unless otherwise noted. Wire shall bear the approval of Underwriters Laboratories, Inc. Conductors terminated on a screw termination shall have a crimp -on connector applied on the wire end. Page 22 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction 8. Use the following color code for 120/240-V, single-phase wiring: Wiring Color Leg A Black Leg B Red Neutral White Equipment Grounding Conductor Green 9. Ground paired shielded at the PLC end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded cable shall not be laced with or placed in the same conduit with power cables. The shield of shielded cable shall only be broken when the conductors are terminated on terminal strips. 10. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, enclosures, and other equipment shall be properly grounded in accordance with National Electric Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid PVC conduit. Make connections to equipment with solderless steel connections. Wire connections to ground rods shall be of the fused type equal to the Cadweld process. 11. Ground metallic material, including but not limited to metallic raceway and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor which it houses. Clean metal surface under the grounding lug to bright metal. 12. Ground conductors shall be bare tinned copper where directly buried and insulated in all other cases. 13. Underground conduit which is not below a concrete slab on grade shall be sand encased. Conduit which is below the finished grade shall be rigid PVC. 14. At the transition from underground, protect PVC conduit from mechanical damage by extending rigid steel conduit a maximum of 12 inches and a minimum of 4 inches into the earth or concrete at the transition. 15. Conduit extending into concrete shall not be closer than 3 inches from adjacent conduit and shall not be closer than 1 inch from any reinforcement bars. 16. PVC conduit shall not be installed above grade level, above concrete slab level, or for any exposed installations unless specified. 17. Where conduits stub up through a floor slab from below finished floor level, install a threaded fitting with PVC plug so that the top of the fitting is flush with the concrete or finished floor surface. 18. Bury underground conduit a minimum of 18 inches deep to the top of the sand encasement. Backfill buried conduit banks with material which is free from large rock, paving material, or large angular substance. Adhere to conduit spacing by using spacers at intervals to ensure that proper spacing's are maintained. 19. Grade underground and outdoor conduits to drain free of condensation and moisture. Provide for automatic draining at low points. Install horizontal runs of conduit to provide a natural drain for condensation without pockets or traps where moisture may collect. 20. Route conduits parallel to building lines. Concealed conduits shall be below grade, within walls, or above ceilings. 21. Route conduit through roof openings for piping and ductwork where possible. Otherwise, route conduit through the roof with pitch pocket. Conduit shall not penetrate ductwork. Exposed conduit shall not be installed on the roof without the approval of the Owner's representative. Page 23 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction 22. Install conduit at elevations which maintain headroom, and at locations which avoid interference with other work requiring grading of pipe, the structure, finished walls, etc. Avoid crossing other work. Conduits shall not be placed in close proximity to equipment, systems, and service lines. Maintain a minimum of 3 -inch separation, except in crossing which shall be a minimum of 1 inch. 23. Conduits in buildings shall be exposed on unfinished ceilings and basements. Rigidly support conduits to the building structures using hardware bolted or screwed to the structure. The mounting hardware shall not mount the conduit directly on concrete walls and ceilings, but shall space the conduit away from the surfaces, strut channel clamps, or one -hole straps with clamp backs. 24. Provide expansion fittings at expansion, construction and seismic joints. Provide combination expansion/deflection fittings where conduits are concealed at these joints. 25. Group conduit in parallel runs where practical. Use a conduit rack constructed of channels with conduit straps or clamps. 26. Flexible metal (steel) conduit shall be used for final connections to any and all instrumentation, transmitters, video cameras and vibration producing equipment, control devices, and in locations where structural conditions make the use of rigid conduit impractical. Flexible metal conduit shall be of the liquid -tight type. A separate, external ground conductor shall be provided across all flexible connections in a spiral manner in accordance with NEC article 250-95. Flexible metal (steel) conduit lengths shall not exceed 18" unless approved by Owner or by the Owner's Representative before installation. 27. Enclosure conduit or cable entry shall be bottom or side penetrations only. No top or back penetrations into enclosures shall be allowed. Side penetrations shall occur in the lower 25% of enclosure side only unless otherwise approved by Owner or be the Owner's Representative. B. Cable Installation: 1. All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. 2. Cable shall be laid straight without splices except in the case of accidental damage, but without tension applied at any time. Slight snaking of the cable will be permitted. Backfill on the cable shall be pulverized material free from stones, rock or other hard or sharp materials which might damage the cable. 3. All cables shall be handled with care at all times. The cable reel shall be shaft mounted or supported in such a manner as to keep the cable and reel from coming in contact with the ground or other foreign objects which might cause damage to the cable. At no time shall the wire be dragged along the ground or across objects. The minimum bending radius of the cable shall be 24 inches in all case of direction change. Care shall be taken to see that twists or bends of small radii do not occur. Any instance of damaged wire, observed at any time whether prior to installation, during installation, or discovered by test or observation subsequent to installation, shall be immediately called to the attention of the Owner's representative. 4. The method of repair or correction of such damage shall be in accordance with the written instructions of the Owner's representative. The Contractor shall promptly repair such damage or make such corrections in accordance with such written instruction of the Owner's representative. 5. Minor damage to the outer jacket of the cable which penetrates to a depth not to exceed 0.02 inch, observed prior to or occurring during construction, may be repaired if approved by the Owner's representative by covering the damaged section of the jacketed with two layers of a suitable 10 -mil vinyl tape, each layer half -lapped extending 6 inches beyond the end of the damaged section, and Glyptal coated. Page 24 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 6 20 July 2020 Technical Specifications for Construction 6. Damage to cable of greater severity than that set forth above, observed prior to or during construction, shall be immediately called to the attention of the Owner's representative. The Contractor shall promptly repair such damage or make such corrections in accordance with such written instruction of the Owner's representative. Any and all repairs requiring cable to be spliced shall be immediately documented by the Contractor, reported to the Owners representitive and documented on the final submitted drawings. 7. Damage to the cable subsequent to burial, discovered either through test or observation shall be repaired by a method approved by the Owner's representative. This may involve the replacement of a short section of cable with splices made in additional terminal housings, or the replacement of an entire section between terminal housings already installed. No buried splices shall be used for repairing damaged cable. 8. All splices of the cable shall be made in junction boxes or pull boxes. Where installation procedures require the Contractor to splice the cable, boxes or enclosures appropriate to the location of the splice shall be installed as required at the Contractor's expense. The location of such boxes or enclosures shall be directed by the Owner's representative. 9. Where cable is cut and box or enclosure is not immediately installed, the cable end shall be sealed by means of rubber boots, or plastic tape. C. Antennas and Coaxial Cable: 1. All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. 2. Antenna shall be oriented for the correct polarization and securely fastened to the mast. Mast shall be aligned so as to be vertical and clear of obstructions or overhead lines. Mast shall be mounted at least 10 feet from any components of the system being monitored. Mast shall be adequately grounded. Orient the antennas in the direction required. Coaxial cable shall be restrained from movement on mast by clamps and hangers placed at 3 -foot intervals. All coaxial connections, hangers and fittings are to be tightened to ensure good contacts and secure installation. Feedline losses shall not exceed 1 dB. 3. All connections shall be waterproof and weather resistant. A drip loop shall be provided at wall penetration to avoid water migration. Care shall be exercised to avoid exceeding the bending radius or number of bends for the coaxial cable as recommended by the manufacturer. 4. For wall penetrations, a penetration kit specifically manufactured for the purpose and specified herein shall be used. Installation shall be in strict accordance with manufacturer's recommended procedures. Field fabrications shall not be accepted. 5. Grounding of the coaxial cable shall be with the use of a manufactured kit specifically designed for that purpose. Field fabrications shall not be accepted. END OF SECTION Page 25 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 R6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD October 2017 Technical Specifications for Construction SECTION 40 90 02 SUPERVISORY CONTROL AND DATE ACQUISITION (SCADA) SYSTEM PART1 GENERAL 1.1 Work Included A. The Work involved under this Contract consists of the furnishing of any and all materials, tools, equipment, transportation, services and any and all labor and superintendence necessary for the installation of, or an addition to a Programmable Logic Controller (PLC) - based Supervisory Control and Data Acquisition (SCADA) System. The SCADA System shall be comprised of an integrated PLC -based facility control system. The system shall be provided complete with cabinets suitable for the environment and associated electronic subsystems necessary to meet the functional requirements of this Section. The equipment proposed by the Contractor shall not be a prototype, but shall be part of a standard off -shelf configurable system readily available in the market place and have design specifications, engineering drawings and parts lists immediately available. B. Contractor shall be responsible for the procurement, installation, integration, testing and commissioning of any and all equipment, programming, configuration and any and all other labor and materials required necessary to deliver to the Owner a complete and fully functional SCADA system as described in this Specification. 1.2 Submittals A. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 1, Section 1.6, "Submittals" for all required submittal requirements. 1.3 Standards A. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 1, Section 1.2, Paragraph B: "Reference Standards" for all applicable standards. B. Should there be a conflict between various standards, codes, specifications, contract drawings or documents, the Contractor shall issue a Request for Information (RFI) pertaining to the conflict immediately to the attention of the Owner's Representative. PART2 PRODUCTS 2.1 General A. The system shall be a continuous polling, supervisory control and data acquisition system (SCADA), utilizing programmable logic controllers (PLCs). System shall be configured and programmed to meet the Owner provided Sequence of Operations. B. Primary communications shall be Ethernet (copper) or fiber-optic, using the PLC manufacturer's standard protocols. C. Automatic control functions shall reside in the station PLC such that, upon loss of the Plant HMI, control of the system shall continue without interruption. The Operator, through the Plant HMI, shall have the capability to set or change any automatic control or alarm variable in the software control program. D. Contractor shall be responsible for the procurement, installation, integration, testing and commissioning of all equipment, programming, and all other labor and materials required necessary to integrate the new control system with the existing O.N. Stevens Water Plant SCADA system. Integration shall be implemented in such a manner that the entire new control system can be operated from a single workstation in the O.N. Stevens Water Plant Operations Center. 1. Installation of all equipment, programming, configuration and materials including, but not Page 1 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction SECTION 40 90 01 INSTRUMENTATION PART1 GENERAL 1.1 Work Included A. Contractor shall furnish any and all labor, materials, equipment and incidentals necessary to install all equipment required for a complete and operational instrumentation and controls system. Contractor's work shall include but not be limited to the following: 1 Installation of any and all equipment furnished under this contract. 2. Interconnections between any and all equipment furnished under this contract. 3. Interconnection between equipment furnished under this contract and the existing instrumentation and control equipment or equipment furnished and installed under other contracts. B. The Contractor's attention is directed to the fact that instrumentation is an integrated system and as such shall be furnished by one vendor or system integrator who shall provide all the equipment and appurtenances, regardless of manufacture, and be responsible to the Contractor for satisfactory operation of the entire system. C. Any and all supervision, labor, tools, and materials necessary for installation of the instrumentation equipment and material furnished herein and their interconnection shall be provided by the Contractor. D. Contractor shall reference and comply with the City of Corpus Christi O. N. Stevens Water Treatment Plant Instrumentation and Electrical Standards Development Project (Proj. No. E130064) in addition to all applicable city, state, and national building and electrical codes for all instrumentation installations. E. Contractor shall be responsible for the coordination of the work of the system manufacturer's service personnel and with the Owner during construction, testing, calibration and acceptance of the instruments. F. This Specification lists and describes all instrumentation and control equipment currently approved for use by the City of Corpus Christi O. N. Stevens Water Treatment Plant and associated facilities. It shall be the responsibility of the Contractor to acquire and review any and all contract documents, including, but not limited to P&ID's, plans, wiring diagrams, layouts, etc., to determine which monitoring and control instrumentation and any other devices are required for each individual Project to insure the Project instrumentation system is fully functional and operational upon completion. 1 The Piping and Instrumentation Diagrams (P&ID's) shall be provided by the Instrumentation design engineer in the contract documents. 1.2 Quality Assurance A. General: Equipment shall be the Manufacturer's latest and proven design. Specifications and drawings call attention to certain features, but do not purport to cover all details entering into the design of the instrumentation system. The completed system shall be compatible with the functions required and the equipment furnished by the Contractor. B. Operating Voltage: Electrical components of the system shall operate on 120 -volt, 1 -phase, 60 -Hertz AC nominal or 24 -volts DC nominal, except as otherwise noted in the specifications. C. Power Supplies: The drawings and specifications indicate the energy sources that will be provided. Any other devices or power supplies necessary to obtain proper operation of the instrument system from these energy sources shall be furnished with the instrumentation. Page 1 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction D. Protection: 1. The instrumentation system supplier shall be responsible for input-output isolation of all incoming and outgoing signals. 2. Each 4-20 mA DC process measurement current loop installed on this contract which extends outside control room shall be protected by insertion of a fuse, Buss Type MKB, or circuit breaker with the amperage rating as described in the drawings and specifications. Fuses shall be installed in standard fuse blocks with blown -fuse indicators. 3. The necessary fuses, circuit breakers or switches required by the Instrumentation Manufacturer for that equipment shall be provided with the equipment. The instruments requiring an internal power supply shall have an internal On -Off switch. E. Input/Output: 1. In general and unless specifically stated otherwise, analog inputs and outputs involving instrumentation systems shown shall be 4-20 mA DC process measurement signals. Current loop isolators, current repeaters, or other signal isolators shall be furnished and installed by the Contractor as required to meet instrument specifications and to make the instrumentation system fully operational. 2. In general and unless specifically stated otherwise, digital inputs and outputs involving instrumentation systems shown shall be 24 -DC status / control signals. Loop isolators, repeaters, or other signal isolators shall be furnished and installed as required to meet instrument specifications and to make instrumentation system fully operational. a. For digital signals requiring input / control voltages other than 24VDC, interposing relays with the proper coil voltage ratings shall be furnished and installed by the Contractor as required to meet instrument specifications and to make the instrumentation system fully operational. 3. In general and unless specifically stated otherwise, non-critical process analog and digital inputs and outputs involving instrumentation systems transmitted via communications shown shall utilize MODBUS protocols. Any protocol converters shall be furnished and installed by the Contractor as required to meet instrument specifications and to make the instrumentation system fully operational. a. Any analog and/or digital input or output signals transmitted via communications protocols shall be defined by the Owner, and shall be non -process critical unless otherwise noted. 1.3 Submittals A. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 1, Section 1.6, "Submittals" for all required submittal requirements. B. Should there be a conflict between various standards, codes, specifications, contract drawings or documents, the Contractor shall issue a Request for Information (RFI) pertaining to the conflict immediately to the attention of the Owner's Representative. 1.4 Standards A. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 1, Section 1.2, Paragraph B: "Reference Standards" for all applicable standards. B. Should there be a conflict between various standards, codes, specifications, contract drawings or documents, the Contractor shall issue a Request for Information (RFI) pertaining to the conflict immediately to the attention of the Owner's Representative. Page 2 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction 1.5 Job Conditions A. Spare Parts: Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 2, Section 2.5, Paragraph A: "Spare Parts" for all spare parts requirements. B. Special Tools: Contractor shall furnish a kit which contains any and all special size wrenches and/or any other types of tools, not normally available, which are necessary for assembling, disassembling, aligning, and calibrating each piece of equipment. In addition, any piece of equipment (meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under this Section of the specification shall be furnished to the Owner by the Contractor. PART2 PRODUCTS This Specification lists and describes all instrumentation and control equipment currently approved for use by the City of Corpus Christi O. N. Stevens Water Treatment Plant and associated facilities. It shall be the responsibility of the Contractor to acquire and review any and all contract documents, including, but not limited to P&ID's, plans, wiring diagrams, layouts, etc., to determine which monitoring and control instrumentation and any other devices are required for each individual Project to insure the Project instrumentation system is fully functional and operational upon completion. A. The Piping and Instrumentation Diagrams (P&ID's) shall be provided by the Instrumentation design engineer in the contract documents. 2.1 Remote Equipment A. Controls for remote electrically operated or motor driven equipment shall be complete, including any and all necessary auxiliary relays or controls so as to require only wiring and connections to the equipment control circuit. Contacts for control of remote motor operated or electrically operated equipment shall be rated not less than 10 amperes at 120 volts unless otherwise specified herein. B. Remote motor operated or electrically operated equipment shall have a separate 120 -volt control circuit which operates through the dry contacts provided by the instrumentation system. 2.2 Junction Boxes / Instrument Panels A. Furnish and install any junction boxes and instrumentation panels at the locations indicated on the contract documents and drawings. Cabinets shall be NEMA 4X, made of 316 S.S. with an 11 gauge conductive mounting panel inside. Dimensions of the cabinets shall be as indicated on the plans. Cabinets shall have a hinged front door and shall be Hoffman or approved equal. B. Instrumentation control panels shall be mounted in such a manner that the center of any primary control display screens or interface screens shall be no less than 66" (5'-6") or greater than 72" (6'-0") above grade or operator platform. Any deviation from these dimensions shall require Owner or Owner -Representative approval prior to any control panel installation. 1 Instrumentation or control junction boxes shall be mounted in such a manner that the center of junction box shall maintain the same elevations as defined in Paragraph 2.2.B unless otherwise approved by Owner or Owner -Representative. C. Any instrument or control panel located outside of a building or enclosed structure shall be mounted with a three (3) -sided sun shield enclosure to provide protection from the sun. 1 Any instrument or control panel with an exposed display or HMI screen located outside of a building or enclosed structure shall be orientated in such a manner that the display or HMI screen is faced away from direct sunlight at any time of day. Page 3 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction D. Any front door mounted instruments shall be as indicated on the plans. In addition, cabinets may contain backplane mounted instruments and equipment. Instruments and equipment which are not indicated to be mounted on the front door by the plans shall be mounted on the backplane of the instrument panel. E. Indicating lamps on the front door shall be rated NEMA 4X, shall have a LED cluster type of lamp, operated on 120 -VAC and shall be push to test. Indicating lamps shall be Square D SKT38LAA31 or approved equal. F. Pushbuttons and rotary switches shall be Square D Class 9001 or approved equal. G. Instrument control panel wiring shall conform to the following: 1. Single conductor wire shall be stranded, tinned 18 AWG and TEW insulation, as manufactured by American Insulated Wire or approved equal. Control panel internal wiring shall conform to the color coding table as specified in Section 40 90 02 "Supervisory Control and Data Acquisition (SCADA) Systems", Part 2, Paragraph 2.2A.3.a. 2. Shielded pair cable for 4-20 mA DC loops shall be as specified in Section 26 05 19 "Low - Voltage Electrical Power Conductors and Cables." 3. Ground paired shielded cables at the PLC end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded cable shall not be laced with or placed in the same conduit with power cables. The shield of shielded cable shall only be broken when the conductors are terminated on terminal strips. 4. Each conductor terminated under a screw head shall have a crimp on spade terminal applied to its end prior to its termination. 5. Each conductor has its own number and no number is used more than once. 6. The number of each wire is placed at both ends of the wire next to its end according to wire tagging instructions as specified in Section 26 05 19 "Low -Voltage Electrical Power Conductors and Cables." 7. The wire numbers, as actually installed, shall match the numbers on the shop drawings, O&M manuals and wiring diagrams of the instrument panel. 8. Wiring shall be run enclosed in plastic wireway wherever possible. Wireways shall be installed as required to enclose panel wiring. Where the use of plastic wireway is not practical, conductors shall be bundled and run open. Conductors run open shall be bundled and bound at regular intervals not to exceed 6 inches with nylon ties, or approved equal. Wires within a bundle are to be run parallel to one another and not twisted. Bundles shall have a uniform appearance, circular cross-section, and shall be securely fastened to the panel framework. Conductors carrying different voltages that are from the same source may occupy the same wireway provided all are insulated for the maximum voltage of any conductor in the wireway. Wiring carrying voltages that originate at different source shall not run in the same wireway. H. Instrument control panel components shall conform to the following: 1. Interposing relays contained in instrumentation and control cabinets shall be DIN -rail mounted -type unless otherwise noted. Relays shall be rated for both 24VDC and 120- 125VAC. Relays shall be Weidmuller Model TRS24-230-VUC1 CO, P/N# 1984610000 or Model TRS24-230-VUC2CO, P/N# 1123580000. Cross -Connectors shall be Weidmuller Model TERMSERIES, P/N: 1391600000. Spacers shall be installed at an interval of 4 relays per spacer to provide heat dissipation. 2. Terminal blocks shall be installed for wire terminations. Terminal blocks shall be Allen- Bradley 1492-JDG3FB, with associated accessories (Cross -Connectors: 1492-SJ8A-4, End Anchors: 1492-GM35). Terminal blocks shall be combined on steel DIN rail to form terminal strips. DIN rail shall be mounted on 3.75" (minimum) stand-off to elevate it above the enclosure back panel. Each terminal strip shall have hinged marking surfaces which snap on. Typewritten labels shall denote terminal strip numbers and shall match Page 4 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction numbers shown on shop drawings, O&M manuals and wiring diagrams. Marking surfaces shall be Allen-Bradley 1492 -GMC. 3. Any analog signal wiring terminating in equipment with AC voltage exceeding 120VAC shall require signal isolators. Isolators shall be manufactured by Allen-Bradley, and shall have the following part numbers: a. Active Isolators: 931 S -A1 Al N -DC, 931S-A2A2N-DC b. Passive Isolator / Splitter: 931S-A2A5N-OP 4. Instrument / control panels requiring power supplies shall utilize SOLA 120VAC / 24VDC 30W, P/N SCP30S24-DN or SOLA 120VAC / 24VDC 240W, P/N SDN 10-24-100P. Provide a specification grade single pole circuit breaker, Siemens 5YS-series or approved equal, for incoming and panel 120VAC power inside the instrument / control panel. Circuit breaker rating shall be adequate to power all instrument panel loads but shall not be greater than 20 amps. J. A print pocket shall be provided in the panel and shall contain an 11 x 17 control schematic and an 11 x 17 wiring diagram or diagrams. The wiring diagram shall contain all wire numbers, device names and terminal numbers. Drawings shall be laminated in clear plastic for preservation of the drawings. K. All penetrations into boxes shall be made into the bottom of the enclosure or lower 25% of the sides of the boxes, utilizing fittings made for the specific conditions in which the enclosure is installed and sealed accordingly. Penetrations into the top or back of enclosures shall not be allowed. L. Any programmable logic controller (PLC) enclosure or critical process instrument control panel located in an area without an uninterruptable power supply (UPS) source shall have a local UPS appropriatly sized for the PLC or instrument control panel enclosure load mounted in a separate enclosure located adjacent to the PLC enclosure. 1 Local PLC or critical process instrument control panel UPS shall be network capable, manufactured by APC. Refer to Specification 40 90 02 "Supervisory Control and Data Acquisition (SCADA) System" for details on UPS specific requirements. 2.3 Tubing A. All instrumentation tubing shall be 316S.S. Stainless Steel unless dictated otherwise due to process considerations. Tubing shall be manufactured by Parker, Swagelok or approved equal. Allowable tubing sizes shall be as follows: 1. 1/4" O.D., .035" wall thickness, 5100PS1 working pressure @ 200° F. 2. 3/8" O.D., .035" wall thickness, 3300PS1 working pressure @ 200° F. 3. 1/2" O.D., .049" wall thickness, 3700PS1 working pressure @ 200° F. B. Tubing fittings shall be 316S.S. compression -type fittings as manufactured by Parker, Swagelok or other approved equal. C. Hydraulic connections to instruments shall be made with separable stainless steel Swagelok fittings so that fittings may be separated and reassembled without reworking tubing ends and without incurring any Teaks. 2.4 VenturiFlow Tubes A. Tubes shall be of the pressure differential producing type constructed of cast iron, ASTM A126, Grade B. B. The throat liner shall be constructed of bronze, ASTM B61. C. Uncalibrated accuracy shall be within plus or minus 0.5 percent of actual rate. Head loss Page 5 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 shall not exceed 6.0 percent. D. The entrance Section shall consist of the uniform arc of a circle, the radius of which shall be continuous with the throat. Technical Specifications for Construction E. Provide flanges that match the pipe on which the flow tubes are attached. The flanges shall meet the specifications for the pipe as specified in this document. Determine that the flow tube is compatible with the pipe as indicated on the plans and specifications. F. The metering element shall not have debris collecting cavities or annular chambers, but shall have a single pressure connection at the inlet and throat. In addition, vent ports and drains shall be included on a 90 -degree plane to the metering taps. Brass of 316 stainless steel ball valve type process block valves shall be connected at the high and low meter taps. G. The Manufacturer shall furnish certified data substantiating tube proportions and performance. The data shall include: 1. Coefficient values of tolerance. 2. Effects of upstream configurations. 3. Head loss as a function of the velocity head expended. H. The flow tubes shall be Type PMT as manufactured by the Badger Meter Manufacturing Company, Milwaukee, Wisconsin, or other approved equal with a lab test of uncalibrated accuracy and loss measurement for each of the flow tubes furnished or an exact duplicate of each. 2.5 Insert VenturiFlow Tubes A. Furnish and install concentric low head loss type insert flow tubes complete with head recovery section as indicated on the plans. The upstream entrance section, holding flange, and downstream recovery core section shall be of carbon steel. The throat liner shall be stainless steel and shall include an internal annulus from which the low pressure metering taps shall be made through the holding flange, requiring no drilling or tapping of the pipeline itself. The entrance shall be nozzle type, the radius of which shall be continuous with the throat section. There shall not be any protrusion, sharp -edged annulus, or slot, or other sediment collecting areas exposed to the flow stream. B. High and low pressure ports shall have isolation valves. C. The Manufacturer shall furnish certified data substantiating tube proportions and performance. The data shall include: 1. Coefficient values and tolerance. 2. Effects of upstream configurations. 3. Head loss as a function of the velocity head expended. D. The insert flow tubes shall be Type PMT -IF as manufactured by the Badger Meter Mfg. Company, Milwaukee, Wisconsin, or approved equal. 2.6 Orifice Plates A. Orifice plates shall be 316 stainless steel, concentric bored, with 300 psi forged steel flanges. Orifice shall be bored per ISA recommended practices RP3.2 for puddle type orifice plates. Flanges shall conform to ANSI pressure ratings, threaded type with raised face, and 1/2 -inch NPT pressure taps. Holding rings shall be Type 316 stainless steel. B. Orifice plates shall be Taylor model 7-20, Foxboro or approved equal. Page 6 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction 2.7 Parshall Flumes A. Parshall flumes shall be constructed of fiberglass reinforced polyester resin laminate. Throat size shall be in accordance with the contract documents. Flumes shall have accurate internal dimensions conforming to those shown in the latest revisions of United States Department of Agriculture Circular 843. Flumes shall be molded in one integral piece containing the approach, throat, and downstream section. B. The inside surface of the flume shall be smooth and free of any irregularities. Flumes shall have a minimum 1/4 -inch wall thickness, be self-supporting and require no external supporting structure, and be provided with sufficient flanges, reinforcing ribs, and/or anchoring ribs to prevent distortion during shipment, installation, and operation as well as providing for permanent anchorage in the concrete. C. One-piece flumes shall be ready and suitable for setting in the channel formwork, prior to pouring the concrete or shall be suitable for grouting into place in boxouts provided in the structural concrete. Flumes shall be furnished with fiberglass tie strips or aluminum tie rods across the top of the flumes to retain the vertical sides during concrete placement. Depending upon configuration, ties can be removed or remain in place after construction and during operation. Unit shall be provided with an integrally cast level sensor mounting track. Mounting track shall be compatible with specified level instrumentation. D. Cook's gelcoat no. 944L181 shall be used to produce a blue flame color. Parshall flumes shall be by Badger Meter, Inc., Tulsa, OK or approved equal. 2.8 Palmer Bowlus Flumes A. Palmer-Bowlus flumes for installation in the pipeline channel shall be fiberglass reinforced polyester including an integral approach section. Flumes shall have an integral mounting track for an ultrasonic sensor for flowrate measurement in the flumes. The inside surface shall be white gelcoat, smooth, and free form irregularities. The outside surface shall be provided with clips suitable for anchoring to concrete. B. Flumes shall be molded of isophthalic polyester resin and fiberglass to form a minimum wall thickness of 3/16 inch throughout (18 size and larger to 1/4 -inch thick minimum). Flumes shall be as manufactured by Plasti-Fab, Tualatin, Oregon or approved equal. 2.9 V -Notch Weir Plates A. V -Notch weir plates shall be constructed of the dimensions indicated on the plans and shall be constructed of 1/4 -inch thick 3003-H14 aluminum plate as sold by Reynolds Aluminum Co., Grand Prairie, Texas or approved equal. 2.10 Doppler Type Sonic Flow Transmitters A. Sonic flow meters shall be of the Doppler type consisting of a sensing element and a transmitter. Transmitter shall be powered by 120 -volt, 60 -Hertz, 1 -phase. Transmitter shall provide for indicating, totalizing, signal strength indication and transmitting of flow rate in a full pipe. A signal strength meter with separate loss -of -signal indication shall be provided with circuitry to drive all outputs to zero upon loss of signal. The sensor shall be of the twin - crystal type containing a separate transmit and receive device designed to operate continuously at temperatures of 300° F and shall be supplied as a single submersible assembly with jacketed flexible armored cable. The sensing element circuitry shall be solid- state and transformer isolated and designed to meet intrinsic -safe requirements. B. Transmitter shall be housed in a NEMA 4X enclosure with gasketed shatter -proof window for rate indicator and analog signal strength indicator and shall be corrosion resistant. Electronic circuits shall to be Mil -Spec coated with anti -fungus compound. Transmitter shall include a calibration dial and adjustments for sensitivity, span and zero. Housing shall be suitable for wall and pipe stand mounting. Transmitter output shall be 4-20 mA DC Page 7 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 proportional to flow and optically isolated. C. Each transmitter shall include integrally mounted transient protection to protect the instrument against lightening -produced voltage spikes and other transient surges. D. Linearity shall be within plus or minus 0.5 percent of full span; repeatability shall be within plus or minus 0.1 percent accuracy shall be within plus or minus 2.0 percent full span. Transmitter shall be able to operate within a temperature range of -10 F to +140 F. E. Sonic flowmeters shall be guaranteed to perform satisfactorily in the application described below or the purchase and removal costs shall be refunded to the Owner in the event of failure. Sonic flowmeters shall be Panametrics. Technical Specifications for Construction 2.11 Transit Time Ultrasonic Flow Transmitters A. The flowmeter shall consist of two acoustic sensors, their associated mounting hardware, an electronic transmitter and accessories as required for the installation. The flowmeter shall produce a 4-20 mA DC signal, linear with the flow in the pipe over the specified flow range. Mounting of the primary element shall be certified acceptable for seismic qualification as specified in "IEEE Recommended Practice for Seismic Qualification of Class 1 E Equipment for Nuclear Power Generating Stations" by an independent laboratory. B. Two flow sensors shall be permanently mounted to the pipe to insure accurate and stable measurement of flow. The sensors shall be positioned in accordance with the Manufacturer's specifications with factory approved methods. Mounting templates and/or fixtures for sensor attachments shall be provided by the manufacturer. C. A junction box shall be mounted on the pipe, and each acoustic sensor shall be connected to this box. The electrical cables between the sensor mounting site and the junction box shall be contained in a flexible, water -tight, submersible electrically -conductive conduit. Wiring between the junction box and the electronic transmitter housing shall be as described in these specifications and all cable and wiring from sensor to flow indicating transmitter shall be in conduit unless otherwise noted to be routed in cable tray. D. For external non -penetrating sensors, stainless steel mounting bands shall be placed about the pipe circumference to secure the sensor brackets; the mounting bands shall have sufficient strength to maintain accurate sensor position. Positioning of the sensor mounting brackets shall be in accordance with the Manufacturer's specifications. E. The acoustic sensors shall be securely held in the sensor brackets and shall transmit acoustic energy through the (steel, cast iron, plastic) pipe wall for measurement of flow. The transducer design shall not penetrate the pipe wall, reduce or alter the process piping integrity. Installation or maintenance on the primary element shall not cause process shutdown. Sensor design shall allow for high pressure stream cleaning and/or pig cleaning in the pipe without damage to the sensor. F. The transmitter shall contain all circuitry necessary to utilize signals from the acoustic sensors and shall produce an isolated accurate 4-20 mA DC signal linear with the flow rate. The unit shall be enclosed in a NEMA 4X outdoor housing suitable for wall or pipe mounting remotely for location up to 1000 feet from the primary element. G. Setting of zero and span of the unit shall be easily accomplished and shall be non - interactive. Flow signal response time and damping shall be adjustable. The meter shall be readily re -scaled for different flow ranges. H. Accuracy shall be unaffected by changes in suspended solids or fluid density for the application range. Each transmitter shall include integrally mounted transient protection to protect the instrument against lightning -produced voltage spikes and other transient surges. J. Flow sampling shall be at a minimum rate of 150 samples per second, and the unit shall be able to operate with as few as 2 percent of the samples taken successfully. Unit shall have local indication of signal strength. In the event of prolonged loss of acoustic signaling in the Page 8 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction fluid, the unit shall indicate the condition by an internal status light and shall provide for an external alarm connection. During periods of loss of signal the unit shall indicate zero flow. K. The output flow signal from the electronics shall be 4-20 mA DC. The output signal shall indicate true volumetric flow to within plus or minus 2 percent if actual or plus or minus 0.02 fps, whichever is greater. L. A space heater shall be included to maintain the interior temperature of the electronics enclosure above the dew point temperature. M. The unit shall operate with 120 -volt, 60 -Hertz, 1 -phase electrical power. Power requirements shall be less than 250 watts outdoor, with space heater. The unit shall function over an ambient temperature range of -40 F to +150 F (-40 C to +65 C) outdoor. N. External wiring connections shall be made via well -marked terminal blocks. O. The electrical signaling cable shall be supplied by the Flowmeter Manufacturer and shall be installed in an exclusive 1 -inch metallic conduit, electrically continuous from the sensor junction box to the transmitter housing with a conduit drain at the conduit entrance through the flow sensor vault wall as shown in detail on the plans. P. Electronics and circuit boards shall be coated with permanent (not topicalization or anti - fungus coating) clear plastic type coating, Plasite 7122 or equal, to prevent corrosion from hydrogen sulfide, chlorine or moisture. Wiring conductors shall be tinned. Screws shall be stainless steel or plated with nickel. No exposed relay contacts, exposed copper, or exposed brass surfaces shall be allowed. Q. Flow indicating transmitter shall have a totalizer installed which integrates measured flow and displays this total at front face of enclosure. Totalizer shall be resettable by switch inside the enclosure and totalizer display shall be liquid crystal type with six digits, minimum. Totalizer reading shall be retained during power outage. Flow indicating transmitter shall be housed in NEMA 4X enclosure. R. Flowmeters shall be guaranteed to perform satisfactorily in the applications described above or the purchase and removal costs shall be refunded to the Owner in the event of failure. The flowmeter shall be Panametrics DF 868. 