Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2022-071 - 3/22/2022 - Approved
CONTRACT DOCUMENTS FOR CONSTRUCTION OF CHOKE CANYON DAM INFRASTRUCTURE IMPROVEMENTS E13050 RPOIR 18514 Freese and Nichols, Inc. 800 North Shoreline Dr., Suite 160ON / Corpus Christi, TX / (361) 561-6500 November 11 , 2021 WTR 478 ISSUED FOR CONSTRUCTION THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY:SHANE RAY TORN P.E. TEXAS NO:89499 ON: 8/27/2021 ALTERATION OF A SEALED DOCUMENT WITHOUT PER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. Choke Canyon Dam Infrastructure Improvements E13050 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY:SHANE RAY TORNO P.E. WAS AUTHORIZED BY:BRIAN BRESLER P.E. TEXAS NO. 89499 ON: 8/27/2021 TEXAS NO. 112706 ON: 8/27/2021 ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSBILE ENGINEER IS AN NOTIFICATION OF THE RESPONSBILE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. FREESE AND NICHOLS, INC. FREESE AND NICHOLS, INC. TEXAS REGISTERED TEXAS REGISTERED ENGINEERING FIRM ENGINEERING FIRM F-2144 F-2144 Responsible for: Responsible for: Div. 00 Div. 01 40 05 57.23 41 22 13.16 02 78 50 Div. 03 Div. 05 13 34 19 13 47 13 Div. 31 Choke Canyon Dam Infrastructure Improvements E13050 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY:JOSE B.MARTINEZ P.E. TEXAS NO. 89385 ON: 8/27/2021 ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSBILE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. BATH ENGINEERING TEXAS REGISTERED ENGINEERING FIRM F-829 Responsible for: 02 41 00 Div. 26 Div. 27 40 05 53 40 90 00 40 90 01 40 90 02 40 90 02.01 40 90 03 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Contracting Requirements 00 52 23 (Rev 7-2020) 00 72 00 iner.all Qnli.i.on.s.(Rev 12-2020) 00 73 00 Suu Uy� _.r. iprs(Rev2-2020) Division 01 General Requirements 011100 S..U Ma.Ey.._cn t Y Ek(Rev 10-2018) 01 23 10 lternates_and._Allowances(Revs-2020) 01 29 01 lilt_ga u�ur .. irn:t.._airnd B.a..s.iis.._f ..r._E a.Ym.!!�i.nl(Rev 5-2020) 01 33 01 5ub..m.ltta.l....lRgg.isI _r(Rev 10-2018) 01 35 00 S.f2ciiall..._Proce-d_ua.ires (Rev 10-2018) 015000 (Rev8-2019) 015700 ........ _LY Cointirols(Rev 8-2019) Part S Standard Specifications 021020 Site Clearing and Stripping 021040 Site Grading 022080 Embankment 022100 Select Material 022420 Silt Fence 025202 Scarifying and Reshaping Base Course 025223 Crushed Limestone Flexible Base 028320 Chain Link Fence Part T Technical Specifications 024100 Cutting, Patching and Demolition Work 02 78 50 Care of Water During Construction 031100 Concrete Forming 032100 Reinforcing Steel Table of Contents 000100- 1 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 12/2020 Division/ Title Section 03 30 00 Cast-In-Place Concrete 05 05 13 Galvanizing 05 12 00 Structural Steel Framing 05 53 00 Metal Gratings 13 34 19 Metal Building Systems 13 47 13 Cathodic Protection 26 05 00 General Work Requirements for Electrical Specifications 26 05 04 New Electrical Equipment and Systems Inspection and Testing 26 05 19 Low Voltage Electrical Power Conductors And Cables 26 05 26 Grounding And Bonding For Electrical Systems 26 05 29 Hangars And Supports For Electrical Systems 26 05 33 Raceways and Boxes For Electrical Systems 26 05 43 Underground Ducts And Raceways For Electrical Systems 26 05 53 Identification For Electrical Systems 26 05 73.01 Electrical Power System Studies 26 22 00 Low Voltage Transformers 26 24 16 Panelboards 26 27 26 Wiring