2.12 Sonic Flowmeter/Indicating/Totalizing Instruments A. A sonic flowmeter instrument shall be installed in the piping as indicated on the plans and mounted in accordance with the Manufacturer's recommendations. The unit shall have microprocessor -based electronics, a front panel menu -driven keyboard and shall produce an isolated 4-20 mA DC signal proportional to the flow, which shall be displayed on an eight digit totalizer after integration. The flowmeter shall be self -compensating for ambient temperature conditions. The flowmeter shall have as standard four relay outputs available for alarm conditions, sampling or pulsing external totalizers. The unit shall be capable of simulating flow without any external devices for verifying outputs and calibrations. Totalizer display shall always be retained after power failure without battery backup by the use of an EEPROM. B. Acoustic Sensor and Mounting Equipment: The acoustic sensor shall be permanently mounted at the measuring site and positioned according to the Manufacturer's approved method. Sensor mounting adaptor shall be supplied by the Manufacturer. The cable from the sensor to the electronics box shall be installed in an exclusive 3/4 -inch rigid aluminum conduit. The sensor shall have built-in temperature compensation to maintain accuracy. The sensor shall be capable of an indefinite submergence of 30 feet without degradation. The sensor shall function over an ambient temperature of -20 F to +160 F. C. Transmitter Specifications: The transmitter shall contain all necessary circuitry and built in H/Q relationship for Parshall Flumes, Palmer-Bowlus Flumes and V -Notch Weirs to utilize the signal from the acoustic sensor and shall produce an accurate 4-20 mA DC flow signal. An RS -232 serial port connection shall be provided for computer interface for real-time communications. The transmitter shall be supplied with an LCD indicator to display flow rate Page 9 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction and flow total and their respective flow units and multipliers. The display shall indicate if there is a fault or an alarm condition. The transmitter shall also produce four relay output connections for external alarms, sampling or pulse output to drive remote totalizer. The unit shall function over an ambient temperature range of -40 F to +150 F. Totalizer shall be such that display x 1000 = gallons. D. Unit shall be Panametrics DI 868. 2.13 Electromagnetic Flow Transmitters A. Flow element shall be of the electromagnetic type utilizing the pulsed DC type coil excitation principle with high preamp input impedance. The flow measuring system, consisting of flow element, transmitter, and appurtenances, shall have an overall accuracy of plus or minus 0.5 percent of rate with pipe velocities of 0.5 to 30 fps. Stream fluid meter size and flow range shall be as noted. System shall operate on 120 -volt, 60 -Hertz, 1 -phase electrical power. Unit shall have zero stability feature thereby eliminating the need to stop flow to check zero alignment. B. The flow element shall be of water -tight, NEMA 4X construction for above -ground installations and NEMA 6P construction for below -ground installations. Meter shall consist of a 304SS meter tube, 150 pound ANSI carbon steel raised -face flanges, and 316SS or Hastelloy electrodes, unless otherwise noted. Electrodes shall be either flush or bullet nose type. Suitable covers shall be provided for flow elements ends to protect the tube liner during shipment. C. Meter liners shall be as follows: 1. Water / Waste water service: hard rubber liner 2. Chemical service: Teflon liner D. Remote flow transmitter shall be indicating, water -tight, NEMA 4X construction and suitable for wall mounting. The transmitter output shall be a 4-20 mA DC signal in linear proportion to flow and shall drive loads with impedances in the range of 0 to 800 ohms without load adjustments for a 24-VDC supply. Output span and zero shall be manually adjustable. E. Sufficient special cable shall be provided for interconnection between the flow element and the transmitter. Cable(s) shall facilitate both signal and power for the flow element. Special cables shall be installed in conduit. Cables shall not be spliced in the field. F. Manufacturer shall provide grounding rings for meter to perform properly. G. Electromagnetic flowmeters shall be Endress+Hauser, Siemens, Toshiba, Rosemount or pre -approved equal. 2.14 Differential Pressure Flow Transmitters A. Flow transmitters shall be of the thin film strain gage, solid state electronic type having a 4- 20 mA DC output signal with HART capabilities proportional to the calibrated differential pressure range. The transmitter shall have wetted parts of 316 stainless steel and a Hastelloy C diaphragm. The transmitters shall have a hermetically sealed enclosure with externally adjustable span and zero, and an accuracy of plus or minus 0.25 percent of span. B. Each transmitter shall include an integrally mounted transient protector to protect the instrument against lightning -produced voltage spikes and other transient surges. Each transmitter shall be furnished with a 316 stainless steel service block and zeroing manifold with Normal, Zero, Blocked, Calibrate, and Blowdown functions. Transmitter mounting bracket shall be furnished. Transmitters shall be Rosemount 3051 Series, or approved equal. Page 10 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction 2.15 Filter Loss of Head Transmitters A. Filter loss of head transmitters shall be of the thin film strain gage, solid state electronic type having a 4-20 mA DC output signal with HART capabilities proportional to the calibrated differential pressure range. The transmitters shall have wetted parts of 316 stainless steel and a Hastelloy C diaphragm. The transmitters shall have an adjustable span and zero, an integral junction box with an output meter reading of 0-100 percent, and an accuracy of plus or minus 0.25 percent of span. B. Each transmitter shall include an integrally mounted transient protector to protect the instrument against lightning -produced voltage spikes and other transient surges. Each transmitter shall be furnished with a 316 stainless steel service block and zeroing manifold with Normal, Zero, Blocked, Calibrate, and Blowdown functions. Transmitter mounting bracket shall be furnished. Each transmitter shall be provided with a sediment trap and strainer. Transmitters shall be Rosemount 3051 Series, or approved equal. 2.16 Pressure Transmitters A. Pressure transmitter shall be of the thin film strain gage, solid state electronic type having a 4-20 mA DC output signal with HART capabilities proportional to the calibrated pressure range. The transmitter shall have 316 stainless steel wetted parts and Hastelloy C diaphragm. The transmitters shall have a hermetically sealed enclosure with externally adjustable span and zero, an integral junction box and an accuracy of 0.25 percent of span. B. Range limits of transmitter shall be 0-40 to 0-200 psi unless specified otherwise in the contract documents and drawings. Each transmitter shall include an integrally mounted transient protector to protect the instrument against lightning -produced voltage spikes and other transient surges. Each transmitter shall be furnished with a 316 stainless steel service block and zeroing manifold with Normal, Zero, Blocked, Calibrate, and Blowdown functions. Transmitter mounting bracket shall be furnished. Transmitters shall be Rosemount 3051 Series, or approved equal. 2.17 Float Type Level Transmitters A. Transmitters shall be of the solid-state electronic type having a 4-20 mA DC output signal with HART capabilities proportional to the measured level. Transmitters shall have a 6 -inch copper float and stainless steel tape. Transmitters shall have an indicator reading 0-10 linear. Transmitters shall be furnished with a weatherproof enclosure and pulley cover for outdoor service. Transmitter shall be Bristol Series 2008, or approved equal. 2.18 Tape Level Transmitter A. Furnish and install a purely resistive type level sensor, Metritape Type LS -NC or equal, at the location indicated on the plans. Sensor shall be a resistance shorting type of 30.5 ohm/ft. resistance with a nominal actuation sensitivity of 0.2 psi. Sensor shall be installed in a 2 -inch Schedule 80 perforated PVC still pipe having an 8 -by -8 -by -6 -inch PVC top housing including a breather assembly and a plug-in compact 2 -wire transmitter Series 710 convert sensor resistance into a linear 4-20 mA output signal. The level measuring system shall be as manufactured by Metritape, Inc. P.O. Box 23266, Littleton, MA 01460, or approved equal. 2.19 Ultrasonic Level Transmitter A. Unit shall be ultrasonic type, continuous level measuring system consisting of level element, transmitter, and cable for connection from level element to transmitter. B. Level element shall be ultrasonic type transducer. Transducer shall be of water -proof construction rated NEMA 4X with operating range of -10 to +120 F at 1 atmosphere. Page 11 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction Transducer shall be furnished with 1 -inch NPT nipple for mounting. C. Transmitter shall contain solid state controls to operate transducer and to provide a 4-20 mA DC output signal with HART capabilities in linear proportion to the level being sensed. Transmitter shall be provided with output indicator meter and shall have an operating range of 30 to 120 F. Transmitter scale range shall be as noted. Transmitter shall be mounted in a NEMA 4X enclosure, suitable for wall mounting. D. Level system shall have an overall accuracy of plus or minus 0.5 percent of full scale and shall operate on 12 -volt, 50/60 -Hz, 1 -phase power. E. Transmitter shall provide up to three discrete outputs, adjustable over the entire scale range. At the noted set point, unit shall transfer SPDT contacts which shall be rated for 5 amperes, continuous, at 120 VAC. Set points shall be screwdriver adjustable from inside the enclosure and shall be repeatable within plus or minus 1 percent of full scale. F. Interconnecting cable between transducer and transmitter shall be furnished with the unit with length as indicated. Splices in transducer / transmitter cable are not allowed. G. Level transmitter shall be Siemens Hydro Ranger/Probe LU or approved equal. 2.20 Transducer Level Transmitter A. Level transmitter shall be submersible level transducer type. Transmitter may be either rod - or cable type depending on application. Rod -type shall consist of two (2) elements: sensing rod and transmitter assembly. Cable -type shall consist of three (3) elements: the lower assembly, the connecting cable, and the transmitter assembly. B. The transmitter assembly houses the system signal conditioning and transient protective electronics, and signal connections terminal block. The housing shall be epoxy -coated aluminum, with a NEMA 4 / IP65 ingress protection rating. Threaded process connections shall be 3/4" minimum, flanged process connections shall be 1" minimum, with 4" maximum. C. The transmitter shall be loop powered and shall provide a 4-20 mA DC level signal output with HART capabilities. Accuracy shall be <0.5% of span with an operating temperature range of -40 to 85°C. D. Level transmitter shall be Siemens Hydro Ranger / Probe LU. 2.21 Conductivity Level Type Switches A. Probe type conductivity level switches integrating a control relay, control and reference electrode probes as required, and electrode probe holder. Unless otherwise specified in the ISA data sheets, electrode probes shall be rigid stainless steel and probe holder pressure - tight. B. All components provided by the same manufacturer. C. Element: 1. Rigid type: For probe lengths of 6 feet and less provide Type 316 stainless steel rigid probes unless otherwise specified in the instrument schedule ISA Data Sheets. Electrode probe shall be threaded at one end to fit electrode holder threads and insulated with 1/32 inch PVC sheath down to 1 inch from the other end. 2. Electrode probe holder. D. Suspended probes: For probe lengths longer than 6 feet, provide wire suspended probes within a protective plastic shield suspended and PVC insulated wires. Provide suitable adapters for fastening upper end to electrode fitting. 1. Switch: The control relay senses the liquid level by conductance through electrode probes and the process liquid: a. Provide a solid-state general-purpose control relay designed for single level or differential control. Page 12 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction b. Electrical connection: One 1/2 inch NPT conduit entry. c. Power supply: (1) 120 VAC. (2) Power consumption: 10 VA maximum. d. SPDT contacts rated 5 amps resistive at 120 VAC. e. Secondary voltage (applied to electrodes): 12 VAC, 1.5 mA maximum. f. Enclosure: NEMA Type 4X. 2. Components: a. Adjustable time delay on increasing or decreasing level. b. Manufacturers: One of the following or equal: (1) Standard applications: (a) Warrick Controls Model or 16 VM. (b) B/W Control High Sensitivity Series 5200. (2) Intrinsically Safe: (a) Warrick Controls Model 27. (b) B/W Control High Sensitivity Series 5200 N7. 3. Approvals: a. Class I Div 2. E. If wired as intrinsically safe - Class I, Div 1, Groups A, B, C & D F. Conductive Level Switch manufacturers shall be: a. Gems Sensors and Controls/Warrick. b. Ametek B/W Controls 6013. c. Approved equal. 2.22 Capacitance Type Level Switch: A. Capacitance type level switches shall be made up of a control relay, mechanically rigid and rugged non-metallic probe and probe housing. B. Switch: 1. Provide a rigid, non-metallic element. 2. The control relay senses the liquid level by capacitance measurement between the electrode probe, the process liquid, and the equipment ground: a. Power supply: (1) 120 VAC. (2) Power consumption: 10 VA maximum. b. Outputs: (1) Relay outputs: (a) 1 Form C contact. (b) Rated at 6 amperes at 120 VAC. (c) Programmable. c. Electrical connection: One 1/2 -inch NPT conduit entry. 2.23 Tuning Fork Type Level Switch: A. Tuning fork level switches comprised of a control relay, mechanically rigid fork, and transmitter housing. B. Switch: The control relay senses the liquid level by frequency attenuation at the probe fork when immersed. 1. Power supply: a. 120 VAC. b. 24 VDC. c. Power consumption: 10 VA maximum. Page 13 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction C. Outputs: 1. Relay outputs: a. 1 Form C contact. b. 5 amperes at 120 VAC. c. Programmable. D. Electrical connection: One 1/2 -inch NPT conduit entry. E. Enclosure: NEMA Type 4X. F. Approvals: Class I, Div 1 - if wired intrinsically safe. 2.24 Ball Float Type Level Switch: A. Free hanging, encapsulated body with a switch to determine position of float. B. Element: 1 Mechanical switch encapsulated in waterproof floating ball of nominal diameter, supported by flexible PVC cable and jacket or heavy neoprene. 2. The length of the PVC cable shall be, at a minimum, equal to sump depth plus 5 feet. 3. Float: Provide Type 316 stainless steel or polypropylene, minimum 3 inches in diameter. 4. An operating temperature rating: -30 degrees Fahrenheit to +150 degrees Fahrenheit. 5. Mercury switches are not acceptable. 6. Lead wires: Mounted in flexible waterproof PVC cable from switch to junction box terminals without splices. C. Switch: 1. Single pole double throw contacts rated 10 amps resistive at 120 VAC. 2. Provide the number of floats per level system as indicated on the Drawings. 3. Suspend ball float and adjust for level setpoint as required. D. Components: 1. Floats shall include Type 316 stainless steel clamp and brackets and 1/4 inch cable to allow testing of the float without entering the basin or wet well. 2. Provide strain relief at both ends of the float cable. 3. Float anchors: a. Furnish 15 -pound PVC coated anchor kit with 10 feet]of Type 316 stainless steel chain. b. Provide stainless steel shackles and float clamps. c. Ball Float Level Switch manufacturers shall be: (a) Conery Mfg. Inc. (b) Approved equal 2.25 RTD Temperature Transmitter A. Transmitter shall accept an input from a 100 -ohm platinum two or three wire RTD. Temperature measurement range shall be selectable with a DIP (dual inline package) switch. Transmitter shall produce a 4-20 mA DC output with HART capabilities proportional to the calibrated temperature range. Unit shall be capable of measuring and transmitting temperatures over the range 0 to 1000 F. Unit shall provide 80 percent zero and span adjustability within any user selected input range. If specified, a 3-1/2 digit, 0.8 -inch high liquid crystal display (LCD) shall provide visibility up to 30 feet and the decimal point position shall switch selectable. B. In addition, the enclosure shall be rated NEMA 4X and the NEMA 4X rating shall not void the explosion -proof ratings. Transmitter shall be Action Instruments F513 or approved equal. Page 14 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction 2.26 Process Indicators A. Indicating receivers shall be of the high visibility type and shall receive and indicate a 4-20 mA DC signal on a vertical scale 4 inches long with an accuracy of plus or minus 0.6 percent of span. Each indicator shall have an engraved nameplate to identify the service. Indicators shall be Red Lion Model LD, or approved equal. 2.27 Current Loop Isolators A. Current isolators shall accept an input of 4-20 mA DC and produce a linearly proportional 4- 20 mA DC output signal. Accuracy shall be plus or minus 0.1 percent of scale. Isolators shall operate on 115 VAC, 60 Hz. Output load capability shall be a minimum of 1500 ohms. Current isolators shall be Acromag Model 816, or approved equal. 2.28 Pump Control Switches A. None: implemented in SCADA. 2.29 Flow Controllers A. None: implemented in SCADA. 2.30 Level Controller A. None: implemented in SCADA. 2.31 Pressure Controller A. None: implemented in SCADA. 2.32 Process Controller A. None: implemented in SCADA. 2.33 Annunciators A. Annunciators shall be a 24 -point solid state annunciator. B. Cards shall be provided for all windows plus five spares. Window labels shall be in Capital Letters and worded as indicated on the plans. C. Controls shall include warble tone horn, Test and Acknowledge pushbuttons. D. Annunciators shall be Panalarm Model 73664, or approved equal. 2.34 Turbidity Analyzer A. Instruments shall be a continuous reading low range nephelometer, utilizing a light beam passed through a water sample to measure the amount of light scattered by the turbidity particles. Each instrument shall consist of an instrument body and master indicator. The master indicator shall be of the indicating type with ranges of 0 to 0.1, 0 to 0.3, 0 to 1, 0 to 3, 0 to 10, 0 to 30, 0 to 100, 0 to 300, and 0 to 1000 NTU. Master indicator output shall be 4-20 mA DC. B. There shall be furnished to the Owner one screw-in vial, grab sample curvette, light shield, spare lamp and fuse and accessory case, standard 0.12 NTU. Page 15 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction C. Turbidity analyzer shall be manufactured by Hach, Swan, ATI, or approved equal. 2.35 Chlorine Residual Analyzer A. The chlorine analyzer equipment shall be Hach Model CL17, or approved equal. The analyzer equipment shall include a submersible sensor probe, complete with agitator, with sufficient interconnecting power and signal cable to connect to the analyzer. The analyzer and the agitator shall operate on 120V, 60 -Hz, 1 -phase power. The analyzer shall be enclosed in NEMA 4X enclosures with wall mounting hardware. The analyzer and sensor probe shall be installed as indicated. B. The residual chlorine shall be indicated on a mirrored scale front panel meter, having three switch selectable ranges of 0 to 1, 0 to 5, and 0 to 10 ppm. Alarm status shall be displayed by LED indicators. The accuracy shall be plus or minus 1 percent. Temperature compensation shall be automatic from 0 to 50 C. The analyzer shall provide output of 4-20 mA DC and 0-1 mA DC. The 0-1 mA DC output shall be used to position the recorder needle. The 4-20 mA DC output shall be used as a residual level input as indicated. C. Chlorine Residual analyzer shall be manufactured by Hach, Swan, ATI, ChemScan or approved equal. 2.36 Sulfite Ion Residual Analyzer A. Each sulfite ion analyzer shall provide a direct measurement of the sulfite ion concentration in a water sample. The analyzer system shall be comprised of a monitor, a flowcell assembly and a sulfite sensor. The analyzer monitor shall come complete with a direct reading digital LED display, two adjustable alarms with relays, an isolated 4-20 mA DC output and flashing LED indicating low sulfite ion level. The monitor shall be capable of being wall -mounted. B. The sulfite sensor shall be a voltametric membraned sensor, composed of polarized noble metal electrodes immersed in an electrolyte. The sensor shall be isolated from the waste stream by a ion permeable membrane. The sensor shall not require reagents for operation and shall not be affected by other constituents normally found in dechlorinated effluent streams. C. The sulfite ion sensor shall be placed into a flowcell assembly which shall automatically regulate the sample flowrate and pressure past the sensor. The assembly shall consist of a constant head overflow tube and a clear sensor flow chamber. A 1/4 -inch hose bib shall be provided for the sample inlet and a 3/8 -inch hose bib shall be provided for the drain connection. D. The sulfite ion analyzer system shall have measurement range of 0 to 19.99 ppm sulfite ion concentration as a positive display and a 0 to 1.99 ppm chlorine concentration as a negative display. The chlorine indication shall be for relative value only. The analog output shall be an isolated 4-20 mA signal and shall correspond to a selectable output range of either 0 to 1, 0 to 2, 0 to 3, 0 to 5, 0 to 10, or 0 to 20 ppm sulfite ion concentration. The accuracy shall be plus or minus 2 percent or 0.05 ppm sulfite ion concentration with a repeatability of plus or minus 1 percent or .05 ppm sulfite ion concentration. The analyzer shall operate on a 10 to 30 gph sample flow rate. E. The analyzer shall have high and low alarm setpoints with auxiliary relays and an independent zero crossover relay to indicate the presence of residual chlorine. The relays shall be SPDT rated at 3 A at 110 -VAC resistive. The analyzer shall operate on 120V, 60 - Hz, 1 -phase power supply and shall be housed in a NEMA 4X ABS enclosure. F. Two sensors and a 25 -foot cable shall be provided with each unit. An accessory polarizer shall be supplied with each unit to maintain the spare sensors ready for immediate use. G. The sulfite ion residual analyzer monitor shall be manufactured by Hach, Swan, ATI, ChemScan or approved equal. Page 16 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction 2.37 Suspended Solids Analyzer A. The suspended solids meter shall consist of an infrared measuring probe and a separate electronic transmitter. Suspended solids shall be measured using a four -beam infrared transmission system which is unaffected by or compensated for contamination, temperature, or sensor aging. B. The measuring probe shall have no moving parts, and shall be constructed of rugged materials capable of continuous operation in the process material within the specified environmental limits of the process. The measuring probe shall be designed for mounting for submersible installation in a basin, tank, or channel, or for insertion through a 2 -inch ball valve into a pipeline. The measuring range of the measuring probe shall be in accordance with the manufacturer's specifications. C. The electronics unit shall provide a digital display which can be selected to show the output percentage, output current, probe signal level, power condition, and alarm levels. The electronics unit shall provide an isolated 4-20 mA DC output signal to drive 900 ohms maximum. The unit shall be calibrated by span and zero potentiometers. One high and one low limit alarm contact shall be provided (each adjustable over the full range by a potentiometer) with indicators showing when either is activated. One alarm contact shall be provided to indicate a full depletion condition, with an indicator showing when it is activated. The alarm contacts shall be rated at 3.5-A, 120 -VAC general use; 2.5-A, 240 -VAC general use; 5-A,30-VDC resistive, 5 -A,240 -VAC resistive. D. The electronic transmitter shall be housed in a NEMA 4X enclosure. A 25 -foot cable, with quick -connect plug shall connect the measuring probe to the electronics unit. The unit shall operate over an ambient temperature range of -20 C to 55 C and shall be corrosion resistant. E. The suspended solids meter shall be manufactured by Hach, Swan, ATI, or approved equal. The unit shall come complete with probe and necessary hardware for mounting it. 2.38 Sludge Blanket Level Detectors A. The solids level detector shall provide a continuous measurement of the depth of a liquid - solids interface in gravity or flotational separation systems. The system shall be of the ultrasonic type, and shall not require the transducer to come in contact with the interface. The system shall be capable of monitoring interfaces continuously 2 to 19 feet from the sensor with a resolution of 0.1 foot. B. The system shall consist of an analyzer and a swing bracket holding the sensor and transceiver. The analyzer shall be housed in a NEMA 4X lockable enclosure with brackets for wall or handrail mounting. The analyzer shall have a digital display and shall provide the following functions: 1. Run or operate mode. 2. Test mode. 3. Program mode. 4. Set point program mode. 5. Tank depth mode. 6. Self -diagnostics. C. The analyzer shall have a 4-20 mA DC isolated output scalable to all or any portion of the operating range. It shall also have four individually programmable SPDT relays at 7 amperes at 120 VAC. The analyzer shall also provide test outputs of 4-20 mA DC. D. The swing bracket assembly holding the sensor/analyzer assembly shall be capable of being located as far as 200 feet from the analyzer and be complete with the necessary length of Page 17 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction connecting cable. The system shall be Royce Model 2500 with Model 25 bracket assembly. 2.39 Dissolved Oxygen Analyzers A. Furnish and install where indicated a complete dissolved oxygen monitoring system. The primary sensing device for the dissolved oxygen level shall be a galvanic, membrane type oxygen probe mounted as indicated on the plans and operated in conjunction with a dissolved oxygen analyzer. The complete system shall be as manufactured by Hach, or approved equal. B. The dissolved oxygen analyzer shall be dual range, manually selectable 0 to 15 or 0 to 3 mg/L, with a temperature range of 0 to 50 C. The output of the analyzer shall be a 4-20 mA DC signal and shall not output a temperature signal when the unit is switched to read temperature on the meter. The analyzer shall be mounted in a NEMA 4X enclosure and furnished with the necessary hardware for handrail mounting. The unit shall operate a 120V, 60 -Hz, 1 -phase power. Dissolved oxygen analyzer shall be manufactured by Hach, Swan, ATI or approved equal. 2.40 Oxygen Analyzers A. Dissolved oxygen analyzer shall measure dissolved oxygen at the locations where they are installed and shall have two scales, a 0 to 3 ppm scale and a 0 to 12 ppm scale. The analyzer enclosure shall be made of styrene and shall be rated NEMA 4X. The analyzer shall provide a 4-20 mA DC output signal which shall represent the dissolved oxygen value currently sensed by the analyzer. The analyzer shall operate over a temperature range of - 30 to +50 C with 0 to 100 percent relative humidity. Analyzer display shall be 4 -1/2 -inch dual scaled meter and unit shall be capable of functioning with sensor to analyzer distance of 600 feet. B. Provide a self-cleaning, automatically temperature compensated submersion type sensor which uses two dissimilar metals as electrodes. Sensor electrodes shall continually be cleaned by a motor operated rotating whetstone and electrode materials shall be iron and silver. Membrane/electrolyte type sensor or sensors operating on a different principle shall not be accepted. C. Oxygen analyzer shall be manufactured by Hach, Swan, ATI, ChemScan or approved equal. 2.41 PH/Orp Analyzers A. PH/ORP analyzers shall provide PH measurements of 0 to 14 and ORP measurements of - 2000 to 2000 MV. Unit shall provide single or two point automated calibration and automatic recognition of pre -selected buffer valves. Unit shall provide diagnostic error messages for identification of abnormal conditions, shall have a 4-1/2 digit liquid crystal display (LCD) and be mounted in a NEMA 4X enclosure. Provide a 24-VDC power supply to supply instrument power and 4-20 mA DC loop power. Unit shall act as two -wire 4-20 mA DC transmitter to transmit PH or ORP values to remote locations. B. Provide sensor rated for -5 to +60 C operation and for insertion into liquid filled, pressurized process line without interrupting flow. Analyzer shall be manufactured by Hach, Swan, ATI or approved equal. 2.42 TOC (Total Organic Carbon) Analyzers A. TOC analyzers shall provide continuous, online monitoring of total organic carbon, total inorganic carbon biological oxygen demand and/or chemical oxygen demand via correlation in water. B. Analyzer shall measure total organic carbon by a two-stage advanced oxidation utilizing Page 18 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Hydroxyl and a manganese catalyst. C. Unit shall have internal sensors and utilize self -diagnostics to monitor analyzer status and produce alerts when maintenance or service is required. D. Unit shall have a measurement range of 0-25mgC/I. Detection limit shall be 0.06mgC/I. Unit shall have a repeatability of +/- 3% of span or +/-0.03mgC/I, whichever is greater. E. Unit shall be rated for 0 to +45°C temperature with a relative humidity of 5-85% operation and configured for 2°-60°C temperature, ambient -pressure process. F. Analyzer shall be manufactured by Hach, Swan, ATI, ChemScan or approved equal. Technical Specifications for Construction 2.43 Ammonia Monochloramine Analyzers A. Ammonia Monochloramine analyzers shall provide continuous, online monitoring of total ammonia, Monochloramine and free ammonia in the process system. B. Unit shall have internal sensors and utilize self -diagnostics to monitor analyzer status and produce alerts when maintenance or service is required. C. Unit shall have a measurement range of 0.01-2ppm (as N), 0.1-10mg/L (as CI). Unit shall have a repeatability of +/- 3% of span or +/-0.01 (as N), whichever is greater. D. Unit shall be rated for 0 to +45°C temperature with a relative humidity of 5-95% operation and configured for 5-50°C temperature, ambient -pressure process. E. Analyzer shall be manufactured by Hach, Swan, ATI, ChemScan or approved equal. 2.44 Fluoride Analyzers A. Fluoride analyzers shall provide continuous, online monitoring of fluoride in the process system. B. The fluoride analyzer shall employ an ion -selective electrode method of measurement using TISAB reagent and be capable of measuring fluoride every 4.2 minutes. C. The instrument shall provide resolution of 0.1 mg/L, repeatability within ±0.07 mg/L, and accuracy better than ±10% of reading or ±0.10 mg/L, whichever is greater. D. The instrument shall be constructed with a temperature controlled, wall -jet flow cell to guide the sample directly toward the surface of the electrode to assure fast wash out. E. The instrument shall be constructed with a temperature controlled, wall -jet flow cell to guide the sample directly toward the surface of the electrode to assure fast wash out. F. The analyzer shall be designed for 30 days unattended operation and use only 500 mL of each standard every two months when the calibration interval is set for 24 hours. G. Operating with a lanthanum fluoride crystal, the working electrode shall employ a removable sensor for easy replacement. H. Unit shall be rated for 0 to +40°C temperature with a relative humidity of 5-9% operation. I. The fluoride analyzer shall employ a two-point log/linear using 0.5 mg/L and 5.0 mg/L fluoride standards calibration method. J. The analyzer shall be microprocessor -controlled and provide a 4-20 mA recorder output as well as 2 alarms. 1. Each alarm shall be user -selectable for sample concentration alarms (high or low), analyzer system warnings, or analyzer system errors. 2. The sample concentration alarms shall be fully adjustable through the entire range. 3. The system warning shall activate for minor variations in analyzer performance. 4. The system alarm shall activate for major variations in analyzer performance and it shall Page 19 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction shut down the analyzer until corrective action is taken. 5. The microprocessor shall provide self-diagnostic functions accessible through an alphanumeric, menu -driven keyboard. K. Two SPDT normally open/normally closed dry contact relays rated at 5 A resistive load at 230 Vac shall be provided. L. Analyzer shall be manufactured by Hach, Swan, ATI, ChemScan or approved equal. 2.45 Analyzer Controllers A. Single Analyzer Controllers 1 Controllers shall have provisions for a minimum of two (2) digital and/or analog sensor input devices. 2. Controllers shall have provisions for a minimum of two (2) 4-20mA analog sensor outputs. 3. Controller data management shall be SD card based. 4. Controller shall have MODBUS RS232/RS485, PROFIBUS DP v1.0 and HART 7.2 communications capabilities. 5. Controller manufacturer shall be Hach, Swan, ATI or approved equal. B. Multiple Analyzer Controllers 1. Controller shall have 320X240 TFT color Glas/Glas-Touch screen interface display. 2. Controller shall have up to four (4) SPDT, user -configurable contacts per probe module. 3. Controller shall have up to twelve (12) 0-20mA analog inputs per probe module. 4. Controller shall have up to twelve (12) 0/4-20mA analog outputs per probe module. 5. Controller shall have MODBUS RS232/RS485, PROFIBUS DP v1.0 and HART 7.2 communications capabilities. 6. Controller manufacturer shall be Hach SC1000 or ChemScan.. PART 3 EXECUTION 3.1 Installation A. Wire each device requiring power so that when wires are removed from any one device, power is not be disrupted to any other device. Ground the case of each device either by mounting directly on a steel frame or by a third wire. 3.2 Field Quality Control A. The supervisory service of a factory -trained service engineer who is specifically trained on the type of equipment herein specified shall be provided during construction to assist the Contractor in the location of sleeves; methods of installing conduit and special cable; mounting, piping, and wiring one of each type of device, and the methods of protecting all of the equipment prior to placing it into service. Upon completion of the installation, the services of the above service engineer shall be provided for calibration and startup of the equipment and for instructing the operating personnel. The Manufacturer shall provide sufficient service to place the system in satisfactory operation. B. Upon completion of installation of sample pumps, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall be checked for excessive noise, vibration, alignment, general operation, etc. The unit must perform in a Page 20 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 7, 20 July 2020 Technical Specifications for Construction manner acceptable to the Engineer before final acceptance will be made by the Owner. C. Upon completion of system installation Contactor shall perform a full check out and calibration of the system. D. Prior to the Owner turning on any form of energy to the system, the Contractor shall provide the Engineer with a certified statement of approval of the installation including his supplier's authorization for turning on energy to the system. END OF SECTION Page 21 of 21 INSTRUMENTATION — 40 90 01 R7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 4 20 July 2020 Technical Specifications for Construction SECTION 40 90 02 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PART1 GENERAL 1.1 Work Included A. The Work involved under this Contract consists of the furnishing of any and all materials, tools, equipment, transportation, services and any and all labor and superintendence necessary for the installation of, or an addition to a Programmable Logic Controller (PLC) - based Supervisory Control and Data Acquisition (SCADA) System. The SCADA System shall be comprised of an integrated PLC -based facility control system. The system shall be provided complete with cabinets suitable for the environment and associated electronic subsystems necessary to meet the functional requirements of this Section. The equipment proposed by the Contractor shall not be a prototype, but shall be part of a standard off -shelf configurable system readily available in the market place and have design specifications, engineering drawings and parts lists immediately available. B. Contractor shall be responsible for the procurement, installation, integration, testing and commissioning of any and all equipment, programming, configuration and any and all other labor and materials required necessary to deliver to the Owner a complete and fully functional SCADA system as described in this Specification. 1.2 Submittals A. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 1, Section 1.6, "Submittals" for all required submittal requirements. 1.3 Standards A. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 1, Section 1.2, Paragraph B: "Reference Standards" for all applicable standards. B. Should there be a conflict between various standards, codes, specifications, contract drawings or documents, the Contractor shall issue a Request for Information (RFI) pertaining to the conflict immediately to the attention of the Owner's Representative. PART2 PRODUCTS 2.1 General A. The system shall be a continuous polling, supervisory control and data acquisition system (SCADA), utilizing programmable logic controllers (PLCs). System shall be configured and programmed to meet the Owner provided Sequence of Operations. B. Primary communications shall be Ethernet (copper) or fiber-optic, using the PLC manufacturer's standard protocols. C. Automatic control functions shall reside in the station PLC such that, upon loss of the Plant HMI, control of the system shall continue without interruption. The Operator, through the Plant HMI, shall have the capability to set or change any automatic control or alarm variable in the software control program. D. Contractor shall be responsible for the procurement, installation, integration, testing and commissioning of all equipment, programming, and all other labor and materials required necessary to integrate the new control system with the existing O.N. Stevens Water Plant SCADA system. Integration shall be implemented in such a manner that the entire new control system can be operated from a single workstation in the O.N. Stevens Water Plant Operations Center. 1. Installation of all equipment, programming, configuration and materials including, but not Page 1 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 R4 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 4 20 July 2020 Technical Specifications for Construction limited to interface equipment, additional network switches, additional development and programming of new HMI screens to be incorporated in the existing O.N. Stevens Water Plant SCADA system, any and all new network switch configuration and any other hardware, software, programming and configuration required to integrate new control system into the existing O.N. Stevens Operations SCADA system. 2. Contractor shall conduct a series of interactive workshops with Water Plant Operations and SCADA personnel during preliminary SCADA design to develop all necessary screens and program control logic required to integrate new Station control into the existing O.N. Stevens Operations SCADA system. E. Acceptable Manufacturers and Process Control Systems Suppliers: 1. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 2, Section 2.3, "Acceptable Manufacturers" for all equipment manufacturer requirements. 2. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 2, Section 1.4.C, "Process Control Systems Suppliers" for all control system supplier requirements. 2.2 Equipment A. Station PLC: 1. The Programmable Logic Controller (PLC) system shall be the ControlLogix or CompactLogix PLC systems manufactured by Rockwell Automation (Allen-Bradley) only. Processor and associated I/O shall be selected as required to meet the minimum memory and I/O requirements of the final control programming with a minimum of 30% memory and a minimum of 30% spare I/O reserved for program and facility expansion. a. The PLC processor models approved for use in O.N. Stevens Water Treatment Plant and associated facilities control systems are: (1) Allen-Bradley ControlLogix 1756-L72 (a) For control systems installed in critical service (as determined by the Owner in the contract documents) requiring redundancy, PLC system shall be configured so as to have a separate, redundant ControlLogix 1756-L72 PLC processor connected to the primary operational PLC processor in a fully -redundant configuration. Fully -Redundant is defined in this case as the Stand-by processor being directly connected to the primary control processor, running the identical program concurrently as the primary processor, and will fail -over to the Stand-by processor automatically. PLC system shall be configured in such a manner that the system where, upon the failure of the primary processor, the redundant processor shall continue uninterrupted operation of the pump station. (2) Allen-Bradley CompactLogix 1769-L33ER 2. The PLC power supply shall be the ControlLogix or CompactLogix PLC 24 -volt DC power supplies manufactured by Rockwell Automation (Allen-Bradley) for the ControlLogix or CompactLogix family of PLC's only. 3. All control panel and field instrumentation wiring to I/O modules shall be through heavy- duty DIN -rail mounted terminal blocks. Compression -type screw terminal blocks shall be used to provide secure wire connections. Spring -type terminal blocks shall not be used in any control panel or junction box application. Page 2 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 R4 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 4 20 July 2020 Technical Specifications for Construction a. Control panel internal wiring shall conform to the following table: 24VDC + Blue 24VDC- Brown 120VAC (H or L1) Yellow 120VAC (N or L2) White Ground Green Digital Input Purple Digital Output Red Analog Input White (Loop) Black (Signal) Analog Output Grey HART White (Loop) Orange (Signal) Digital Input (120VAC) Pink 4. All types of input/output modules shall be color coded and titled with a distinctive label. 5. The PLC shall contain discrete input/output hardware consisting of the following types: a. Discrete Input Modules: (1) Allen-Bradley ControlLogix 1756-1616 16 -point discrete input modules (2) Allen-Bradley CompactLogix 1769-IQ16 16 -point discrete input modules b. Discrete Output Modules: (1) Allen-Bradley ControlLogix 1756-0B161 16 -point discrete output modules (2) Allen-Bradley CompactLogix 1769-1B161 16 -point discrete output modules 6. The PLC shall contain analog input/output hardware consisting of the following types: a. Analog Input Modules (1) Allen-Bradley ControlLogix 1756-IF16 16 -point analog input modules (2) Allen-Bradley ControlLogix 1756-IF8 8 -point analog input modules (3) Allen-Bradley CompactLogix 1769-IF16C 16 -point analog input modules (4) Allen-Bradley CompactLogix 1769-IF8C 8 -point analog input modules b. Analog Output Modules (1) Allen-Bradley ControlLogix 1756-0F8 8 -point analog output modules (2) Allen-Bradley CompactLogix 1769-0F8 8 -point analog output modules 7. Contractor shall provide any and all interface modules required to seamlessly communicate with other required station equipment such as VFD's, Machine Condition and Vibration monitors, etc. 8. The PLC programming software shall be Rockwell Automation RSLogix 5000 with all associated required communications and configuration packages that match the current configuration and protocols at ONSWTP included. B. Human / Machine Interfaces (HMIs): 1. Human machine interfaces shall consist of network interface, personal computers, monitor, event printer, computer software PC interface software and any and all other hardware and software necessary for providing a complete and operative man machine interface. 2. The software shall be the version of Rockwell Automation FactoryTalk SE Client or FactoryTalk SE Station that match the current configuration and protocols at ONSWTP for the Operator desktop workstations, and FactoryTalk Studio Enterprise on the Engineering Laptop workstations. 3. Computers shall be manufactured by Dell (sole source). Computer requirements shall be determined by the Owner and stated in the contract documents upon the determination and approval of the PCCS. 4. Monitors shall be microprocessor based, 24 -inch flat -screen Color Monitor, 1280 x 1024 (60 Hz) minimum resolution with non -glare screen. Page 3 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 R4 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 4 20 July 2020 Technical Specifications for Construction 5. Engineering Laptop Computer (If required): a. The computer shall have the same capabilities as the aforementioned desktop workstations. b. Computer requirements shall be determined by the Owner and stated in the contract documents upon the determination and approval of the PCCS. c. All software shall be provided by the Contractor and registered in Owners name. C. PC Interface Software: 1. General: a. Interface software for interfacing the HMI to the Station PLC shall be Rockwell Automation RSLogix 5000 suite of configuration software, version matching the current configuration and protocols at ONSWTP. b. All required licenses for all software and documentation shall be provided for each computer. All software provided shall be of the version of the software matching the current configuration and protocols at ONSWTP with the latest patches and service packs applied. Licenses shall become the property of the Owner upon completion of the project. c. Contractor shall modify, develop and provide any and all SCADA architecture drawings that determine clearly and unambiguously all supervisory system hardware and software requirements. 2. System Configuration: a. Graphic Displays: (1) The graphical display builder shall be Rockwell Automation FactoryTalk View Studio Enterprise. (2) The system shall utilize Rockwell Automation PlantPAx as the standard set of graphic symbols library, as well as any existing libraries currently in the ONSWTP graphics inventory. Complete graphical displays must be able to run on any system node in a networked system, without the need to edit and/or re-establish dynamic connections. (3) (4) New graphical displays shall mimic the look and feel of current ONSWTP Operator graphical and control screens and displays. A Pop -Up Window feature shall permit graphic displays, complete with dynamic connections, to be re -sized and popped up on command anywhere on the screen during runtime. Pop -Up Windows are required to give the Operator instant access to more detail of process operation, alarm listings, and guidance. (6) Utilities are to be available for import and export of graphic files to .DXF file format for use in AutoCAD Versions 2010 or later, or other software using the .DXF file format. (5) (7) The system shall permit the import of .BMP files for use as objects in the graphic display builder. 3. Runtime: a. Runtime operation of the system shall execute the database strategy, graphic displays, and optional functions created during system configuration. For guaranteed data integrity, the system shall operate in a true prioritized, pre-emptive real-time multi -tasking operating environment for simultaneous execution of data collection, control, graphics, alarming, trending, data logging, file transfer, and other system activities. CPU operation shall be optimized during runtime for maximum system efficiency and performance. Page 4 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 R4 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 4 20 July 2020 Technical Specifications for Construction b. The runtime system shall be Rockwell Automation FactoryTalk View Client. Version shall match version currently in use at ONSWTP. c. New graphical displays shall mimic the look and feel of current ONSWTP Operator graphical and control screens and displays. d. A color coded Alarm/Event screen shall list pertinent information on all system alarms and events (Operator actions) as they occur, are acknowledged, and return to normal. e. Alarm/Event screens shall include date, time, alarm/event type, tagname parameter, description, value, engineering units, and return -to -normal, as applicable. f. Operator Events shall include: (1) Alarm Acknowledgement. (2) Block Parameter change (set point, output, etc.). (3) Block Auto/Manual change. (4) Block Setpoint Remote/Local Change. (5) Default Security Level Change. (6) Logging On and Logging Off. (7) Ability to take notes on individual alarms. Alarm and Event messages may be printed to the same printer, or to different printers, as selected by the user. h. An on-line Trend Window function shall permit display of multiple selected data points in real-time as graphs of the values versus time. The system shall support multiple Trend Windows. i. Pen assignments and time period shall be configurable on-line. j. A Zoom/Unzoom feature shall permit expanding and shrinking the amplitude scale. k. An unlimited number of variables may be selected for real-time trending. The system will automatically collect and save up to 60 samples of each parameter. I. Real-time trend points shall be buffered such that when a Trend Window is called up, it shall appear with previously sampled trend pen data, not blank. m. The Trend Window shall also permit X -Y plotting of up to four variable on the x-axis versus one variable on the y-axis. n. The system shall be supplied with a Historian for collecting, saving, and replaying selected system data. Historian shall be able to integrate with the existing ONSWTP historian system. o. The historian system shall be Rockwell Automation FactoryTalk Historian SE. P. Data logging may be started and stopped by the Operator, process conditions, or system events. q. Data may be logged to up to 100 History Files, each containing up to 100 data points. The logging rate may be manually or automatically switched between two settings on- line to permit high speed data collection during conditions of interest. r. Historical data file may be replayed on-line, and viewed in graphical or tabular form. The History Window time span and variable amplitude may be compressed or expended in logical increments by the Operator. s. The on-line Historical Replay function shall permit viewing previously saved files and/or currently active historical files. 4. Report Generation: a. A consolidated Report function shall be furnished. It shall utilize a standard g. Page 5 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 R4 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 4 20 July 2020 Technical Specifications for Construction spreadsheet format for creation of system reports. A comprehensive built-in library of standard spreadsheet functions shall be included for selection and simultaneous manipulation of local or network data. At minimum, the library shall include mathematical, statistical, and Boolean operations. b. The Report generation function shall collect real-time and/or file data from the local node, or remote nodes via a network when used. File data shall include historical and alarm files at minimum. c. Report files shall be output on command to the local printer or to disk, as specified. Initiation of report output may be manual or automatic based on time of day, system event, or process condition. d. Freeform text may be integrated anywhere in the report. e. Provision shall be included for incorporation of Operator message fields. This shall permit capture and save of Operator comments made during runtime for inclusion in the report. f. The report shall also provide for capture and saving of text fields from system alarm and event messages. 5. Networking: a. An efficient high speed, real-time networking function shall be optimally available. It shall provide on-line real-time access to live data and file transfer simultaneously during runtime. b. The networking option shall support all Ethernet network topologies. c. Each network node shall operate independently to permit unrestricted assignment of system functions in a true distributed architecture. d. Network data exchange shall be "exception driven" rather than "polled" for maximum throughput during runtime. e. A network timekeeper function must be supplied to insure synchronization of all network node time clocks. Any node may be designated as the master timekeeper to which all other node clocks are synchronized. Should the master node fail, multiple backup nodes may be designated to continue network time synchronization. f. A global alarm capability must be provided which will allow alarms that occur anywhere on the network to be automatically broadcast over the entire network. Individual nodes may be configured to receive all alarms, only certain alarm types, or all alarms from a single or multiple pre -selected nodes. g. In order to exchange data between different networks, the networking option shall support use of more than one network adapter on a node. 6. Training: a. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 2, Section 2.7, "Training" for all required training requirements. 7. Support: a. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 2, Section 2.8, "Warranties, Maintenance, and Support Services" for all required support requirements. 8. Upgrades: a. Maintenance releases for bug fixes shall be supplied when needed if requested by the user. (e.g. - change from Version 4.0 to Version 4.01). Page 6 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 R4 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 4 20 July 2020 Technical Specifications for Construction D. Uninterruptible Power Supply (UPS): 1 Contractor shall provide an Uninterruptible Power Supply. UPS systems shall be manufactured by APC only (sole -sourced). 2. Uninterruptible Power Supply system shall provide 30 minute standby 120/208 -VAC power for all Contractor -provided equipment, including all HMI equipment and all PLC and control equipment. Contractor shall be responsible for the proper calculation and sizing of the required UPS. 3. The uninterruptible power supply shall have the following features: a. Input - 240 V: 192-276 VAC. b. Output — 120/208 VAC: Regulated to plus or minus 3 percent. Depending on the size and configuration of the required UPS system, Output shall consist of: (1) Not less than three duplex receptacles (six receptacles). (2) Separate UPS power distribution panel. UPS distribution panel shall be mounted as close as reasonable to the HMI and / or PLC equipment to be supplied by the UPS. c. No -Break Power: The supply shall not allow any break in output power, regardless of what happens to the input power. Switching is not permitted. d. Lightning and Surge Protection: Passes ANSI -IEEE C62.41 Categories A & B. UL listed. e. Spike Attenuation: 2000:1. f. Galvanic Isolation: Qualifies as true, separately derived power source as defined by NEC Article 250-5D. Complete from line. Output neutral bonded to ground. g. Voltage Regulation: Output voltage regulated to plus or minus 3 percent. h. Output Waveform: Computer -grade sine -wave, less than 5 percent THD. i. Noise (RF) Isolation: 120 dB common mode, 60 dB normal mode. j. Output Protection: Current -limiting ferroresonant transformer. k. Efficiency: 90 percent minimum, on line. I. Audible Noise: 57 dB maximum, on line. m. UPS system shall be network compatible. 4. Contractor shall configure network and diagnostic notification as required and demonstrate their operation as part of the integrated system. 5. If required, external battery cabinets for extended run-time shall be in cabinets similar to the UPS. 6. Any programmable logic controller (PLC) enclosure or critical process instrument control panel located in an area without an uninterruptable power supply (UPS) source shall have a local UPS appropriatly sized for the PLC or instrument control panel enclosure load mounted in a separate enclosure located adjacent to the PLC enclosure. 2.3 Software Programming A. The Contractor shall provide a programmed database, using the equipment and software program specified, to accomplish the functions specified. B. For development of the HMI Graphics, the Contractor shall conduct a minimum of two (2) one (1) day workshops, at the Owner's facility. The Engineer will be in attendance, to help ensure compliance with the control strategies, treatment processes and that the system being developed follows the Sequence of Operations documents and the memorandum of understanding developed at the Development of Control Strategy meeting. Page 7 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 R4 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 4 20 July 2020 Technical Specifications for Construction 1. The first workshop shall consist of the Contractor showing the basic layout the graphic and popup screens, Help screens, roll-over Tooltip implementation and online Operations Manual access implementation for discussion and comment. The screens shall be at a stage that reflects the process and illustrates the required set -points for control. The Owner will be allowed to comment on layout of screens, but the not graphic standards. After the workshop and before the next workshop the Contractor shall make the agreed upon changes to the screens. 2. The last workshop shall consist of the Contractor showing the final screens with database links complete. The Contractor shall show animation of screens by manipulating the HMI database. The Owner will be allowed to comment on the screens for process accuracy. The Contractor shall make corrections to the screens and shall be completed for testing at the Factory Acceptance Test. 3. Refer to Section 40 90 02.XX "Sequence of Operations" for project specific control sequence requirements and configuration. PART 3 EXECUTION 3.1 General 1. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 3, "Execution" for all execution requirements. END OF SECTION Page 8 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 R4 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 21 February 2018 Technical Specifications for Construction SECTION 40 90 02.1 POWER PROTECTION SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PART1 GENERAL 1.1 Work Included A. The Work involved under this Contract consists of the furnishing of any and all materials, tools, equipment, transportation, services and any and all labor and superintendence necessary for the fabrication, installation of, or an addition to a microprocessor -based Power Protection Supervisory Control and Data Acquisition (SCADA) System. The Power Protection SCADA System shall be comprised of information processors and controllers, motor, generator, transformer, bus, breaker, capacitor and distribution protection relays, metering, annunciation and all associated software. The system shall be provided complete with cabinets suitable for the environment (if required in the Contract documents) and associated electronic subsystems necessary to meet the functional requirements of this Section. The equipment proposed by the Contractor shall not be a prototype, but shall be part of a standard off -shelf configurable system readily available in the market place and have design specifications, engineering drawings and parts lists immediately available. B. Contractor shall furnish any and all supervision, labor, materials, equipment and incidentals necessary to install all equipment required for a complete and operational Power Protection SCADA system. Contractor's work shall include but not be limited to the following: 1. Fabrication of any and all equipment furnished under this contract. 2. Interconnections between any and all equipment furnished under this contract. 3. Interconnection between equipment furnished under this contract and the existing Power Protection SCADA system equipment or equipment furnished and installed under other contracts. 4. Contractor shall be responsible for the Power Protection SCADA system configuration programming if required by the Contract Documentation. Otherwise, configuration and programming of the Power Protection SCADA system shall be the responsibility of the Owner's representative. C. The Contractor's attention is directed to the fact that the Power Protection SCADA is an integrated system and as such shall be furnished by one vendor or system integrator who shall provide all the specified equipment and appurtenances, regardless of manufacture, and be responsible to the Contractor for satisfactory operation of the entire system. D. Contractor shall reference and comply with the City of Corpus Christi O. N. Stevens Water Treatment Plant Instrumentation and Electrical Standards Development Project (Proj. No. E130064) in addition to all applicable city, state, and national building and electrical codes for all power protection SCADA system installations. E. Contractor shall be responsible for the coordination of the work of the system manufacturer's service personnel and with the Owner during construction, testing, calibration and acceptance of the system. F. This Specification lists and describes all Power Protection SCADA equipment currently approved for use by the City of Corpus Christi O. N. Stevens Water Treatment Plant and associated facilities. It shall be the responsibility of the Contractor to acquire and review any and all contract documents, including, but not limited to P&ID's, plans, wiring diagrams, layouts, etc., to determine which power protection SCADA monitoring and control equipment and any other devices are required for each individual Project to insure the Project Power Protection SCADA system is fully functional and operational upon completion. Page 1 of 7 POWER PROTECTION SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02.1 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 21 February 2018 Technical Specifications for Construction 1.2 Submittals A. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 1, Section 1.6, "Submittals" for all required submittal requirements. 1.3 Standards A. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 1, Section 1.2, Paragraph B: "Reference Standards" for all applicable standards. B. Should there be a conflict between various standards, codes, specifications, contract drawings or documents, the Contractor shall issue a Request for Information (RFI) pertaining to the conflict immediately to the attention of the Owner's Representative. PART 2 PRODUCTS 2.1 General A. The Power Protection SCADA system shall be a continuous polling, supervisory control and data acquisition system (SCADA), utilizing programmable real time automation controllers (RTAC). System shall be configured and programmed to meet the Owner -provided Power Protection SCADA system requirements. B. Primary communications shall be Ethernet (copper) or fiber-optic, using the RTAC manufacturer's standard protocols. C. Automatic control functions shall reside in the station RTAC such that, upon loss of the Plant HMI, control of the system shall continue without interruption. The Operator, through the Plant HMI, shall have the capability to monitor only any automatic control or alarm variable in the software control program. D. Contractor shall be responsible for the procurement, installation, integration, testing and commissioning of all equipment, programming, and any and all other labor and materials required necessary to integrate the new Power Protection system with the existing O.N. Stevens Water Plant Power Protection SCADA system. Integration shall be implemented in such a manner that the entire new Power Protection system can be monitored or operated from a single, dedicated power protection system workstation in the O.N. Stevens Water Plant PCR building #1. 1. If required in the Contract documents, Contractor shall conduct a series of interactive workshops with Water Plant Maintenance personnel during preliminary Power Protection SCADA design to develop any and all necessary screens and program RTAC control logic required to integrate new Station control into the existing O.N. Stevens Operations Power Protection SCADA system. E. Acceptable Manufacturers and Power Protection Systems Equipment Suppliers: 1. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 2, Section 2.3, "Acceptable Manufacturers" for all Power Protection SCADA equipment manufacturer requirements. 2. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 2, Section 1.4.D, "Power Protection SCADA Systems Suppliers" for all power protection system supplier requirements. Page 2 of 7 POWER PROTECTION SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02.1 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 21 February 2018 Technical Specifications for Construction 2.2 Equipment The Power Protection SCADA system equipment shall be manufactured by Schweitzer Engineering Laboratories (SEL) only. Automation controllers, protection relays and network equipment dedicated to the Power Protection SCADA system shall be selected as required to meet the specific project power protection system requirements. A. Real Time Automation Controller (RTAC): 1. The Real Time Automation Controller (RTAC) system shall be the SEL -3555 / SEL -3530 series manufactured by Schweitzer Engineering Laboratories (SEL) only. a. The RTAC models approved for use in O.N. Stevens Water Treatment Plant and associated facilities Power Protection SCADA systems are: (1) SEL -3550 Real Time Automation Controller (RTAC) (2) SEL -3530-4 Real Time Automation Controller (RTAC) b. The RTAC power supply shall be integral to the specified RTAC unit shall be rated for: 125-250VDC 110-240VAC, 50/60Hz 2. The SEL -3530-4 approved configuration (unless noted otherwise in the Contract Documents) shall be as follows: Configuration Part Number: 3530BA1XX211XO)0000XX Configuration Key: 7172 B. Feeder Protection Relays: 1. Feeder Protection Relays shall be the SEL -751 series manufactured by Schweitzer Engineering Laboratories (SEL) only. 2. The SEL -751 power supply shall be integral to the specified relay and shall be rated for: 115-250VDC; 110-240VAC, 50/60Hz 125VDC/VAC Digital Input 3. The SEL -751 approved configuration (unless noted otherwise in the Contract Documents) shall be as follows: Configuration Part Number: 751 A51 ACA0X74851231 Configuration Key: 0549 C. Motor Protection Relays: 1. Motor Protection Relays shall be the SEL -710 series manufactured by Schweitzer Engineering Laboratories (SEL) only. 2. The SEL -710 power supply shall be integral to the specified relay and shall be rated for: 115-250VDC; 110-240VAC, 50/60Hz 125VDC/VAC Digital Input 3. The SEL -710 approved configurations (unless noted otherwise in the Contract Documents) shall be as follows: Configuration Part Number: 071001 ACAOX71850201 Configuration Key Code: 0344 Configuration Part Number: 071001 ACA9X71850201 Configuration Key Code: 0434 Page 3 of 7 POWER PROTECTION SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02.1 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 21 February 2018 Technical Specifications for Construction B. Human / Machine Interfaces (HMIs): 1. Human machine interfaces shall consist of network interface, personal computers, monitor, computer software, PC interface software and any and all other hardware and software necessary for providing a complete and operative man machine interface. 2. The software shall be the version of SEL ACSELERATOR suite of programming software that matches the current configuration and protocols at ONSWTP for the Power Protection SCADA desktop workstations and Engineering Laptop workstations. 3. Workstation computers shall be manufactured by Dell (sole source). Computer requirements shall be determined by the Owner and stated in the contract documents upon the determination and approval of the Power Protection SCADA Systems Supplier. a. Power Protection SCADA control panel computers mounted inside control panels shall be the SEL -3360 Compact Industrial P.C. series manufactured by Schweitzer Engineering Laboratories (SEL) only. (1) Computer requirements shall be determined by the Owner and stated in the contract documents upon the determination and approval of the Power Protection SCADA Systems Supplier. (2) The SEL -3620 approved configuration (unless noted otherwise in the Contract Documents) shall be as follows: Configuration Part Number: (TBD) Configuration Key Code: (TBD) 4. Monitors shall be microprocessor based, 24 -inch flat -screen color monitor, 1920 x 1080 (60 Hz) minimum resolution with non -glare screen. Power Protection SCADA control panel computers mounted in the control panel door shall be microprocessor based, 24 - inch panel -mount, touch -screen monitor, 1920 x 1080 (60 Hz) minimum resolution with non -glare screen and rated for industrial environments. C. Power Protection SCADA Interface Software: 1. General: a. Interface software for interfacing the HMI to the Power Protection SCADA system shall be SEL ACSELERATOR suite of programming software, versions matching the current configuration and protocols at ONSWTP. b. All required licenses for all software and documentation shall be provided for each computer. All software provided shall be of the version of the software matching the current configuration and protocols at ONSWTP with the latest patches and service packs applied. Licenses shall become the property of the Owner upon completion of the project. c. Contractor shall modify, develop and provide any and all SCADA architecture drawings that determine clearly and unambiguously all supervisory system hardware and software requirements. 2. System Configuration: a. Graphic Displays: (1) The graphical display builder shall be Schweitzer Engineering Laboratories SEL - 5035 ACSELERATOR Diagram Builder software. (2) Complete graphical displays must be able to run on any Power Protection SCADA system node in a networked system, without the need to edit and/or re-establish dynamic connections. Page 4 of 7 POWER PROTECTION SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02.1 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 21 February 2018 Technical Specifications for Construction (3) New graphical displays shall mimic the look and feel of current ONSWTP Power Protection SCADA system graphical and control screens and displays. 3. Report Generation: a. The Report generation function shall collect real-time and/or file data from the local node, or remote nodes via a network when used. File data shall include historical and alarm files at minimum. b. Report files shall be output on command to the local printer or to disk, as specified. Initiation of report output may be manual or automatic based on time of day, system event, or process condition. 4. Networking: a. An efficient high speed, real-time networking function shall be optimally available. It shall provide on-line real-time access to live data and file transfer simultaneously during runtime. b. The networking option shall support all Ethernet network topologies. c. Each network node shall operate independently to permit unrestricted assignment of system functions in a true distributed architecture. d. Network data exchange shall be "exception driven" rather than "polled" for maximum throughput during runtime. e. A network timekeeper function must be supplied to insure synchronization of all network node time clocks. Any node may be designated as the master timekeeper to which all other node clocks are synchronized. Should the master node fail, multiple backup nodes may be designated to continue network time synchronization. f. A global alarm capability must be provided which will allow alarms that occur anywhere on the network to be automatically broadcast over the entire network. Individual nodes may be configured to receive all alarms, only certain alarm types, or all alarms from a single or multiple pre -selected nodes. In order to exchange data between different networks, the networking option shall support use of more than one network adapter on a node. h. Power Protection SCADA System network switches shall be the SEL -2730M series manufactured by Schweitzer Engineering Laboratories (SEL) only. (1) The SEL -2730M power supply shall be integral to the network switch and shall be rated for: g. 125VDC/VAC w/ Euro -style connector (2) The SEL -2730M Managed Network Switch shall have the following port configuration (unless noted otherwise in the Contract Documents): (3) Ports 1-4: Ports 5-8: Ports 9-24: SFP Small Form -factor Pluggable (SFP) (Standard) Copper 10/100 Mbps (Standard) Twelve (12) 10/100BASE-T Four (4) 100BASE=FX Multimode The SEL -2730M approved configuration (unless noted otherwise in the Contract Documents) shall be as follows: Configuration Part Number: 2730MOARAX1112AAAAX1 Configuration Key Code: 3160 Page 5 of 7 POWER PROTECTION SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02.1 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 21 February 2018 Technical Specifications for Construction i. Security Gateway: (1) Power Protection SCADA System Security Gateways shall be the SEL -3620 series manufactured by Schweitzer Engineering Laboratories (SEL) only. (2) The SEL -3620 power supply shall be integral to the network switch and shall be rated for: (3) 125/250VDC/VAC 120/240VAC The SEL -3620 Security Gateway shall have the following port configuration (unless noted otherwise in the Contract Documents): One (1) 10/100BASE-T One (1) 100BASE-FX (Multimode 5. Training: a. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 2, Section 2.7, "Training" for all required training requirements. 6. Support: a. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 2, Section 2.8, "Warranties, Maintenance, and Support Services" for all required support requirements. 7. Upgrades: a. Maintenance releases for bug fixes shall be supplied when needed if requested by the user. (e.g. - change from Version 4.0 to Version 4.01). D. Uninterruptible Power Supply (UPS): 1. Refer to Section 40 90 02 "Supervisory Control and Data Acquisition (SCADA) System", Part 2, Section 2.2, "Equipment" for all required UPS requirements. E. Power Protection SCADA System Panels and Enclosures: 1. All control panel and field instrumentation wiring to I/O modules shall be through heavy- duty DIN -rail mounted terminal blocks. Compression -type screw terminal blocks shall be used to provide secure wire connections. Spring -type terminal blocks shall not be used in any control panel or junction box application. a. Control panel internal wiring shall conform to the following table: 24VDC + Blue 24VDC- Brown 120VAC (H or L1) Yellow 120VAC (N or L2) White Ground Green Digital Input Purple Digital Output Red Analog Input White (Loop) Black (Signal) Analog Output Grey Digital Input (120VAC) Pink Page 6 of 7 POWER PROTECTION SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02.1 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 21 February 2018 Technical Specifications for Construction PART 3 EXECUTION 3.1 General 1. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 3, "Execution" for all execution requirements. END OF SECTION Page 7 of 7 POWER PROTECTION SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02.1 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction SECTION 40 90 03 SCADA & INSTRUMENTATION TESTING AND COMMISSIONING PART1 GENERAL 1.1 SCOPE OF WORK A. The purpose of the test plans and procedures is to bring order to the testing process and to illustrate that the PCSS is actively aware of the functional and performance requirements that must be met to properly test the equipment. B. Provide any and all testing and commissioning equipment, materials, incidentals and labor, necessary to perform and coordinate the system check-out and startup, commissioning, field testing and overall training for the Instrumentation and Controls System associated with the Project. C. The Contractor's Process Control Systems Supplier (PCSS) shall supervise and/or perform the requirements of this Section. As part of these services, the PCSS shall include, for those equipment items not manufactured by him, the services of an authorized manufacturers representative to check the equipment installation and place that portion of the equipment in operation. The PCSS shall provide to the Owner/Engineer, prior to putting the equipment into service, installation checklists, certificates, and all manufacturer provided start-up and commissioning documentation. The manufacturer's representative shall be knowledgeable about the installation, operation, and maintenance of the manufacturer's equipment for this project. D. The PCSS shall perform any and all testing, verification, and validation of the Process Control System according to recognized and generally accepted good systems engineering practices such as V -model for systems development. System sub -systems and their respective components shall be tested, verified and documented individually by the PCCS by the same criteria described in this Specification before being assembled into the higher - order systems. When fully assembled, the entire system shall be demonstrated to perform the intended function, correctly and in stable and reliable manner. E. The PCSS shall coordinate with the electrical and instrumentation sub-contractor(s) to provide an integrated system test. F. The PCCS shall provide travel, accommodations, food, etc. for up to two (2) Owner representatives for Factory Acceptance Test witnessing, if required. 1.2 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "DOCUMENT MANAGEMENT" and shall include: 1 Process Control System Supplier (PCSS) shall prepare and submit a complete overall system testing plan. The test plan shall describe clearly and unambiguously how the PCSS will ensure and demonstrate to the Owner and the Engineer that the supplied system meets all the requirements of the specifications. 2. The Submittal shall contain an overall process control system overview. Each area as affected by this contract shall be included. The detail shall include but not be limited to the following: a. Displays Page 1 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction b. Control strategies c. Database d. Trending e. Reports f. Programming B. Submittal Content 1 Testing Submittals shall cover the following: a. Programmable Logic Controller Programming (1) I/O List with register assignments. (2) Diagrams of the process control functions by each strategy. (3) Listing of inputs to the control function. (4) A short narrative of each control strategy. (5) Listing of all Operator inputs and outputs to and from the control function. Any special displays related to the function shall be illustrated. A description of the operation of any display shall be described as it relates to the control function. (6) Cross references of all I/O, showing to which I/O modules or software modules, they are in. (7) Failure contingencies shall be described in detail. (8) An annotated program, submitted in both hard copy and electronic format. (9) Logic flow charts that explain how the control strategy implementation logic works b. Operation Interface Terminal Programming (1) I/O List with register assignments. (2) Listing of all Operator displays with inputs and outputs to and from the control function. Displays shall be illustrated to show data presentation. (3) Cross references of all I/O, showing to which I/O modules or software modules, they are in. (4) Failure contingencies shall be described in detail. c. Human Machine Interface Programming (1) I/O List with register assignments. (2) Displays for each process area including all necessary pop ups. (3) Listing of data points on each display. (4) A short narrative of each control usage. (5) Listing of all Operator inputs and outputs to and from the control function. Any special displays related to the function shall be illustrated. A description of the operation of any display shall be described as it relates to the control function. (6) Cross references of all I/O, showing which software module at each point used. (7) Failure contingencies shall be described in detail. (8) A complete listing of all historical points. (9) Listing of all required configuration files for each SCADA client. d. Submit a proposed Training Schedule. Page 2 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction C. Testing Documentation Submittals 1. Control System Test Plan a. The PCSS shall prepare and submit for review a System Test Plan for preparing test procedures, for performing testing and for preparing test reports for all tests. The plan shall include the anticipated testing schedules. b. The PCSS's Test Plan shall be organized to provide for witnessed tests shall address support of the Owner's personnel in conducting the Operational Readiness Test and Functional Demonstration Test. c. The plan shall also discuss the type and extent of component and subsystem testing the PCSS performs prior to the formal witnessed tests. 2. Format a. The Test Plan shall consist of the following major components, as a minimum: (1) A description of each test and its objectives (2) A description of the test program organization and the responsibilities and qualifications of test personnel (3) A description of applicable prerequisites for testing including all unwitnessed testing (4) A description of the Owner's and the PCSS's responsibilities at various test sites and facilities (5) A description of the overall test schedules (6) A description of form and content of test reports (7) Where applicable, identification of the primary test agency if other than the Contractor (8) A description of the procedures for identifying, evaluating and correcting the causes of problems or failures which occur during tests and a description of procedures for reworking and testing. b. Requirement (1) The PCSS shall prepare and submit for review a Control System Test Plan within sixty (60) days of the first witnessed test taking place. 3. Test Procedures a. Format (1) The PCSS shall develop test procedures for each witnessed test that clearly describe the test steps to be performed and the results expected after each step. (2) Any assumptions to be used in evaluating the test results shall be defined in the test procedure. Each step in the test procedures shall be numbered and each test shall include a space for the PCSS and for the Owner to initial when the test is satisfactorily completed. (4) All equipment including communications, electrical, mechanical and computer systems shall be tested both individually and together as a system. The Owner/Engineer will not normally witness subsystem tests, but reserves the right to do so. (3) (5) The PCSS shall prepare and document a test procedure for each type of test. Test procedures shall be submitted to the Owner for review before the scheduled start of the corresponding test. None of the formal witnessed tests shall be initiated until the corresponding test procedure has been Successfully Reviewed. Page 3 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction (6) As a minimum, the following information shall be included in the procedures for each function tested: (a) A test identification number and name (b) A statement of test objective and scope (c) A cross reference to the paragraph{s) of the Specification that defines the requirements of the function being tested (d) A test description (e) A list of the make and model of all test equipment required to perform the test, including simulation hardware and software (f) A list of prerequisite tests that shall be completed before the test can be performed A description of the required test setup including diagrams illustrating test equipment connections and identifying test points, where applicable (h) Step-by-step instructions for performing the test, identifying the points where data are to be recorded and the limits for acceptable data Instructions for recording data on data sheets or verifying that procedure steps have been completed. (j) All blank test data sheets on which all results of testing are to be recorded; data sheets shall include a section for dates, make and model of all test equipment and signatures of witnesses. (k) Space for time and date of test (I) Pass/fail signature of both the Owner and the PCSS's Project Manager and Quality Control representative. (m) Test forms similar in content to those attached to this section shall be used for each system test. b. Requirement (1) The PCSS shall submit for review a detailed test procedure for each test activity. The test procedure shall be submitted at least 30 days prior to the scheduled test. No test shall be performed Tess than 7 days after the test procedure has been successfully reviewed and approved. If necessary, the PCSS shall reschedule the test, at no additional cost to the Owner, so that this requirement is met. All test procedures shall include inputs to be applied or simulated and expected outputs to be confirmed. (g) (i) 4. Test Reports a. Format (1) The PCSS shall develop, maintain, and update a test report for each test. (2) Test data sheets shall be used to record applicable drawing numbers, test equipment, including serial numbers and calibration dates where applicable, discrepancies, corrective action required, and test data. Data entries shall be referenced to the applicable procedures and allowable limits for each entry shall be indicated on the data sheets. The test data sheets shall be arranged in tabular form. (3) All discrepancies and/or anomalies shall be recorded on Discrepancy Report forms and entered into the Project DR Book. After commencement of Site Demonstration Testing, Discrepancy Reports shall be submitted weekly. (4) Test reports shall contain: (a) All test data sheets as completed at the time of test. Page 4 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction (b) The PCSS's analyses and conclusions of the test results. (c) A complete list of deficiencies, discrepancies and/or deviations from expected results including how and when each item is to be resolved. (d) When applicable, state system retesting requirements including a list of items to be retested and system design changes, if required, due to system testing, and verification after successful resolution. Retesting and other remedial work required as a result of failed tests shall result in no increase to the Contract price. (e) A revised test procedure if corrections or revisions were made during the test. (0 A general summary for the item tested indicating any open items that are yet to be resolved and any test that is yet to be conducted. b. Requirement (1) The PCSS shall submit test reports within 15 days after the completion of each scheduled test. The Owner/Engineer reserves the right to delay or suspend follow- on project activities if an acceptable test report has not been provided in the required time period. 1.3 SYSTEM CHECKOUT AND START-UP A. The Contractor, PCSS, and Instrument Suppliers, as applicable, shall perform the following: 1. Check and confirm the installation of all instrumentation, control components and all cable and wiring connections between the various system components prior to placing the various processes and equipment into operation. Installation shall be in accordance with the contract documents — Plans and Specifications and in accordance with the manufacturer's requirements. 2. Conduct a complete system checkout and adjustment, including calibration of all existing instruments, tuning of control loops, checking operation functions, and testing of final control actions. All problems encountered shall be promptly corrected to prevent any delays in startup of the various unit processes. B. PCSS shall provide all test equipment necessary to perform the test during System checkout and startup. C. PCSS and/or system supplier shall be responsible for initial operation of the instrumentation and control system per the Functional Demonstration Test (FDT) requirements and shall make any required changes, adjustment or replacements for operation, monitoring, and control of the various processes and equipment necessary to perform the functions intended. D. PCSS shall furnish to the Owner/Engineer certified calibration/recalibration (for existing Instruments) reports for field instruments and devices specified herein as soon as calibration is completed. 1 Receipt of any calibration/recalibration certificates shall in no way imply acceptance of any work or instrument. 2. Each calibration/recalibration certificates shall be signed and dated by a certified authorized representative of the instrument manufacturer. Three copies of each completed certificate shall be submitted to Owner/Engineer. Page 5 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction 3. A typical form shall be as follows: CALIBRATION CERTIFICATE Tag Number/Loop Number: Loop Description Instrument Location Manufacturer Model Number Adjustable Range Calibrated Range Remarks Installation Per Manufacturer's Requirements? Yes No Installation Per Contract Documents? Yes No If "No", explain Calibration Test: Input (Units) Output (Units) Accuracy 0% 25% 50% 75% 100% Switch Test Switch Point Upscale Switch Point Downscal Setting Deadband Setpoint 1 Setpoint 2 Setpoint 3 I hereby certify that the above information is correct and accurate, to the best of my knowledge, and that the instrument indicated above has been supplied, installed, calibrated, and tested in accordance with the manufacturer's recommendations and the Contract Documents, unless otherwise noted. Authorized Mfg. Rep. Signature: Date: E. PCSS shall furnish to Owner/Engineer two copies of an installation inspection report certifying that all equipment has been installed correctly and is operating properly. The report shall itemize the equipment or shall have inspection reports for each item attached to it. The report shall be signed by authorized representatives of both the Contractor and the system supplier. Page 6 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction 1.4 TESTS (GENERAL) A. The PCSS shall test all equipment at the PCSS facility prior to shipment. Unless otherwise specified in the individual specification sections, all equipment provided by the PCSS shall be tested at the PCSS facility as a single fully integrated system. B. As a minimum, the testing shall include the following: 1. Un -witnessed Test (UFAT) 2. Witnessed Test (WFAT) 3. Operational Readiness Tests (ORT) 4. Functional Demonstration Tests (FDT) 5. 30 -Day Site Acceptance Tests (SAT) C. Each test shall require input documentation to be prepared and approved prior to the test and the output ("work product") documentation to be generated by test activities. Test activities shall execute test scenarios defined and approved by Owner/Engineer prior to the test. D. Test scenarios shall cover all normal operation, all knowable abnormal process conditions, and all knowable abnormal Process Control System conditions and malfunction. Test scenarios shall force the execution of every logical branch of the control logic. E. Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and, upon the system's or subsystem's producing the correct result (effect), the specific test requirement shall be satisfied. The cause and the correct effect shall be determined and documented in the test scenarios. The person conducting the test shall compare the actual effect with the expected correct effect with and shall document the outcome. F. All tests shall be conducted in accordance with prior Owner/Engineer-approved procedures, forms, and checklists. A complete testing plan with the appropriate forms and checklists shall be submitted to the Owner/Engineer for approval prior to any testing taking place. The testing plan shall be submitted a minimum of three weeks in advance of the proposed testing date. Each specific test shall be described and followed by a section for sign off by the appropriate party after its status completion. G. Copies of these sign off test procedures, forms, and check lists will constitute the required test documentation. H. Provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment, and data, provides suitable means of simulation. Define these simulation techniques in the test procedures. I. The General Contractor shall require the Integration Subcontractor to coordinate all testing with the Engineer, all affected Subcontractors, and the Owner. J. The Owner/Engineer reserves the right to test or retest all specified functions whether or not explicitly stated in the prior approved Test Procedures. K. The Owner/Engineer's decision shall be final regarding the acceptability and completeness of all testing. L. No equipment shall be shipped to the Project Site until the Owner/Engineer has received all test results and approved the system as ready for shipment. M. The PCSS shall furnish the services of servicemen, all special calibration and test equipment Page 7 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 and labor to perform the field tests. N. Correction of Deficiencies Technical Specifications for Construction 1. All deficiencies in workmanship and/or items not meeting specified testing requirements shall be corrected to meet specification requirements at no additional cost to the Owner. 2. Testing, as specified herein, shall be repeated after correction of deficiencies is made until the specified requirements are met. This work shall be performed at no additional cost to the Owner. 3. All deficiencies shall be corrected in no more than 24 hours. If the Integrator is unable to resolve the issue in less than 24 hours to allow the test to proceed, acceptance testing should be rescheduled. The owner shall bear no additional costs of attending subsequent re -tests. 1.5 COMMISSIONING A. Following the instrumentation and control system checkout and start-up, the PCSS shall, under the supervision of the system supplier, perform a complete system test in the presence of the Owner/Engineer to verify that all equipment and software is operating properly as a fully integrated system, and that the intended monitoring and control functions are fully implemented and operational. 1 Commissioning shall begin only after all instruments, PLC, and control panels are installed, wired and previously tested by the Contractor, in accordance with Paragraph 1.04 of this Section. The testing as required per the Operational Readiness Tests (ORT) as described in paragraph 3.03 of this specification shall be completed prior to beginning the commissioning. 2. All spare parts must be on site and accepted prior to Commissioning. 3. PCSS shall submit to the Owner/Engineer a schedule for Commissioning, including a proposed start date, at least three weeks in advance. B. Commissioning shall include, as a minimum, the following checks: 1. All wiring shall be checked at each termination point for correct wire size, type, color, termination and wire number. 2. All instruments and devices shall be checked to verify compliance with the specifications and approved shop drawings. The calibration of analog devices shall be verified including the zero and span. 3. Analog wiring shall be checked for correct polarity and ground continuity at each termination point in the loop. 4. All analog loops shall be verified at each termination point at 0%, 25%, 50%, 75%, and 100% signal levels. C. PCSS shall provide the following documentation for use during the Commissioning effort. 1. Checklist itemizing all required commissioning documentation, signed and dated. 2. Complete panel schematic and internal point-to-point wiring interconnect drawings. 3. Complete electrical control schematics in accordance with NFPA 79, Electrical Standard for Industrial Machinery, latest edition, and applicable NEMA standards. 4. Complete panel layout drawings. 5. Complete field wiring diagrams. Page 8 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction 6. Complete instrument loop diagrams. 7. Completed Calibration/Recalibration Certificates for all field and panel devices that require adjustment or calibration. 8. PCSS shall provide one set of Commissioning documentation for the Owner's personnel, one set for the Owner/Engineer's use, one set for field use, and the required number of sets for the Contractor's use. 9. The drawings corrected and modified during Commissioning shall form the basis for the "As -Built" record drawing requirement. 10. All documentation generated during acceptance testing (WFAT, ORD, FDT). All certificates, installation checklists, and reports delivered by equipment manufacturers. 11. Issue tracking system, such as electronic spreadsheet or a paper log book D. All PLC/RTU hardware and software shall be thoroughly tested to verify proper operation as an integrated system. System testing shall include, as a minimum, the following: 1 All digital inputs shall be activated at the field element to verify proper response to the status change on graphic displays, reports, and in automatic control algorithms. 2. All analog inputs shall be tested at the field transmitter over a full range to verify proper response on graphic displays, reports, and in automatic control algorithms. 3. All digital and analog outputs shall be forced to verify proper control operation. 4. Communications, including PLC/RTU data highway, computer local area network, PLC/RTU remote I/O, and serial communications shall be tested between all components, including existing equipment. 5. Alarm displays and printing shall be tested for all analog and digital alarm points. 6. All automatic control algorithms shall be completely tested over various ranges and input conditions to verify proper operation. Graphic displays shall be observed to verify proper response to automatic control operations. 7. All historical data collection, trending, computation, totalizers and reporting functions shall be checked and tested to confirm proper operation and accuracy of the data. E. Any defects or problems found during the Commissioning effort or field test shall be corrected by the Contractor and then retested to demonstrate proper operation. F. Following testing and demonstration of all system functions, the Instrumentation and Control System including field sensors/transducers and instruments shall be running and fully operational for a continuous 48 hour period. The Field Test specified below shall not begin until the continuous 48 hour proving run has been successfully completed and Owner and Engineer agree that the Field Test can begin. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 GENERAL REQUIREMENTS A. The Control System shall undergo comprehensive testing to demonstrate that the Control System performs as an integrated system to meet all the requirements of this specification. The Contractor shall conduct all element and subsystem tests necessary to ensure the proper operation of all Control System functions. Page 9 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction B. Test procedures and written notification to the Owner/Engineer of testing activities are required for all tests. C. Before the start of any test that will be witnessed by the Owner/Engineer, the Contractor shall have conducted all prerequisite testing as well as a dry run of the entire witnessed test to ensure the success of the test. The Contractor shall provide the Owner/Engineer with a copy of the un -witnessed test report before start of the witnessed version of the test. The test report requirements shall be the same as the witnessed version of the test. D. All tools and equipment necessary to perform all required tests shall be provided by the Contractor. Test instruments shall be suitable for the purpose of measurement, with a rated accuracy commensurate to the measurement value of the equipment being tested or calibrated. Each test instrument shall be certified by an established calibration laboratory prior to the commencement of testing and recertified, without adjustment, after completion of testing to verify accuracy throughout the testing period. If recertification without adjustment is not demonstrated, the calibration instrument must be adjusted and certified, the field calibration repeated, and the recertification without further adjustment verified. Certified calibration reports traceable to the National Bureau of Standards shall be included with the test report. 1. The major documents associated with the testing are: a. System Test Plan and Forms b. Witnessed Factory Test (WFAT) Procedures c. Operational Readiness Test (ORT) Procedures d. Functional Demonstration Test (FDT) Procedures e. 30 Day Site Acceptance Test (SAT) Procedures f. Test Reports E. Each test shall be considered complete only when accepted by the Engineer and Owner. 3.2 UNWITNESSED TEST (UFAT) A. The entire system, except primary elements, final control elements, and field mounted transmitters, shall be interconnected and tested at the PCSS site to ensure the system operates as specified. All analog and discrete input/output points not interconnected at this time shall be simulated to ensure proper operation of all alarms, monitoring devices/functions, and control devices/functions. B. All panels and assemblies shall be inspected and tested to verify that they are in conformance with related submittals, specifications, and Contract Drawings. PCSS shall submit a copy of the panel test records - point to point wiring check, etc. to the Owner and Engineer prior to scheduling the Witnessed Test. C. During the tests all digital system hardware and software shall have operated continuously or five days without a failure to verify the system is capable of continuous operation. The un- witnessed test results shall be submitted to the Engineer for approval prior to the start of the Witnessed Test (WFAT). D. Tests to be performed shall include, but not be limited to, the following: 1. Develop and present to Owner/Engineer for approval a Delivery Checklist. The checklist shall list every discrete item such as workstation, network switch, PLC panel, etc. The Contractor shall demonstrate clearly and unambiguously that every item required by the contract is present, along with all its accessories, in new and undamaged condition. Page 10 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction 2. Demonstrate operability of all equipment 3. Demonstrate operability of the control data communication network under anticipated full load conditions 4. 100 percent point check of I/O, including wiring 5. Demonstrate the ability to monitor and change at least 20 pieces of digital and analog data in each PLC/RIO from the HMI software at all operator workstations 6. Demonstrate the ability to share data between operator workstations and servers 7. Demonstrate the ability of each workstation to print reports on all network printers 8. Demonstrate the ability for each workstation to read and write to and from designated files from other workstations on the LAN 9. Demonstrate the operability of all mass storage equipment 10. Demonstrate communication failure and system restart 11. Demonstrate total power failure and recovery. NOTE: The UPS shall call for server shutdown. 12. Demonstrate a catastrophic failure and recovery of a server, workstation, and PLC. 13. Demonstrate procedure for backing up the computer system (including PC and PLC); reload using a backup; and completely restoring a PC and/or PLC from a backup. 14. Demonstrate the ability of each workstation to print alarm/events on the local printer. During the test for a period of time equal to at least 20 percent of the test duration, the Engineer's and/or Owner's representative shall have unrestricted access to the system. 3.3 WITNESSED FACTORY TEST (WFAT) A. Before scheduling the Witnessed Test, the PCSS must determine through his own test and quality assurance program that the equipment is ready for shipment to the jobsite. B. All system tests specified for the Un -witnessed Test shall be repeated. C. The WFAT will be conducted at the PCSS facility. D. After receiving Un -witnessed Test approval, the PCSS shall notify the Engineer and Owner in writing that the system is ready for the Witnessed Test. In addition to notification, the PCSS shall submit to Owner/Engineer documentation from UFAT demonstrating that each test has been successfully completed and all issues have been resolved. The Engineer and/or Owner shall schedule a test date within 30 days of receipt of the "Ready to Test" letter. At the time of notification, the PCSS shall submit any revisions to the detailed test procedure previously approved by the Engineer. E. This test shall verify the functionality, performance, and stability of the hardware and software. The system must operate continuously for 100 hours without failure before the test shall be judged successful. Successful completion of this test, as determined by the Engineer, shall be the basis for approval of the system to be shipped to the site. F. The various tests performed during the Witnessed Factory Test shall be designed to demonstrate that hardware and software fulfill all the requirements of the Specifications and Contract drawings. The test conditions shall resemble, as closely as possible, the actual installed conditions. Any additional hardware or software that may be required to successfully verify system operation shall be supplied at no cost to the Owner. G. The PCSS shall be responsible to simulate the I/O signals for any equipment or device communicating with any new or existing PLC through peer-to-peer network by using a computer system with appropriate simulation software. Simulating the I/O signals by forcing them from the PLC programming software will not be acceptable. Page 11 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction H. Tests to be performed shall include, but not be limited to, the following: 1 Develop and present to Owner/Engineer for approval a Delivery Checklist. The checklist shall list every discrete item such as workstation, network switch, PLC panel, etc. The Contractor shall demonstrate clearly and unambiguously that every item required by the contract is present, along with all its accessories, in new and undamaged condition. 2. Demonstrate operability of all equipment 3. Demonstrate operability of the control data communication network under anticipated full load conditions 4. 100 percent point check of I/O, including wiring 5. Demonstrate the ability to monitor and change at least 20 pieces of digital and analog data in each PLC/RIO from the HMI software at all operator workstations 6. Demonstrate the ability to share data between operator workstations and servers 7. Demonstrate the ability of each workstation to print reports on all network printers 8. Demonstrate the ability for each workstation to read and write to and from designated files from other workstations on the LAN 9. Demonstrate the operability of all mass storage equipment 10. Demonstrate communication failure and system restart 11. Demonstrate total power failure and recovery. NOTE: The UPS shall call for server shutdown. 12. Demonstrate a catastrophic failure and recovery of a server, workstation, and PLC. 13. Demonstrate procedure for backing up the computer system (including PC and PLC); reload using a backup; and completely restoring a PC and/or PLC from a backup. 14. Demonstrate the ability of each workstation to print alarm/events on the local printer. During the test for a period of time equal to at least 20 percent of the test duration, the Engineer's and/or Owner's representative shall have unrestricted access to the system. All analog control panels shall be included in these tests. J. All deficiencies identified during these tests shall be corrected and retested prior to completing the Witnessed Test as determined by the Owner/Engineer. K. The following documentation shall be made available to the Engineer at the test site both before and during the Witnessed Test: 1. All Contract Drawings and Specifications, addenda, and change orders 2. Master copy of the test procedure 3. List of the equipment to be tested including make, model, and serial number 4. Design -related hardware submittal applicable to the equipment being tested 5. Software license 6. Issue tracker log, indicating issue's severity and life cycle L. The daily schedule during these tests shall be as follows: 1. Morning meeting to review the day's test schedule and status of outstanding issues. 2. Scheduled tests and signoffs. 3. Evening meetings to review the day's test results and to review or revise the next days test schedule. 4. Unstructured testing period by the witnesses. M. All test data and procedures followed during testing shall be logged and certified copies of Page 12 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction the logs shall be provided and available throughout the test to the Engineer and Owner. N. All failed tests shall require re -test till successfully completed. 3.4 OPERATIONAL READINESS TESTS (ORT) A. Prior to startup and the Functional Demonstration Test, the entire system shall be certified (inspected, tested, and documented) that it is READY for operation. B. Loop/Component Inspections and Tests: The entire system shall be checked for proper installation, calibrated, and adjusted on a loop -by -loop and component -by -component basis to ensure that it is in conformance with related submittal's and these Specifications. 1. The Loop/Component Inspections and Tests shall be implemented using Engineer - approved forms and check lists. a. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the following information and check off items with space for sign off by the PCSS. (1) Project Name (2) Loop Number (3) Tag Number for each component (4) Check offs/sign offs for each component b. Tag/identification c. Installation d. Termination — wiring e. Termination — tubing f. Calibration/adjustment — Check offs/sign offs for the loop g. h. I/O interface terminations Panel interface terminations I/O signal operation j. Inputs/outputs operational: received/sent, processed, and adjusted. k. Total loop operation — Provide space for comments Each active Analog Subsystem element and each I/O module shall have a Component Calibration Sheet. These sheets shall have the following information, spaces for data entry, and a space for sign off by the PCSS: (1) Project Name (2) Loop Number (3) Component Tag Number of I/O Module Number (4) Component Code Number Analog System (5) Manufacturer (for Analog system element) (6) Model Number/Serial Number (for Analog system) (7) Summary of Functional Requirements: a. Indicators and Recorders: Scale and chart ranges b. Transmitters/Converters: Scale and chart ranges c. Computing Elements: Function Page 13 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction d. Controllers: Action (direct/reverse) control Modes (PID) e. Switching Elements: Unit range, differential f. (FIXED/ADJUSTABLE), Preset (AUTO/MANUAL) g. I/O Modules: Input or output 2. Calibrations: a. Analog Devices: Required and actual inputs and outputs at 0, 25, 50, 75, and 100 percent of span, rising and falling b. Discrete Devices: Required and actual trip points and reset points c. Controllers: Mode settings (PID) d. I/O Modules: Required an actual inputs or outputs for 0, 25, 50, 75, and 100 percent of span, rising and falling. (1) Provide space for comments (2) Space for sign off by the PCSS. (3) The General Contractor shall require the PCSS to maintain the Loop Status Reports and Component Calibration Sheets at the job -site and make them available to the Owner/Engineer at any time. (4) These inspections and tests do not require witnessing. However, the Engineer shall review and initial all Loop Status Sheets and Component Calibration Sheets and spot-check their entries periodically and upon completion of the Operational Readiness Test. Any deficiencies found shall be corrected. 3.5 FUNCTIONAL DEMONSTRATION TEST (FDT) A. Prior to startup and the 30 -Day Test, the entire installed instrument and control system shall be certified that it is ready for operation. All preliminary testing, inspection, and calibration shall be complete as defined in the Operational Readiness Tests. The FDT will be a joint test by the PCSS and the Equipment suppliers. B. Once the facility has been started up and is operating, a witnessed Functional Demonstration Test shall be performed on the complete system to demonstrate that it is operating and in compliance with these Specifications. Each specified function shall be demonstrated on a paragraph -by -paragraph, loop -by -loop, and site -by -site basis. C. Loop -specific and non -loop -specific tests shall be the same as specified under Functional Demonstration Tests except that the entire installed system shall be tested and all functionality demonstrated. D. Updated versions of the documentation specified to be provided for during the tests shall be made available to the Engineer at the job -site both before and during the tests. In addition, one (1) copy of all O&M Manuals shall be made available to the Owner/Engineer at the job - site both before and during testing. See Section 01 33 06 OPERATION AND MAINTENANCE DATA, for O&M Manual requirements. E. The daily schedule specified to be followed during the tests shall also be followed during the Functional Demonstration Test. F. The system shall operate for 100 continuous hours without failure before this test shall be considered successful. G. Demonstrate communication failure and recovery. Page 14 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Revision 1 October 2017 Technical Specifications for Construction 3.6 30 -DAY SITE ACCEPTANCE TEST (SAT) A. After completion of the Operational Readiness and Functional Demonstration Tests, the PCSS shall be responsible for operation of the entire system for a period of 30 consecutive days, under conditions of full plant process operation, without a single non -field repairable malfunction. B. During this test, plant operating and PCSS personnel shall be present as required. For this test, the PCSS is expected to provide personnel who have an intimate knowledge of the system hardware and software. C. While this test is proceeding, the Owner shall have full use of and derive benefit from the system. Only plant operating personnel shall be allowed to operate equipment associated with live plant processes. D. Any malfunction during the tests shall be logged into the issue tracking system, analyzed and corrected by the PCSS. The Engineer and/or Owner will determine whether any such malfunctions are sufficiently serious to warrant a repeat of this test. E. During this 30 consecutive day test period, any malfunction which cannot be corrected within 24 hours of occurrence by PCSS personnel, or more than two similar failures of any duration, will be considered a non -field -repairable malfunction. F. Upon completion of repairs by the PCSS, the test shall be repeated as specified herein. G. In the event of rejection of any part or function, the PCSS shall perform repairs or replacement within 60 days. H. The total availability of the system shall be greater than 99.5 percent (99.5%) during this test period. Availability shall be defined as: 1. Availability = (Total Testing Time -Down Time) / Total Testing Time I. Down times due to power outages or other factors outside the normal protection devices or back- up power supplies provided shall not contribute to the availability test times above. J. Upon successful completion of the 30 -day site acceptance test and subsequent review and approval of complete system final documentation, the system shall be considered substantially complete, and the one year warranty period shall commence. 3.7 TRAINING A. General 1. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 2, Section 2.7, "Training" for all training requirements to be provided by the Contractor. 3.8 WARRANTIES, MAINTENANCE, AND SUPPORT SERVICES 1. Refer to Section 40 90 00 "Instrumentation and Control for Process Systems", Part 2, Section 2.8, "Warranties, Maintenance, and Support Services" for all warranty, maintenance and support requirements to be provided by the Contractor. END OF SECTION Page 15 of 15 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 R1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD EXISTING WOOD CROSS ARM o a NOTES: 11 (TYP) #1/0 AWG, STR. COPPER (TYP) (TYP) #1/0 AWG, STR. COPPER O #4 AWG 12 EXISTING WOOD POLE FRONT VIEW RGS TO 10'± ABOVE NATURAL GRADE. NEW POLE AT PLATFORM POLE LINE MATERIAL LIST MARK N0. DESCRIPTION 0 WOOD POLE, 45' CLASS 4 0 CROSS ARM, WOOD, 10FT. LONG 0 BRACE, CROSS ARM, STEEL 0 BRACE, CROSS ARM, WOOD O MV POWER CABLE, COPPER, EPR, 133%, TYPE URD 0 CABLE TERMINATOR, POLYMERIC HEAT SHRINK, OUTDOOR USE 0 GROUND WIRE, BARE SOLID COPPER O RIGID GALVANIZED STEEL (RGS) CONDUIT O CABLE GUARD, PVC, UNDERGROUND POLE RISER 10 CABLE SUPPORT STRAIN RELIEF GRIP 0 JUMPER WIRE, STRANDED, BARE 0 NOT USED 13 FUSED CUTOUT, 100 AMP, TYPE C ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF ryo CORPUS CHRISTI TEXAS WATER ® ® DEPARTMENT Deportment of Engineering Services VIIIhli REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD POLE LINE MATERIAL LIST MARK NO. DESCRIPTION 0 WOOD POLE, 45' CLASS 4 ® CROSS ARM, STEEL, 10FT. LONG ® CROSS ARM, WOOD, 10FT. LONG 04 BRACE, CROSS ARM, STEEL ® BRACE, CROSS ARM, WOOD ® INSULATOR, SUSPENSION TYPE, ANSI CLASS 52-6 ® INSULATOR, PIN TYPE, ANSI CLASS 56-3 ® DOWN GUY STRAIN INSULATOR O9 OVERHEAD CONDUCTOR, BARE 10 MV POWER CABLE, COPPER, EPR, 133%, TYPE URD 11 CABLE TERMINATOR, POLYMERIC HEAT SHRINK, OUTDOOR USE 12 GROUND WIRE, BARE SOLID COPPER 13 RIGID GALVANIZED STEEL (RGS) CONDUIT 14 STANDOFF BRACKET FOR RGS CONDUIT 15 CABLE GUARD, PVC, UNDERGROUND POLE RISER 16 CABLE SUPPORT STRAIN RELIEF GRIP 17 HOT LINE CLAMP AND COMPRESSION STIRRUP 18 JUMPER WIRE, STRANDED, BARE 19 LIGHTING ARRESTOR, DISTRIBUTION CLASS 20 NOT USED 21 FUSED CUTOUT, 100 AMP, TYPE C ®2 NOT USED ®3 DEAD END GUY GRIP NOT USED ®5 NOT USED ® STRANDED GALVANIZE STEEL WIRE, HIGH STRENGTH 27 GUY GUARD, YELLOW PLASTIC 28 GUY HOOK, DUCTILE IRON 29 NOT USED 30 NOT USED 31 NOT USED 32 NOT USED GENERAL NOTES 1. ARRESTORS AND POWER CABLE CONCENTRIC NEUTRAL "TAILS" SHALL BE BONDED TO POLE GROUND WIRE. ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services hIllill1111111 REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD02 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 12.47KV FEEDER #1/0 AWG, STR. COPPER NEUTRAL 15kV 15kV TO SCREW ANCHOR SEE DETAIL #1/0 AWG, 15kV O #4 AWG SIDE VIEW TO SCREW ANCHOR SEE DETAIL NOTES: POLE LINE MATERIAL LIST MARK N0. DESCRIPTION 0 INSULATOR, SUSPENSION TYPE, ANSI CLASS 52-6 DOWN GUY STRAIN INSULATOR O OVERHEAD CONDUCTOR, BARE 0 MV POWER CABLE, COPPER, EPR, 133%, TYPE URD CABLE TERMINATOR, POLYMERIC HEAT SHRINK, OUTDOOR USE GROUND WIRE, BARE SOLID COPPER RIGID GALVANIZED STEEL (RGS) CONDUIT CABLE GUARD, PVC, UNDERGROUND POLE RISER CABLE SUPPORT STRAIN RELIEF GRIP 10 HOT LINE CLAMP AND COMPRESSION STIRRUP 11 JUMPER WIRE, STRANDED, BARE 12 LIGHTING ARRESTOR, DISTRIBUTION CLASS 13 NOT USED 14 FUSED CUTOUT, 100 AMP, TYPE C 15 DEAD END GUY GRIP 16 STRANDED GALVANIZE STEEL WIRE, HIGH STRENGTH GUY HOOK, DUCTILE IRON NEW POLE AT PLATFORM SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII11111111h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD03 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD WOOD POLE (SEE RISER POLE DETAILS) #4 AWG BARE SOLID COPPER BRONZE GROUND ROD CONNECTOR T 3/4" X 10' GROUND ROD, COPPER CLAD STEEL RGS CONDUIT RGS COUPLING GRADE O 3000 PSI CONCRETE O RGS LONG RADIUS 90' ELBOW NOTES: 1. SEE PLAN DWGS. FOR CONDUIT SIZES. TYPICAL STUB -UP AT RISER POLE SCALE: NONE PVC FEMALE ADAPTER PVC DUCT ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD04 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD NOTES: POLE LINE MATERIAL LIST MARK NO. DESCRIPTION 0 NOT USED 0 DEAD END GUY GRIP 0 STRANDED GALVANIZE STEEL WIRE, HIGH STRENGTH 0 GUY GUARD, YELLOW PLASTIC SCREW ANCHOR DETAIL SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® ® DEPARTMENT Deportment of Engineering Services II110011111 III REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD05 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD PAVEMENT GRAVEL PVC FLUSH WITH CONCRETE SURFACE o o 0 000 0 00 0 000000 0 0 eo 0 0 \c « a o EQUIPMENT TAP #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. p p � 0 0 0 0 0 0 0 0 0 0 0 o 'o ro. o GRADE //\/\\ \\ 1" PVC SCHEDULE 40 CONDUIT SLEEVES REQUIRED WHERE EQUIPMENT TAP PENETRATES PAVING. TO MAIN GROUND LOOP #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. GROUND WIRE PAVEMENT PENETRATION SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD06 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD ZO m Z ABOVE GROUND EQUIPMENT CONNECTION #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. GRADE 777-7777 \\ \\ LEGEND SYMBOL: 0 EXOTHERMIC WELD OR BURNDY CONNECTOR GAR6429 \\\\\\7- z MAIN GROUND LOOP #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. EXOTHERMIC WELD CADWELD TYPE GYE GROUND ROD TO BE 3/4" X 10' GALVANIZED STEEL. FOR EFFECTIVE USE OF GROUND ROD, RODS SHALL BE SPACED A MINIMUM OF 20' APART. REMOVE ROD GALVANIZING TO BARE STEEL BEFORE MAKING EXOTHERMIC (CADWELD) CONNECTION. THEN APPLY COATING OF COLD GALVANIZING TO ALL BARE METAL NON—GALVANIZED SURFACES. GROUND ROD ABOVE GRADE CONNECTION WITH MAIN GROUND LOOP SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD07 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD ABOVE GROUND EQUIPMENT CONNECTION #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. GRADE \/ EXOTHERMIC WELD OR BURNDY CONNECTOR GK6426 ll` MAIN GROUND LOOP #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. GROUND ROD TO BE 3/4" X 10' GALVANIZED STEEL. FOR EFFECTIVE USE OF GROUND ROD, RODS SHALL BE SPACED A MINIMUM OF 20' APART. REMOVE ROD GALVANIZING TO BARE STEEL BEFORE MAKING EXOTHERMIC (CADWELD) CONNECTION. THEN APPLY COATING OF COLD GALVANIZING TO ALL BARE METAL NON—GALVANIZED SURFACES. LEGEND SYMBOL: 0 GROUND ROD ABOVE GRADE CONNECTION SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD08 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD EXOTHERMIC CABLE TO ROD CONNECTION CADWELD TYPE GTC #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. LEGEND SYMBOL: 0 #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. GROUND ROD TO BE 3/4" X 10' GALVANIZED STEEL. FOR EFFECTIVE USE OF GROUND ROD, RODS SHALL BE SPACED A MINIMUM OF 20' APART. REMOVE ROD GALVANIZING TO BARE STEEL BEFORE MAKING EXOTHERMIC (CADWELD) CONNECTION. THEN APPLY COATING OF COLD GALVANIZING TO ALL BARE METAL NON—GALVANIZED SURFACES. GROUND ROD SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD09 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD EXOTHERMIC HORIZONTAL TEE WELD CONNECTION CADWELD TYPE TA. CLEAN WELD THEN APPLY COATING OF COLD GALVANIZING TO ALL NONINSULATED SURFACES. #2/0 MINIMUM r--- ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. 1 LEGEND SYMBOL: ■ UNDERGROUND TAP ON #2/0 MAIN GROUND LOOP SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services II110011111 h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD10 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD NEMA 2 OR 4 PAD STAINLESS STEEL GROUNDING PAD (BY BUILDING MANUFACTURER) SERVIT POST SHALL BE EQUAL TO BURNDY "KC" DRILL AND TAP INTO STEEL SKID. SIZE PER WIRE BUILDING TYP. STEEL #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. TO GROUND ROD AND/OR MAIN GROUND LOOP TOP OF FOUNDATION 1" PVC SCHEDULE 40 CONDUIT ATTACHED TO FOUNDATION SECURE PVC CONDUIT TO CONCRETE AT TWO LOCATIONS WITH CONDUIT CLAMPS. SKID MOUNTED BUILDING SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII11111111h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD 1 1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD ADDITIVE RACKS UNISTRUT CHANNEL M #2 GRN. GND. BURNDY KC 111 1" PVC SCHEDULE 40 � � a TO OTHER RACKS #2/0 MINIMUM 1'-0" #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. TO GROUND ROD AND/OR MAIN GROUND LOOP ADDITIVE BUILDING GROUNDING ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD1 2 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD #2/0 MINIMUM CABLE TERMINALS TO BE EQUAL TO BURNDY "EA" TRENCH BURNDY KC SECURE TO SILL PLATE METAL SILL PLATE A 1" PVC SCHEDULE 40 A A #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. 1-0" TO GROUND ROD AND/OR MAIN GROUND LOOP DRIVERS CONSOLE BUILDING & SAMPLE BUILDING GROUNDING ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD13 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BURNDY TYPE KS SPLIT BOLT CONNECTORS (TYPICAL) X x x BURNDY TYPE GAR (INCLUDING FABRIC STRANDS IN CONNECTION) #2/0 GROUND CABLE INSIDE FENCE a/ice/i//i//i/% a TO GROUND ROD — — - _ AND/OR MAIN GROUND LOOP #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. a a 4 Q FENCE POST GROUNDING ES ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-E-01 -STD 1 4 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BURNDY TYPE KS SPLIT BOLT CONNECTORS (TYPICAL) x BURNDY TYPE GAR (INCLUDING FABRIC STRANDS IN CONNECTION) #2/0 GROUND CABLE INSIDE FENCE BURNDY TYPE GD (TYP.) SPLIT BOLT CONNECTORS (TYPICAL) BURNDY TYPE BD BRAID /////, //////1 a TO GROUND ROD _ AND/OR MAIN GROUND LOOP ) — #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. ° FENCE GATE GROUNDING ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services II110011111 h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD15 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD GRADE TRANSFORMER GROUND LUG TYPICAL TRANSFORMER HIGH VOLTAGE CONNECTION COMPARTMENT I-1 rn (1 I I r1 I I (1 LJ LJ LJ 1 1 1 1 1 1 LJLJ LJ 1 1 1 ( 1 LJ � LOW VOLTAGE CONNECTION COMPARTMENT n n II I u u �n111 11 u tGROUND PAD AND STRAP FOR "XO" CONNECTION TO MAIN GROUNDING LOOP #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. 1 l OIL FILLED, PAD MOUNTED TRANSFORMER GROUNDING - TO MAIN GROUND LOOP #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services Vuu 011111 REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD1 6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD VENT GROUND CONNECTOR AS REQUIRED FOR INTERNAL CONNECTION a GRADE \\ \\ TO GROUNDING ROD — — AND/OR MAIN GROUNDING LOOP 16" A Q 1" PVC SCHEDULE 40 CONDUIT SECURE PVC CONDUIT TO CONCRETE AT TWO LOCATIONS WITH CONDUIT CLAMPS. SIZE AS REQUIRED #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. DRY TYPE PAD MOUNTED TRANSFORMER GROUNDING ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF ryo CORPUS CHRISTI ,> TEXAS �o 22 ® WATER �R DEPARTMENT Deportment of Engineering Services l00111111111 REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-E-01 -STD1 7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD CC O 0 U w 0z J z 00 0 w S 0 O z CD O0 >�o 0z O 0 0 z �I 0_ QO p 0 0 ooz 0_ \z 0po 0 QO 0 z 0 ¢0 00 �O z 0 00_Z O O p0 0_ 0<0 0_ 0 U Lu z J z �O 0 = p U z N10 U D >p CL O Z 0 0 < U 0 w J m J uJ <0b-1 0 • wCL 03 0 0 0 w z Z p W 0 O • oor 0 Q Q 0 \OeE= S Z NO ~S`" 40 X 0 0_ V) W 0 0_ CO 0_ 0 U Z I-0 ZU w 0 0_ 0 W z 0_ W0 0_< 0_ Q OJ U cn p Z w Z Z cnc O m� S OS X Lu 0_ p co p � Z Z Z -00 0_ U 0 0 CV - �kQ zi 0 0 Z w w Na w S 1 0 U p CO 0 0 Q 0_ O O J U 0 Z 0 o O O U cff0 Q z 00_ 0 O z IZ W �I- S 0 U K 0_ w_ NO /1 �m < �U Ow d J Z vz N Q w O LU J < X00 < 0 U Ow= Dmw p0 Z 0 ON Z O Q 0_ Z O - 07 0 w w J 0 CO O U W 0_ 0 W 0_ CO 0_ 0 0 U Z I— zo W � U 0_ 0 0 Lu O z S CO 0 0 z 0 0_ U CONDUIT ENTERING COMPARTMENT TYPICAL ELEVATION W/� 0 0 W CENTER & NJ LL z 0 N0 L�L 0 0 SWITCHGEAR GROUNDING Z 0 H W O 0_ W U w 0 W N z n 0 0 N w w H 0 10-EP-01-STD18 Z O DATE: 08/16/2013 Q 2 co ��dr z X co H N N 4. W gz6 0 Q up 0 CD m U) n Q o ai (U Z0z O dwd cc W w CI:L.L., z z= 0m z 0 W DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD CONNECT TO EXISTING FITTING OR DRILL & TAP 3/8" — 16 SERVIT POST SHALL BE EQUAL TO BURNDY "KC" #2/0 MINNIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. 8" GRADE r 16" 11 1" PVC SCHEDULE 40 CONDUIT SECURE PVC CONDUIT TO CONCRETE AT TWO LOCATIONS WITH CONDUIT CLAMPS. TO GROUNDING ROD AND/OR MAIN GROUNDING LOOP — ° a ° A aA VERTICAL MOTOR GROUNDING ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10—EP-01 —STD19 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD GROUND LUG TO BE ATTACHED TO VALVE OPERATOR USING A MOTOR MOUNTING BOLT. DO NOT SECURE LUG TO ANY BOLT ON THE LIMIT SWITCH COMPARTMENT. GRADE � \\V\\AVA\ \\ ELECTRIC VALVE OPERATOR GROUNDING TO GROUNDING ROD AND/OR MAIN GROUNDING LOOP ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services II110011111 h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD20 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1" PVC SCHEDULE 40 CONDUIT SECURE PVC CONDUIT TO CONCRETE AT TWO LOCATIONS WITH CONDUIT CLAMPS. TO GROUNDING ROD AND/OR MAIN GROUNDING LOOP �.� CONNECT TO EXISTING FITTING OR DRILL & TAP 3/8" — 16 SECURE PVC CONDUIT TO CONCRETE AT TWO LOCATIONS WITH CONDUIT CLAMPS. HORIZONTAL MOTOR GROUNDING ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® ® DEPARTMENT Deportment of Engineering Services IIIIIIIIIII Ill REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD21 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD ❑ ❑❑❑❑❑❑❑❑ ❑ ❑❑❑❑❑❑❑❑ ❑ ❑❑❑❑❑❑❑❑ ❑ ❑❑❑❑❑❑❑❑ ❑ ❑❑❑❑❑❑❑❑ DRILL AND TAP INTO POLE BASE FOR GROUND CONNECTION. SERVIT POST SHALL BE EQUAL TO BURNDY "KC" /- a 1" PVC SCHEDULE 40 CONDUIT SECURE PVC CONDUIT TO CONCRETE AT TWO LOCATIONS WITH CONDUIT CLAMPS. 1 6" AREA LIGHTPOLE ) TO GROUND ROD AND/OR C MAIN GROUNDING LOOP ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 IIVi 'llll� CITY OF CORPUS CHRISTI TEXAS 1; WATER o� DEPARTMENT Deportment of Engineering Services REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE 05/24/18 REVISED TO LED JOB NO.: E13O64 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD22 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD EXTEND TO CABLE TRAY MAIN GROUND WIRE (IF REQUIRED) CLAMP GROUND WIRE TO STEEL (AS REQUIRED) TOP OF FOUNDATION GRADE TO GROUND ROD AND/OR MAIN GROUND LOOP 16" SEE DETAIL "39" FOR CONNECTION i #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. EXTEND PVC 1" UP STEEL AND SUPPORT ONE HOLE STRAPS. PVC SCHEDULE 40 CONDUIT ADJACENT TO FOUNDATION. SECURE PVC CONDUIT TO CONCRETE AT TWO LOCATIONS WITH CONDUIT CLAMPS. POWER OR INSTRUMENT RACK WITH CANOPY GROUNDING ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services II110011111 h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD23 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD DRILL AND TAP INTO STRUCTURE. SERVIT POST SHALL BE EQUAL TO BURNDY "KC" TOP OF FOUNDATION GRADE y\\\\\\\\\ \ 1 16" I I a as 1" PVC SCHEDULE 40 CONDUIT ADJACENT TO FOUNDATION. TO GROUND ROD SECURE PVC CONDUIT TO CONCRETE AND/OR MAIN GROUND LOOP — — — AT TWO LOCATIONS WITH CONDUIT CLAMPS. #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. MISCELLANEOUS STRUCTURAL STEEL ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD24 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD GRADE 1 USE GROUND CLIP SUPPLIED WITH TANK OR WELD 2" X 2" X 1 /4" L TO TANK & BOLT BURNDY TYPE KC LUG TO ANGLE. VERTICAL TANKS SHALL BE DESIGNED WITH SUPPLEMENTAL GROUNDING TO EARTH IN ACCORDANCE WITH NFPA 780. TO GROUND ROD AND/OR MAIN GROUND LOOP #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. 1" PVC SCHEDULE 40 CONDUIT SECURE PVC CONDUIT TO CONCRETE AT TWO LOCATIONS WITH CONDUIT CLAMPS. VERTICAL TANK GROUNDING ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD25 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD HORIZONTAL TANK TANK SADDLE GRADE DRILL AND TAP TO FLANGE SERVIT POST SHALL BE EQUAL TO BURNDY "KC" 16 1" PVC SCHEDULE 40 CONDUIT SECURE PVC CONDUIT TO CONCRETE AT TWO LOCATIONS WITH CONDUIT CLAMPS. #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. HORIZONTAL TANK GROUNDING INSTALL GROUND AT BOTH ENDS OF THE TANK (TYPICAL) TO GROUND ROD AND/OR MAIN GROUND LOOP ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD26 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD DRILL AND TAP FOR GROUND CONNECTION SERVIT POST SHALL BE EQUAL TO BURNDY "KC" GRADE STAIRWELL OR PLATFORM #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. TO GROUND ROD AND/OR MAIN GROUND LOOP /\ /;Z//;/ 1" PVC SCHEDULE 40 CONDUIT ADJACENT TO FOUNDATION. SECURE PVC CONDUIT TO CONCRETE AT TWO LOCATIONS WITH CONDUIT CLAMPS. STAIRWELL OR PLATFORM ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services II110011111 h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD27 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD HOLD DOWN CLIP (BOTH SIDES & AT EACH SUPPORT) 00 BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 316 SS CABLE TRAY CLAMP / GUIDE, WITH HARDWARE. 2 3"x3"x3/8" ANGLE (LENGTH AS REQUIRED) 3 1/2" x 1-1/4" BOLT W/ HEX NUT, FLAT EASHER & LOCKWASHER, 316SS 4 ALUMINUM CABLE TRAY SEE PLAN FOR SIZES 3" x 3" x 3/8" ANGLE OR 3/8" ALL THREAD ANGLE SUPPORT O CABLE TRAY, SEE PLAN DRAWINGS FOR SIZE ANGLE CABLE TRAY SUPPORT O NOTES: 1. CABLE TRAY TO BE SUPPORTED EVERY 20'-0". AVOID PLACING SPLICES AT MIDSPAN AND DIRECTLY ABOVE SUPPORTS. CABLE TRAY SUPPORT IN PIPE RACK SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII11111111h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD28 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD HOLD DOWN CLIP (BOTH SIDES & AT EACH SUPPORT) 000 BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 A/R ALUMINUM UNISTRUT 2 A/R CABLE TRAY CLAMP / GUIDE, WITH HARDWARE 3 A/R 3/8"-16 x 1-1/4" BOLT W/ HEX NUT, FLAT EASHER & LOCKWASHER, 316SS 4 A/R 3/8"-16 CHANNEL SPRING NUTS 5 A/R 90' UNISTRUT FITTING 6 A/R UV RATED CABLE TRAY SEPERATOR SPLICE 7 A/R 316 SS SEPERATOR FASTENERS FOR SOILD RUNG TRAY 8 A/R 316 SS 5" STRAIGHT RUN CABLE SEPERATOR 9 A/R 316 SS 5" HORIZONTAL BEND CABLE SEPERATOR CABLE TRAY BARRIER SEPARATOR CABLE TRAY, SEE PLAN DRAWINGS FOR SIZE UNISTRUT CABLE TRAY SUPPORT 0 NOTES: 1. CABLE TRAY TO BE SUPPORTED EVERY 20'-0". AVOID PLACING SPLICES AT MIDSPAN AND DIRECTLY ABOVE SUPPORTS. CABLE TRAY SUPPORT IN TRAY BARRIER SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services Vuu hii �hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD29 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 A/R UNIVERSAL SPLICE PLATE 2 A/R EXPANSION JOINT SPLICE PLATE (USE EVERY 60' FEET) 3 A/R 3/8"-16 x 1-1/4" BOLT W/ HEX NUT, FLAT EASHER & LOCKWASHER, 316SS 4 A/R 3/8"-16 CHANNEL SPRING NUTS 5 A/R 90' UNISTRUT FITTING SPLICE PLATE CABLE TRAY CABLE TRAY 0 OR O NOTES: 1. SPLICE PLATES TO BE INSTALLED ON RAIL. (2 PER SPLICE) 2. ALL SPLICE PLATES REQUIRE A BONDING JUMPER. 600 AMP 3. SUPPORT FOR EXPANSION SPLICE PLATES ARE TO BE MOUNDED WITHIN 2 FEET ON EACH SIDE OF THE EXPANSION SPLICE. 4. EXPANSION SPLICE PLATE FASTENERS SHOULD BE LOOSENED 1/2 TURN AFTER REACHING FULL TORQUE TO ALLOW FOR TRAVEL. CONNECTOR PLATE INSTALLATION DETAIL SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII11111111h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD30 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD OUTSIDE VERTICAL BEND STRAIGHT SECTION OF TRAY LENGTH AS REQUIRED 2'-0" SUPPORT POINT (TYP) INSIDE VERTICAL BEND A : 30', 45', 60' OR 90' VERTICAL ELBOW SUPPORT LOCATION (TYP.) SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services Illill1111111 h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD31 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD STRAIGHT SECTION HORIZONTAL BEND SUPPORT POINT (TYP) 3 - MAX. : 30 45 60" OR 90" HORIZONTAL ELBOW SUPPORT LOCATION (TYP.) SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services Illill1111111 h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD32 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD GROUNDING BUSHING ENCLOSURE APPROVED SEALING COMPOUND CONDUCTORS CH SEALING HUB "ES" SERIES OR EQUAL CABLE CONDUIT SEALING VERTICAL CONDUIT RISERS UNDER MCC/SWITCHGEAR BUILDINGS AND ENCLOSURES APPLICATION TO BE USED WHEN CABLE IS ROUTED IN CONDUIT ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER E. ® DEPARTMENT Deportment of Engineering Services Illill1111111 III REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD33 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD HEAT SHRINK TUBE FOR MYLAR SUPPORT (TYP) CONDUCTORS GROUND HEAT SHRINK TUBING USED FOR GROUNDING INSULATION. (IF REQUIRED) ENCLOSURE ///////////� CABLE TERMINATOR SEALING CHAMBER APPROVED SEALING COMPOUND CUT BARE GROUND BEHIND HEAT SHRINK IF NOT USED. SHIELDED PAIR MYLAR WRAPPED AROUND PAIRS. CABLE SHEATH GROUND ✓ CABLE TERMINATOR USE CH—TMCX SERIES OR EQUAL CABLE TERMINATOR SCALE: NONE CABLE JACKET APPROVED FOR CLASS 1, DIV. 2 AREAS APPLICATION TO BE USED FOR CABLE TERMINATIONS ONLY ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services II110011111 h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD34 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD GROUND HEAT SHRINK TUBE FOR MYLAR SUPPORT (TYP) CONDUCTORS HEAT SHRINK TUBING USED FOR GROUNDING INSULATION. (IF REQUIRED) GROUNDING BUSHING ENCLOSURE APPROVED SEALING COMPOUND ///////i CUT BARE GROUND BEHIND HEAT SHRINK IF NOT USED. SHIELDED PAIR MYLAR WRAPPED AROUND PAIRS. CH SEALING HUB "ES" SERIES OR EQUAL CABLE CONDUIT SEALING VERTICAL CONDUIT RISERS UNDER MCC/SWITCHGEAR BUILDINGS AND ENCLOSURES APPLICATION TO BE USED WHEN MULTIPLE PAIRED INSTRUMENT CABLE IS ROUTED IN CONDUIT GROUND ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services II110011111 h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD35 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD END DEVICE ENCLOSURE HEAT SHRINK TUBING USED FOR GROUNDING INSULATION. (IF REQUIRED) HEAT SHRINK TUBE - FOR MYLAR SUPPORT (TYP) CONDUCTORS CHICO "A" SEALING - COMPOUND CHICO "X" SEALING FIBER CUT BARE GROUND BEHIND HEAT SHRINK IF NOT USED. SHIELDED PAIR MYLAR WRAPPED AROUND PAIRS. GROUND CABLE TERMINATOR USE CH—TMCX SERIES OR EQUAL CABLE JACKET TYPICAL CONDUIT SEAL SCALE: NONE APPROVED FOR CLASS 1, DIV. 2 AREAS APPLICATION TO BE USED FOR CONDUIT CONNECTIONS AT END DEVICES ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD36 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD ENCLOSURE 1 --- EWE III CGB SERIES SEALING GLAND CABLE CABLE TRAY n n n TYPICAL CABLE SEAL SCALE: NONE APPROVED FOR NON -HAZARDOUS AREA TRAY TO MCC/ENCLOSURE, BOTTOM PENETRATION ONLY. ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS ® ® WATERDEPARTMENT Deportment of Engineering Services II110011111 III REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD37 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD PVC CONDUIT FINISHED GRADE 1" CHAMFER 3'-0" (MIN.) 3" CLEAR (TYP.) PVC COATED RGS COUPLING (IF REQUIRED) 3500 PSI CONCRETE TYPICAL STUB -UP DETAIL SCALE: NONE SCOTCHRAP PVC TAPE (1/2 LAPPED -2 LAYERS) 2" OUT OF CONCRETE 2" INTO CONCRETE CONCRETE ENCASEMENT PVC COATED RGS CONDUIT 90' ELBOW ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD38 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 1 BUSHING, 3" T&B #229 2 1 DRAIN SEAL FITTING, 3" C–H #EYD86 3 1 UNION, 3" C–H #UNY805 4 1 BUB FITTING, 3" C–H #BUB8 w/ COVER & GASKET C–H #BG88 3" CONDUIT BUILDING EXTERIOR WALL NOTE 3 PRIME AND WRAP CONDUIT—\\ cl TOP OF GRADE 10" X 10" CONCRETE BASE \o FO CABLE CONT'D TO FO ENCLOSURE (NOTE 1) BUILDING STUB -UP AND WALL PENETRATION SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD39 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD RGS PVC COATED CONDUIT SIZE AS REQ'D 20 MIL PVC PROTECTIVE TAPE (1/2 LAPPED -2 LAYERS) 2" OUT OF CONCRETE 2" INTO CONCRETE FINISHED GRADE PVC FEMALE ADAPTER 3" CLEAR (TYP.) a a / 7 PVC DUCT PVC COUPLING EXTEND RGS CONDUIT AS REQUIRED RGC FEMALE ADAPTER 10" UTILITY CO. POWER POLE OR OTHER SUPPORT STRUCTURE 3500 PSI RED CONCRETE ENCASEMENT RGS PVC COATED CONDUIT 90° ELBOW LONG RADIUS TYPICAL STUB -UP AT RISER POLE AND AT TRANSFORMER PRIMARY SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services hIllill1111111 REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD40 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD RESTORE TO ORIGINAL CONDITION EXIST GRADE 48" (MIN.) FOR UTILITY CO. 36" (MIN.) FOR 600V AND BELOW K1 0 0 4" 3" 4" WARNING MARKER TAPE "DANGER HIGH VOLTAGE" COMPACTED BACKFILL NUMBER OF CONDUITS AS SHOWN ON DRAWING PVC CONDUIT 3500 PSI RED CONCRETE TYPICAL CONDUIT DUCTBANK IN TANK FARM AREAS SCALE: NONE rh ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS 22 �rw r�a ® WATER DEPARTMENT Deportment of Engineering Services h00111111111 REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD41 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 6 8" CONCRETE SHAPE TO MATCH EXISTING DIKE WALL 1 1 \\\ SEALANT NEW CONCRETE CAP SEALANT SAW CUT (TYP.) EXIST CAP 12 (MIN.) 0 0- 0 0 TYPICAL CONDUIT DUCTBANK THROUGH DIKE WALL SCALE: NONE EXIST BASE WARNING MARKER TAPE "DANGER HIGH VOLTAGE" COMPACTED STABILIZED SAND RGC CONDUIT 3500 PSI RED CONCRETE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services IIIII11111111h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10—EP-01 —STD42 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 A/R 3/4 X 10', COPPERBOND GROUND ROD, CADWELD CAT. #613400 OR EQUAL 2 A/R GROUND CONNECTOR BURNDY CAT# YGHR26C34 3 A/R GROUND WELL COVER BROOKS #9 IRON COVER OR EQUAL 4 A/R MIN 12" DIA. x 24" CONCRETE GROUND WELL BROOKS #9 SERIES OR EQUAL TOP OF WELL TO BE 1" ABOVE GRAVELED AREA. #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. GRADE CRUSHED ROCK #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. TYPICAL GROUND WELL SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services Vuu 111111111 Ill REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD43 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 A/R GROUNDING TYPE "TEE" CONNECTOR BURNDY CAT.# YGHC26C2 GRADE I1=111=111=111=111=1 I IF -III=III=III-1 1 1-1 1 1 Ii II II i III II I1 i #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. 0 #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. (ABOVE GROUND TAPS) TYPICAL GROUND TAP SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD44 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 A/R GROUNDING TYPE "TEE" CONNECTOR BURNDY CAT.# YGHC26C26 GRADE I1=111=111=111=111=117 -III—III—III—III—III III,;IIII�;,III ;�_III1' #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. O #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. TYPICAL GROUND LOOP TAP SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD45 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 A/R GROUNDING CONNECTOR 2 1 1" PVC CONDUIT 0 #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. GRADE #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. TO MAIN LOOP f NOTES: 1. TWO CONNECTIONS REQUIRED ON OPPOSITE CORNERS OF BUILDING OR SKID INSTALLATION AS REQUIRED. MCC BLDG. A 4 a oa 4 4 a 4 D o0 p ad 4 60" (TERMINAL) 36" (CELANESE) BUILDING & SKID GROUNDING SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services Vuu hii �hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD46 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 1 HEX NUT, 1/2" 2 1 LOCK WASHER, 1/2" 3 1 SPLIT BOLT, 1/2"�x 1 1/2" 4 1 3/4" PVC CONDUIT STEEL FO R PIPE RACK #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. GRADE Ili TO MAIN LOOP PIPE RACK & SKID GROUND (TYP.) SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services II110011111 h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD47 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 A/R GROUNDING CONNECTOR BURNDY CAT# KC26 2 1 1" PVC CONDUIT TOP OF GRADE I MOTOR MOTOR GROUND SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® ® DEPARTMENT Deportment of Engineering Services Illill1111111 III REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD48 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 1 COMPRESSION TYPE LUG FOR #2 WIRE 2 1 HEX BOLT, 3/8"0x 1 1/2", SS 3 1 HEX NUT, 3/8", SS 4 1 LOCK WASHER, 3/8", SS 5 1 FLAT WASHER, 3/8", SS #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. PANEL & J -BOX GROUNDING (TYP.) SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII11111111h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD49 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 A/R 3/4"" X 10', COPPERBOND GROUND ROD, CADWELD CAT. #613400 OR EQUAL 2 A/R CABLE TO GROUND ROD CONNECTOR BURNDY CAT# YGL34C29 GRADE Ili 111 #2/0 MINIMUM ALL GROUND WIRE TO BE STRANDED COPPER WITH GREEN 600V XHHW OR THW INSULATION. 2' MIN TYPICAL GROUND ROD SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD50 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD COMPACTED TO 98% STANDARD PROCTOR EXISTING BASE 1'-0" 4'-0" NEW BASE 1-0" MIN. 11111111 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I//////oI EF/ /v// j/ \ WARNING MARKER TAPE "DANGER HIGH VOLTAGE" 3" 3" 3" 1 2" TYPE "D" HMAC EXISTING ASPHALT PRIME COAT MC -30 AT .15 GALLON PER SQUARE YARD TENSAR BX -1100 GEOGRID OR APPROVED EQUAL COMPACTED BACKFILL #3 STIRRUP @ 24" O.C. 3000 PSI CONCRETE PVC CONDUIT TYPICAL UNDER ASPHALT SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10—EP-01 —STD51 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD COMPACTED TO 98% STANDARD PROCTOR EXISTING BASE 1'-0" 4'-0" NEW BASE 1'-0" MIN. IIIIIIIIIIIIIIIIIII V IIIE/i'% /1 \ WARNING MARKER TAPE "DANGER HIGH VOLTAGE" 3" 3" TENSAR BX -1100 GEOGRID OR APPROVED EQUAL COMPACTED BACKFILL #3 STIRRUP @ 24" O.C. 3000 PSI CONCRETE PVC CONDUIT TYPICAL UNDER ASPHALT SCALE: NONE 2" TYPE "D" HMAC PRIME COAT MC -30 AT .15 GALLON PER SQUARE YARD EXISTING ASPHALT ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services VIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD52 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD EXISTING CONCRETE NEW CONCRETE (3000 PSI) 1'-0" MIN. #4 REBAR @ 12" 0.C. E.W. 4'-0" 1 1,-0', • \I WARNING MARKER TAPE "DANGER HIGH VOLTAGE" // 3" 3" A TYPICAL UNDER CONCRETE SCALE: NONE GENERAL NOTE: 1. REFER TO SITE PLANS FOR CONDUIT REQUIREMENTS. #6 DOWEL @ 24" 0.C. COMPACTED BACKFILL #3 STIRRUP @ 24" 0.C. 3000 PSI CONCRETE PVC CONDUIT ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII lih REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD53 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3000 PSI CONCRETE O A 0 �w < m Q d g w 0 U J CNI U o o o O 0 °o ww b o o U m Q 0 ° w I 01 N o U O o Q o N (3 000 a o °0 0 %oo ° 0 0 END VIEW SIDE VIEW J Q LJ 0 HANDHOLE 10-EP-01-STD54 0 0 z DATE: 08/16/2013 0 Li 0 z Q O '—,T37 zrscr z cn x co J f - N W Q 0 J cin �m _`c' < cri0T 0 cn `DCilcn n co a LU ZNO 0 CO z 0 ¢W W Z 0 = 0m z 0 W `' © O ID . (700 N goo 00 00 °° 0 0 °°°d % u9 . \°0°, ' 3000 PSI CONCRETE O A 0 �w < m Q d g w 0 U J CNI U o o o O 0 °o ww b o o U m Q 0 ° w I 01 N o U O o Q o N (3 000 a o °0 0 %oo ° 0 0 END VIEW SIDE VIEW J Q LJ 0 HANDHOLE 10-EP-01-STD54 0 0 z DATE: 08/16/2013 0 Li 0 z Q O '—,T37 zrscr z cn x co J f - N W Q 0 J cin �m _`c' < cri0T 0 cn `DCilcn n co a LU ZNO 0 CO z 0 ¢W W Z 0 = 0m z 0 W DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD CARSON H SERIES, POLYMER CONCRETE WITH HEAVY DUTY COVER AND "ELECTRICAL" STAMPED ON TOP. EXPANSION MATERIAL #4 REBAR (TYP.) FINISHED GRADE oa A BELLENDS LONG RADUIS ELBOWS IN CONCRETE IN CONCRETE PULL BOX DETAIL SCALE: NONE �, #4 VERT. REBAR (TYP.) 3000 PSI CONCRETE PEA GRAVEL ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services II110011111 h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD55 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD CROUSE -HINDS SEALING HUB "ES" SERIES (TYP) 4" CHANNEL 3" CHANNEL (SIZE AS REVD.) M WELD 2" X 2" ANGLE DOUBLE DIP GALVANIZED n GROUND STUD TUBE TERMINAL (TYP) 0 DEVICES TO END l BREATHER DRAIN TYPE CD2 PL 1/2"x 6"x 0'-6" 1 w/ 4 ti #4 TIES EQ. SPCD. 1 ti #4 (EA. CORNER) - 1'-3" (4) 3/8'-16 x 1 1/2" LG. HEX HD BOLT (4) 3/8" HEX NUT (4) 3/8" FLAT WASHER (4) 3/8" LOCK WASHER MYERS HUB ALUMINUM (TYP) #2 GREEN INSULATED STRANDED COPPER SINGLE CORE WITH CONTINUOUS YELLOW STRIPE (TYP) VERTICAL GROUND CONNECTOR CADWELD CAT. #VSCY2 (TYP) TYPICAL CONDUITS SEE PLANS FOR NUMBER OF CONDUITS FOR EACH BOX RGC CONDUIT VERTICAL GROUND CONNECTOR CADWELD CAT. #VSCY4 3/4" CONC. EXPANSION ANCHOR 1" CHAMFER GRADE RGS PVC COATED CONDUIT 90' ELBOW LONG RADIUS RGS CONDUIT SIZE AS REQUIRED 20 MIL PVC PROTECTIVE TAPE (1/2 LAPPED -2 LAYERS) 2" OUT OF CONCRETE 2" INTO CONCRETE 2/0 BARE STRNDED COPPER FINISHED GRADE COUPLING, PVC FEMALE ADAPTER RGS PVC COATED FEMALE ADAPTER TYPICAL FOR EACH BOX MAIN GROUND GRID OR GROUND ROD HORIZONTAL TEE GRND CONN CADWELD CAT. #TACY6Y4-W 3" CLEAR (TYP.) CONCRETE ENCASEMENT 3500 PSI RED (DEDICATED SUPPORT) PVC DUCT BANK IN CONCRETE RGS PVC COATED COUPLING JUNCTION BOX MOUNTING DETAIL SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services Vuu IIIIIII REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD56 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SEALING HUB 4" CHANNEL 3" CHANNEL (SIZE AS REQ'D.) TO END DEVICES PL 1/2"x 6"x 6" N 11111111111, 11111111111, 2" X 2" ANGLE (4) 3/8'-16 x 1 1/2" LG. HEX HD BOLT (4) 3/8" HEX NUT (4) 3/8" FLAT WASHER (4) 3/8" LOCK WASHER GROUND STUD TUBE TERMINAL #2 GREEN INSULATED STRANDED COPPER SINGLE CORE WITH CONTINUOUS YELLOW STRIPE CABLE GLAND (TYP) TRAY CABLE (TYP) VERTICAL GROUND CONNECTOR TO CONTROL ROOM OR TO END DEVICES CABLE HANGER VERTICAL GROUND CONNECTOR TO CONTROL ROOM 3/4" CONC. EXPANSION ANCHOR 2/0 BARE STRANDED COPPER GRADE MAIN GROUND GRID HORIZONTAL TEE GRND CONN 1 — #4 (EA. CORNER) w/ 4 ' #$ TIES EQ. SPCD. (DEDICATED SUPPORT) JUNCTION BOX MOUNTING DETAIL SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services Vuu 411 �hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD57 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD IIIIIIIIIIIIIII IIIIIIIIIIIIIII IIIIIIIIIIIIIII IIIIIIIIIIIIIII IIIIIIIIIIIIIII IIIIIIIIIIIIIII BREATHER DRAIN CROUSE—HINDS TYPE CD2 CO TO GRADE (PIPE RACK SUPPORT) WELD 2" X 2" ANGLE TO PIPE RACK (4) 3/8'-16 x 1 1/2" LG. HEX. HEAD BOLT (4) 3/8" HEX NUT (4) 3/8" FLAT WASHER (4) 3/8" LOCK WASHER JUNCTION BOX MOUNTING DETAIL SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® ® DEPARTMENT Deportment of Engineering Services IIIIIIIIIII III REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD58 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SELF REGULATING HEATING ELEMENT POWER CONNECTIONS CONDUIT FIELD ROUTE AND TERMINATE PIPE USE CRIMP LUGS 7 POWER CONNECTION KIT TAPE OPEN ENDS MOISTURE TIGHT BUTT SPLICE, NYLON INSULATED GROMMET KIT AL JACKET INSULATION GLASS TAPE GROUND CLAMP S.S. PIPE STRAPS (TYP.) FREEZE PROTECTION DETAIL SCALE: NONE ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services II110011111 h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD59 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD GRADE NAMEPLATE BILL OF MATERIAL ITEM QTY. DESCRIPTION 0 A/R STRAIGHT CONNECTOR, INSULATED THROAT, LIQUID TIGHT FLEX CONDUIT W/GROUND LUG, MALLEABLE IRON CROUSE—HIND #LTB100GC (18" MAXIMUM LENGTH) O A/R C6 x 8.2 CHANNEL, GALVANIZED O 1 START/STOP MOMENTARY PUSHBUTTON STATION, HUB, DEAD END, FACTORY—SEALED, CLASS 1 DIV. 2 ALLEN BRADLEY #800H2HA7P OR EQUAL CONTROL STATION (SUPPORT AS REQ'D) (SUPPORT AS REQ'D) MOTOR J -BOX TYPICAL MOTOR CONNECTION (POWER 8c CONTROL CONDUIT/CABLE ROUTING) ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII11111111h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD60 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. DESCRIPTION 0 1 CABLE TRAY CONDUIT OUTSIDE RAIL CLAMP, CH# LCC SERIES 0 TRAY TO CONDUIT ROUTING TRANSITION. IMPORTANT NOTES: 2. CONTRACTOR SHALL DETERMINE ROUTING AND SUPPORT CONDUIT AS PER NEC. ALL UNDERGROUND CONDUITS WILL BE MINIMUM 1", HDR GALV., ENCASED IN RED CONCRETE WITH 6" TOP & SIDES. RED CONCRETE WITH REBAR. TYPICAL CABLE TO CONDUIT TRANSITION (POWER & CONTROL INSTRUMENTATION CABLE) ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services Vuu hii �hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD61 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. DESCRIPTION 0 1 CROUSE—HIND "TB" FITTING, CAT# 0 A/R C6 x 8.2 CHANNEL, GALVANIZED 0 2 EXPANDED SEAL CH CAT# EYS SERIES 0 1 "C" FITTING USE AS SEAL, CH CAT# GUAC WITH SEALING COVER CAT# GUA 0 A/R FLEXIBLE LIQUID—TIGHT CONDUIT, APPROVED AS AN EQUIPMENT GROUNDING, ANACONDA SEALITE TYPE "UA" OR EQUAL 0 1 LIQUID—TIGHT FLEXIBLE METAL CONDUIT CONNECTOR, APPLETON CAT# ST SERIES 00 SUPPORT AS REQ'D • • • (USE TSC EPDXY AS REQ'D) O ( POWER ( INSTR. 6 INCH CHANNEL CONDUIT SUPPORT TYPICAL MOTOR OPERATED VALVE (MOV) (POWER & CONTROL CONDUIT/CABLE ROUTING) ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services IIIII11111111h REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10-EP-01-STD62 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD CONTROL SUPPORT CO NO lllllll" -" FOR CONTINUATION SEE ELEC. DWG. LEVEL SWITCH J IIIA I 1-1 -I I i - 3/4"C W/4Y #14 THHN WIRES BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 1 C—H LR27 CONDULET W/GASK572 GASKET & 270 COVER 2 1 C—H LB27 CONDULET W/GASK572 GASKET & 270 COVER 3 2 C—H T27 CONDULET W/GASK572 GASKET & 270 COVER 4 1 C—H EYS 216 SEAL 5 1 C—H RE32 REDUCER 6 5 C—H UNY 205 UNION 7 1 C—H EDS 2190 PUSHBUTTON MARKED "START—STOP" 8 1 BURNDY GAR6426 GROUND CONNECTOR 9 A/R #2 BARE COPPER STRANDED WIRE 10 1 BURNDY EA25 VERSILUG CONNECTOR 11 1 3/4"x10'-0" COPPER CLAD GROUND ROD 12 2 C—H LTB75—G 3/4" STRAIGHT CONNECTOR 13 A/R 3/4" SATELITE FLEXIBLE CONDUIT HORIZONTAL SUMP PUMP WITH LEVEL DEVICE NOTES: 1. "SEALTITE FLEXIBLE CONDUIT TO BE KEPT AS SHORT AS POSSIBLE, NOT TO EXCEED 36" ( E N G I N E E R I N G 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF 6 CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE:08/ 6/2013 10-EP-01-STD63 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 120 VAC POWER FROM DISTRIBUTION PANEL OR CONTROL TRANSFORMER \15 AMP BRANCH CIRCUIT BREAKER OR FUSED IF FROM MOTOR CT H CONTROL SYSTEM PERMISSIVE TO START NOTES: 2A (OPTIONAL) TSHH MOTOR HIGH HIGH TEMP SHUTDOWN (OPTIONAL) LSHH HIGH HIGH (OPTIONAL) LEVEL INTERLOCK SHUTDOWN —kms — FUSE (AS REQUIRED FOR CONTROL SYSTEM CONTACT PROTECTION) 2A CONTROL SYSTEM START/STOP CONTROL FUSE (AS REQUIRED FOR CONTROL SYSTEM CONTACT PROTECTION) M o MOTOR CONTACTOR COIL 0/L's — __ _ COMMON LSHH OPTIONAL ALARM TO L RETURN I> "LOCAL" OR "DISPATCH" VIA ALARM CIRCUIT WIRING MOTOR CONTROL SCHEMATIC 1. BOTTOM CABLE ENTRY TO MOTOR JUNCTION BOX IS PREFERRED WHERE PHYSICAL SPACE IS ADEQUATE FOR TERMINATION. 2. LIQUID TIGHT FLEX NOT TO EXCEED 18". 3. SEE PLAN DRAWING FOR GENERAL METHOD OF ROUTING. 4. SUPPORT FLEXIBLE CONDUIT AS REQUIRED PER NEC "351-27". 5. SPLICE CONTROL CABLE W/WIRE NUTS AND SECURE WIRE NUT WITH SCOTCH 33 ELECTRICAL TAPE. 6. CONNECT MOTOR FEEDER CABLE WITH COMPRESSION TYPE LUGS, NUTS BOLTS, WASHERS, RUBBER SCOTCH 33 TAPE. 7. ALL FLEXIBLE LIQUID TIGHT CONDUIT SHALL HAVE SPIRAL WRAPPED GREEN GROUND CONDUCTOR CONNECTED AT EACH END TO LIQUID TIGHT GROUND LUG CONNECTOR. CONTROL SYSTEM COMMON ❑ CONTROL SYSTEM ❑ RETURN— J Q ccw Z MOTOR RUNNING STATUS TO CONTROL SYSTEM pi ar 5656 S. Staples, Suite 110 OL ow Corpus Christi, TX 78411 (361) 992-2284 ( E N G I N E E R I N G CITY OF CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/ 6/2013 1 0-EP-01-STD64 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD BILL OF MATERIAL ITEM QTY. UM DESCRIPTION 1 2 EA. CLAMP, CONDUIT, APPROVED GROUNDING GND BUSHING 41111111111111111111111111111110. 411111 N1111111111111114 (iII. NOTES: 111.1°P CABLE TRAY CONDUIT CLAMP (TYP. 2) 4.r GROUNDING DETAIL METALLIC CABLE TRAY BONDING 1" CONDUIT BONDED TO CABLE TRAY BY CONDUIT CLAMP 1. DIMENSIONS TO BE KEPT TO A MINIMUM, ALLOWING TO CLEAR THE CABLE TRAY RAIL. 2. THE FOLLOWING CONDITIONS MUST BE SATISFIED TO ENSURE ADEQUATE BONDING AT CONNECTIONS: A. ALL CONNECTIONS SHALL BE MADE UP WRENCH TIGHT. B. ANY PAINT OR OTHER NON—CONDUCTIVE COATING MUST BE REMOVED AT THE POINT OF CONTACT OR A FASTENER, WHICH WILL PENETRATE THE COATING, MUST BE USED. C. ALL CONNECTIONS SHALL BE COATED WITH ANTI—OXIDANT COMPOUND. D. MATERIALS NOT SUBJECT TO CORROSION FROM THEIR ENVIRONMENT OR APPLICATION, SHALL BE USED. ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services Vuu hii �hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/16/2013 10 -EP -01 -STD65 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD i co co 0 CONCRETE 10" SQUARE 1 J CONDUIT TO BE PRIMED AND WRAPPED PER SPEC. 480V MOTOR CONNECTION UNDERGROUND FEED Th TOP OF PAVING OR FINISH GRADE NOTES: 1. GALVANIZED 4" CHANNEL x 5'-0" LONG ONE (1) PER PUSHBUTTON STATION. BILL OF MATERIAL ITEM QTY DESCRIPTION 1 1 CONTROL STATION, (HOA) OR (START/STOP) 2 4 UNY UNION (SIZE AS REQUIRED) 3 AS REQ'D FORM 7 TEE FITTING (SIZE AS REQUIRED) 4 AS REQ'D FORM 7 ELBOW FITTING (SIZE AS REQUIRED) 5 1 LBD FITTING (SIZE AS REQUIRED) 6 1 CONNECTOR, STRAIGHT GROUNDING 0.2.6 7 AS REO'D CONDUIT, LIQUIDTIGHT FLEX 8 AS REO'D WIRE #2 9 1 REDUCER (SIZE AS REQUIRED) 10 1 1" x 3" NAMEPLATE pi a r h5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 ( E N G I N E E R I N G CITY OF CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE:08/ 6/2013 10-EP-01-STD66 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SEE DETAIL "B" NOTES: 1. 6" IN PAVED AREAS & 12" IN UNPAVED AREAS. 2. MOTOR MUST BE INTERNALLY GROUNDED, FOR OTHER GROUNDING DETAILS, SEE STANDARD XXXX. 3. CROUSE HINDS FITTINGS, SIZE AS REQUIRED. 4. IF NO STRUCTURAL STEEL EXISTS, FOUNDATION AND CONTROL PEDESTAL FOUNDATION MUST BE INSTALLED. 5. MINIMUM DISTANCE OF 3' FROM MOTOR FOUNDATION AND CONTROL PEDESTAL FOUNDATION. MOTOR SPACE HEATER JUNCTION BOX NOTE 5 MOTOR INSTALLATION OVERHEAD FEED ITEM QTY. UNIT 1 1 EA 2 1 EA 3 AS REQ'D EA 4 1 EA 5 AS REQ'D FT 6 AS REQ'D EA 7 1 EA 8 1 EA 9 AS REQ'D EA DETAIL "B" BILL OF MATERIAL DESCRIPTION CONTROL STATION, (HOA) OR (START/STOP) GUAB FITTING (SIZE AS REQ'D) UNY SERIES "UNION" FITTING (SIZE AS REQ'D) GUAT FITTING (SIZE AS REQ'D) 5" CHANNEL FLEX OR RGS CONDUIT 7" X 5" X 1 1/2" ALUMINUM BLOCK NAMEPLATE (1" X 3") PIPE CLAMP (SIZE AS REQ'D) pi ar 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 ( E N G I N E E R I N G CITY OF CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE:08/ 6/2013 10-EP-01-STD67 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD MOTOR SPACE HTR. THERMOGUARD MOTOR {MOTOR J -BOX 2 7 13 .:r PUMP 0 CONNECT BARE COPPER GROUND TO AREA GROUND GRID 3/4" PVC DOME RED CONCRETE RISER SEE (STA7098) DIMENSION TABLE 3 r TPLACES) 1/4V (4 NOTE O3 SEE DETAIL "A" 3'-8" FIRM 1 FINISHED GRADE 3"MIN. co VERTICAL MOTOR -OVERHEAD FEED POWER & CONTROL SEE DETAIL "B" DETAIL "A" NOTES: (2") IN PAVED AREAS & (4") IN UNPAVED AREAS THIS DRAWING DEPICTS THE PREFERRED INSTALLATION. 22 IF FIELD CONDITIONS OR EQUIPMENT ARE DIFFERENT FROM THIS DRAWING, THEN A SPECIFIC DETAIL SHALL BE MADE FOR EACH CASE. ALL WELDS MUST BE SPRAYED W/COLD GALV. O ZINC COMPOUND #AR306 ® FOR 2" OR LARGER POWER CONDUIT, USE "EXLK" IN PLACE OF SEAL TIGHT. OS USE #4 GREEN WIRE ON ALL GROUNDS 2 1/2' r3 3/4" 10 GA. ALUM. 2 3/4" DETAIL "B" NAMEPLATE MOUNTING PLATE DETAIL "C" BILL OF MATERIAL ITEM QTY. 1 1 2 AS REQ'D 3 AS REQ'D 4 2 5 1 6 AS REQ'D 7 AS REQ'D 8 AS REQ'D 9 AS REQ'D 10 AS REQ'D 11 AS REQ'D 12 1 13 AS REQ'D 14 AS REQ'D 15 1 16 1 DESCRIPTION CONTROL STATION (HOA) OR (START/STOP) UNY UNION FITTING (SIZE REQ'D) FORM 7 X FITTING (W/PLUG AS REQ'D) SERVIT POST BURNDY (#2—#2/0) 5" GALVANIZED "C" CHANNEL (C5-6.7) RIGHT ANGLE CONDUIT CLAMP (SIZE REQ'D) SEAL TIGHT/CONNECTION/GREEN GROUND DRAIN BREATHER FITTING 2" X 2" X 1/4" GALVANIZED ANGLE IRON (NOTE #3) 1 1/2" X 1 1/2" X 1/4" GALVANIZED ANGLE IRON (NOTE CABLE TIES 1" x 3" NAMEPLATE REDUCER (SIZE AS REQ'D) FORM 7 TEE FITTING (W/PLUG AS REQ'D) LBD ELBOW FITTING (SIZE AS REQ'D) #3) BURNDY GAR TYPE GROUNDING CLAMP (SIZE AS REQ'D) ( E N G I N E E R I N G 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services NO. 0 REVISIONS DATE DESCRIPTION 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE:08/ 6/2013 10-EP-01-STD68 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD MOTOR SPACE HEATER JUNCTION BOX 0 0 0 00 0 NOTE 4 dr. 3" MIN SEE DETAIL "B" co FINISHED GRADE RED CONCRETE DOMED FINISHED TOP (FOR DRAINAGE) 6" VERTICAL MOTOR UNDERGROUND FEED 8" (MIN.) - 0 0 DETAIL "B" NOTES: 1. 6" IN PAVED AREAS & 12" IN UNPAVED AREAS. 2. USE #4 GREEN WIRE ON ALL GROUNDS. 3. CROUSE HINDS FITTINGS, SIZE AS REQUIRED 4. MINIMUM 3'-0" FROM MOTOR FOUNDATION AND CONTROL PEDESTAL FOUNDATION BILL OF MATERIAL ITEM QTY. 2 3 4 5 6 7 8 9 10 11 1 1 AS REQ'D AS REQ' D 1 AS REQ'D AS REQ' D UNIT EA EA EA FT EA DESCRIPTION 1 1 CONTROL STATION (HOA) OR (START/STOP) LBD FITTING (SIZE AS REQ'D) UNY UNION FITTING (SIZE AS REQ'D) 2" ANGLE IRON CROUSE HINDS FORM 7 TEE FITTING WITH COVER & GASKET FT 5" CHANNEL FT SEALTITE, TYPE "UA", WITH LTB, GROUND LUG, FITTINGS EA 7" X 5" X 1 1/2" ALUMINUM BLOCK EA NAMEPLATE (1" X 3") PIPE CLAMP (SIZE AS REQ'D) AS REQ'D AS REQ'D EA EA EYS SEAL FITTING (SIZE AS REQ'D) pi ar 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 ( E N G I N E E R I N G CITY OF CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/ 6/2013 10-EP-01-STD69 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD MOTOR SPACE HEATER JUNCTION BOX DETAIL "A" NOTES: INSTRUMENT TERMINAL BLOCKS "EIH" INST. ENCLOSURE WITH DEEP COVER BRACKET SUPPORT FOR TERMINAL BLOCKS DETAIL "B" GROUND LUG DETAIL "C" GROUND LUG -o 041 triiT©` Fir 0 0A 111. peji.A.u.,y4ov.merzi WELD SEE DETAIL "A" PRESSURE SWITCH (VERIFY LOCATION) SEE DETAIL "B" O"EYD" SEAL NOT REQ'D WITH 4 INTEGRAL SEALED INST. DOMED 6,. FINISHED TOP (FOR DRAINAGE) FIN. GRADE RED CONCRETE BILL OF MATERIAL ITEM QTY. DESCRIPTION 1 1 CONTROL STATION (HOA) OR (START/STOP) 01 6" IN PAVED AREAS & 12" IN UNPAVED AREAS. 2 1 LBH FITTING (SIZE AS REQ'D) 02 FOR 4160V MOTOR USE "ECLK" IN PLACE OF SEAL TIGHT. 3 AS REQ'D UNY UNION FITTING (SIZE AS REQ'D) 03 USE #4 GREEN WIRE ON ALL GROUNDS. 4 AS REQ'D EYD SEAL FITTING (SIZE AS REQ'D) 5 AS REQ'D REDUCER FITTING (SIZE AS REQ'D) 6 AS REQ'D GUAT FITTING (SIZE AS REQ'D) 7 3 5" CHANNEL UNDERGROUND 8 AS REQ' D CROUSE HINDS LTBGC SERIES SEAL TIGHT/CONNECTION/GREEN GROUND 9 1 7" X 5" X 1 1/2" ALUMINUM BLOCK FEED -HORIZONTAL MTR. 10 AS REQ'D U -BOLT W/PRESS. SW. 11 1 NAMEPLATE (1" X 3") 12 AS REQ'D PIPE CLAMP (SIZE AS REQ'D) 13 14 CROUSE HINDS GUAB FITTING (SIZE AS REQ'D) 15 CROUSE HINDS GUAG FITTING (SIZE AS REQ'D) 16 "EIH" ENCLOSURE REQ'D FOR INST. NOT CONTAINING TERMINALS pi ar 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 ( E N G I N E E R I N G CITY OF CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE:08/ 6/2013 10-EP-01-STD70 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD MOTOR SPACE HEATER JUNCTION BOX DETAIL "A" DETAIL "B" DETAIL "C" NOTES: INSTRUMENT TERMINAL BLOCKS "EIH" INST. ENCLOSURE WITH DEEP COVER BRACKET SUPPORT FOR TERMINAL BLOCKS 01 6" IN PAVED AREAS & 12" IN UNPAVED AREAS. 02 FOR 2" OR LARGER POWER CONDUIT, USE "ECLK" IN PLACE OF SEAL TIGHT. 03 USE #4 GREEN WIRE ON ALL GROUNDS. UNDERGROUND FEED -VERTICAL MTR. W/PRESS. SW. PRESSURE SWITCH (VERIFY LOCATION) Id:•SbS's !?: O+* Ma arD WELD 1 41) 14 r il O �.11 - MI0• SEE DETAIL "A" SEE DETAIL "B" MIN. FINISHED GRADE DOMED FINISHED TOP (FOR DRAINAGE) BILL OF VATEIAL ITEM QTY. DESCRIPTION 1 1 CONTROL STATION (HOA) OR (START/STOP) 2 1 LBD FITTING (SIZE AS REQ'D) 3 AS REQ'D UNY UNION FITTING (SIZE AS REQ'D) 4 AS REQ'D EYD FITTING (SIZE AS REQ'D) 5 AS REQ'D REDUCER FITTING (SIZE AS REQ'D) 6 AS REQ'D GUAT FITTING (SIZE AS REQ'D) 7 3 5" CHANNEL 8 AS REQ'D SEAL TIGHT/CONNECTION/GREEN GROUND 9 1 7" X 5" X 1 1/2" ALUMINUM BLOCK 10 AS REQ'D U- BOLT 11 1 NAMEPLATE (1" X 3") 12 AS REQ'D PIPE CLAMP (SIZE AS REQ'D) 13 GUAB OR EIH FITTING FOR INSTRUMENTS CONTAINING TERMINALS INSTRUMENT ENCLOSURE FOR INST. WITHOUT TERM. (SEE DETAIL "C") GUAG FITTING (SIZE AS REQ'D) LTBGC FLEX W/ SEALTITE ( E N G I N E E R I N G 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/ 6/2013 10-EP-01-STD71 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD DEVICE SEE PLAN DRAWING FOR CONTINUATION FREE DRAINING TOP FEED NON -ARCING DEVICE WITH PROCESS CONNECTION DEVICE NOTES: 1. CROUSE -HINDS FITTINGS, SIZE AS REQUIRED. 2. FLEX IS TO BE INSTALLED BETWEEN 12" & 6' LONG AND IS TO BE SUPPORTED AS REQUIRED. BOTTOM FEED SEE PLAN DRAWING FOR CONTINUATION BILL OF MATERIAL ITEM QTY. UNIT DESCRIPTION 1 MIN. FT RGS CONDUIT (SIZE— *) 2 MIN. FT LIQUIDTIGHT FLEXIBLE CONDUIT 3 1 EA. UNY UNION FITTING (SIZE*) 4 1 EA. CD -2 DRAIN -BREATHER FITTING 5 2/3 EA. TYPE RE REDUCER (SIZE— *) 6 2 EA. LTBG LIQUIDTIGHT CONN, W/GND. LUG (SIZE— *) 7 MIN. EA. #10 Cu GREEN INSULATED GROUND WIRE 8 2 EA. TY WRAP (SIZE AS REQ'D) 9 1 EA. GUA (GROUPS C & D) OR EAB (GROUP B) LBY FITTING (SIZE— *) 10 2/4 EA. CLOSE NIPPLE, GALV. (SIZE*) 11 2 EA. FORM 7 TEE FITTING (SIZE*) * SIZES ACCEPTABLE: 3/4", 1" (1/2" MAY BE USED INDOORS) pi ar 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 ( E N G I N E E R I N G CITY OF CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE:08/ 6/2013 10-EP-01-STD72 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD BOTTOM OF FIXTURE APPROX. 7'-6", UNLESS OTHERWISE NOTED HANDRAIL 3" TOP OF PLATFORM 3" (PROVIDE SUPPORT CHANNEL FOR CONDUIT AS REQ'D., IN ADDITION TO FITTING) FIELD SEAL WELD (TYPICAL) HANDRAIL MOUNTED STANCHION FIXTURE (TYP. FOR 2) (TYP. FOR 2) BILL OF MATERIAL ITEM QTY UNIT DESCRIPTION 1 AS REQ'D. FT 1 1/2" RGS CONDUIT 2 2 EA 2" x 2" ANGLE, 10" LONG, GALV. 3 2 EA 1 1/2" U—BOLT, HDG, W/NUTS & LOCKWASHERS 4 AS REQ'D. EA CHANNEL, HDGAF, 1 5/8" X 1 5/8", UNISTRUT# P-1000HG, 10" LONG 5 1 EA FIXTURE (LED PREFERRED) 6 1 EA FORM 7 T FITTING WITH COVER AND GASKET (SIZE AS REQUIRED) E N G I N E E R I N G 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE 1 05/24/18 REVISED TO LED JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/ 6/2013 10-EP-01-STD73 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD NOTES: 1. NOT ALL TERMINAL BLOCKS, WIRE #'S OR DEVICES WILL BE UTILIZED IN ALL CASES. THIS STANDARD SHOULD BE USED ONLY AS A STARTING POINT FOR ACTUAL FIELD VERIFICATION. 2. SPARE M COIL CONTACTS ARE SHOWN EVEN IF THEY ARE NOT USED. 3. USE MANUFACTURER'S DATA SHEETS TO DETERMINE VENDOR WIRE #'S. RUNG NO'S. 2 4 5 6 7 (PUMP NUMBER) SCHEMATIC DIAGRAM (APPLICATION OF PUMP) X X X / � M M M M X L1 L2 L3 MCC EE-#, SECT.# ??) ) )1N (BLDG. E D7 ORXXX SUB.) X X l l COL'S F1 CPT X F2 X X X C1 J J ONE -LINE DWG. REFERENCE X RUN • i R i • CO 131 A ® STARTER T1 CT T2 C1 T3 111111111 1 1 1 1 YYYYY COC1 JJJJ JJ 0 - CO MCC TERMINAL STRIP (TB#'S) KRC WIRE NUMBERS CONDUIT SCHEDULE REFERENCE IN FIELD START � Y O—Y STOP Y� LEGEND: (PUMP NUMBER) WIRING DIAGRAM X VENDOR WIRE #'S (SEE NOTE 3) Y KRC WIRE NUMBERS (FIELD DEVICES) ? CONTROL TRANSFORMER VA RATING F2 TRANSFORMER FUSE RATING ??---SPACE HEATER WATT RATING TB MCC TERMINAL BLOCK #'S ???---MCC BREAKER AMP RATING *----OPTIONAL AMMETER (APPLICATION OF PUMP) 480V MOTOR STARTER SAMPLE SCHEMATIC (Sc WIRING DIAGRAM pi ar 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 ( E N G I N E E R I N G CITY OF CORPUS CHRISTI TEXAS WATER DEPARTMENT Deportment of Engineering Services REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DR: FC DATE: 08/ 6/2013 10 -EP -01 -STD74 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD TRANS. TO PROCESS CONNECTION COND. & WIRE (BY ELECT.) (SEE DWG 10—IC-01—STD10) DRAIN CONNECTION 2" P.S. PRESSURE TRANSMITTER LIQUID SERVICE NOTES: 1. MANIFOLD DRAINS REMAIN PLUGGED. BILL OF MATERIAL ITEM QTY DESCRIPTION 1 1 1/2" 2—VAL. MANIF., PGI #M618—MNT—WAW3—VSH 2 1 3/8"T x 3/4" MP SS CONNECTOR 3 1 3/8"T x 1/2" MP CONNECTOR 4 AS REQ. SS TUBING; 3/8" x .035 WT. 5 1 3/8"T SS NEEDLE VAL. 6 1 3/8"T SS NEEDLE VALVE PLUG 7 1 3/8"T x 1/4" MP SS CONNECTOR r5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 I E N G I N E E R I N G I CITY OF CORPUS CHRISTI TEXAS 20 WATER KK i DEPARTMENT Deportment of Engineering Services uu0l 0,0 REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 01 DATE: 08/16/2013 DWG: 1 0 -IC -01 -STD01 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD COND. & WIRE (BY ELECT.) VENT (SEE DWG 10—IC-01—STD10) \ CONNECTION TRANS. 0 2" P.S. SEE NOTE 4 ALTERNATE TRANSMITTER MOUNTING POSITION (SEE NOTE 3) COND. & WIRE (BY ELECT.) (SEE DWG 10—IC-01—STD10) VENT CONNECTION TRANS. 2" P.S. BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/2" MANIF. PGI# 618—SCT—W3WLXW—TS OR EQ. 1 2 1/2" 0.D. X .035 WALL SMLS 316SS TUBING MIN 3 1/2'T NEEDLE VA., WHITEY SS-1VS8 OR EQ. 1 4 1/2'T X 1/4" NPT MALE CONNECTOR, 316SS 1 5 1/2'T PLUG 316SS 1 6 1/2" 0.D. X .035 WALL 316SS SMLS INSULATED 2 PROCESS TUBES, W/(1) 3/8"0.D. X .032 WALL COPPER TRACER. DEKORON #2202-40A31 SMLS PRE—INSULATED TUBE BUNDLE OR EQUAL SEE NOTE 4 NOTES: 1. MOUNT TRANSMITTER ABOVE TAP ON PLATFORM. SLOPE TUBING DOWN TO SOURCE. DO NOT POCKET. 2. STEAM TRACE AND INSULATE PER KOCH STANDARD 4.10-4. 3. APPROVAL REQUIRED FOR ALTERNATE MOUNTING. 4. MANIFOLD DRAIN REMAINS PLUGGED. PRESSURE TRANSMITTER (INSUL SS TUBING) Rash ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS ® WATER DEPARTMENT Deportment of Engineering Services r 11 Illl41l 1I, REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 02 DATE: 08/16/2013 DWG: 10 -IC -01 -STD02 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD TRANS. COND. & WIRE (BY ELECT.) (SEE DWG 10—IC-01—STD10) DRAIN CONNECTION 2" P.S. DIFFERENTIAL PRESSURE TRANSMITTER -FLOW NOTES: 1. SLOPE HORIZON. RUNS 1" PER FOOT DOWN TO INSTRUMENT. 2. MANIFOLD DRAINS REMAIN PLUGGED. 3. SURSOL 370 FILL FOR HF SERVICE. BILL OF MATERIAL ITEM QTY DESCRIPTION 1 1 1/2" 3—VAL. MANIF. 2 1 3/8'7 SS NEEDLE VAL. 3 4 3/817 x 1/2" MP SS CONNECTOR 4 1 3/8'7 x 1/4" MP SS CONNECTOR 5 AS REQ. SS TUBING; 3/8" x .035 WT. 6 1 3/8'7 SS NEEDLE VALVE PLUG ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI aKo" TEXAS WATER DEPARTMENT Deportment of Engineering Services REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 03 DATE: 08/16/2013 DWG: 10 -IC -01 -STD03 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD COND. & WIRE (BY ELECT.) T (SEE DWG 10-IC-01-STD10) CO & WIRE (B (0Y ELECT.) Adr (SEE DWG 10-IC-0I-STD10) TRANSMITTER iI L . o O ;@r © TRANSMITTER • DETAIL "B" LIQUID SERVICE BILL OF MATERIAL ITEM DESCRIPTION NOTE QTY 1 1/2", 3 -VALVE MANIFOLD, PGI #M -750 -SCT 2 1 2 1/2" CLOSE NIPPLE 3 2 3 DRAIN/VENT VALVE 2 4 1/2" FLANGE ADAPTER 1&2 2 DETAIL "A" GAS SERVICE NOTES: 1. "H2" SUFFIX, IN THE TRANSMITTER MODEL NUMBER, SPECIFIES THE TRADITIONAL FLANGE & ITS MATERIAL. DF, IN THE SUFFIX, SPECIFIES THE FLANGE ADAPTER. 2. PROCESS CONDITIONS SHALL DETERMINE SOFT GOOD MATERIALS. (TEFLON PREFERRED WHERE APPLICABLE) 3. CLOSE NIPPLES SHALL BE SELECTED PER PIPING STANDARD/SPECIFICATION. DIFFERENTIAL PRESSURE TRANSMITTER -FLOW (CLOSE COUPLED) r5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 I E N G I N E E R I N G I CITY OF ' a CORPUS CHRISTI TEXAS 20 WATER meq' DEPARTMENT Deportment of Engineering Services w.. IIIIII"��'hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 04 DATE: 08/16/2013 DWG: 10 -IC -01 -STD04 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD TRANS. COND. & WIRE (BY ELECT.) (SEE DWG 10—IC-01—STD10) DRAIN CONNECTION 2 P.S. DIFFERENTIAL PRESSURE TRANSMITTER -FLOW (INSUL. SS TUBING) NOTES: 1. MANIFOLD DRAINS REMAIN PLUGGED. BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/2" 3—VA. MANIF., PGI# M-650—SCT—W3WLXWTS OR EQ. 1 2 1/2"T, BALL VALVE, WHITEY SS-1VS8 OR EQUAL 1 3 1/2"T X 1/2" NPT MALE CONNECTOR, 316SS 4 4 1/2"T X 1/4" NPT MALE CONNECTOR, 316SS 1 5 1/2" 0.D. X .035 WALL SMLS 316SS TUBING MIN. 6 1/2"O.D. X .035 WALL 316SS SMLS INSULATED MIN. PROCESS TUBES, W/(1) 3/8"O.D. X .032 WALL PRE—INSULATED TUBE BUNDLE 7 1/2"T PLUG 316SS SMLS 1 r5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 I E N G I N E E R I N G I CITY OF ' a CORPUS CHRISTI TEXAS 20 WATER meq' DEPARTMENT Deportment of Engineering Services w.. IIIIII"��'hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 05 DATE: 08/16/2013 DWG: 10 -IC -01 -STD05 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD SWITCH COND. & WIRE (BY ELECT.) (SEE DWG 10—IC-01—STD10) BY PIPING BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/2" 800# THD. BALL VALVE SS 1 2 1/2" 3000# F.S. SCR. TEE, ASTM A-105 316SS 1 3 3/4" X 1/2" S/80 SMLS. STL. TBE SWAGE 316SS 1 4 1/2" 3000# F.S. SCR. PLUG, ASTM A-105 316SS 1 5 1/2" X 2" LG. S/80 SMLS STL PIPE NIP. 316SS 1 ALT. SIPHON 1/2" S/80 C.S. 1� SWITCH COND. & WIRE (BY ELECT.) (SEE DWG 10—IC-01—STD10) BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/2" 800# THD. BALL VALVE SS 1 2 1/2" 3000# F.S. SCR. TEE, ASTM A-105 316SS 1 3 3/4" X 1/2" S/80 SMLS. STL. TBE SWAGE 316SS 1 4 1/2" 3000# F.S. SCR. PLUG, ASTM A-105 316SS 1 5 1/2" X 2" LG. S/80 SMLS STL PIPE NIP. 316SS 1 PRESSURE SWITCH PIPING (GENERAL SERVICE) r5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 I E N G I N E E R I N G I CITY OF ' a CORPUS CHRISTI TEXAS 20 WATER meq' DEPARTMENT Deportment of Engineering Services w.. IIIIII"��'hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 06 DATE: 08/16/2013 DWG: 10 -IC -01 -STD06 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD COND. & WIRE (BY ELECT.) (SEE DWG 10—IC-01—STD10) DETAIL "A" BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/2" 800# THD. BALL VALVE SS 1 2 3/4" X 1/2" S/80 SMLS. STL. TBE SWAGE 316SS 1 3 1/2" 3000# F.S. SCR. TEE, ASTM A-105 316SS 1 4 1/2" 3000# F.S. SCR. PLUG, ASTM A-105 316SS 1 5 1/2" X 2" LG. S/80 SMLS STL PIPE NIP. 316SS 1 * FURNISHED WITH SWITCH 1 SWITCH COND. & WIRE (BY ELECT.) (SEE DWG 10—IC-01—STD10) DETAIL "B" BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/2" 800# THD. BALL VALVE SS 1 2 3/4" X 1/2" S/80 SMLS. STL. TBE SWAGE 316SS 1 3 1/2" 3000# F.S. SCR. TEE, ASTM A-105 316SS 1 4 1/2" 3000# F.S. SCR. PLUG, ASTM A-105 316SS 1 5 1/2" X 2" LG. S/80 SMLS STL PIPE NIP. 316SS 1 * FURNISHED WITH SWITCH 1 * PULSATION DAMPENER OR DIAPHRAGM PROTECTOR PRESSURE SWITCH PIPING (PULSATION DAMPENER OR DIAPHRAGM PROTECTOR) r5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 I E N G I N E E R I N G I CITY OF ' a CORPUS CHRISTI TEXAS 20 WATER meq' DEPARTMENT Deportment of Engineering Services w.. IIIIII"��'hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 07 DATE: 08/16/2013 DWG: 10 -IC -01 -STD07 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD COND. & WIRE (BY ELECT.) (SEE DWG 10—IC-01—STD10) PL 1/4" X SIZE REQ'D. TUBING BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/2" T. NEEDLE VA., WHITEY SS-1VS8 OR EQ. 2 2 1/2" TUBE UNION TEE 316SS 1 3 1/2" TUBE PLUG 316SS 1 4 1/2" T X 1/2" NPT MALE CONNECTOR 316SS 1 5 1/2" O.D. X .035 W. SMLS. 316SS TUBING MIN. 6 1/2" T X 1/2" NPT MALE CONNECTOR, 316SS 1 COND. & WIRE (BY ELECT.) (SEE DWG 10—IC-01—STD10) PL 1/4" X SIZE REQ'D. PIPE/TUBING BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/2" 800# THD. GATE VALVE, 316SS 2 2 1/2" 3000# SCR. TEE, 316SS A182 1 3 1/2" NPT UNION 316SS A182 SCR'D. 1 4 1/2" 3000# SCR'D. PLUG, 316SS A182 1 5 1/2" X 2" LG. S/80 316SS A312 PIPE NIP. TBE3 6 1/2" T X 1/2" NPT MALE CONNECTOR, 316SS 1 7 1/2" O.D. X .035 W. SMLS 316SS TUBING MIN. REMOTE MOUNTED PRESSURE SWITCH r5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 I E N G I N E E R I N G I CITY OF ' a CORPUS CHRISTI TEXAS 20 WATER meq' DEPARTMENT Deportment of Engineering Services w.. IIIIII"��'hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 08 DATE: 08/16/2013 DWG: 10 -IC -01 -STD08 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 3—WAY SOLENOID VALVE AIR SUPPLY OR SIGNAL COND. & WIRE (BY ELECT.) (SEE DWG 10—IC-01—STD10) ® I ■ ' T' VENT DE BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/4" NPT BUG SCREEN, FISHER Y602-1 OR EQ. 1 2 1/4"T X 1/4" MALE CONNECTOR, SS 2 3 1/4" 0.D. X .030 W 316SS TUBING W/PVC JACKET MIN. TO CONTROL VALVE NOTES: 1. DO NOT MOUNT ON CONTROL VALVE. SOLENOID CONNECTION (AIR SUPPLY OR SIGNAL TUBING) ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF �p ryo CORPUS CHRISTI TEXAS WATER ® DEPARTMENT Deportment of Engineering Services Vuu hii �hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 09 DATE: 08/16/2013 DWG: 10-IC-01-STD09 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD TRANSMITTER OR DEVICE SEE PLAN DWG FOR CONDUIT AND FITTING DRAIN & REDUCER AT END OF RUN ELECTRONIC I/I OR E/I TRANSMITTER NON—HAZARDOUS AREAS DRAIN (104B ONLY) (104A ONLY) (104B ONLY) SEE PLAN DWG FOR CONDUIT AND FITTING DRAIN AND REDUCER AT END OF RUN ELECTRONIC I/I OR E/I TRANSMITTER CLASS I, DIVISION 2, GROUPS B, C OR D BILL OF MATERIAL ITEM DESCRIPTION QTY 1 REDUCER, ALUMINUM 2 2 UNION, MALE, ALUMINUM 2 3 SEAL, ALUMINUM 1 BILL OF MATERIAL ITEM DESCRIPTION QTY 4 CONDUIT, LIQUIDTIGHT FLEX W/EXTERNAL GRD WIRE, 3/4" X 18" LONG 18" MAX. 1 REDUCER, ALUMINUM 2 5 ELBOW, 90' , FEMALE 1 2 CONNECTOR, STRAIGHT, 3/4" 2 6 CONNECTOR, STRAIGHT 2 3 CONDUIT, LIQUIDTIGHT FLEX W/EXTERNAL GRD WIRE, 3/4" X 18" LONG 18" MAX. 7 CLOSE NIPPLE, ALUMINUM 2 8 DRAIN SEAL, ALUMINUM 1 NOTES: 1. MAX. LENGTH OF FLEX CONDUIT SHALL NOT EXCEED 18" FLEX CONDUIT CONNECTION DETAILS Rash ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS ® WATER DEPARTMENT Deportment of Engineering Services lloo1111111111015 REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 10 DATE: 08/16/2013 DWG: 10—IC-01 —STD 10 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 12" X 12" X 5/16" 1/4" 316SS TUBING FROM PROCESS, TRANSMITTER OR CONTROLLER BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/4"T NEEDLE VALVE (SS) 1 2 1/4'T X 1/4"NPT FEMALE CONNECTOR 1 3 1/4" 0.D. X .030 W. Cu. TUBING W/PVC JACKET MIN. NOTES: 1. . LOCAL INDICATOR CONNECTION Rash ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS ® WATER " ~' DEPARTMENT Deportment of Engineering Services lloo1111111111015 REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 11 DATE: 08/16/2013 DWG: 10—IC-01 —STD 1 1 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD HORIZONTAL HEADER BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/2" BALL VALVE SS 1 2 1/2" NIPPLE 2 3 3/4" X 1/2" SWAGE 1 4 1/2" TEE 1 5 1/2" SCR. PLUG 1 6 1/2" COUPLING, TOE 1 VERTICAL HEADER BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/2" BALL VALVE SS 1 2 1/2" NIPPLE 2 3 3/4" X 1/2" SWAGE 1 4 1/2" TEE 1 5 1/2" SCR. PLUG 1 6 1/2" COUPLING, TOE 1 NOTES: INSULATE PER KOCH STD. 4.10-3 AS REQ'D. PRESSURE GAUGE r5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 I E N G I N E E R I N G I CITY OF ' a CORPUS CHRISTI TEXAS 20 WATER meq' DEPARTMENT Deportment of Engineering Services w.. IIIIII"��'hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 12 DATE: 08/16/2013 DWG: 10 -IC -01 -STD1 2 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1 1 HORIZONTAL HEADER BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/2" BALL VALVE SS 1 2 1/2" X 1/2" NPT SIPHON C.S. PGI# 1 A7-524-10 OR EQUAL 3 1/2" TEE 1 4 1/2" SCR. PLUG 1 5 3/4" X 1/2" SWAGE 1 6 1/2" NIPPLE 2 7 1/2" COUPLING, TOE 1 VERTICAL HEADER BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1/2" BALL VALVE SS 1 2 1 /2" X 1 /2" NPT SIPHON C.S. PCI# 1 A7-524-10 OR EQUAL 3 1/2" TEE 1 4 1/2" SCR. PLUG 1 5 3/4" X 1/2" SWAGE 1 6 1 /2" NIPPLE 2 7 1 /2" COUPLING, TOE 1 PRESSURE GAUGE W/SIPHON r5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 I E N G I N E E R I N G I CITY OF ' a CORPUS CHRISTI TEXAS 20 WATER meq' DEPARTMENT Deportment of Engineering Services w.. IIIlll'In REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 13 DATE: 08/16/2013 DWG: 10—IC-01 —STD1 3 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD WELD PLATE ON END 2"0 PIPE 1/2" DIA. ANCHOR BOLTS 10" 10" M W 0 0 Z LU LU (4) 5/8— DIA. HOLES BASE PLATE DETAIL NOTES: 1. HOT DIP GALVANIZE AFTER FABRICATION. 2. 1/4" MIN. THICKNESS FOR BASE PLATE. 3. GUSSETS REQ'D FOR BASE PLATE LESS THAN 1/2" THICK. INSTRUMENT MOUNTING SUPPORT I Rash ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS ® WATER DEPARTMENT Deportment of Engineering Services lloo1111111111015 REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 14 DATE: 08/16/2013 DWG: 10—IC-01 —STD 1 4 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2'-0" 2" DIA. C.S. PIPE (WELD PLATE ON END) 1/2" PLATE (SEE NOTE 3, 4) ELEVATION VIEW 10" 10" (4) 5/8"" DIA. HOLE BASE PLATE DETAIL NOTES: 1. (4) 1/2" DIA. ANCHOR BOLTS REO'D. FOR CONCRETE MOUNTING. 2. HOT DIP GALVANIZE AFTER FABRICATION. 3. 1/2" MIN. THICKNESS FOR BASE PLATE. INSTRUMENT MOUNTING SUPPORT II r5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 I E N G I N E E R I N G I CITY OF ' a CORPUS CHRISTI TEXAS WATER meq' DEPARTMENT Deportment of Engineering Services w.. IIIIII"��'hn REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 15 DATE: 08/16/2013 DWG: 10 -IC -01 -STD1 5 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2"DIA. C.S. PIPE (W/WELDED PL. ON END) 1/4" • SEE PL. DET'L 1/4" 6" SIDE ELEVATION PLATE DETAIL 1 1/2" (4) 7/16" HOLES NOTES: 1. USE WITHOUT 6" X 6" PLATE FOR COLUMN MOUNTING, WITH PLATE FOR CONCRETE MOUNTING. 2. (4) 3/8"0 ANCHOR BOLTS REQUIRED FOR CONCRETE MOUNTING. 3. PROVIDE 1/4"0 WEEPHOLES AS RE'D FOR HOT DIP GALVANIZING. 4. ACCEPTABLE ALTERNATE: O'BRIEN MODEL WE16. INSTRUMENT MOUNTING SUPPORT III Rash ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS ® WATER " ~' DEPARTMENT Deportment of Engineering Services lloo1111111111015 REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 16 DATE: 08/16/2013 DWG: 10—IC-01 —STD 1 6 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1/4" C.S. PLATE DRILL TO SUIT INSTR. MOUNTING 2" DIA. C.S. PIPE (WELD PLATE ON END) 2'-0" 0 0 w 1/2" C.S. PLATE (SEE NOTE 3, 4) ELEVATION VIEW 1 (TYP.)" 10" 8" 0 8" 10" 5/8" DIA. HOLE 4 PLCS. BASE PLATE DETAIL INSTRUMENT MOUNTING SUPPORT IV NOTES: 1. (4) 3/8" DIA. ANCHOR BOLTS REQ'D. FOR CONCRETE MOUNTING. 2. HOT DIP GALVANIZE AFTER FABRICATION. 3. 1/4" MIN. THICKNESS FOR BASE PLATE. 4. GUSSETS REQ'D FOR BASE PLATE LESS THAN 1/2" THICK. Rash ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS ® WATER DEPARTMENT Deportment of Engineering Services lloo1111111111015 REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 17 DATE: 08/16/2013 DWG: 10—IC-01 —STD 1 7 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2" DIA. C.S. PIPE (WELD PL. ON END) L 2" X 2" X 1/4" INSTRUMENT MOUNTING SUPPORT V NOTES: 1. "A" DIMENSION BY DIA. OF PIPE SIZE & U—BOLT. U—BOLT TO BE 1/2"0 GALV. CARBON STEEL. 2. HOT DIP GALVANIZE AFTER FABRICATION. Rash ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS ® WATER " ~' DEPARTMENT Deportment of Engineering Services Illl41l,i REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 18 DATE: 08/16/2013 DWG: 10 -IC -01 -STD 18 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 2"DIA. C.S. PIPE (WELD PL. ON END) m NOTES: 1. "A" DIMENSION BY DIA. OF PIPE SIZE & U—BOLT. U—BOLT TO BE 1/2"0 GALVANIZED CARBON STEEL. 2. HOT DIP GALVANIZED AFTER FABRICATION. INSTRUMENT MOUNTING SUPPORT VI Rash ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS ® WATER " ~' DEPARTMENT Deportment of Engineering Services Illl41l,i REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 19 DATE: 08/16/2013 DWG: 10 -IC -01 -STD 19 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD TYPICAL LEVEL CONTROLLER TYPICAL TRANSMITTER — PIPE SUPPORT PERFORATED SUPPORT CHANNEL AT 8'-0° MAXIMUM ON VERTICAL AND HORIZONTAL RUNS. BOLT CHANNEL TO �i. VALVE TOPWORKS OP Ire /- CONTROL VALVE TUBING SUPPORT DETAIL I NOTES: 1. ALL TRAYS TO BE ALUMINUM OR HOT DIPPED GALV. Rash ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS ® WATER DEPARTMENT Deportment of Engineering Services r 11 11 Illl41l,i REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 20 DATE: 08/16/2013 DWG: 10 -IC -01 -STD20 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD 1 OR 2 TUBES 3 OR 4 TUBES BILL OF MATERIAL ITEM DESCRIPTION QTY 1 1-1/2" WIDE CHANNEL 2 2" WIDE CHANNEL 3 YOKE CLAMP, 2 ABREAST 316SS 4 YOKE CLAMP, 4 ABREAST 316SS 5 1/4"-20 WING NUT 316SS 6 1/4"-20 X 1 1/4"LG. CARRIAGE BOLT 316SS 3 OR 4 TUBES 4 THRU 8 TUBES TUBING SUPPORT DETAIL II Rash ENGINEERING 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361) 992-2284 CITY OF CORPUS CHRISTI TEXAS ® WATER DEPARTMENT Deportment of Engineering Services IIII141I, REVISIONS NO. DATE DESCRIPTION 0 11/14/14 ISSUED FOR USE JOB NO.: E13064 SCALE: N/A DETAIL 21 DATE: 08/16/2013 DWG: 10 -IC -01 -STD21 Doc,Ign ED,llope ID 470B43,3294-039,137AIDFC4C21313999CC CITY OF CORPUS CHRISTI WATER DEPARTMENT EQUIPMENT INDEX Equipment TAG Scheme: PI nt#-Equip#-Area#Sequence#* REVISION: REV. DATE: 1 26 -Mar -21 PLANT# EQUIPMENT ID FUNCTIONAL AREA# SEQUENCE# TAG EQUIPMENT DESCRIPTION PID 31 04 01 31-B-0401 Presedlmentatlon Basin (old tag 497) 31-P100401 01 31 10 01 31-B-1001 Primary Se dl mentation Basin 1(old tag446) 31-P101001 01 31 10 02 31-B-1002 Primary Se dl mentation Basin 2(old tag448) 31-P101001 01 31 10 03 31-B-1003 Secondary 5e dl mentation Basin 1 (old tag 447) 31-P101004 04 31 10 04 31-B-1004 Secondary 5e dl mentation Basin 2 (old tag 449) 31-P101004 04 31 11 01 31-B-1101 Primary Se dl mentation Basin 3(old tag 450) 31-P101101 01 31 11 02 31-B-1102 Primary Se dl mentation Basin 4(old tag 452) 31-P101101 01 31 11 03 31-B-1103 Secondary Se dl mentation Basin 3 (old tag 451) 31-P10-1102 02 31 11 04 31-B-1104 Secondary 5e dl mentation Basin 4 (old tag 453) 31-P101102 02 31 16 01 31-B-1601 Wash Water Recycle Basin (old tag 4151) 31-P10-1601 01 31 01 01 31-00101 Air Compressor 41 (Old 4501) 31-P100106 06 31 01 02 31-30102 Air Compressor 42 (Old tag 502) 31-P100106 06 31 01 03 31-30103 Backup Air Compressor (Old tag 503) 31-P100106 06 31 01 04 31-30104 Backup Air Compressor (Old tag 4504) 31-P100106 06 31 01 05 31-30105 Backup Air Compressor (Old tag 4505) 31-P100106 06 31 10 01 31-31001 Air Compressor 1(Old tag 4554) 31-P101003 03 31 10 02 31-31002 Air Compressor 2(Old tag 4555) 31-P101003 03 31 13 01 31-31301 Air Scour Blower 41 (Old Tag 42600) 31-P101303 03 31 13 02 31-31302 Air Scour Blower 42 (Old Tag 42601) 31-P101303 03 31 CTK 10 01 31-CTK-1001 Compressed Air Receiver (old tag 554C) 31-P101003 03 31 DF 09 01 31 -DF -0901 Dry Feeder (old tag 4462) 31-P10-0905 05 31 DR 01 01 31 -DR -0101 Air Dryer (old tag 4513) 31-P100106 06 31 DR 01 02 31 -DR -0102 Standby Air Dryer (old tag 4531) 31-P100106 06 31 DR 10 01 31 -DR -1001 Refrigerant Dryer 1 (old tag 4554A) 31-P101003 03 31 DR 10 02 31 -DR -1002 Refrigerant Dryer 2(old tag 4555A) 31-P101003 03 31 01 01 31-F-0101 Filter 41 (old tag 4514) 31-P100106 06 31 01 02 31-F-0102 Filter 42 (old tag 4515) 31-P100106 06 31 10 01 31-F-1001 Air Filter 1 (old tag 45548) 31-P101003 03 31 10 02 31-F-1002 Air Filter 2 (old tag 45558) 31-P101003 03 31 12 01 31-F-1201 Rapid Sand Filters 31-P101201 01 31 12 02 31-F-1202 Rapid Sand Filters 31-P101201 01 31 12 03 31-F-1203 Rapid Sand Filters 31-P101201 01 31 12 04 31-F-1204 Rapid Sand Filters 31-P101201 01 31 12 05 31-F-1205 Rapid Sand Filters 31-P101201 01 31 12 06 31-F-1206 Rapid Sand Filters 31-P101201 01 31 12 07 31-F-1207 Rapid Sand Filters 31-P101201 01 31 12 08 31-F-1208 Rapid Sand Filters 31-P101201 01 31 12 09 31-F-1209 Rapid Sand Filters 31-P101201 01 31 12 10 31-F-1210 Rapid Sand Filters 31-P101201 01 31 12 11 31-F-1211 Rapid Sand Filters 31-P101201 01 31 12 12 31-F-1212 Rapid Sand Filters 31-P101201 01 31 13 01 31-F-1301 Rapid Sand Filters 31-P101301 01 31 13 02 31-F-1302 Rapid Sand Filters 31-P101301 01 31 13 03 31-F-1303 Rapid Sand Filters 31-P101301 01 31 13 04 31-F-1304 Rapid Sand Filters 31-P101301 01 31 13 05 31-F-1305 Rapid Sand Filters 31-P10-1301 01 31 13 06 31-F-1306 Rapid Sand Filters 31-P101301 01 31 13 07 31-F-1307 Rapid Sand Filters 31-P101301 01 31 13 08 31-F-1308 Rapid Sand Filters 31-P101301 01 31 13 09 31-F-1309 Rapid Sand Filters 31-P101301 01 31 13 10 31-F-1310 Rapid Sand Filters 31-P101301 01 31 F P 15 01 31-FPP-1501 Wash Water Supply Pump House Fiber Patch Panel F.P.P 4913 31 F P 18 01 31-FPP-1801 H.S. 41 Fiber Patch Panel F.P. P.49.1 31 F P 18 02 31-FPP-1802 H.S. 41 Fiber Patch Panel F.P. P.49.2 31 F P 18 03 31-FPP-1803 H.S. 41 Fiber Patch Panel F.P. P.493 31 E 01 01 31 -HE -0101 Aftercooler (old tag 4512) 31-P100106 06 31 E 01 02 31 -HE -0102 Aftercooler 31-P10-0106 06 31 E 01 03 31 -HE -0103 Aftercooler 31-P10-0106 06 31 E 01 04 31 -HE -0104 Aftercooler 31-P10-0106 06 31 1 P 12 01 31-JBP-1201 Filter Dral n Junction Box 31-P101201 01 31 B 01 05 31 -KB -0105 SCADA Server Console w/8 -Port KVM Switch 31 B 01 06 31 -KB -0106 SCADA Operator Workstation Keyboard & Mouse 31 MS 01 01 31 -MS -0101 011/Water Separator (old tag 4530) 31-P100106 06 31 MS 03 01 31 -MS -0301 Raw Water Junction Box (old tag 496) 31-P100301 01 31 MS 05 01 31 -MS -0501 Raw Water Receiving Unit (old tag 4111) 31-P10-0501 01 31 MS 06 01 31 -MS -0601 Water Softener 31-P100603 03 31 MS 06 02 31 -MS -0602 Chlorine Dry Absorption System 31-PI0-0608 08 31 MS 08 01 31 -MS -0801 Safety Shower (old tag 4847) 31-P10-0802 02 31 MS 08 02 31 -MS -0802 Safety Shower (old tag 4838) 31-P10-0804 04 31 MS 08 03 31 -MS -0803 Safety Shower 31-P100801 01 31 MS 10 01 31 -MS -1001 Basin 1 Sludge Collection Units (old tag 4556 31-P101001 01 31 MS 10 02 31 -MS -1002 Basin 1Sludge Collection Units (old tag 4557 31-P101001 01 31 MS 10 03 31 -MS -1003 Basin 1Sludge Collection Units (old tag 4558 31-P101001 01 31 MS 10 04 31 -MS -1004 Basin 1Sludge Collection Units (old tag 4559 31-P101001 01 31 MS 10 05 31 -MS -1005 Basin 1Sludge Collection Units (old tag 4560 31-P101001 01 31 MS 10 06 31 -MS -1006 Basin 1Sludge Collection Units (old tag 4561 31-P101001 01 31 MS 10 07 31 -MS -1007 Basin 1Sludge Collection Units (old tag 4562) 31-P101002 02 31 MS 10 08 31 -MS -1008 Basin 1Sludge Collection Units (old tag 4563) 31-P101002 02 31 MS 10 09 31 -MS -1009 Basin 1Sludge Collection Units (old tag 4564) 31-P101002 02 31 MS 10 10 31 -MS -1010 Basin 1Sludge Collection Units (old tag 4565) 31-P101002 02 31 MS 10 11 31 -MS -1011 Basin l Sludge Collection Units (old tag 4566) 31-P101002 02 31 MS 10 12 31 -MS -1012 Basin 1Sludge Collection Units (old tag 4567) 31-P101002 02 31 MS 10 13 31 -MS -1013 Basin 2Sludge Collection Units (old tag 4568 31-P101001 01 31 MS 10 14 31 -MS -1014 Basin 2Sludge Collection Units (old tag 4569 31-P101001 01 31 MS 10 15 31 -MS -1015 Basin 2Sludge Collection Units (old tag 4570 31-P101001 01 31 MS 10 16 31 -MS -1016 Basin 2Sludge Collection Units (old tag 4571 31-P101001 01 31 MS 10 17 31 -MS -1017 Basin 2Sludge Collection Units (old tag 4572 31-P10-1001 01 31 MS 10 18 31 -MS -1018 Basin 2Sludge Collection Units (old tag 4573 31-P101001 01 31 MS 10 19 31 -MS -1019 Basin 2 Sludge Collection Units (old tag 4574 31-P101002 02 31 MS 10 20 31 -MS -1020 Basin 2 Sludge Collection Units (old tag 4575 31-P101002 02 31 MS 10 21 31 -MS -1021 Basin 2Sludge Collection Units (old tag 4576 31-P101002 02 31 MS 10 22 31 -MS -1022 Basin 2 Sludge Collection Units (old tag 4577 31-P101002 02 31 MS 10 23 31 -MS -1023 Basin 2 Sludge Collection Units (old tag 4578 31-P101002 02 31 MS 10 24 31 -MS -1024 Basin 2 Sludge Collection Units (old tag 4579 31-P101002 02 31 MS 12 01 31 -MS -1201 Chemical Mixing Box (Old Tag 42605) 31-P101201 01 31 MS 13 01 31 -MS -1301 Chemical Mixing Box (Old Tag 42825) 31-P101301 01 31 MS 14 01 31 -MS -1401 Return Water Hydrogrl tter (Old Tag 360) 31-P101401 01 31 MS 17 01 31 -MS -1701 Scale (old tag 4928) 31-P10-1706 06 31 MS 17 02 31 -MS -1702 Scale (old tag 4929) 31-P10-1706 06 31 MS 17 03 31 -MS -1703 Safety Shower 31-P101706 06 31 MS 17 04 31 -MS -1704 Safety Shower 31-P101704 04 31 MS 17 05 31 -MS -1705 Safety Shower 31-P101704 04 31 MS 17 06 31 -MS -1706 Safety Shower 31-P101706 06 31 MS 17 07 31 -MS -1707 Sump 31-P101704 04 31 MS 18 01 31 -MS -1801 Clearwell No. 1(old tag 4165) 31-P101801 01 31 MS 19 01 31 -MS -1901 Clearwell No. 2(old tag 4185) 31-P101901 01 31 MX 10 01 31 -MX -1001 Basin 1 Fiocculator 31-P10-1001 01 31 MX 10 02 31 -MX -1002 Basin 1 Fiocculator 31-P10-1001 01 31 MX 10 03 31 -MX -1003 Basin 1 Fiocculator 31-P10-1001 01 31 MX 10 04 31 -MX -1004 Basin 2 Fiocculator 31-P10-1001 01 31 MX 10 05 31 -MX -1005 Basin 2 Fiocculator 31-P10-1001 01 31 MX 10 06 31 -MX -1006 Basin 2 Fiocculator 31-P10-1001 01 31 MX 11 01 31 -MX -1101 Primary Se dl mentation Basin 3Flocculator 31-P101101 01 Doc,Ign ED,llope ID 470B43,3294-039,137AIDFC4C21313999CC CITY OF CORPUS CHRISTI WATER DEPARTMENT EQUIPMENT INDEX Equipment TAG Scheme: PI nt#-Equip#-Area#Sequence#* REVISION: REV. DATE: 1 26 -Mar -21 PLANT# EQUIPMENT ID FUNCTIONAL AREA# SEQUENCE# TAG EQUIPMENT DESCRIPTION PID 31 MX 11 02 31 -MX -1102 Primary Se dl mentation Basin 3Flocculator 31-P101101 01 31 MX 11 03 31 -MX -1103 Primary Se dl mentation Basin 3Flocculator 31-P101101 01 31 MX 11 04 31 -MX -1104 Primary Se dl mentation Basin 4Flocculator 31-P101101 01 31 MX 11 05 31 -MX -1105 Primary Se dl mentation Basin 4Flocculator 31-P101101 01 31 MX 11 06 31 -MX -1106 Primary Se dl mentation Basin 4Flocculator 31-P101101 01 31 NSW 12 01 31 -NSW -1201 Analyzer Shed 1201 Network Switch 31-P101201 01 31 NSW 13 02 31 -NSW -1302 Analyzer Shed 1301 Network Switch 31-P101301 01 31 P 04 05 31-P-0405 Sludge Lagoon Decant pump -south (old tag 4108) 31-P100401 01 31 P 04 04 31-P-0404 Sludge Lagoon Decant pump -south (old tag 4107) 31-P100401 01 31 P 04 07 31-P-0407 Sludge Lagoon decant Pump- north (old tag 4119) 31-P10-0401 01 31 P 04 06 31-P-0406 Sludge Lagoon decant Pump- north (old tag 4118) 31-P10-0401 01 31 P 04 02 31-P-0402 Discharge Pump- lift station (old tag 499) 31-P100401 01 31 P 04 01 31-P-0401 Discharge Pump- lift station (old tag 498) 31-P100401 01 31 P 04 03 31-P-0403 Discharge Pump- lift station (old tag 4109) 31-P100401 01 31 P 05 01 31-P-0501 Potable Water Booster Pump (old tag 4126) 31-P10-0501 01 31 P 06 03 31-P-0603 Water Booster Pump (old tag 4586) 31-P10-0607 07 31 P 06 02 31-P-0602 Water Booster Pump (old tag 4585) 31-P10-0607 07 31 P 06 04 31-P-0604 Chlorine Dry Absorption System Pump 31-PI0-0608 08 31 P 06 01 31-P-0601 Chlorine Collection Sump Pump 31-PI0-0606 06 31 P 07 03 31-P-0703 Pump 35outh (old tag 4511) 31-P100702 02 31 P 07 02 31-P-0702 Pump 2 Ml ddle (old tag 4509) 31-P100702 02 31 P 07 01 31-P-0701 Pump 1 North (old tag 4508) 31-P10-0702 02 31 P 07 05 31-P-0705 Polymer Solution Pump (old tag 41000) 31-P100703 03 31 P 07 04 31-P-0704 NOT IN SERVICE (OLD TAG 41040) Polymer Solution Pump 31-P100703 03 31 P 07 08 31-P-0708 NOT IN SERVICE (OLD TAG 41030) Polymer Solution Pump 31-P10-0703 03 31 P 07 07 31-P-0707 NOT IN SERVICE (OLD TAG 41020) Polymer Solution Pump 31-P100703 03 31 P 07 06 31-P-0706 NOT IN SERVICE (old tag 41010) Polymer Solution Pump 31-P100703 03 31 P 08 03 31-P-0803 Transfer Pump (old tag 4845) 31-P10-0802 02 31 P 08 08 31-P-0808 Transfer Pump (old tag 4837 31-P10-0804 04 31 P 08 07 31-P-0807 Transfer Pump (old tag 4836) 31-P10-0804 04 31 P 08 06 31-P-0806 Transfer Pump (old tag 4835) 31-P10-0804 04 31 P 08 01 31-P-0801 Transfer Pump (old tag 4630) 31-P10-0801 01 31 P 08 05 31-P-0805 Polymer Feed (old tag 4850) 31-P10-0803 03 31 P 08 04 31-P-0804 Polymer Feed (old tag 4849) 31-P10-0803 03 31 P 08 02 31-P-0802 NOT IN SERVICE Transfer Pump (old tag 4844) 31-P100802 02 31 P 08 10 31-P-0810 Alum Feed Pump 2 (old tag 4852) 31-P100805 05 31 P 08 09 31-P-0809 Alum Feed Pump 1 (old tag 4851) 31-P100805 05 31 P 09 01 31-P-0901 Dry Feeder Discharge pump 31-P100905 05 31 P 10 03 31-P-1003 TO BE DEMO' D Primary Effluent Sample Pump (old tag 1580) 31-P101002 02 31 P 10 02 31-P-1002 TO BE DEMO' D Primary Effluent Sample Pump (old tag 1540) 31-P101002 02 31 P 10 01 31-P-1001 Primary Basin 42 Pump 31-P101001 01 31 P 10 04 31-P-1004 Chlorine Induction Unit Pump (old tag 4526) 31-P101004 04 31 P 10 05 31-P-1005 Chlorine Induction Unit Pump 31-P101004 04 31 P 11 02 31-P-1102 TO BE DEMO' D Primary Influent Sample Pump (old tag 1650) 31-P101101 01 31 P 11 01 31-P-1101 TO BE DEMO' D Primary Influent Sample Pump (old tag 1610) 31-P101101 01 31 P 11 04 31-P-1104 TO BE DEMO' D Primary Effluent Sample Pump (old tag 1660) 31-P101101 01 31 P 11 03 31-P-1103 TO BE DEMO' D Primary Effluent Sample Pump (old tag 1620) 31-P101101 01 31 P 11 05 31-P-1105 TO BE DEMO'D Pneumatic Sample Pump (old tag 41680) 31-P10-1102 02 31 P 11 09 31-P-1109 Sludge Transfer Pump (old tag 4202) 31-P101103 03 31 P 11 08 31-P-1108 Sludge Transfer Pump (old tag 4201) 31-P101103 03 31 P 11 11 31-P-1111 Sludge Pump 2(old tag 4519) 31-P101103 03 31 P 11 10 31-P-1110 Sludge Pump 1(old tag 4518) 31-P10-1103 03 31 P 11 07 31-P-1107 Sludge Backwash Pump (old tag 4222) 31-P10-1103 03 31 P 11 06 31-P-1106 Sludge Backwash Pump (old tag 4221) 31-P10-1103 03 31 P 14 02 31-P-1402 Return Wash Water Pump 3(Old Tag 4341) 31-P101401 01 31 P 14 04 31-P-1404 Return Wash Water Pump 2(Old Tag 4340) 31-P101401 01 31 P 14 03 31-P-1403 Return Wash Water Pump 1(Old Tag 4330) 31-P101401 01 31 P 14 06 31-P-1406 Return Wash Water Flush Pump (Old Tag 4343) 31-P10-1401 01 31 P 14 05 31-P-1405 Return Wash Water Flush Pump (Old Tag 4342) 31-P10-1401 01 31 P 14 01 31-P-1401 Hydro gri tter Feed Pump (Old Tag 361) 31-P101401 01 31 P 15 03 31-P-1503 Wash Water Pump 7 (Old tag 4168) 31-P10-1501 01 31 P 15 02 31-P-1502 Wash Water Pump 5 (Old tag 4167) 31-P10-1501 01 31 P 15 01 31-P-1501 Wash Water Pump 3 (Old tag 4166) 31-P10-1501 01 31 P 16 03 31-P-1603 Return Pump 3 (old tag 4153) 31-P101601 01 31 P 16 02 31-P-1602 Return Pump 2 (old tag 4154) 31-P101601 01 31 P 16 01 31-P-1601 Return Pump 1(old tag 4152) 31-P101601 01 31 P 17 14 31-P-1714 Transfer Pump (old tag 4925) 31-P101706 06 31 P 17 13 31-P-1713 Transfer Pump (old tag 4924) 31-P101706 06 31 P 17 12 31-P-1712 Transfer Pump (old tag 4923) 31-P101706 06 31 P 17 11 31-P-1711 Transfer Pump (old tag 4913) 31-P101705 05 31 P 17 01 31-P-1701 Caustic Transfer Pump 31-P101702 02 31 P 17 07 31-P-1707 Caustic Sump Pump 31-P101704 04 31 P 17 32 31-P-1732 Caustic Standby Metering Pump 42 31-P101703 03 31 P 17 31 31-P-1731 Caustic Standby Metering Pump 41 31-P101703 03 31 P 17 23 31-P-1723 Caustic Train 42 Metering Pump 43 31-P101703 03 31 P 17 22 31-P-1722 Caustic Train 42 Metering Pump 42 31-P101703 03 31 P 17 21 31-P-1721 Caustic Train 42 Metering Pump 41 31-P101703 03 31 P 17 13 31-P-1713 Caustic Train 41 Metering Pump 43 31-P101703 03 31 P 17 12 31-P-1712 Caustic Train 41 Metering Pump 42 31-P101703 03 31 P 17 11 31-P-1711 Caustic Train 41 Metering Pump 41 31-P101703 03 31 P 17 16 31-P-1716 Metering Pump (old tag 4932) 31-P101706 06 31 P 17 15 31-P-1715 Metering Pump (old tag 4930) 31-P101706 06 31 P 18 01 31-P-1801 TO BE DEMO' D Sample Pump (old tag 41690) 31-P101801 01 31 P 18 07 31-P-1807 H. 5. Pump 7 Finished Water (old tag 4155) 31-P101803 03 31 P 18 06 31-P-1806 H. 5. Pump 6 Finished Water (old tag 4150) 31-P101803 03 31 P 18 05 31-P-1805 H. 5. Pump 5 Finished Water (old tag 4140) 31-P101803 03 31 P 18 04 31-P-1804 H.S. Pump 4 Finished Water (old tag 4130) 31-P10-1802 02 31 P 18 03 31-P-1803 H. 5. Pump 3 Finished Water (old tag 4120) 31-P101802 02 31 P 18 02 31-P-1802 H. 5. Pump 2 Finished Water (old tag 4110) 31-P101802 02 31 P 18 01 31-P-1801 H. 5. Pump 1 Finished Water (old tag 4100) 31-P101802 02 31 P 19 02 31-P-1902 Sample Pump (old tag 41700) 31-P101901 01 31 P 19 09 31-P-1909 H. 5. Pump 9 Finished Water (old tag 4319) 31-P101902 02 31 P 19 08 31-P-1908 H. 5. Pump 8 Finished Water (old tag 4318) 31-P101902 02 31 P 19 11 31-P-1911 H.S. Pump 11 Finished Water (old tag 4321) 31-P101903 03 31 P 19 10 31-P-1910 H.S. Pump 10 Finished Water (old tag 4320) 31-P101903 03 31 P 19 01 31-P-1901 Filtered Water Chlorine Eductor Water Pump (old tag 4177) 31-P101901 01 41 P 01 01 41-P-0101 Algae Control Chemical Feed Pump 41 41-P1001 41 P 01 01 41-P-0101 Algae Control Chemical Feed Pump 42 41-P1001 31 P 17 33 31-P-1733 Caustic Standby Metering Pump 43 31-P101703 03 31 P 03 01 31-P-0301 Raw Water Junction Box Pump (old tag 41515) (to be demo' d) 31-P100301 01 31 PK 06 01 31 -PK -0601 Chlorine Evaporator Tank 1 (old tag 4472) 31-P100603 03 31 PK 06 02 31 -PK -0602 Chlorine Evaporator Tank 2 (old tag 4473) 31-P100603 03 31 PK 06 03 31 -PK -0603 Chlorine Evaporator Tank 3 (old tag 4523) 31-P100603 03 31 PK 06 04 31 -PK -0604 PK0604 A -R are 18 identical units 31-P10-0604 04 31 PK 06 05 31 -PK -0605 Chlorine Dioxide Generator (old tag 4583) 31-P100607 07 31 PK 06 06 31 -PK -0606 Chlorine Dioxide Generator (old tag 4584) 31-P100607 07 31 PK 08 01 31 -PK -0801 Alum Flow Module 31-P10-0805 05 31 PK 08 02 31 -PK -0802 Alum Flow Module 31-PI0-0805 05 31 PK 17 01 31 -PK -1701 Flow Module 41 31-P101705 05 31 PK 17 02 31 -PK -1702 Flow Module 42 31-P101705 05 31 PK 19 01 31 -PK -1901 Filtered Water Distribution Box (old tag 4175) 31-P10-1901 01 31 PK 19 02 31 -PK -1902 Filtered Water Discharge Mixing Box Filters 13-22 (old tag 4176) 31-P10-1901 01 31 PLC 12 01 31 -PLC -1201 Filter 41 PLC 31-P10-1202 02 Doc,Ign ED,llope ID 470B43,3294-039,137AIDFC4C21313999CC CITY OF CORPUS CHRISTI WATER DEPARTMENT EQUIPMENT INDEX REVISION: 1 Equipment TAG Scheme: PI nt#-Equip#-Area#Sequence#* REV. DATE: 26 -Mar -21 PLANT# EQUIPMENT ID FUNCTIONAL AREA# SEQUENCE# TAG EQUIPMENT DESCRIPTION PID 31 PLC 12 02 31 -PLC -1202 Filter 42 PLC 31-P101202 02 31 PLC 12 03 31 -PLC -1203 Filter 43 PLC 31-P10-1202 02 31 PLC 12 04 31 -PLC -1204 Filter 44 PLC 31-P10-1202 02 31 PLC 12 05 31 -PLC -1205 Filter 45 PLC 31-P101202 02 31 PLC 12 06 31 -PLC -1206 Filter 46 PLC 31-P10-1202 02 31 PLC 12 07 31 -PLC -1207 Filter 47 PLC 31-P10-1202 02 31 PLC 12 08 31 -PLC -1208 Filter 48 PLC 31-P10-1202 02 31 PLC 12 09 31 -PLC -1209 Filter 49 PLC 31-P10-1202 02 31 PLC 12 10 31 -PLC -1210 Filter 410 PLC 31-P101202 02 31 PLC 12 11 31 -PLC -1211 Filter 411 PLC 31-P101202 02 31 PLC 12 12 31 -PLC -1212 Filter 412 PLC 31-P101202 02 31 PLC 13 01 31 -PLC -1301 Filter 413 PLC 31-P10-1302 02 31 PLC 13 02 31 -PLC -1302 Filter 414 PLC 31-P101302 02 31 PLC 13 03 31 -PLC -1303 Filter 415 PLC 31-P10-1302 02 31 PLC 13 04 31 -PLC -1304 Filter 416 PLC 31-P101302 02 31 PLC 13 05 31 -PLC -1305 Filter 417 PLC 31-P101302 02 31 PLC 13 06 31 -PLC -1306 Filter 418 PLC 31-P101302 02 31 PLC 13 07 31 -PLC -1307 Filter 419 PLC 31-P101302 02 31 PLC 13 08 31 -PLC -1308 Filter 420 PLC 31-P101302 02 31 PLC 13 09 31 -PLC -1309 Filter 421 PLC 31-P10-1302 02 31 PLC 13 10 31 -PLC -1310 Filter 422 PLC 31-P101302 02 31 PLC 13 13 31 -PLC -1313 Common PLC 31-P10-1303 03 31 PRV 13 01 31-PRV-1301 Air Scour Blower 41 Pressure Relief Valve (Old Tag 112-01) 31-P101303 03 31 PRV 13 02 31-PRV-1302 Air Scour Blower 42 Pressure Relief Valve (Old Tag 112-02) 31-P101303 03 31 PV 17 01 31 -PV -1701 Caustic Train 41 Pressure Relief Valve 31-P10-1703 03 31 PV 17 02 31 -PV -1702 Caustic Train 42 Pressure Relief Valve 31-P101703 03 31 SRV 01 01 31 -SRV -0101 SCADA HMI Server 41 31 SRV 01 02 31 -SRV -0102 SCADA HMI Server 42 31 SRV 01 03 31 -SRV -0103 SCADA Historian Server 31 TK 06 01 31 -TK -0601 Sodium Chlorite Tank (old tag 4581) 31-P100607 07 31 TK 06 02 31 -TK -0602 Sodium Chlorite Tank (old tag 4582) 31-P100607 07 31 TK 07 01 31 -TK -0701 Alum Day Tank (old tag 4103) 31-P100701 01 31 TK 07 02 31 -TK -0702 Alum Day Tank (old tag 4106) 31-P100701 01 31 TK 07 03 31 -TK -0703 mom Tank (old tag 4457) 31-P10-0701 01 31 TK 07 04 31 -TK -0704 Alum Tank (old tag 4491) 31-P100701 01 31 TK 07 05 31 -TK -0705 Alum Tank (old tag 4492) 31-P100701 01 31 TK 07 06 31 -TK -0706 Polymer Solution Tank (old tag 4133) 31-P100703 03 31 TK 07 07 31 -TK -0707 Polymer Tank (old tag 4454) 31-P100703 03 31 TK 07 08 31 -TK -0708 Polymer Tank (old tag 4455) 31-P100703 03 31 TK 07 09 31 -TK -0709 Polymer Solution Tank (old tag 4800) 31-P100703 03 31 TK 08 01 31 -TK -0801 LAS Day Tank (old tag 4631) 31-P100801 01 31 TK 08 02 31 -TK -0802 LAS Tank (old tag 4632) 31-P100801 01 31 TK 08 03 31 -TK -0803 LAS Tank (old tag 4633) 31-P100801 01 31 TK 08 04 31 -TK -0804 Polymer Tank (old tag 4840) 31-P100802 02 31 TK 08 05 31 -TK -0805 Polymer Tank (old tag 4841) 31-P100802 02 31 TK 08 06 31 -TK -0806 Polymer Tank (old tag 4842) 31-P100802 02 31 TK 08 07 31 -TK -0807 Polymer Day Tank (old tag 4843) 31-P100802 02 31 TK 08 08 31 -TK -0808 Polymer Day Tank (old tag 4848) 31-P100802 02 31 TK 08 09 31 -TK -0809 Alum Tank (old tag 4830) 31-P10-0804 04 31 TK 08 10 31 -TK -0810 Alum Tank (old tag 4831) 31-P10-0804 04 31 TK 08 11 31 -TK -0811 Alum Tank (old tag 4832) 31-P10-0804 04 31 TK 08 12 31 -TK -0812 Alum Tank (old tag 4833) 31-P10-0804 04 31 TK 08 13 31 -TK -0813 Alum Day Tank (old tag 4834 31-P100804 04 31 TK 14 01 31 -TK -1401 Return Wash Water Holding Tank (old tag 4325) 31-P101401 01 31 TK 15 01 31 -TK -1501 Elevated Wash Water Tank 31-P101502 02 31 TK 17 01 31 -TK -1701 Sodium Hydroxide Day Tank 31-P101702 02 31 TK 17 02 31 -TK -1702 Sodium Hydroxide Storage Tanks (old tag 4612) 31-P101701 01 31 TK 17 03 31 -TK -1703 Sodium Hydroxide Storage Tanks (old tag 4613) 31-P101701 01 31 TK 17 04 31 -TK -1704 Sodium Hydroxide Storage Tanks (old tag 4614) 31-P101701 01 31 TK 17 05 31 -TK -1705 Sodium Hydroxide Storage Tanks (old tag 4615) 31-P101701 01 31 TK 17 06 31 -TK -1706 Sodium Hydroxide Storage Tanks (old tag 4616) 31-P101701 01 31 TK 17 07 31 -TK -1707 Sodium Hydroxide Storage Tanks (old tag 4617) 31-P101701 01 31 TK 17 08 31 -TK -1708 Sodium Hydroxide Storage Tanks (old tag 4618) 31-P101701 01 31 TK 17 09 31 -TK -1709 Sodium Hydroxide Storage Tanks (old tag 4619) 31-P101701 01 31 TK 17 10 31 -TK -1710 East LAS Storage Tank 1 (old tag 4910) 31-P101705 05 31 TK 17 11 31 -TK -1711 East LAS Storage Tank 2(old tag 4911) 31-P101705 05 31 TK 17 12 31 -TK -1712 East LAS Storage Tank 3 (old tag 4912) 31-P101705 05 31 TK 17 13 31 -TK -1713 Double Wall Fluoride Ta nk(old tag4920) 31-P101706 06 31 TK 17 14 31 -TK -1714 Double Wall Fluoride Ta nk(old tag4921) 31-P101706 06 31 TK 17 15 31 -TK -1715 Double Wall Fluoride Ta nk(old tag4922) 31-P101706 06 31 TK 17 16 31 -TK -1716 Fluoride Day Tank (old tag 4926) 31-P101706 06 31 TK 17 17 31 -TK -1717 Fluoride Day Tank (old tag 4927) 31-P101706 06 31 V 01 01 31-V-0101 Receiver 41 (old tag 4516) 31-P10-0106 06 31 V 01 02 31-V-0102 Receiver 42 (old tag 4517) 31-P10-0106 06 31 V 06 01 31-V-0601 Expansion Tank 31-P10-0601 01 31 V 06 02 31-V-0602 Expansion Tank 31-P100601 01 31 V 06 03 31-V-0603 Expansion Tank 31-P10-0602 02 31 V 06 04 31-V-0604 Expansion Tank 31-P100602 02 31 WS 01 01 31 -WS -0101 SCADA Operator Workstation 31 WS 01 02 31 -WS -0102 SCADA Engineering Workstation -PI0- -PI0- -PI0- -PI0- -PI0- -PI0- -PID- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- -P10- oowBlgn Envelope ID 47,437E-32,489,13,0 FC4CPBB999Co PLANT # Plant Description 00 00 -Reserved 10 10 -System -Wide 20 20 -Raw Water Supply 22 22 -Choke Canyon Reservoir 23 23 -Mary Rhodes (Lake Texans) Pipeline 24 24-Rincon Bayou Pipeline 25 25 -Monitoring & Gauging Sites 30 30 -Treatment Plants 31 31-ONSWTP 32 32 -Cunningham 40 40 -Pump Stations 41 41 -River Raw Water Pump Station 42 42 -Holly Rd Pump Station 43 43-Nagivation Pump Station 44 44 -Sand Dollar Pump Station 45 45 -Staples Pump Station 50 50 -Elevated Storage Tanks 51 51 -Alameda EST 52 52-Gollihar EST 53 53 -Morgan EST 54 54 -Island EST 55 55 -Flour Bluff 60 60 -Distribution 61 61 -Distribution Piping & Metering 62 62 -Quality Monitoring Sites VOID VOID ID A AC ARV ATS B BLDG C CPL CT CTK D DC DF DP DR DV EDC EM EST FPP G GT HE HOV ICE JBE JBP KB LE LP MB MC MCC MFE MG MJ MOV MR MS MX NAS NSW OE PB PCR PK PLC POV PRN PRV PT QC R RES SC SCU SRV SWG T TK TR V VFD WS VOID Equipment Description AUTOMOBILES, TRUCKS AIR CONDITIONERS AIR RELEASE VALVE AUTOMATIC TRANSFER SWITCH BASIN BUILDING COMPRESSOR, FAN, BLOWER CONTROL PANEL COOLING TOWER COMPRESSED AIR TANK DRUM DUST COLLECTOR DRY FEEDER DISTRIBUTION PANELBOARD DRYER DIVERT VALVE EDUCTOR ELECTRIC MOTOR ELEVATED STORAGE TANK FILTER FIBER PATCH PANEL GENERATOR GEARBOX TRANSMISSION HEAT EXCHANGER HAND OPERATED VALVE INTERNAL COMBUSTION ENGINE JUNCTION BOX, ELECTRICAL JUNCTION BOX, PROCESS COMPUTERS AND KEYBOARD DEVICE LABORATORY EQUIPMENT LIGHTING PANELBOARD BAGGER CONVEYORS, ELEVATOR MOTOR CONTROL CENTER ROTORY FEEDER GRINDER, PULVERIZER, CRUSHER JETS, EJECTORS MOTOR OPERATED VALVE REFRIGERATION UNIT MISCELLANEOUS EQUIPMENT MIXER, FLOCCULATOR NETWORK ATTACHED STORAGE NETWORK SWITCH OFFICE EQUIPMENT PUMP POWER BOILER POWER CONTROL ROOM PACKAGED UNITS PROGRAMMABLE LOGIC CONTROLLER PNEUMATICALLY OPERATED VALVE PRINTER PRESSURE RELIEF VALVE POWER TURBINE QUENCH CONDENSER REACTOR RESEVOIR EXTRUDER SCREW SLUDGE COLLECTION UNIT SERVER SWITCHGEAR TOWER STORAGE TANK TRANSFORMER PRESSURE VESSEL VARIABLE FREQUENCY CONTROLLER PC WORKSTATION VOID Area # Functional Area 00 00 -Reserved 01 01 -Plant Wide 02 02 -Plant Power (AEP Yard and Generators) 03 03 -Raw Water Junction 04 04-Presedimentation 05 05 -Receiving Unit 06 06 -Chlorine System 07 07 -North Chemical Storage 08 08 -West Chemical Storage 09 09 -Chemical Building 10 10-Plantl Rapid Mixing and Sedimentation 11 11-Plant2 Rapid Mixing and Sedimentation 12 12-Plantl (North) Filtration 13 13-Plant2 (South) Filtration 14 14 -Wash Water Return Pit 15 15 -Wash Water Supply 16 16 -Wash Water Recycle 17 17 -East Chemical Storage 18 18 - Clearwelll & HS1 19 19-Clearwell2 & HS2 20 20 - Future Clearwell #3 & H.S. #3 ISA ID & FUNCTION LEGEND FIRST LETTER SUCCEEDING LETTERS MEASURED OR INITIATING VARIABLE MODIFIER READOUT OR PASSIVE FUNCTION OUTPUT FUNCTION MODIFIER A ANALYSIS ALARM USERS CHOICE B (NOT USED) USERS CHOICE USERS CHOICE C (DO NOT USE) CONTROL D DENSITY, SPECIFIC GRAVITY DIFFERENTIAL E VOLTAGE SENSOR (PRIMARY READOUT) F FLOW RATE RATIO (FRACTION) G USERS CHOICE GLASS, VIEWING DEVICE H HAND HIGH CURRENT (ELECTRICAL) INDICATE J POWER SCAN K TIME, TIME SCHEDULE TIME RATE OF CHANGE CONTROL STATION L LEVEL LIGHT LOW M (DO NOT USE) MOMENTARY MIDDLE, INTERMEDIATE N USERS CHOICE USERS CHOICE USERS CHOICE USERS CHOICE O USERS CHOICE ORIFICE, RESTRICTION P PRESSURE, VACUUM POINT (TEST) CONNECTION O QUANTITY INTEGRATE, TOTALIZE POINT (TEST) CONNECTION R RADIATION RECORD S SPEED, FREQUENCY SAFETY SWITCH T TEMPERATURE TRANSMIT U MULTIVARIABLE MULTIFUNCTION MULTIFUNCTION MULTIFUNCTION V VIBRATION, MECHANICAL ANALYSIS VALVE, DAMPER, LOUVER W WEIGHT, FORCE WELL X UNCLASSIFIED X-AXIS UNCLASSIFIED UNCLASSIFIED UNCLASSIFIED Y EVENT, STATE, OR PRESENCE Y-AXIS RELAY, COMPUTE, CONVERT Z POSITION, DIMENSION Z-AXIS DRIVER, ACTUATOR, UNCLASSIFIED FINAL CONTROL ELEMENT DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD ONSWTP Drawing Numbering Scheme https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/File]Drwg # Scheme3/26/2021 Numbering Example for drawing in Water Plant, Plant Wide, Electrial, Plan, Lighting, Drwg. # 1 DRAWING Format = XX - ABC - YY## Drawing Number Scheme: XX -ABC -YY##* CAD FILE Naming Format = XXABYY## 1 XX PLANT # 2 ABC DISCIPLINE - LEVEL 1 3 YY FUNCTIONAL AREA # 4 ## ##* 5 ## REVISION # 00 -Reserved 10 -System -Wide 20 -Raw Water Supply *= Alpha Suffix if required for mulitiple devices ** = D if Drwg is a Demo Drwg 22 -Choke Canyon Reservoir 23 -Mary Rhodes (Lake Texana) Pipeline 24-Rincon Bayou Pipeline 25 -Monitoring & Gauging Sites 30 -Treatment Plants 31-ONSWTP 32 -Cunningham 40 -Pump Stations 41 -River Raw Water Pump Station 42 -Holly Rd Pump Station 43-Nagivation Pump Station 44 -Sand Dollar Pump Station 45 -Staples Pump Station 50 -Elevated Storage Tanks 51 -Alameda EST 52-Gollihar EST 53 -Morgan EST 54 -Island EST 55 -Flour Bluff 60 -Distribution 61 -Distribution Piping & Metering 62 -Quality Monitoring Sites ISA ID & FUNCTION PER LEGEND CD - Civil E* - Electrical EO = Electrical One Lines EP = Plans & Details ES = Electrical Schematics EW = Wiring Diagrams EM = Electrical Misc. GD - General Plot Plans M*- Mechanical MD = Mech. Drwgs ME = Equip. Drwgs P*- Piping Systems PD - Process Piping P8 = Plumbing Drwg P** - Process Systems PID = Piping & Instr Drwg PFD = Process Flow Diag. I* Instrumentation IE = Instrument Electrical /C= Instr Control Systems (Network& Control 00 -Reserved 01 -Plant Wide 02 -Plant Power (AEP Yard and Generators) 03 -Raw Water Junction 04-Presedimentation 05 -Receiving Unit 06 -Chlorine System 07 -North Chemical Storage 08 -West Chemical Storage 09 -Chemical Building 10-Plantl Rapid Mixing and Sedimentation 11-Plant2 Rapid Mixing and Sedimentation 12-Plantl (North) Filtration 13-Plant2 (South) Filtration 14 -Wash Water Return Pit 15 -Wash Water Supply 16 -Wash Water Recycle 17 -East Chemical Storage 18 - Clea rwelll & HS1 19-Clearwell2 & HS2 SEQUENTIAL NUMBER FROM MASTER DRAWING LISTING SEQUENTIAL NUMBER OR D = DEMO Note the Revision number is not part of the drawing file name https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/File]Drwg # Scheme3/26/2021 DocuSign Envelope ID: 4706437E-329A-489F-B7A0-FC4C2BB999CD Loop Numbering Example for pH measurement loop in Water Plant, Raw Water, Loop # 25 Loop Number Scheme: Loop Number Example: XX -ABC -YY##* 31-AIT-3025pH CAD FILE Name for Loop Drawing Scheme: XXABCYY##** CAD FILE Name for Loop Example: 31AIT3025pH 1 XX PLANT # 2 ISA ID & FUNCTION PER LEGEND PROCESS AREA SEQUENTIAL FROM MASTER LOOP # LISTING * = Alpha Suffix if required for mulitiple devices ** = D if Drwg is a Demo Drwg https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop # Scheme 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Equipment Numbering Example for a Motor in the Water Plant Loop Number Scheme: XX -ABC -YY##* Equipment Number Example: 31 -EM -125 CAD FILE Name for Loop Drawing Scheme: XXABCYY##** CAD FILE Name for Equipment Example: 31EM125 XX PLANT # 3 ABC ISA ID & FUNCTION PER LEGEND 4 ##* SEQUENTIAL FROM MASTER EQUIPMENT # LISTING * = Alpha Suffix if required for mulitiple devices ** = D if Drwg is a Demo Drwg ID Equipment Description ID Equipment Description A AUTOMOBILES, TRUCKS MS MISCELLANEOUS EQUIPN AC AIR CONDITIONERS MX MIXER, FLOCCULATOR ARV AIR RELEASE VALVE NAS NETWORK ATTACHED ST ATS AUTOMATIC TRANSFER SWITCH NSW NETWORK SWITCH B BASIN OE OFFICE EQUIPMENT BLDG BUILDING P PUMP C COMPRESSOR, FAN, BLOWER PB POWER BOILER CPL CONTROL PANEL PCR POWER CONTROL ROOM CT COOLING TOWER PK PACKAGED UNITS CTK COMPRESSED AIR TANK PLC PROGRAMMABLE LOGIC , D DRUM POV PNEUMATICALLY OPERA' DC DUST COLLECTOR PRN PRINTER DF DRY FEEDER PRV PRESSURE RELIEF VALVI DP DISTRIBUTION PANELBOARD PT POWER TURBINE DR DRYER QC QUENCH CONDENSER DV DIVERT VALVE R REACTOR EDC EDUCTOR RES RESEVOIR EM ELECTRIC MOTOR SC EXTRUDER SCREW EST ELEVATED STORAGE TANK SCU SLUDGE COLLECTION UN F FILTER SRV SERVER FPP FIBER PATCH PANEL SWG SWITCHGEAR G GENERATOR T TOWER GT GEARBOX TRANSMISSION TK STORAGE TANK HE HEAT EXCHANGER TR TRANSFORMER HOV HAND OPERATED VALVE V PRESSURE VESSEL ICE INTERNAL COMBUSTION ENGINE VFD VARIABLE FREQUENCY C JBE JUNCTION BOX, ELECTRICAL WS PC WORKSTATION JBP JUNCTION BOX, PROCESS VOID VOID KB COMPUTERS AND KEYBOARD DEVICE LE LABORATORY EQUIPMENT LP LIGHTING PANELBOARD MB BAGGER MC CONVEYORS, ELEVATOR MCC MOTOR CONTROL CENTER MFE ROTORYFEEDER MG GRINDER, PULVERIZER, CRUSHER MJ JETS, EJECTORS MOV MOTOR OPERATED VALVE MR REFRIGERATION UNIT https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaEquipment # Scheme 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 01 Plant Wide Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 01 01 31--0101 31 01 02 31--0102 31 01 03 31--0103 31 01 04 31--0104 31 01 05 31--0105 31 01 06 31--0106 31 01 07 31--0107 31 01 08 31--0108 31 01 09 31--0109 31 01 10 31--0110 31 01 11 31--0111 31 01 12 31--0112 31 01 13 31--0113 31 01 14 31--0114 31 01 15 31--0115 31 01 16 31--0116 31 01 17 31--0117 31 01 18 31--0118 31 01 19 31--0119 31 01 20 31--0120 31 01 21 31--0121 31 01 22 31--0122 31 01 23 31--0123 31 01 24 31--0124 31 01 25 31--0125 31 01 26 31--0126 31 01 27 31--0127 31 01 28 31--0128 31 01 29 31--0129 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90%Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 01 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 02 Plant Power Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 02 01 31--0201 31 02 02 31--0202 31 02 03 31--0203 31 02 04 31--0204 31 02 05 31--0205 31 02 06 31--0206 31 02 07 31--0207 31 02 08 31--0208 31 02 09 31--0209 31 02 10 31--0210 31 02 11 31--0211 31 02 12 31--0212 31 02 13 31--0213 31 02 14 31--0214 31 02 15 31--0215 31 02 16 31--0216 31 02 17 31--0217 31 02 18 31--0218 31 02 19 31--0219 31 02 20 31--0220 31 02 21 31--0221 31 02 22 31--0222 31 02 23 31--0223 31 02 24 31--0224 31 02 25 31--0225 31 02 26 31--0226 31 02 27 31--0227 31 02 28 31--0228 31 02 29 31--0229 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 02 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD r Area = 31 ONSWTP s Area 03 Raw Water Junction Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 AC 03 01 Raw Water Junction Structure - Nueces River # 1 - Controller E1 Sample Point SP0301 - Relocated on Project8605 31 AIT 03 02 t Raw Water Junction Structure - Nueces River # 1 - Turbidity 31 -AIT -0302t E1 Sample Point SP0301 - Relocated on Project8605 31 AIT 03 03 pH Raw Water Junction Structure - Nueces River # 1 - pH / Temperature 31-AIT-0303pH E1 Sample Point SP0301 - Relocated on Project8605 31 AIT 03 04 cd Raw Water Junction Structure - Nueces River # 1 - Conductivity 31-AIT-0304cd E1 Sample Point SP0301 - Relocated on Project8605 31 AIT 03 05 orp Raw Water Junction Structure - Nueces River # 1 - ORP 31-AIT-0305orp E1 Sample Point SP0301 - Relocated on Project8605 31 AC 03 06 Raw Water Junction Structure - Nueces River # 2 - Controller 31 -AC -0306 E1 Sample Point SP0302 - Relocated on Project8605 31 AIT 03 07 t Raw Water Junction Structure - Nueces River # 2 - Turbidity 31 -AIT -0307t E1 Sample Point SP0302 - Relocated on Project8605 31 AIT 03 08 pH Raw Water Junction Structure - Nueces River # 2 - pH / Temperature 31-AIT-0308pH E1 Sample Point SP0302 - Relocated on Project8605 31 AIT 03 09 cd Raw Water Junction Structure - Nueces River # 2 - Conductivity 31-AIT-0309cd E1 Sample Point SP0302 - Relocated on Project8605 31 AIT 03 10 orp Raw Water Junction Structure - Nueces River # 2 - ORP 31-AIT-0310orp E1 Sample Point SP0302 - Relocated on Project8605 31 AC 03 11 Raw Water Junction Structure - Mary Rhodes Pipe Line - Controller 31 -AC -0311 E1 Sample Point SP0303 - Relocated on Project8605 31 AIT 03 12 t Raw Water Junction Structure - Mary Rhodes Pipe Line - Turbidity 31 -AIT -0312t E1 Sample Point SP0303 - Relocated on Project8605 31 AIT 03 13 pH Raw Water Junction Structure - Mary Rhodes Pipe Line - pH / Temperature 31-AIT-0313pH E1 Sample Point SP0303 - Relocated on Project8605 31 AIT 03 14 cd Raw Water Junction Structure - Mary Rhodes Pipe Line - Conductivity 31-AIT-0314cd E1 Sample Point SP0303 - Relocated on Project8605 31 AIT 03 15 orp Raw Water Junction Structure - Mary Rhodes Pipe Line - ORP 31-AIT-0315orp E1 Sample Point SP0303 - Relocated on Project8605 31 AIT 03 16 too Raw Water Junction Structure - N River 1 & 2 / Mary Rhodes Pipe Line - Total Or 31-AIT-0316toc E1 Sample Point SP0301 , 0302, 0303, w/ valves 31 FIT 03 17 Nueces River # 1 Line - Flow Indication 31 -FIT -0317 New Flow Meter to be installed on Project 8605 31 FVC 03 18 Nueces River # 1 Line - Block Valve 31 -FVC -0318 New Flow Block Valve to be installed on Project 8605 31 FIT 03 19 Nueces River # 2 Line - Flow Indication 31 -FIT -0319 New Flow Meter to be installed on Project 8605 31 FVC 03 20 Nueces River # 2 Line - Block Valve 31 -FVC -0320 New Flow Block Valve to be installed on Project 8605 31 FIT 03 21 Mary Rhodes Pipe Line - Flow Indication 31 -FIT -0321 New Flow Meter to be installed on Project 8605 31 FVC 03 22 Mary Rhodes Pipe Line - Block Valve 31 -FVC -0322 New Flow Block Valve to be installed on Project 8605 31 FVC 03 23 Raw Water to Pre -sedimentation - Block Valve 31 -FVC -0323 New Flow Block Valve to be installed on Project 8605 31 FVC 03 24 Raw Water to Treatment Plant - Block Valve 31 -FVC -0324 New Flow Block Valve to be installed on Project 8605 31 FVC 03 25 Raw Water Junction Structure to Treatment Plant Line #1 - Block Valve 31 -FVC -0325 New Flow Block Valve to be installed on Project 8605 31 FVC 03 26 Raw Water Junction Structure to Treatment Plant Line #1 - Block Valve 31 -FVC -0326 New Flow Block Valve to be installed on Project 8605 31 FVC 03 27 Raw Water Junction Structure to Blended Line - Block Valve 31 -FVC -0327 New Flow Block Valve to be installed on Project 8605 31 FVC 03 28 Pre -sedimentation Water to Raw Water Junction Structure- Block Valve 31 -FVC -0328 New Flow Block Valve to be installed on Project 8605 31 LAH 03 29 RW Influent Metering Structure Sump Control and Level Alarm 31-LAH -0329 New Sump Pump and Level Alarm 31 HS 03 30 RW Influent Metering Structure Exhaust Air Blower Control 31 -HS -0330 New Exhaust Blower 31 FVC 03 31 Splitter Structure Primary Sedimentation Basin #1 - Block Valve 31 -FVC -0331 New Flow Block Valve to be installed on Project 8605 31 FVC 03 32 Splitter Structure Primary Sedimentation Basin #2 - Block Valve 31 -FVC -0332 New Flow Block Valve to be installed on Project 8605 31 FVC 03 33 Splitter Structure Primary Sedimentation Basin #3 - Block Valve 31 -FVC -0333 New Flow Block Valve to be installed on Project 8605 31 FVC 03 34 Splitter Structure Primary Sedimentation Basin #4 - Block Valve 31 -FVC -0334 New Flow Block Valve to be installed on Project 8605 31 AIC 03 35 Raw Water Junction Structure to Treatment Plant Analyzer Controller 31 -AIC -0335 Sample Point SP0501- Relocated on Project8605, Now SP0304 31 AIT 03 36 t Raw Water Junction Structure to Treatment Plant Turbidity 31 -AIT -0336t Sample Point SP0501- Relocated on Project8605, Now SP0304 31 AIT 03 37 pH Raw Water Junction Structure to Treatment Plant Unit pH / Temperature 31-AIT-0337pH Sample Point SP0501- Relocated on Project8605, Now SP0304 31 AIT 03 38 cd Raw Water Junction Structure o Treatment Plant Conductivity 31-AIT-0338cd Sample Point SP0501- Relocated on Project8605, Now SP0304 31 AIT 03 39 too Raw Water Junction Structure to Treatment Plant Total Organic Carbon 31-AIT-0339toc Sample Point SP0501- Relocated on Project8605, Now SP0304 31 LIT 03 40 Raw Water Junction Structure Level Indication 31 -LIT -0340 New Level Indication - Ultra -Sonic 31 FIC 03 41 Primary Sedimentation Basin #1 - Flow Control 31 -FIC -0341 New Flow Meter and Control Valve to be installed on Project8605 31 FIC 03 42 Primary Sedimentation Basin #2 - Flow Control 31 -FIC -0342 New Flow Meter and Control Valve to be installed on Project8605 31 FIC 03 43 Primary Sedimentation Basin #3 - Flow Control 31 -FIC -0343 New Flow Meter and Control Valve to be installed on Project8605 31 FIC 03 44 Primary Sedimentation Basin #4 - Flow Control 31 -FIC -0344 New Flow Meter and Control Valve to be installed on Project8605 31 LIT 03 45 Raw Water Splitter Structure Level Indication 31 -LIT -0345 New Level Indication - Ultra -Sonic 31 LAH 03 46 RW Control Metering Structure Sump Control and Level Alarm 31-LAH -0346 New Sump Pump and Level Alarm https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Fina1/40- Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 03 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 04 Presedimentation Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 FVC 04 01 Intake Structure - Block Valve (MOV) 31 -FVC -0401 New MOV at Intake 31 FVC 04 02 Intake Structure - Block Valve (MOV) 31 -FVC -0402 31 FVC 04 03 Intake Structure - Block Valve (MOV) 31 -FVC -0403 31 FVC 04 04 Intake Structure - Block Valve (MOV) 31 -FVC -0404 31 FVC 04 05 Intake Structure - Block Valve (MOV) 31 -FVC -0405 31 FVC 04 06 Intake Structure - Block Valve (MOV) 31 -FVC -0406 31 04 07 31--0407 31 04 08 31--0408 31 04 09 31--0409 31 04 10 31--0410 31 04 11 31--0411 31 04 12 31--0412 31 04 13 31--0413 31 04 14 31--0414 31 04 15 31--0415 31 04 16 31--0416 31 04 17 31--0417 31 04 18 31--0418 31 04 19 31--0419 31 04 20 31--0420 31 04 21 31--0421 31 04 22 31--0422 31 04 23 31--0423 31 04 24 31--0424 31 04 25 31--0425 31 04 26 31--0426 31 04 27 31--0427 31 04 28 31--0428 31 04 29 31--0429 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 04 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 05 Receiving Unit Plant ISA ID Process Loop Id & Fun Area No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 31 31 31 31 31 31 31 31 31 31 31 31 31 31 31 31 31 31 31 31 31 31 31 05 05 05 05 05 05 05 05 05 05 05 05 05 05 05 05 05 05 05 05 05 05 05 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 010 8 8 31--0506 31--0507 31--0508 31--0509 31--0510 31--0511 31--0512 31--0513 31--0514 31--0515 31--0516 31--0517 31--0518 31--0519 31--0520 31--0521 31--0522 31--0523 31--0524 31--0525 31--0526 31--0527 31--0528 31--0529 E§ 8; ! eE§ o &: - sYB 9 ® - a 8 -of 1 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 05 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 06 Chlorine System Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 06 01 31--0601 31 06 02 31--0602 31 06 03 31--0603 31 06 04 31--0604 31 06 05 31--0605 31 06 06 31--0606 31 06 07 31--0607 31 06 08 31--0608 31 06 09 31--0609 31 06 10 31--0610 31 06 11 31--0611 31 06 12 31--0612 31 06 13 31--0613 31 06 14 31--0614 31 06 15 31--0615 31 06 16 31--0616 31 06 17 31--0617 31 06 18 31--0618 31 06 19 31--0619 31 06 20 31--0620 31 06 21 31--0621 31 06 22 31--0622 31 06 23 31--0623 31 06 24 31--0624 31 06 25 31--0625 31 06 26 31--0626 31 06 27 31--0627 31 06 28 31--0628 31 06 29 31--0629 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 06 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 07 North Chemical Storage Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 07 01 31--0701 31 07 02 31--0702 31 07 03 31--0703 31 07 04 31--0704 31 07 05 31--0705 31 07 06 31--0706 31 07 07 31--0707 31 07 08 31--0708 31 07 09 31--0709 31 07 10 31--0710 31 07 11 31--0711 31 07 12 31--0712 31 07 13 31--0713 31 07 14 31--0714 31 07 15 31--0715 31 07 16 31--0716 31 07 17 31--0717 31 07 18 31--0718 31 07 19 31--0719 31 07 20 31--0720 31 07 21 31--0721 31 07 22 31--0722 31 07 23 31--0723 31 07 24 31--0724 31 07 25 31--0725 31 07 26 31--0726 31 07 27 31--0727 31 07 28 31--0728 31 07 29 31--0729 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 07 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 08 West Chemical Storage Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 08 01 31--0801 31 08 02 31--0802 31 08 03 31--0803 31 08 04 31--0804 31 08 05 31--0805 31 08 06 31--0806 31 08 07 31--0807 31 08 08 31--0808 31 08 09 31--0809 31 08 10 31--0810 31 08 11 31--0811 31 08 12 31--0812 31 08 13 31--0813 31 08 14 31--0814 31 08 15 31--0815 31 08 16 31--0816 31 08 17 31--0817 31 08 18 31--0818 31 08 19 31--0819 31 08 20 31--0820 31 08 21 31--0821 31 08 22 31--0822 31 08 23 31--0823 31 08 24 31--0824 31 08 25 31--0825 31 08 26 31--0826 31 08 27 31--0827 31 08 28 31--0828 31 08 29 31--0829 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 08 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 09 Chemical Building Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 09 01 31--0901 31 09 02 31--0902 31 09 03 31--0903 31 09 04 31--0904 31 09 05 31--0905 31 09 06 31--0906 31 09 07 31--0907 31 09 08 31--0908 31 09 09 31--0909 31 09 10 31--0910 31 09 11 31--0911 31 09 12 31--0912 31 09 13 31--0913 31 09 14 31--0914 31 09 15 31--0915 31 09 16 31--0916 31 09 17 31--0917 31 09 18 31--0918 31 09 19 31--0919 31 09 20 31--0920 31 09 21 31--0921 31 09 22 31--0922 31 09 23 31--0923 31 09 24 31--0924 31 09 25 31--0925 31 09 26 31--0926 31 09 27 31--0927 31 09 28 31--0928 31 09 29 31--0929 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 09 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 10 Plant 1 Rapid Mixing and Sedimentation Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 AC 10 05 Plant 1 Primary Basin No. 1 Influent Controller 31 -AC -1005 E1 SP1003 31 - 10 06 SPARE E1 31 AIT 10 07 pH Plant 1 Primary Basin No. 1 Influent pH / Temperature 31-AIT-1007pH E1 SP1003 31 AIT 10 08 c12 Plant 1 Primary Basin No. 1 Influent Total Chlorine 31 -AIT -1008c12 E1 SP1003 (Rosemount) 31 AC 10 09 Plant 1 Primary Basin No. 2 Influent Controller 31 -AC -1009 E1 SP1004 31 - 10 10 SPARE 31 AIT 10 11 pH Plant 1 Primary Basin No. 2 Influent pH / Temperature 31-AIT-1011pH E1 SP1004 31 AIT 10 12 c12 Plant 1 Primary Basin No. 2 Influent Total Chlorine 31 -AIT -1012c12 E1 SP1004 (Rosemount) 31 AC 10 13 Plant 1 Primary Basin No. 1 Effluent Controller 31 -AC -1013 E2 SP1005 31 AIT 10 14 t Plant 1 Primary Basin No. 1 Effluent Turbidity 31 -AIT -1014t E2 SP1005 31 AIT 10 15 pH Plant 1 Primary Basin No. 1 Efflunet pH / Temperature 31-AIT-1015pH E2 SP1005 31 AIT 10 16 c12 Plant 1 Primary Basin No. 1 Efflunet Chlorine 31 -AIT -1016c12 E2 SP1005 31 AC 10 17 Plant 1 Primary Basin No. 2 Effluent Controller 31 -AC -1017 E2 SP1006 31 AIT 10 18 t Plant 1 Primary Basin No. 2 Effluent Turbidity 31 -AIT -1018t E2 SP1006 31 AIT 10 19 pH Plant 1 Primary Basin No. 2 Efflunet pH / Temperature 31-AIT-1019pH E2 SP1006 31 AIT 10 20 c12 Plant 1 Primary Basin No. 2 Efflunet total Chlorine 31 -AIT -1020c12 E2 SP1006 31 AC 10 21 Plant 1 Secondary Basin No. 1 Effluent Controller 31 -AC -1021 E2 SP1007 31 AIT 10 22 t Plant 1 Secondary Basin No. 1 Efflunet Turbidity 31 -AIT -1022t E2 SP1007 31 AIT 10 23 pH Plant 1 Secondary Basin No. 1 Efflunet pH / Temperature 31-AIT-1023pH E2 SP1007 31 AIT 10 24 c12 Plant 1 Secondary Basin No. 1 Efflunet Total Chlorine 31 -AIT -1024c12 E2 SP1007 31 AC 10 25 Plant 1 Secondary Basin No. 2 Effluent Controller 31 -AC -1025 E2 SP1008 31 AIT 10 26 t Plant 1 Secondary Basin No. 2 Efflunet Turbidity 31 -AIT -1026t E2 SP1008 31 AIT 10 27 pH Plant 1 Secondary Basin No. 2 Efflunet pH / Temperature 31-AIT-1027pH E2 SP1008 31 AIT 10 28 c12 Plant 1 Secondary Basin No. 2 Efflunet Total Chlorine 31 -AIT -1028c12 E2 SP1008 31 31-- https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Fina1/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 10 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 11 Plant 2 Rapid Mixing and Sedimentation Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 01 Plant 2 Ramd teimmo, Controller lz.-D 07 tAc Plant 2 Ramd teimmo, Stream & Current tisuture Fortl Prolect) 31 -Al 1,102S&C lz.-D 03 Plant 2 Ramd teimmo, Controller lz.-D oa S&C Plant 2 Ramd teimmo, Stream & Current tisuture Fortl Prolect) lz.:, 31 AC 11 05 Plant 2 Primary Basin No. 3 Influent Controller 31 -AC -1105 E5 SP1103 31 Spare 11 06 SPARE 31 -Spare -1106 31 AIT 11 07 pH Plant 2 Primary Basin No. 3 Influent pH /Temperature 31-AIT-1107pH E5 SP1103 31 AIT 11 08 c12 Plant 2 Primary Basin No. 3 Influent Total Chlorine 31 -AIT -1108c12 E5 SP1103 (Rosemount) 31 AC 11 09 Plant 2 Primary Basin No. 4 Influent Controller 31 -AC -1109 E5 SP1104 31 SPARE 11 10 SPARE 31 -SPARE -1110 31 AIT 11 11 pH Plant 2 Primary Basin No. 4 Influent pH /Temperature 31-AIT-1111pH E5 SP1104 31 AIT 11 12 c12 Plant 2 Primary Basin No. 4 Influent Total Chlorine 31 -AIT -1112c12 E5 SP1104 (Rosemount) 31 AC 11 13 Plant 2 Primary Basin No. 3 Effluent Controller 31 -AC -1113 E6 SP1105 31 AIT 11 14 t Plant 2 Primary Basin No. 3 Effluent Turbidity 31 -AIT -1114t E6 SP1105 31 AIT 11 15 pH Plant 2 Primary Basin No. 3 Effluent pH/Temperature 31-AIT-1115pH E6 SP1105 31 AIT 11 16 c12 Plant 2 Primary Basin No. 3 Effluent Total Chlorine 31 -AIT -1116c12 E6 SP1105 31 AC 11 17 Plant 2 Primary Basin No. 4 Effluent Controller 31 -AC -1117 E6 SP1106 31 AIT 11 18 t Plant 2 Primary Basin No. 4 Effluent Turbidity 31 -AIT -1118t E6 SP1106 31 AIT 11 19 pH Plant 2 Primary Basin No. 4 Effluent pH/Temperature 31-AIT-1119pH E6 SP1106 31 AIT 11 20 c12 Plant 2 Primary Basin No. 4 Effluent Total Chlorine 31 -AIT -1120c12 E6 SP1106 31 AC 11 21 Plant 2 Secondary Basin No. 3 Effluent Controller 31 -AC -1121 E6 SP1107 31 AIT 11 22 t Plant 2 Secondary Basin No. 3 Effluent Turbidity 31 -AIT -1122t E6 SP1107 31 AIT 11 23 pH Plant 2 Secondary Basin No. 3 Effluent pH /Temperature 31-AIT-1123pH E6 SP1107 31 AIT 11 24 c12 Plant 2 Secondary Basin No. 3 Effluent Total Chlorine 31 -AIT -1124c12 E6 SP1107 31 AC 11 25 Plant 2 Secondary Basin No. 4 Effluent Controller 31 -AC -1125 E6 SP1108 31 AIT 11 26 t Plant 2 Secondary Basin No. 4 Effluent Turbidity 31 -AIT -1126t E6 SP1108 31 AIT 11 27 pH Plant 2 Secondary Basin No. 4 Effluent pH /Temperature 31-AIT-1127pH E6 SP1108 31 AIT 11 28 c12 Plant 2 Secondary Basin No. 4 Effluent Total Chlorine 31 -AIT -1128c12 E6 SP1108 31 11 29 31--1129 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 11 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 12 Plant 1 (North) Filtration Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 AIT 12 01 amm Plant 1 Post Filter to Clearwell Ammonia/Monochloramine 31-AIT-1201amm E3 SP1201 Existing - APA -6000, Network to Scada 31 AC 12 02 Clearwell 1 Controller 31 -AC -1202 E3 re -tagged from AC -1801 (Locate in AT Shed) 31 AIT 12 03 t Clearwell 1 Turbidity 31 -AIT -1203t E3 re -tagged from AIT-1802(Locate in AT Shed) 31 12 04 31--1204 31 12 05 31--1205 31 12 06 31--1206 31 12 07 31--1207 31 12 08 31--1208 31 12 09 31--1209 31 12 10 31--1210 31 12 11 31--1211 31 12 12 31--1212 31 12 13 31--1213 31 12 14 31--1214 31 12 15 31--1215 31 12 16 31--1216 31 12 17 31--1217 31 12 18 31--1218 31 12 19 31--1219 31 12 20 31--1220 31 12 21 31--1221 31 12 22 31--1222 31 12 23 31--1223 31 12 24 31--1224 31 12 25 31--1225 31 12 26 31--1226 31 12 27 31--1227 31 12 28 31--1228 31 12 29 31--1229 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process I nterconnections/CityNumberSchemaCityNumberSchemaLoop Ind021V2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 13 Plant 2 (South) Filtration Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 AIT 13 01 AMM Plant 2 Post Filter to Clearwell Ammonia/Monochloramine 31-AIT-1301AMM E7 31 AIC 13 02 Plant 2 Filter Effluent Controller 31 -AIC -1302 E7 SP1301-Place @shed on line from 60" Line to Clearwell2 31 AIT 13 03 T Plant 2 Filter Unit Turbidity 31 -AIT -1303T E7 SP1301-Place @shed on line from 60" Line to Clearwell2 31 13 04 31--1304 31 13 05 31--1305 31 13 06 31--1306 31 13 07 31--1307 31 13 08 31--1308 31 13 09 31--1309 31 13 10 31--1310 31 13 11 31--1311 31 13 12 31--1312 31 13 13 31--1313 31 13 14 31--1314 31 13 15 31--1315 31 13 16 31--1316 31 13 17 31--1317 31 13 18 31--1318 31 13 19 31--1319 31 13 20 31--1320 31 13 21 31--1321 31 13 22 31--1322 31 13 23 31--1323 31 13 24 31--1324 31 13 25 31--1325 31 13 26 31--1326 31 13 27 31--1327 31 13 28 31--1328 31 13 29 31--1329 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Fina1/40 - Process Interconnections/CityNumberSchemaCityNumberSchema Loop Index 13 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 14 Wash Water Return Pit Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 14 01 31--1401 31 14 02 31--1402 31 14 03 31--1403 31 14 04 31--1404 31 14 05 31--1405 31 14 06 31--1406 31 14 07 31--1407 31 14 08 31--1408 31 14 09 31--1409 31 14 10 31--1410 31 14 11 31--1411 31 14 12 31--1412 31 14 13 31--1413 31 14 14 31--1414 31 14 15 31--1415 31 14 16 31--1416 31 14 17 31--1417 31 14 18 31--1418 31 14 19 31--1419 31 14 20 31--1420 31 14 21 31--1421 31 14 22 31--1422 31 14 23 31--1423 31 14 24 31--1424 31 14 25 31--1425 31 14 26 31--1426 31 14 27 31--1427 31 14 28 31--1428 31 14 29 31--1429 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 14 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 15 Wash Water Supply Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 15 01 31--1501 31 15 02 31--1502 31 15 03 31--1503 31 15 04 31--1504 31 15 05 31--1505 31 15 06 31--1506 31 15 07 31--1507 31 15 08 31--1508 31 15 09 31--1509 31 15 10 31--1510 31 15 11 31--1511 31 15 12 31--1512 31 15 13 31--1513 31 15 14 31--1514 31 15 15 31--1515 31 15 16 31--1516 31 15 17 31--1517 31 15 18 31--1518 31 15 19 31--1519 31 15 20 31--1520 31 15 21 31--1521 31 15 22 31--1522 31 15 23 31--1523 31 15 24 31--1524 31 15 25 31--1525 31 15 26 31--1526 31 15 27 31--1527 31 15 28 31--1528 31 15 29 31--1529 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90%Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 15 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 16 Wash Water Recycle Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 16 01 31--1601 31 16 02 31--1602 31 16 03 31--1603 31 16 04 31--1604 31 16 05 31--1605 31 16 06 31--1606 31 16 07 31--1607 31 16 08 31--1608 31 16 09 31--1609 31 16 10 31--1610 31 16 11 31--1611 31 16 12 31--1612 31 16 13 31--1613 31 16 14 31--1614 31 16 15 31--1615 31 16 16 31--1616 31 16 17 31--1617 31 16 18 31--1618 31 16 19 31--1619 31 16 20 31--1620 31 16 21 31--1621 31 16 22 31--1622 31 16 23 31--1623 31 16 24 31--1624 31 16 25 31--1625 31 16 26 31--1626 31 16 27 31--1627 31 16 28 31--1628 31 16 29 31--1629 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90%Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 16 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 17 East Chemical Storage Plant Id ISA ID & Func Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg# Plan Drwg# Notes 31 LIT 17 01 TK1701 SODIUM HYDROXIDE DAY TANK LEVEL 31 -LIT -1701 31 -PID -1702 31 XI 17 01 TK1701 DAY TANK TRANSFER PUMP P1701 RUN INDICATION 31 -XI -1701 31 -PID -1702 31 LIT 17 02 TK1702 SODIUM HYDROXIDE STORAGE TANK LEVEL 31 -LIT -1702 31 -PID -1701 31 LIT 17 03 TK1703 SODIUM HYDROXIDE STORAGE TANK LEVEL 31 -LIT -1703 31 -PID -1701 31 FA 17 03 CAUSTIC SAFETY SHOWER MS1703 FLOW ALARM 31 -FA -1703 31 -PID -1704 31 LIT 17 04 TK1704 SODIUM HYDROXIDE STORAGE TANK LEVEL 31 -LIT -1704 31 -PID -1701 31 FA 17 04 CAUSTIC SAFETY SHOWER MS1704 FLOW ALARM 31 -FA -1704 31 -PID -1704 31 LIT 17 05 TK1705 SODIUM HYDROXIDE STORAGE TANK LEVEL 31 -LIT -1705 31 -PID -1701 31 FA 17 05 CAUSTIC SAFETY SHOWER MS1705 FLOW ALARM 31 -FA -1705 31 -PID -1704 31 LIT 17 06 TK1706 SODIUM HYDROXIDE STORAGE TANK LEVEL 31 -LIT -1706 31 -PID -1701 31 LIT 17 07 TK1707 SODIUM HYDROXIDE STORAGE TANK LEVEL 31 -LIT -1707 31 -PID -1701 31 LAH 17 07 SODIUM HYDROXIDE CONTAINMENT SUMP LEVEL ALARM HIGH 31-LAH-1707 31 -PID -1704 31 LIT 17 08 TK1708 SODIUM HYDROXIDE STORAGE TANK LEVEL 31 -LIT -1708 31 -PID -1701 31 LIT 17 09 TK1709 SODIUM HYDROXIDE STORAGE TANK LEVEL 31 -LIT -1709 31 -PID -1701 31 FCV 17 10 CAUSTIC PUMP TRAIN #1 SUCTION VALVE CONTROLLER 31-FCV-1710 31 -PID -1701 31 PSL 17 10 CAUSTIC PUMP TRAIN #1 SUCTION PRESSURE LOW ALARM 31 -PSL -1710 31 -PID -1703 31 PSH 17 10 CAUSTIC PUMP TRAIN #1 DISCHARGE PRESSURE HIGH ALARM 31 -PSH -1710 31 -PID -1703 31 FIC 17 11 CAUSTIC PUMP TRAIN #1 FLOW CONTROL 31 -FIC -1711 31 -PID -1703 31 17 12 31--1712 31 17 13 31--1713 31 17 14 31--1714 31 17 15 31--1715 31 17 16 31--1716 31 17 17 31--1717 31 17 18 31--1718 31 17 19 31--1719 31 FCV 17 20 CAUSTIC PUMP TRAIN #2 SUCTION VALVE CONTROLLER 31-FCV-1720 31 -PID -1701 31 PSL 17 20 CAUSTIC PUMP TRAIN #2 SUCTION PRESSURE LOW ALARM 31 -PSL -1720 31 -PID -1703 31 PSH 17 20 CAUSTIC PUMP TRAIN #2 DISCHARGE PRESSURE HIGH ALARM 31 -PSH -1720 31 -PID -1703 31 FIC 17 21 CAUSTIC PUMP TRAIN #2 FLOW CONTROL 31 -FIC -1721 31 -PID -1703 31 17 22 31--1722 31 17 23 31--1723 31 17 24 31--1724 31 17 25 31--1725 31 17 26 31--1726 31 17 27 31--1727 31 17 28 31--1728 31 17 29 31--1729 31 FCV 17 30 CAUSTIC PUMP TRAIN #3 SUCTION VALVE CONTROLLER 31-FCV-1730 31 -PID -1701 31 PSL 17 30 CAUSTIC PUMP TRAIN #3 SUCTION PRESSURE LOW ALARM 31 -PSL -1730 31 -PID -1703 31 PSH 17 30 CAUSTIC PUMP TRAIN #3 DISCHARGE PRESSURE HIGH ALARM 31 -PSH -1730 31 -PID -1703 31 FIC 17 31 CAUSTIC PUMP TRAIN #3 FLOW CONTROL 31 -FIC -1731 31 -PID -1703 31 17 32 31--1732 31 17 33 31--1733 31 17 34 31--1734 31 17 35 31--1735 31 17 36 31--1736 31 17 37 31--1737 31 17 38 31--1738 31 17 39 31--1739 31 17 40 31--1740 31 17 41 31--1741 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityN umberSchemaCityNumberSchemaLoop Index 17 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 18 Clearwell 1 & HS1 Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 spare 18 01 31 -spare -1801 E3 31 spare 18 02 31 -spare -1802 E3 SP1801 Locate in AT Shed 31 AC 18 03 High Service 1 Controller 31 -AC -1803 E3 SP1802 - No Sample Pump Required 31 AIT 18 04 t Plant 1 High Service Pump Turbidity 31 -AIT -1804t E3 SP1802 - No Sample Pump Required 31 AIT 18 05 Ph Plant 1 High Service Pump pH / Temperature 31-AIT-1805Ph E3 SP1802 - No Sample Pump Required 31 AIT 18 06 c12 Plant 1 High Service Pump Total Chlorine 31 -AIT -1806c12 E3 SP1802 - No Sample Pump Required 31 AC 18 07 toc Plant 1 High Service Pump Total Organic Carbon 31-AC-1807toc E3 SP1802 - No Sample Pump Required 31 AIT 18 08 orp Plant 1 High Service Pump ORP 31-AIT-1808orp E3 SP1802 - No Sample Pump Required 31 AIT 18 09 amm Plant 1 High Service Pump Ammonia / Monochloram 31-AIT-1809amm E3 Existing - APA -6000, Network to Scada 31 LIT 18 10 Clearwell 1 Level 31 -LIT -1810 E3 31 18 11 31--1811 31 18 12 31--1812 31 18 13 31--1813 31 18 14 31--1814 31 18 15 31--1815 31 18 16 31--1816 31 18 17 31--1817 31 18 18 31--1818 31 18 19 31--1819 31 18 20 31--1820 31 18 21 31--1821 31 18 22 31--1822 31 18 23 31--1823 31 18 24 31--1824 31 18 25 31--1825 31 18 26 31--1826 31 18 27 31--1827 31 18 28 31--1828 31 18 29 31--1829 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 18 3/26/2021 DocuSign Envelope ID: 470B437E-329A-489F-B7A0-FC4C2BB999CD Loop Index for Area = 31 ONSWTP Loop Index for Process Area 19 High Service #2 Plant Id ISA ID & Fun Process Area Loop No. *Suffix Description Concatentated Format PI&D Drwg # Plan Drwg # Notes 31 AC 19 01 High Service #2 Controller 31 -AC -1901 E8 SP1901, No sample Pump Required 31 AIT 19 02 t High Service #2 Turbidity 31 -AIT -1902t E8 SP1901, No sample Pump Required 31 AIT 19 03 pH High Service #2 pH / Temperature 31-AIT-1903pH E8 SP1901, No sample Pump Required 31 AIT 19 04 cI2 High Service #2 Chlorine 31 -AIT -1904c12 E8 SP1901, No sample Pump Required 31 AIT 19 05 toc High Service #2 Total Organic Carbon 31-AIT-1905toc E8 SP1901, No sample Pump Required 31 AIT 19 06 orp High Service #2 ORP 31-AIT-1906orp E8 SP1901, No sample Pump Required 31 AIT 19 07 amm High Service #2 Ammonia / Monochioramine 31-AIT-1907amm E8 Existing - APA -6000, Network to Scada 31 LIT 19 08 Clearwell # 2 Level 3119 -LIT -08 E7 SP 31 19 09 3119--09 31 19 10 3119-40 31 19 11 3119--11 31 19 12 3119--12 31 19 13 3119--13 31 19 14 3119--14 31 19 15 3119--15 31 19 16 3119--16 31 19 17 3119--17 31 19 18 3119--18 31 19 19 3119--19 31 19 20 3119--20 31 19 21 3119--21 31 19 22 3119--22 31 19 23 3119--23 31 19 24 3119--24 31 19 25 3119--25 31 19 26 3119--26 31 19 27 3119--27 31 19 28 3119--28 31 19 29 3119--29 https://hazenandsawyer-my.sharepoint.com/personal/eleal_hazenandsawyer_com/Documents/Eduardo Leal/Wastewater/Corpus Christy/90% Specs Final/40 - Process Interconnections/CityNumberSchemaCityNumberSchemaLoop Index 19 3/26/2021 OM, Pilot < - A. 02 8,0 °0°0°023 "ST'UMENT TAC' °0°0°023 : "`""s-rRsu-r",,MTE,T;;tc. P °0°0°0: °0°0°06, °0°0°0'2 : : °033 :2277°0 PP:!'rrr'n'err'rtn'ert:' P & P °0°0°03, °0°0°0: : °032 °0°0°0'2 : : °022 :2277°0 °0°0°03, : °032 :2377: P{1:77.::.1b0 SP:::d7e'dIda R'P'd '"r&'.INDEED °0°0°0'2 : :3377: °0°0°03, °0°0°0'2 °0°0°03, 0002 0002 0,02 8375 19, 0002 0002 0,02 8375 0003 0002 0,02 8375 0002 0002 0003 0004 :=SM7P " '""UMENTTA" Eat OS P 0002 0002 .1.-02 8,7 0003 N1,04 8,7 0004 N1,04 8,7 0005 Mon.114.11.6.3. 0002 .1.-02 8,7 0002 0003 N1,04 8,7 0004 N1,04 8,7 0005 N1,04 8,7 0006 0,02 8375 3,6/2022 Pp Dp; Pp Dp; 0.! Pp Dp PPp°Dp Pp °„, Pp Pp Dp',:„ Pp Pp Dp',":','„ , : : : : I 1, ,n, I 1, 1°1° L7TVP'`,!,'",-", PpDp : , „ Pp Dp Pp Dp Pp Do p p ',„?„ DocuSign Envelope lo 4433434,46.48.342oFmcmemmo SAN PATRICIO COUNTY PROJECT LOCATION CALL BEFORE YOU DIG! DRAWING INDEX �-, O.N. STEVENS WATER TREATMENT PLANT 13101 LEOPARD ST 1p1 Tex . -I ....0,==h1 -=',Z17,. BLL OB6 LAST -. raoDLL a CORPUS CHRISTI, TEXAS 78410 - - 114 8"STOP SHEET DRAWING NUMBER NUMBER TITLE GENERAL oe NNUECES BAY THE LONE STAR NOTFICAT ON COMPANY AT1-800-669-8344 c, COVER SHEET AND INDEx of DRAWINGS co', IIICl .IX AND ABeRE GENERAL Ca OVERALL CONTROL PIAN sT L GENERAL NOTES a DESIGN CRITERIA DESCRIPTION Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 aillaMili, _ sz SEDIMENTATION BASINS DEMOLITION PLAN ,11I1II 11 N i LOCATION MAP Y 2 - w®PRIMARY cca efM1 S Plipi.:41, VA trit5] _4k,k' o S3 SEDIMENTATION BASIN REPAIR PLAN PROM. SEDIMENTATION BASIN MODFICABON 55 PRIMARY SEDIMENTATION BASIN MODIFICAPONS E S6 _. SEDIMENTATION BASIN M D NS DN: 55 ATIONS PRIMARY SEDIMENTATION TION BASIN, A ELEVATIONS t2 58 SECONDSEDME ON BASIN RE LOCAPO'PLAN S9 SECONDARY SEDIMENTAPON BASIN I W,A_L ELEv# ONS: PRIRY ONS CORPUS CHRISTI BAV sEcononav SED M NrAT ory BAsN t SIS SitSECONARY SEDIMENATIONATIONS 1 16 5i2 SECONDARY SEDIMENTATION BASIN REPAIR LOCATION PLAN SECONDARY SEDIMENTATION BASIN 2 RESECONDARY SEDIMENTAPON BASIN 2 PAIRLEIAr ONS.. -814 20 ICALR-PA�RDETA�LS / S B EC±JIRMEN' SUPPORT FRAMING PLAN B SECTIONS 2,2 PRCCE66/MECHANICAL LADDER DETAILS LEGEND A. 24 L DEMOLLITIONP NS 25 PRIMARY SERIF?ENTA �' - '•, - Man • '11 -\i MP •' ,',j P�� \ `: \IuPu1! �•w.�." q6 26214 DEM11oARLITIONDIMENTATION ENLHRG_ PIAN BASINS DEMOLITION PLAN .e28 246 DEMOLITION DETAILS `� 29 DEMOLITION PHOTOS D s31 219 NARY AN 3334 r.MI 10 PRIMARY s sNMOD SEC=ONs2 11 II sif "Y 1 ' 1 !Lilt/Ill' :� I. VIM: . �� 1 1�1 '"aWell llI� � , , I vlyi. �, 0 N STEVENS WATER TREATMENTvUwl WI 1 „'� ,�`;�'.-. 1811111110♦ ,�`` -111111/♦♦�♦ y ,,= := 1' 4��' 'He° BOYO ,•iN ij Ii \ \ , • °,, `,,,� `O ,� .`` ■ ►, • .p!, �qO ,I . ` `\ ' •_�01.'"„/ O Z4 '��` ,,,,'�: :`�'� ';.,,�=�1.���l1f 1 �p� _,,4.. �_,' ,' ` �;A ' ` `` �1 •• '' ' "I i ,CAPONS 0 g r ¢ Bs M13 STANDARD DETAILSEDIMENTAPON S cA� DETAILS ELECTRICAL 36EtLEGEND AND SttFBCIs GENE L G ESANDABBRE AnGNS 38 E6 LAGOON CONDT AND DUCTBANK ROUTING 4o E4 SITE PLANTtA448 AL PLAN Es PLANT, SINGLE LINE DIAGRAM 42 E] CONTROL VVER ANDDIAGRAMS INSTRUMENTATION RISER 0004411 E9 P43 E8 ONEL SCHEDULES RAMS =HEDULE 5 CONDUIT AND WARE SC 6 CONDUIT AND W.RE SCHEDULE .I 12 48 EIS STANDARD DETAILS I STANDARD AILS TVI as STANDARD DETAIL 50 NSTRUMENTATION DET "! SYMBOLS AND LEGENDS 3 I3 PROCESS AND INSTRUMENTAPON DIAGRAM SOLIDS COLLECTORS t - 6 PROCESS AND I NSTRUMENTAPON DIAGRAM SOLIDS COLLECTORS 13-f I BY I DESCRIPTION O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS GENERAL COVER SHEET AND INDEX OF DRAWINGS 54 . PROCESS AND INSTRUMENTATION DIAGRAM SOLIDS COLLECTORS O.N.STEVENS WATER TREATMENT PLANT PREPARED FOR: ARCHITECTURE Co"LE NTS°SATsHLOOP COLLECTORS 19 2' VICINITY MAP CITY OF CORPUS CHRISTI sa a SYSTEM ARCHITECTURE O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS PREPARED BY: IN ASSOCIATION WITH: PROJECT NO. 18130B II TBP SU REGISTERED NO. CONFORMED SET ENGINEERING FIRM F-36fi SURVEYING FIRM 10126500 FIRM Hazen LiNiv II D BR5NO. HAZEN NO.: 60704-024 — ARCHITMAE ECTURAL HAZEN AND SAWYER an Ardurra Company ARCHITECTUSA FIRM BR599 °°N PUSCHSHORELINEBLVD , I,TEXSUITE 78401oE SEPTEMBER 2021 CORPUS CHRISTI, TEXAS ]8401 801 NAVIGATION, SUITE 300 PH. (361) 883-1984 FIRM REG. No. F-13618 CORPUS CHRISTI, TX 78408 2\tWNt.LNVING.COM SECTION/PROFILE 11 ASPHALT PAVEMENT ,, ►" LIMESTONE/ROCK CONCRETE PAVEMENT SAND 1011111U ILII II II 411 111 EK BSEj 111011111MEM ELECT FILL MATERIAL :Ey SHISHIEW i COMPACTED SUBGRADE I I 1=1 1 1=1 1 1=EXISTING GRADE . r', z \ } : \ HATCH PATTERNS _...® }!!\,: : E °p;9,! r', r!� =, } �> ` §,>;.:!§;;.;:;l;r!! - ! , . { {}:{} RPV9A !:-' „:.:,: : , 'j\|))))\ 5 , . _ �_ 2 ` !! ) , )\ . , - „ §) _ e \ `�/` ( ; °\ \\ § G LINE TYPES TYPICAL LEGEND/SYMBOLS 113 ; T ,, ; } ! \( »: : }}} }�\_\j} - 0 ,30 - , Z _ }\} ,— BENCHMARK PONT 0 ELECTRIC MH O CONTROL POINT 0 TELEPHONE MH El MONUMENT/POST i ANTENNAE • CORNER q SIGN p PK 1 PIPELINE MARKER O BOREE HOLE -. MONITORING WELL O FIRE HYDRANT ® MAIL BOX oa WATER VALVE • GUARD POST/BOLLARD • AIR RELEASE VALVE CuSTOSHRUB ® WATER METER R EK] WATER FAUCET EE ® WATER VAULT J. GUY ANCHOR • SANITARY SEWER MH p POWER POLE 0 kl CLEANOUT p LIGHT POLE 0 STORM WATER MH 6 ® CRATE INLET ® PHONE BOX m GAS VALVE ® JUNCTION BOX • GAS METER ' ,, SPOT ELEVATION —• DIRECTION OF TRAVEL GENERAL ABBREVIATIONS SYMBOLS o . 2 q 2r§2] ->; . ] - . 9 T\E §;(\ .34 CD, „ CID § . `af.' ) M CD2. : r% rr�§ �-. `2: . G - \, ; IIC z DETAIL/SECTION ID SYSTEM REVISION NO DATE B DESCRIPTION REVISION NO DATE B DESCRIPTION \/ _\ ( ` avSTEVENS WATERTREATMENT PLANT SEDIMENTATION CORPUS CHRISTI, TEXAS o« m CORPUS CHRISTI r G UTILITIES DEPARTMENT zEngineering�� ��� __»« n,AerNvo ccom RK|:/ 4. t., =) ( g>/\ 6 CIVIL LEGEND AND ,�m '=g85 ' .g8g 5'g hg g2g 8 �r, m- 84 ' - g2g_= gSg ,88am 2"=48" 0A � s=g8g8 gEg 0 0� m mal aA Sa X50 oA A o £ o8 AE P oN ASS A $o_,^,o� o"=„p^%.Gm�m€o7 °5° 2� " A . ms zg z ^�2 o€$� 8 '^ �m�2 rim gm 2 £ P €a ap 4a 7a �G m mN "= S$ ",- _ " Ao�g2 A am'$^ F A o aPP - pm 2N o8 oz 6 yg 92 =7gz9m cry o '2 �� - ,o, oo m 49 a a c mAz m=R_8€a E =9`o":=mom 7 9 0>m F> > �-�, �� m Sm � o m° 5 0 ?A�o'2�9N o2 S a A �� - `� A ohm " m a m �'-' m ^ 5 _'' oma "^a °m om gm om �5 a o� 5'559 z5 momo�'"m°gym 8g 5 S '2 g o„ f. „ m2� 5£m 58 ; �= 58 8o N S 55 S 5J8 z o mma 5x848 �9�om s= o = om ma % 9 °m 2 °9°9 mmc omp2A8. $ om^m o`�oAgFm6>Po^o=A Fm oy '''Io -1m P� - $� = 58 €� P°oz4 2 yAE�o 5 4AK t' , a mz o- - A g 2 -a 2 'AA ate€ g o -o sage^ 8mm ; A '2 5 Ag '"P o$ $ A 3 m£ oar€< °�'9S tom 85A"Poo9 9 cc m ^ 9 mami mS mSx n 5 or mo � �^, A � 08 � n - �� A gSa S4€�g or g 7i nz _ -oAnti' '7m o; � ;5 o g$ o� m,� € '_ 582^ 2�`z:E .o "z .=9 a '' A� o_ ^�xi^o mks �8 - z8 5 o `�-a �o % �� a$ o off_ S ooaz :Po gg21 mn o 80 o a Y�mNz ''mmmza ma o 0�$o2 s` F� S �� -_ 2 a �m x,82 A„g�pm8 - ”. 'mac m � o CONSTRUCTION NOTES PROJECT SCOPE 1. THE PROJECT GENERALLY CONSISTS OF DEMOLISHING THE EXISTING TRAC-VAC SYSTEM IN PRIMARY SEDIMENTATION BASIN NO 2 AND REPLACING WITH A NEW HOSELESS SOLIDS COLLECTOR MECHANISM AS SHOWN ON PIANS AND AS PER SPECIFICATIONS. 2. PRIOR TO INSTALUTION OF THE NEW EQUIPMENT, STRUCTURAL REPAIRS TO THE BASIN FLOORS AND WALLS SWILL BE MADE TO THE BASINS AS SHOWN ON THE PIANS. 3. THE THE CITY SHALL BE RESPONSIBLE FOR REMOVAL OF SETTLED SOLIDS FROM THE BASIN BOTTOM PRIOR TO STRUCTURAL RPAIRS. THE CONTRACTOR SHALLCOORDIAMTING THE WITH THE CINE ONCE THE BASIN IS TAKEN OUT BOF SERVICE. THERESPONSIBLEFCONTRACTOR SHALL ALLOW BASINOR CONTRACTOR14S DAYS FOR CLEANING AND REMOVAL OF SETTLED SOLIDS. 4. THE PROJECT ALSO CONSIST OF INSTALUTION OF CONDUITS AND PULL BOXES NEAR NORTH AND SOUTH LAGOON AS SHOWN ON PUNS. _84 5 omo :" o 5,,S '" gg amig $AS m c a Ado Imo off° N o 000- o ,`5 os =gs �_ €s $= acomm�z 2" 24 93 o Fsec =�m �� 2 Ag 90 28 82_moo°m a5 -s Ym , >_ -- 5�a €a '8a ao ^� a$9az 8g.5A =p �aaN€z g' 'o o "�cas2 z- '- m° po 8= Ro^4"£ r> m ag o25m�� o o5 o _ yo9oS AP r' 5 aha m� m�5o 5 "oN `5 - �4 Az ° ° o ,. COMPLIANCE REQUIREMENTS FOR STORMWATER DISCHARGES FROM CONSTRUCTION SITES (TPDES GENERAL PERMIT TXR150000) 5sm oomm8 mz'x f�3 �9 y €$=$o � Vim= mo° 5 �'�" 0�8 me z a im SA4 o8^a =mgr mm8 4 om fmo „,go=gym .m8o "� s"ae v�o€€ m„"s�9Ln baa � "mmSm �$RA ze = gigg € 58z �= ona a000a com �F� oe m -mmQo o mg ya mn o gc $ a 5 £ohm Ngo S azo - S gg4`� mo 54m AAA o n o €= o g -"i" ':oz. 5�,0 m� .6 ono= o mm° = °°. 8n„ 8 A oS o ;mo _ego oE. Na E. '- X82 z- 6 8 => �S.o < e 8 5� gx 8g = >�m " 8„ 84 S 58 mO s' "c = gmoo dem ma^2 _ sz o5 s AF" N"m 7m ao m 2 z 5 02 zr nA = PROJECT GENERAL NOTES 1. THIS CONTRACT IS A PART OF MULTIPLE ON GOING AND FUTURE IMPROVEMENTS AT THE O.N. STEVENS WATER ADDENDUM NO 1 REVISION NO DATE B DESCRIPTION REVISION NO DATE B DESCRIPTION m m SHEET 3 of 58 RECORD DRAWING NO WTR-480 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS CITY OF CORPUS CHRISTI Pi TEXAS UTILITIES DEPARTMENT Deportment of Engineering Services LNV o�am"a coRPRrcRR�n�.,,RaRR ,. €.•+spm' � Sim 'I -% ' ' o tiC N 0 sIR„EryN�F1=1:6 CIVIL GENERAL NOTES r AR�R�.F�.RR�F�RM RRFssmI wR�N=<oM O m O `m 0 H 0 0 z H 0 O NOI10Nk15N00 A MI REVISION NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION 90c 181 #103'0.'1110 086—Num Oo O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS CIVIL OVERALL PROJECT CONTROL PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment of Engineering Services `NV—E�RGEEEM,o,Es,00 801 PARIGATIOP.SPE 300 CORPUS C4161331, 33 78.8 AAVVI_PRIPC COM C0 DETAIL IDENTIFICATION SYSTEM SLUM CR DEINL LARK OBAIL TALE SECTION lop SCALE: 3/9' = 1.-0' 10EIML SCALE SHEET ND. WHIRL DUAL IS LIKEN 0 REVISIONS OCOWMN 0010 uNLN.T.S. EOTHERWISE NOT10 SCALE T.O.C. TOP OF CONCRETE TOP Of GROul TOP Of STEEL T.O.J. TOP OF .1061 ON CENTER EACH wAY CulDC FEE( MATERIALS NOTATION 2 m ' n CONCRETE: \ ASTM DESIGNATION MINIMUM YIELD STRESS 3000 PSI 4000 PSI 5000 PSI 28 DAY COMPRESSIVE CYLINDER STRENGTH ANTI -CORROSION COATING BY THE EUCLID ED EDOAL. TROWEL GRADE VERTIOAL/WERHET. CONCRETE 0ILL CO. - C R ENGINEER S APPROVED )N OF A DYE DR ENGINEER APPRWED EOWL. ANTI -CORROSION COATING BY THE EUCLID ED EQUAL. TROWEL GRADE 001000AL/WERHFADCONCRETE NIGL CO. OR ENGINEER APPRWED EOOAL. :TEM BY SIKH OR ENGINEER APPROVED SIKH. M (NSF 81 CERTIFIED) BY SIKH • tn\'"*' A D A 2 D A v, gi - - RA - < - - 's € - „s o S r $ o 8 _ m3. � _ cA K 888- 68 Fm T6 - •sa a ,r 8' m -9 ' ' 5 Fm, ' 8 <S 5N 2~ "o - �� - o : a 8 a -g G r r ' mS o'=_3 m' : m _ o s.o m " a o 8 S' So o oda g - r i 0 S y g g ' o No r _ > g m g 7 S y - - _ = m - ; a on 8 - 5 w g ''-o Sq A _ " - wA � ' o 2 Ro 5 A o - s oS S - 7� - m, 8 mR si n - !�=s' b"^=_ - N=p "Sj9 �offA2 8 `��no - oomo _ O A>o xR>o^�e�'�, - 55m;o2 2�G8 m c.>o oai $6" n Ngo ,=�ooAo: ; : m °�g 2 "9o70a � e ' �� m . i».� 2 2 Z ma �B O _'• ^�='s og -.' ri >mA psa-ra �� 'o�2 - o��^ p° o Az mans=Q2 .� Sia= 3=may>73 os = "oo Fgo",` o = >9 a� y�AA= m f9 g -sK� - n' 8G 2 kA F> k=^5 59Fo 's8 §o Y� 0 =29^ z ami 2 A2 m''3 �� m^ o2 o5 mgr - 8g o8 -_ = 'r''' _ r 6 c>8 " �3mm �m1' c 5a Sm - - m -^ ' '� m o hA so m2IA a SSE' 8gy S' o a7 ' �_ � �cm -� >^ f B= _7gr.^ s A '''9 ooA n %n Q Am fp, a� �� g�� 2 sm 2 ,E! a` R= mm Wig„ i; -m P;,'., - pz 26 '0y � aP i °a 6z � o= oho a o„, n =A `g2 7 N 8 o ooh 2 _ GENERAL NOTES 8 1 �� _ 4�R >ii 2 > a o �5 " a5 8 osm n - _ ' 8 S' - gn m m Kai m 8 s - o 2 . . o55 - '4 - a< - A > - -- 8� -<” - ` 8` ' �> - =2 - r 8g9€ 8 8 A 2. " oS S 6.. spy '2 off; g_ c sic _ S° 8; ? _� m SA= m "$ � 5� 8F .g 8 S 8 n9 _ R EAo s 6=2.".:2.NZ E " �9a ` Ro ' 9 >S" - Aa A 11 _ , _5 -8 % ma 5=a 8”„8 i.a S �8 a Fy � ' g8' w�., Sc=» A=a Aa _ - o opo os's'a - r ;� ��a 5^o h0 8 - - �'9 >8� - :E9 sm �� `�^4 moo r"sad oR oA �8 gy F£mo: X68 >� oo" XO g? 8 _g �^ o< N�' ^'� c-'.^RF m 8^a7 -< m's Doo £ " m. S� :x � Sly o F� n''"cf o" _s mcs A a = o o Fm Sa Sm ' os =S� �qgx o =So -�2 om oG7 "R - p 'z �' q� 2 Vii$~ 2 raffia °.- "gov °o ! ' =£"oo �'' ?7S° $� 6i '"90 " a'= fees -__ 2�" ,3.�o0 mGm �a„> 33 2 p RA ' 0 m25 ' - 2 R 3 .- F"P - - zoo J gRmo " � �m> B9 5 m5” A 'NN9 - - ooAa �z :A> aa8 ^S�$ Z - >� AF.££ ado - �'a m$o" .o ' m9^ To S W _ _rn m '6 An6 ^A n 8588 a` g§.. S-'a" - "w Po' 8 n99 =0 0 0 P 5 = AS"= 8 s$ - -�m£ S"= " cc 0�8� CONCRETE REPAIR NOTES 6 6 A- 6 ='"" "'2P F� 9 - a 2g' s ' . P ", '0P s q� -_ s8 8 9 0" ' = >6 s $m � G o mo° _r a= po ,' I o h� 8= P Pnsf z 8g12's" n ' m m fsg " 8 09a ""7£� s oR° =="N S'= gone p S$ " 0q F> = -- rp,R 8 8 2 8>66._6 6 6 a"� ya m€ o. m m >58" o S % foo Y ou ^ 8= R 8 K., '01 ' =o " � - �"a=_s y� KgB a=A�o = ms'o ' kms w o g s.som 8 ooB> >5m> S J` 0_ - - > min STRUCTURAL STEEL NOTES REVS ON NO DATE BY DESCR PT ON REVS ON NO DATE B DESCR PT ON fi m 8 = z & 0 I0 co 0. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTITEXAS Deportment CITY OF CORPUS CHRISTI TEXAS ■i11 UTILITIES w.=- DEPARTMENT o/ Engineering Services p 8 v' H LNV ^^" ^^^�^^�^^r �cryREuRRRMo PoRa°�N,Ams°A.°N,T.E3°° PUSCHR fx ear N'AN_= M STRUCTURAL GENERAL NOTES & DESIGN CRITERIA 0 0 0 - „Lt/L 31VS5 SEDIMENTATION BASIN 1 & 2 DEMOLITION PLAN ;38 `10 52 MH ADDENDUM NO 1 CLARIFICATION NOTE REMOVED REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 90C(O #10,0. n110 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL SEDIMENTATION BASINS DEMOLITION PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Dopartmoni of Engineering Services `NV FRM,o,� esE E a�e,d comp„r ,;sc R�Rez =9 801 NAMGAPION, SHOE 300 PH M6,883-1984 CORPUS CH131331,33 78408 MOM/ LNMNC COM tad -o': 140'-04 ■ O 1' IS ■ , O w IO s. REMOVE & PROPERLY DISPOSE OF EXISTING NDNC. CURB AND EFERTO RAFFLE WALL REFER TO MESH. DWGS. SECTION G/M5 0 0 ■• ■ - REMOVE & PROPERLY DISPOSE DF EXISTING L ACCESS DDER (TYP SEELCCPIIDNS) SECONDARY SEDIMENTATION BASIN 2 REMOVE EXPROPERLY LDISPOSE ISTNGMETALSTRAPS, OFTYP. I 11¼\ off$ Fi ■ —I. • �� ��I ■ __mm MH ADDENDUM NO 1 CLARIFICATION NOTE REMOVED REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 90C(O #10,0. n110 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL SEDIMENTATION BASINS DEMOLITION PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Dopartmoni of Engineering Services `NV FRM,o,� esE E a�e,d comp„r ,;sc R�Rez =9 801 NAMGAPION, SHOE 300 PH M6,883-1984 CORPUS CH131331,33 78408 MOM/ LNMNC COM 0 O 0 0 5 DF. n 4D O -0 zz D D 0 < m Wz my D z W Z � W Z O) Z R0 MH ADDENDUM NO 1 CLARIFICATION NOTE REMOVED REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 909191 " 0. n110 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL PRIMARY SEDIMENTATION BASINS REPAIR PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services `NVTePFR oon,d Comrooy RRCRlFFRRRAL FARM ERS P11 0611 883-1981 14„._.': 140., F. rig F5 9a µ o ❑ 0 g S s 0 o a. 0 o s 0 e i 1 g S E C/ g MH ADDENDUM NO 1 CLARIFICATION NOTE REMOVED REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 909191 " 0. n110 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL PRIMARY SEDIMENTATION BASINS REPAIR PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services `NVTePFR oon,d Comrooy RRCRlFFRRRAL FARM ERS P11 0611 883-1981 4D 9 — O y D 0 om D Z Oy z� zZ Do Z co Z R0 ,ao' ,Wittitta" I, I, JSMS/F 49/ MiffWitt iriff iltofriff NNA&TV/ tiff l g 9 9 9 4 9 9 9 ❑ 0 0000000 00 C MH ADDENDUM NO. CLARIFICATION. NOTE REMOVED. REBAR S. REVISED REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE DESCRIPTION O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL PRIMARY SEDIMENTATION BASIN FLOOR MODIFICATIONS PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT D.partm.nt of Engtn..ring Services `NV =EEFrRM,o,,E a�adwrocomno�r ����.ER�R�F�RM aR� 801 NAMGATION,SUITE 300 PH. (36, 883-1984 CORPUS CHRISTI, 7.6 PRIMARY SEDIMENTATION BASIN 1 & 2 SECTION - LOOKING NORTH E E3 AllINVfO 1VIH3IVW PRIMARY SEDIMENTATION BASIN 1 & 2 SECTION - LOOKING WEST g — — T. T. ADDENDUM NO 1 CLARIFICATION NOTE REVISED REVISION NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL PRIMARY SEDIMENTATION BASIN MODIFICATIONS SECTIONS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engtnssrfng Ssrvk.s `NV .aesE FRM,o,�E a�,w comno�r �eclRee �Rez aR 9 C01.1. CHRISTI, 78408 u..NLNVINC COM 01 N o% m m MH ADDENDUM NO 1 CLARIFICATION NOTES REVISED NOTE ADDED REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 909191 " 0. n110 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL PRIMARY SEDIMENTATION BASIN MODIFICATIONS DETAILS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Dopartmoni of Engineering Services `NV TSPESENEFRIEFOO FIRM NO a�e.dcomvo�r RRMHIFFRRRALFIRM RFS. 00000000000 PRIMARY SEDIMENTATION BASIN 1 CONCRETE REPAIR QUANTITIES REN 1 ISSUE 1 QUANTITY 1 REPAIR TYPE 1 COMMENTS r- ,2rereire'ree2re 0 .O -,l = .a/£ 31VOS PRIMARY SEDIMENTATION BASIN #1 ELEVATION LOOKING SOUTH Cu = „ZC/£ 31YQS PRIMARY SEDIMENTATION BASIN #1 ELEVATION LOOKING NORTH C�! REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 905191 aioa oea,uio O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL PRIMARY SEDIMENTATION BASIN 1 WALL ELEVATIONS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services `NV .aesEN FRM,aE a�,w�comvo�r ����.ER�R�F�RM aR� PH 0, 88,1984 ,O -,L = ,9L/L ,31EOS NOI LVLN3W103S AHVGNO03S NYId SNOILVOO1 HIVd31,1 4# NI ® 000®C:1 ®®0 0 0 0 0 0 9 G O SECONDARY SEDIMENTATION BASIN 1 CONCRETE REPAIR QUANTITIES ITEM 1 ISSUE 1 CUMNTITY I REPAIR TYPE 1 COMMENTS 1 ITEM 1 ISSUE 1 DUANTITY I REPAIR TYPE 1 COMMENTS P RFIRP,RRRP,ROA m.m.0,11.m.m.m.m.m.0,11-0,11 RP,RP, 4,4,410,4,F, _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ IP 9 I� rr1 if fl- Ill I I- r 00®0®®®8®®®®1000® 0 g 2=3,20,002=3,000002=200,44,%0,002=3,241 ,O -,L = ,9L/L ,31EOS NOI LVLN3W103S AHVGNO03S NYId SNOILVOO1 HIVd31,1 4# NI ® 1 L 1 e * IP 9 I� rr1 if fl- Ill I I- r r REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 905191 aioa oea,uio O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL SECONDARY SEDIMENTATION BASIN 1 FLOOR REPAIR LOCATION PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services `NV esENEFEE a.e.d comno.r ARecveezez RM aR 9 801 NAMGATION.CITE 300 PH M6,883-.84 CORPUS CHRISTI, TX 78408 MOM LNMNC COM 4D S (1SV3 ONINOO1) (1SV3 ONINOO1) mm m m O O ( z D m { O � m m O m z m z m O D z co D z 4D 0000000000000000000 PRIMARY SEDIMENTATION BASIN 1 CONCRETE REPAIR QUANTITIES ITEM 1 ISSUE 1 OUnurrw 1 REPAIR TYPE 1 COMMEMS -Ns REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL SECONDARY SEDIMENTATION BASIN 1 WALL ELEVATIONS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Dopartmoni of Engineering Services `NV .R EARHEGMPFRMHFO OHMHO a�e.d comno�r ARCHITECTURAL OHM HRS. 801 HARGATION, SUITE 300 PH D61) 883-1984 CORPUS CH131331,33 78408 ANYVLHOHC COM Oo0000000000000 PRIMARY SEDIMENTATION BASIN 1 CONCRETE REPAIR QUANTITIES ITEM 1 ISSUE 1 OUPMITY 1 REPAIR TYPE 1 COMMENTS -, 002,goaaadoonoo,ao „0-,t = .91/1 :TINOS SECONDARY SEDIMENTATION BASIN #1 ELEVATION LOOKING SOUTH O SECONDARY SEDIMENTATION BASIN #1 ELEVATION LOOKING NORTH REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL SECONDARY SEDIMENTATION BASIN 1 WALL ELEVATIONS II CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services `NV .aesE FRM,o,�E a�e.d comno�r AReclRee �Rez aR 9 801 NAMGATION, SUITE 300 PH 06,883-.84 CORPUS CHRISTI, TX 78408 AP/MUER. COM o 0 0 000000000 PRIMARY SEDIMENTATION BASIN 2 CONCRETE REPAIR QUANTITIES REM 1 ISSUE 1 QUANTITY 1 REPAIR TYPE 1 COMMENTS O 1 'erg 1 L' 1 _ gAP� m a m a -m -- a 53a m-m a s.m.m G O .0-.l = .Lt/A 31vo5 PRIMARY SEDIMENTATION BASIN #2 ELEVATION LOOKING NORTH C�! —17 r REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 905191 aioa oea,uio a co O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL PRIMARY SEDIMENTAION BASIN 2 WALL ELEVATIONS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engtn..rfng S.rvl.a `NV .R:EN FRM,o,ER,00 a�adwrocomno�r RR�R�.EFxx RM RRA 801 NABGATION, SUITE 300 CORPUS CHRISTI, TX 78408 BAMLBBNC COM 4co N n SECONDARY SEDIMENTATION BASIN #2 REPAIR LOCATIONS PLAN 'I E.J. © C E.J. SECONDARY SEDIMENTATION BASIN 2 CONCRETE REPAIR QUANTITIES i m A= 2= m m A= A= m m A= A= m m A= A= m m Ah= m m A= A= m m 2=A=AA m m m o i ®®®®®o®®®000®®®o ID el 1 Lli ° o° ii Uowm? 4J/ 5 `V R 4co N n SECONDARY SEDIMENTATION BASIN #2 REPAIR LOCATIONS PLAN 'I E.J. © C E.J. ID el 1 Lli ° o° ii 4J/ `V i __. . e e e u u 11 r L MH ADDENDUM NO 1 CLARIFICATION OTE REVISED REPAIR ITEM CALLOUT ADDED REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL SECONDARY SEDIMENTATION BASIN 2 FLOOR REPAIR LOCATION PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services `NV .a esE FRM,o,�s,00 a�e.d comno�r ARg.:TRee Rez z9 801 NAMGAPION, SHOE 300 PH MS, 883-1984 CORPUS CH131331,33 78408 MOM/ LNMNC COM Cr > O ( z 0 D m 0 m z H O co z Cr > O ( z 0 D m 0 m z H O co z 1.21:21) 4D = ,LC/t :TWOS mm mm O m z > 0 m O m O om z m� z Orr z z z 00000000000 SECONDARY SEDIMENTATION BASIN 2 CONCRETE REPAIR QUANTITIES ITEM 1 ISSUE 1 QUARTO, 1 REPAIR TYPE 1 COMMENTS O CONCRETE CRACK --- O CONCRETE 450 L.F. VERTICAL CRACK FULL HEIGHT OF WALL i n s i sa sa n nsn n a v a sn .1 a n s�n sn ,grs �n sn REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL SECONDARY SEDIMENTATION BASIN 2 WALL ELEVATIONS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Dopartmoni of Engineering Services `NV —esEFERFEFoso a�,wwrocomno�r ����.ER�R�F�RM aR� 801 NAMGAPION, SHOE 300 PH MOO 883-1984 CORPUS CH131331,33 78408 MOW LNMNC COM 000000000000000 SECONDARY SEDIMENTATION BASIN 2 CONCRETE REPAIR QUANTITIES ITEM 1 ISSUE 1 QUANTITY 1 REPAIR TYPE 1 COMMENTS O CONCRETE 60.0 L.F. VERTICAL CRACKFULL HEIGHT OF WALL O CONCRETE 500 L.F.VERTIGL CRACKFULL HEIGHT OF WALL §O.Pginincnino VERTICAL FULL HEIGHT OF WALL IGL FULL HEERTIGHT OF WALL VERTICAL FULL HEIGHT OF WALL VERTICAL FULL HEIGHT OF WALL m 0 0 0 { 0 m m m O O .0-.l = .AL/L :3Tg5 SECONDARY SEDIMENTATION BASIN #2 ELEVATION LOOKING NORTH J REVISION NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION 9OC # 103 0. n110 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL SECONDARY SEDIMENTATION BASIN 2 WALL ELEVATIONS II CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineerfny Services `NV.a =EFF:s,00 a„adm,nwmpo„r zg ezez=9 PH 88,198.1 CO O m 0 m inn" N. N DETERIORATED SECTION OF REINFORCING a HIVd31,1 NOI H rn-<m D . D_ � D � m m z w Xo - 0z 00 (m m m � m m p� m Dy D 0 m D REVISION NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL TYPICAL REPAIR DETAILS I CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineerfny Services `NV TB =EEFF:a aRadwrowmvRRr zveeze FARM aR 9 PH 0, 88,1984 0H 0 0 0 ZO OLOHd CO OLOHd 1 m D 1 0 m F 11,1130 HIVd31,1 HOOid 9 3 REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION aoa[e� ���3�odd��� O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL TYPICAL REPAIR DETAILS II CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services `NV =EEFE,00 a�e.d comno�r ;4==s s 801 PROGATION SPITE 300 pH ,Hel, ap,pap CORPUS CHRISTI, TX 78408 ANYVLPOPC COM 0) .0-.l = .i/l 31Y$ ELEVATION AT EQUIPMENT SUPPORT FRAME 00 Z d 1HOddf1S 1N3Wdif1O3 m m 8 EQUIPMENT SUPPORT FRAMING PLAN - C8 CHANNEL FRAME EQUIPMENT SUPPORT FRAMING PLAN - PLATE 80 z Nm m m 0 m m 0 H 8 07.3 REVISION NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION ace [e #10,0 d n110 z 0, co O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL EQUIPMENT SUPPORT FRAMING PLAN & SECTIONS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engtna.rfng Ssrvk.s `NV esE FRFF:E a�a d comno�r ;:c1Reeze= 801 PROGATION SPITE 300 pH ,Hpl, ap,pap CORPUS CHOSE, TX 78808 ANSRLPOPC COM Will ,o :m � 4" 5 _a• 1._0481 8 07.3 REVISION NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION ace [e #10,0 d n110 z 0, co O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL EQUIPMENT SUPPORT FRAMING PLAN & SECTIONS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engtna.rfng Ssrvk.s `NV esE FRFF:E a�a d comno�r ;:c1Reeze= 801 PROGATION SPITE 300 pH ,Hpl, ap,pap CORPUS CHOSE, TX 78808 ANSRLPOPC COM TERMEDIATE 5 VERTICAL BARS HOOP SF, NI, (/1 T n � O Z m Z p REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 909191 " 0. n110 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS STRUCTURAL TYPICAL LADDER DETAILS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Dopartmoni of Engineering Services `NVEEGMTFRFOa REDFIRMNO a�e.d comno�r ARCHITECTURALFIRM BR599 801 NAMGAPION. SHOE 300 PH MOO 883-19811 CORPUS CHRISTI, PX 781108 AWN LNMNC COM [8,-2-2'228 ',928888828888,82ic,888E1 -'8HT—X'SE 22'222] c`73'32F3,2 8131 48i222Eq8F882E-1388g8 '311 7.12172'2r2—,278 -8T2'',2-82-682— 2I`2111p1.12K2 ;`2,32.182. lVel3N39 c(3 uggg 155555555353555-5150pgqg giT5tr51 gti 5-5535gwog'g gig g 1g5g555-55gAgig 88 cl.F2'8,) i22 RFV;f7,)f)7,-,2711,1,2, 2,22223F cricni,cH 91323.11,ali38'V2"[F2'38'3'3' 3 MN NOOA d3EINInN1^100,1 5 rn5 ggggggli ggggiggig. ,gg c -32W§2,2 -382'2'22222'421321221821 gggggg-gg circft3T—gg—g`g ggictglgsg,gi—ggrg—gg`gc, g3Iggi rg—g-gggsg—g—Pugg—g—ggt-ggggggg ,g,citgcgggg'gg ONIdId SS300eld glgg"ggl'Igg3ggggggIgg`ggFgggggilt 133V131AIVN WOOH ONIA3N 11\0,130 ONV NO1103S MA. AO NO110.10 ino 11VO NOLLVA313 J I S3dA13N11 5 6 g S103WAS z SiVIH31VIN m 0 m z 0 013 S91\11111d '3A1VA REVISION NO BY DESCRIPTION REVISION NO BY DESCRIPTION 90C lel #1031,.,10 03 0.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL LEGEND AND ABBREVIATIONS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 REVISION NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION 909181 " mtld u10 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL OVERALL DEMOLITION PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND -SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 o 111 Ill moo ! c oo o0 no p 1• ►fill A , 1 A CFS co m m PI z co N 7, zNI co z •, V s� Dco4 WIm lc28 `; 7. REVISION NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION 909181 " mtld u10 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL OVERALL DEMOLITION PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND -SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 co m 0 m z mz f. CO Z O m 0 O z Z REVISION NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION 909181 " mtld u10 A N co o om O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL PRIMARY SEDIMENTATION BASIN 1 DEMOLITION PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND -SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 (0 co O_ m z D O W co Z 0 0 O O Z REVISION NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION 909191 uiwroee u10 A m co o om O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL PRIMARY SEDIMENTATION BASIN 2 DEMOLITION PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND -SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 O 1 E c _._ O Z 1 1 o p RI.' 7Y ! A ! D ppm �a .�ln ! 00! 10 ! D y N So ,n=a 9 a �7gt. I �FFm a 1 ! nN o A n a ni 0 7 00 mz mea y O y o a F,zz 2DD Gp_ N§' REVISION NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION 909191 uiwroee u10 A m co o om O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL PRIMARY SEDIMENTATION BASIN 2 DEMOLITION PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND -SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 m H O z m '2m 0 www ro‘ ti Entamtaimanammananamtall: REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 909181 " °tld^i Co Co O O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL DEMOLITION ENLARGED PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 Ln REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 909181 " °tld^i O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL DEMOLITION DETAILS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 9 - OLOHd 30N3b3d3b 9 -OLOHd 30N3?J3d3?J L -OLOHd 30N3?J3d3?J 8 - OLOHd 30N3?J3d3?J �I w ioulo 1,111111111111111112, Z - O LOHd 30N3?J3d3?J £ -OLOHd 30N3?J3d3?J V -OLOHd 30N3?J3d3?J -OLOHd 30N3?J3d3?J IIIIii 1,11Id�4h1�y1C4l�lllfl' 111 REVI,ION NO CATE REVI,ION NO CATE 909181 #103'0. u10 o Ig O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL DEMOLITION PHOTOS CITY OF !■N. CORPUS CHRISTI �IrrlllTEXAS UTILITIES DEPARTMENT Deportment of Engineering Services Hazen HA=EI1 AMID ,AW 'i EP 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 ns2 lib, / \ �� 1; F ----/N a 1 = 1 1 0 F n �o N. -- 7 ' '■. Mel M r mIri' lib, 11 D;i» "'1 �� m 2 m ME 1 MI 1IN 1 a 1 = 1 1 0 n �o N. -- 7 % '■. Mel r mIri' REVISION NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION 909181 " mtld u10 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL PRIMARY SEDIMENTATION BASIN 1 MODIFICATION PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND -SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 U) m 0 m z O z W U) Z 0 0 O O z Z mD 2 S' REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 909181 " °tld^i Co Co 0 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL PRIMARY SEDIMENTATION BASIN 2 MODIFICATION PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 coo m z REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 909181 " °tld^i 03 0 0 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL PRIMARY SEDIMENTATION BASIN MODIFICATIONS SECTIONS I CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 mm C Z 0 m m 0 Z 01 m n z gz 01 0 z 01 O z REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 909181 " °tld^i 03 0 0 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL PRIMARY SEDIMENTATION BASIN MODIFICATIONS SECTIONS II CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 O m H n O VZ F 0 0 O LOF UNIT 0 H D 821f O ONINIV1321 REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 909181 #103roeau10 03 0 O A O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL SEDIMENTATION BASIN MODIFICATION DETAILS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 \VIII y � l <Fp g� °D-' n LOF UNIT 0 H D 821f O ONINIV1321 REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 909181 #103roeau10 03 0 O A O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL SEDIMENTATION BASIN MODIFICATION DETAILS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 0 0 01 om r o� 0 D wW O 0 0 3100VS 318VISnr0V 121OddnS 3ONV 1d P, m m c m 00 w� wco 0 T1 m U2DRS` o €€ 61 2 og k€mmmmv zri`2n Fs ga e� 1s €p € r i o€ 'u Eons ! ms 6n m I ; g �vs mo- -" $ �m 0 ��R m m e v S. m e m a m e v o e e u mm THREADED ROD SCHEDULE a s a ti a a a a a a a a -A REQUIRED TIE QUANTITY FOR DESIGN PRESSURE u u uvvvvv� 8 F w o m v v e u v v v v m e_vmeeve w w w wu ZOA 2c7,5; m O <<<<ss _____ anti" nn NNm y co D m m Am o r co op w 0 o m m 0 0 CO 0)�aa000190 snrav crTID REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 900[9L #1O3r000 u10 co co O O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL STANDARD DETAILS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 o' pg SCHEDULE C mm a s a ti a a a a a a a a -A 0)�aa000190 snrav crTID REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 900[9L #1O3r000 u10 co co O O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS MECHANICAL STANDARD DETAILS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 z L A v - ___r I rY-I H ossss 5-5 ®® 2 s—LTI1 LpH 44rp 24 x .0.1N00 tlITAIOVIO 3NI1-31ONIS RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 909181 #103roed u10 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL LEGEND AND SYMBOLS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 Mg oYa ----_ LCL '1NO0'SNOIIVIA3 8V RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 909181 #103roed u10 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL GENERAL NOTES AND ABBREVIATIONS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 ELECTRICAL SITE PLAN O N. � ^ 1 - 6m _ v So o n za m = c2 0 n a 0 0� p Fri =p 0 I{ onT yp ELECTRICAL SITE PLAN DETAIL = Tmaa--o °oem2 ° 7n 0 2 L��� nn aL 0 _ n gyom�_a° 2rn�poopooo Lm �n,�z�m�o�Lpo�mrFm�Ta 2D-, ° ° pmoro pao 0 . m 2 _o m 2o Fn B�0�Fm rr° 0 Ym<22o°T20' mL� iz m o No�p m�m�S S T g 1 as -T---_____ 8 Tag P,1 o m m oa� --./ ! / / /" H m� n y� mo° 2 � �pm '�n ti- RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION SHEET 38 of 58 RECORD DRAWNG NO WTR-480 CITY PROJECT# 1813013 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS CITY OF CORPUS CHRISTI,.,, iiPi TEXAS UTILITIES :-..�+ DEPARTMENT of ery Sices Hazen 500 N. SHORELINE CORPUS TBP E FIRM BRETT D.BUELTEL 1141 �^al o m "g T El ELECTRICAL SITE PLAN WYER HAZEN AND LVD, S BLVD, SUITE 1102 CHRISTI, TEXAS 78401 REGISTRATION NO. F-13618 (du) NV1d 1IV1301N31Aldif1O3 s H1fOS L 1NV1d NV1d 1VI1HV NV1d 1VI1HVd H1HON L 1NV1d RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 90C 191 uioaroed ALIO O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL PLANT 1 PARTIAL PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 m 1 an 1 ps= I. INTI M1 Io ii. INTI _ 1 I E g o In NED 1 gg 1Amp 1 g E In '1 gg 1 . 1 PI II� g NMI RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 90C 191 uioaroed ALIO O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL PLANT 1 PARTIAL PLAN CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 m LAGOON CONDUIT AND DUCTBANK ROUTING z — > , 'OD P, mp o HD, ti ftl o ° o 11, is 1 z a mA Ao hA Zi+t ,, �� ., y r T # T mo �F mFTF . iT o<S M m o neo z z° y�y °mDo z -, r� v .>,K Pr' 1' y��xDODo ID a .. pT< DTpoo�o �n gpD� ,m� Y 8 °Sp°7�� m=m m o' 0,,s o� tom ID ,,.,. ' pz m� 1 �s gDpm nnmz moo�o° Fny n 5, ° mo nzmzoo map zv DNr < o — — 2 oz"n zFo �pD yo Topp �" - :n .� a..ro OpD zinm °�o OQ oFn F�mo' aF� _ RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 7 Al �.� m C 0 8 g O.N. EVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS IiiTEXAS = = CITY OF CORPUS CHRISTI„, UTILITIES DEPARTMENT of Engineering Services Hazen BRETTU.BUELTEL ,J.•.,• .044iI y �IQlasa� ° g N `' ELECTRICAL LAGOON CONDUIT AND DUCTBANK ROUTING oo HAZEN AND—SAWYER N. SHORELINE BEvo, SU E 1102,,, CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 .. Department O3SOdOHd Od-OOW O3SOdOHd Od-OOW 881 O1A13O Od-OOW O1A13O Od-OOW \\ RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 9061.8[ u1031-0ed ALIO A P op o om O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL PLANT 1 SINGLE LINE DIAGRAMS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 909181 " rotld u10 AN op o om O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL CONTROL AND INSTRUMENTATION BLOCK DIAGRAMS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 0 0 0 0 n RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 9061.8[ u1031-0ee ALIO O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL POWER RISER DIAGRAMS CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 m g 3-1.31-0S -13NVd O3SOdOHd di b-HOd ar go 0 0 0 0 m 0 ii::\iiiiia\\ \\ �\a,'\'z''S rN _\\\\ \\\\\\\ \\\\\\\\\\\\\\\ \\\\\\\\\\\\ I!IIF11! \\ \\\\\\\ \\\\\\\\\\\\\. \\\\\\\\\\\\. \`\\\\5„5,, \\\ \\\\\\\\\\\\\ ESSEE:\---': \\\\\ ,ft \\\\\mo o\\\\__ o\\\\\\\\''\\ L L m > L iiiuLIILIII \\\\ qr REB1SM NO DATE BY DESCRIPTION RENSM NO DATE BY DESCRIPTION 9061.8[ ui0aroed ALIO O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL PANEL SCHEDULES CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 m g m w . . woii . . . . iiii . . ";I . . F . 'iiw . . . ' . ii . . sgea . . . . . >3ieii . . . . e'EP . . . . 8 . 8 . . oils . . . @iiig . . .. s s 1 NVNu s° a Wg ��.� g W$ §.$ g s 9 so so a� I I oo8 I I s I � I o0 I 0 I I�gg�gglg�ggg�l gg�gglg�ggg�lg a b P P '`.E&'-' P P ffiG.' P P P P .8m V PiP 8,.&" P P i&. �iP P P PI P P "IP 8, Y8 a P a 'S'. "IP P '3 P PP 8;8'1E8, 9' Pi, 18®,,,,&.�8w P P, 44 NVNu a � ��.� s........sa §.$ $.ash 9 a� oo8 fl s � � =balae o0 0 0 be=aso a b > - 8 E b a gz Pa RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 909181 " rotld u10 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL CONDUIT AND WIRE SCHEDULE I CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 m og 8..8w58,5,8888..88 8888 8.. 85 818,88 888 88S88 8888 58v8 888 88 88 5 8 588 81 89, 8 m8 8..888 888 ..88888 8..888o 88 88 8888.88..888 8 8 8 8 8 L 8 8 8 8;8 X88; 8 8 5 8 ,_L F 8 8 8 w 8 8 F§,:1 8 1 - -. i.9• g� ccg� w 550 Fra §,88...88 ccs 8,8 8 cc �c� c2� cF� c Gcg c�G� �9A0 08 a �8 Se 8�8�8�8 dao oo�co,',. �go�8 o�o�o,',. 8�" Oc 8�8g� " 753 'mac �a", .d 8 � b i6 8 oo�o ^ "N �' 8 f ' 000c £ �., '�z � � ' o�o,,,.c oa�,,,,.c i � ' oho it a c RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 909181 " rotld u10 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL CONDUIT AND WIRE SCHEDULE II CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 mg 8 C !■ - ! \P MY \ \ ) \ ) C } } . \ { ! i2 ` � } ,Clil ■ (0 \ 'T' 1M) ` )§ ) \ ` III ! i ? « - ` : )V. t , ■ ■ \ § . , 2 « & , ( ? \ ) • ° .� |■■_ |_ ? « - ` �---- f\ \ }....... -–. ■ _ r - \ 3 _ `, W . () J, - \ } - , <. ° Q _ d� Y \ } )) ) \° ® .� |■■_ |_ ? « - ` �---- f\ \ }....... -–. ■ _ r - \ 3 — » 8 C !■ ) B — 'MI ,$ ry[ \ \ } 2 % , 8 ~® . ,< ) }....... _ g '4 _ ! : _ { > �; . } } ) 0-800,80 )/ 81 \;( _9 8 8 ( \` (�� - \ 3 ` 1/ _ It } \ ) ° 8 C , CO\ .. P. «;■ ' rf \ w } \ ®) ! . ,< ) }....... 0-800,80 )/ 81 \;( _9 8 8 ( \` (�� °° \g ` 1/ _ It } \ ) ° /j-° . b e ` ° S! )! . } }6 \ � , \� \ \ 0-800,80 )/ 81 \;( _9 8 8 ( \` (�� °° \g \ ._ \; p ) } - \ , RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 909181 " rotld u10 =vSTEVENS WATER A s SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL STANDARD DETAILS I CITY OF CORPUS min TEXAS UTILITIES DEPARTMENT artment of Engineering Hazen 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 FL. CO 0 §' a s�� � u3 a f ,, ,_ g a ss als c -®! - 6 ----‘Iilin 5` ,fit s,€ I s m CO 6 CO 8 PT f ,, ,_ ; �� 66 als - 6 ----‘Iilin 4 NMI ■ 6 v R 1 l c$ e 9� , €NA ti $8 @ co o co � Po : o � ,, ,_ ; �� .. F¢€ als - 6 ----‘Iilin 4 v R 1 l c$ e 9� , ,,„ . Io. sl a®CI} 0 ,, ,_ PI I I ii - 6 ----‘Iilin IIIIIIIII, LII --MI s p'y 3 C p��b *same', ® ®0 O RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 909181 " rotld u10 o om O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL STANDARD DETAILS II CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 (0 "STN ,31VDS 1Oddf1S XV81 818V3 d1Vid dSV8 11V18] NOIIVON1101 1dJOdd(1S AVd1 d -10V0 ===1 AS REQUIRED FIELD MEASURE TO SUIT sTSS RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION aos e #1O3rodd op o om O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL STANDARD DETAILS III CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 m 13NOV218 JO NVld O) O_ 0 W 313iIONO0 011Nf1OW 30IS RENSION NO DATE BY DESCRIPTION RENSION NO DATE BY DESCRIPTION 909181 #103roed u10 O.N. STEVENS WATER TREATMENT PLANT SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS ELECTRICAL STANDARD DETAILS IV CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWVER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 m g 2 0222 8 G P E= )666'6 0MHEEE----0 R MEMEE 2 7 T?T I' 1 6 6066 6 E 6 d0d2ONEEE 0° 6282 5 2 6 2 6 11.1. 1 1 1 1 1 4 °E 186°H.660,98I 2.1 888 ,14 202 R2R0 21 2102 68662688666 gi II3 2 "4""P" '2q 5 'i.ni 2 - 8 p 2 , = Et ! '7,:„ 8.,zom INSTRUMENT AND FUNCTION SYMBOLS R4 0 0 N 0 4E22 666, W rrl MISCELLANEOUS ABBREVIATIONS Po 1 m ..2. 222,2,22R2200 227022°2022 M 7 6000 6 128,02 8222626-6262 0„0202008 822 6E6 -6 p6 2 P ANALYTICAL ABBREVIATIONS 0 $ H °11 2 7P 7TT, , 4 111 Ing6 n -76 En I I 2 a c 11 Ff 11 4 ° k7P En - 7 cd0 PRIMARY ELEMENT SYMBOLS re g —7= -O- 0 20 6 MISCELLANEOUS SYMBOLS 0, 0 6, i 4 E 000 A 7 '221' '01-11ITI 0 0 00 RP 4 7 7 ° p ail V, 2,8 E t' P 22 °E.2202d0 R U, VALVE, GATE, AND ACTUATOR SYMBOLS 6 4 6 6 = f PI Fp-O s80 2- P. n pq,7 n 7 p Os'rT1 mM '''1 GENERAL NOTES i 00 d 0f 0° p- 00 8 . ! 6 2 62 - = 77 cern CH - ri L 6 PUMP AND EQUIPMENT SYMBOLS ,002, .R. 0 0 R0-0 . 66 .0„ 000 000 200 ,77 _ 7 !'I 4 A IF 0 ERR 0 2, 6 i 4 2E2 2 4 d 2 En g 1 T <I — :II ° I ° , —51'— II LINE SYMBOLS AND LEGEND IDENTIFICATION LETTERS gEg 2 I - 26 g EI g 77 2R p 2 0 020 20. 22 0 p, 2 R 0 0 0 REVIS ON NO DATE BY DESCRIPTION REVISION NO DATE BY DESCRIPTION P - ITl --1 2,' -r a , E30 1 SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS CITY OF CORPUS CHRISTI kJ' TEXAS n, UTILITIES E....= DEPARTMENT Department of Engineering S'r4c's Hazen 7717IT.EDWAR7 V.961;;OF: - IV ' r—r"1 ,' INSTRUMENTATION SYMBOLS AND LEGENDS — HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 TBp=====618 11 J Z 0 m REVIS ON NO DATE DESCRIPTION REVISION NO DATE BY DESCRIPTION 9061.8[ " f°tld AL 10 SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS INSTRUMENTATION SOLIDS COLLECTORS 1-6 CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 > > < 00 e < -4 Mil ®0I> SST4<ee > b > m• n,...v 00 0 01› e < < < -4 Mil o 00> 1› 6,›> SST4 > > < < < < rcLi vvv o ,,,,,_,-„,,,,-, • . eel < <0 _" ... 0 ss,L > > �f_1f 1 J >®�> 00 • 0 ,_ so> e < < < ®®�> > > > j > m• <,0.�1.,1 1 \'„,<,—) � Jam / 00 0 — < < —o mg 0 ®t�> > 1> > 1> j > < m• m ,,,;„:-,,,„,;-,,,,,„8:, 00 m➢ 0 'r e 0 < < < 11 J Z 0 m REVIS ON NO DATE DESCRIPTION REVISION NO DATE BY DESCRIPTION 9061.8[ " f°tld AL 10 SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS INSTRUMENTATION SOLIDS COLLECTORS 1-6 CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 11 --J 7 7 J z 0 cn REVIS ON NO DATE DESCRIPTION REVISION NO DATE BY DESCRIPTION 9061.8[ " f°tld AL 10 SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS INSTRUMENTATION SOLIDS COLLECTORS 7-12 CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 R -DI ®®>e > 1i,> > > > < < m• 00 <OP< < ,, —4 -DIF II.dl4 1 _, w m. „„,,,.,„,„,> 00 a 0 me eti V 00> L -4"-Di--4" SSTee > m. o0 a < < ®:A, Iv.., ..0 __\ .....O D 0 ®®1> ss,l, > > > j < m 1� �� 1� 1� 1 „..,\,,,_,...„,„,,,,,,„, 00 • 9 < < < 0 ®e Am• 00 0 ke ee V 11 --J 7 7 J z 0 cn REVIS ON NO DATE DESCRIPTION REVISION NO DATE BY DESCRIPTION 9061.8[ " f°tld AL 10 SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS INSTRUMENTATION SOLIDS COLLECTORS 7-12 CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 11 F L — z 0 cn REVIS ON NO DATE DESCRIPTION REVISION NO DATE BY DESCRIPTION 9061.8[ " f°tld AL 10 SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS INSTRUMENTATION SOLIDS COLLECTORS 13-18 CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 —,-oi aN ®�> ®ILi i i 1> C N 00 . 0 'rte 0< e < < <,,,,2_,,,,>,„,0 -4...II ®®> SS i i 1> _,i< n m• ,„,-.„-,0,,,, 00 n 0 0< e —< <ee < , - o .0> ir.kl ,.,1 i<ee i _, m. ,,,-„,..,-,...-„,.., ,„ < < < ai -a-PI ®®1> LIL i> �yf ��_1 of 1 J < m N 00 • 0 �m e —< <GO < K ®®1> i<GO< i i j n• (,..„0,,,-,.,-...„,..,,,.: 00 0 < < < L / -P ®®> I i1L i i < m m. N ,_8„,‘,.,,„z.-_,,,,,,,,,„,:, 00 m 0 We <OD< < < 11 F L — z 0 cn REVIS ON NO DATE DESCRIPTION REVISION NO DATE BY DESCRIPTION 9061.8[ " f°tld AL 10 SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS INSTRUMENTATION SOLIDS COLLECTORS 13-18 CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 11 F L z 0 cn REVIS ON NO DATE DESCRIPTION REVISION NO DATE BY DESCRIPTION 9061.8[ " f°tld AL 10 SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS INSTRUMENTATION SOLIDS COLLECTORS 19-24 CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 -oi�Ii ®�> > > > C o0 . a e < < < < -4" EI -E131-4 ®®1> SSZL > < m• NO @ Me e < < < -4 DI -1,131-4 0®> SSZIL ><ee >1› m• 0 < <0 -DI MI ®®>Awl MOP SHE > >GI f sE f RYE.. -4 f N f J 1 < NO . a5" <egi D ><egi > > e < < ®®> —4 -Di aN®Li > > > < n m. N NO n a <eel < < < 11 F L z 0 cn REVIS ON NO DATE DESCRIPTION REVISION NO DATE BY DESCRIPTION 9061.8[ " f°tld AL 10 SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS INSTRUMENTATION SOLIDS COLLECTORS 19-24 CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 ®�o Bg ,00 >1 1 90 90 2,222 Yeo .222 �0 0N3031 0NV S109NAS 3NI1 REVIS ON NO DATE DESCRIPTION REVISION NO DATE BY DESCRIPTION aoa e #1O3rodd,I0 SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS INSTRUMENTATION SYSTEM ARCHITECTURE COLLECTORS SWITCH LOOP CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 Bg ,00 >1 1 c6 6 6 O O 0 6 0 O 6 6 0 6 6 0 6 — 0 0N3031 0NV S109NAS 3NI1 REVIS ON NO DATE DESCRIPTION REVISION NO DATE BY DESCRIPTION aoa e #1O3rodd,I0 SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS INSTRUMENTATION SYSTEM ARCHITECTURE COLLECTORS 1-12 CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618 Bg 00 >1 1 ■ ■ ■ 6 6 0 0 ■ 8,82 6 6 O O O 0N3031 0NV S109NAS 3NI1 REVIS ON NO DATE DESCRIPTION REVISION NO DATE BY DESCRIPTION aoa e #1O3rodd,I0 SEDIMENTATION BASIN IMPROVEMENTS CORPUS CHRISTI, TEXAS INSTRUMENTATION SYSTEM ARCHITECTURE COLLECTORS 13-24 CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Department of Engineering Services Hazen HAZEN AND SAWYER 500 N. SHORELINE BLVD, SUITE 1102 CORPUS CHRISTI, TEXAS 78401 TBPE FIRM REGISTRATION NO. F-13618