Devices 26 28 16 Enclosed Switches and Circuit Breakers 26 29 13 Enclosed Controllers 26 36 00 Transfer Switches 26 51 00 Lighting 27 13 23 Communications Optical Fiber Backbone Cabling 310000 Earthwork 31 10 00.01 Site Clearing 31 68 30 Helical Piles 40 05 53 Identification For Process Piping and Equipment 40 05 57.23 Electric Motor Actuators 40 90 00 Instrumentation and Control For Process Systems 40 90 01 Instrumentation 40 90 02 Supervisory Control and Data Acquisition (SCADA) Systems 40 90 02.01 Power Protection Supervisory Control and Data Acquisition (SCADA) System 40 90 03 SCADA Instrumentation Testing and Commissioning 41 22 13.16 Gantry Crane Modernization Drawings Drawings and Other Design Documents 1 Title Sheet and Vicinity Map Table of Contents 000100-2 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 12/2020 Division/ Title Section 2 Drawing Index& Legend 3 General Notes 4 Estimated Quantities Summary and Testing Schedule 5 Project Location Map &Control Point Data 6 Maintenance Building Site Plan 7 Miscellaneous Details 8 Fence and Gate Details 9 Structural Notes (01) 10 Structural Notes (02) 11 Maintenance Building Foundation Plan and Sections 12 Maintenance Building Floor Plan and Elevations 13 Crane Support Pad - Repair Plan and Sections (South) 14 Crane Support Pad - Repair Plan and Sections (North) 15 Crane Support Pad - Repair Sections and Details 16 Trash Rack Record Drawing(01) 17 Trash Rack Record Drawing(02) 18 Trash Rack Panels Record Drawing(03) 19 Trash Rack Sections Record Drawing(04) 20 Trash Rack Closure Record Drawing(05) 21 Trash Rack Closure Record Drawing(06) 22 Trash Rack Plan and Elevation 23 Trash Rack#1 Cathodic Protection Details 24 Trash Rack#2 Cathodic Protection Details 25 Trash Rack#3 Cathodic Protection Details 26 Trash Rack#4 Cathodic Protection Details 27 Intake Tower Sluice Gate Actuators General Layout 28 Stoplog Grating- Plan, Sections, and Details 29 Stoplog Grating- Isometric Views 30 20-Metric Ton Traveling Gantry Crane Modernization General Layout 31 Electrical Legend & Notes 32 Electrical Overall Site Plan 33 Spillway Demolition Pictures (1) 34 Spillway Demolition Pictures (2) Table of Contents 000100-3 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 12/2020 Division/ Title Section 35 Electrical Spillway Installation Spillway Gate#7 Plan 36 Electrical Spillway Installation Spillway Gate#5  Plan 37 Electrical Spillway Installation Spillway Gate#3  Plan 38 Electrical Spillway Installation Spillway Gate#1  Plan 39 Electrical Spillway Diagram One-Line Diagram 40 Electrical Spillway Control Schematic 41 Electrical Spillway Panels Schedules 42 Electrical Spillway Cables Schedule 43 Electrical Spillway Cables Schedule 44 Electrical Intake & Control Keyplan Plan 45 Intake Tower Structure Demolition 46 Intake Tower Structure Demolition 47 Electrical Intake Structure Installation Plan 48 Control Structure Demolition 49 Control Structure Demolition 50 Electrical Control Structure Installation Plan 51 Electrical Intake and Control Diagram One Line Diagram 52 Electrical Intake and Control Panels Schedules 53 Electrical Intake and Control Cables Schedule 54 Electrical Detail Support Rack 55 Electrical Intake Controls Schematic 56 Electrical Control Structure Controls Schematic 57 Electrical Shop Bldg. Installation Plan 58 Electrical Shop Bldg. Panels Schedules 59 Instrumentation Legend & Notes 60 Instrument Spillway Installation Spillway Gate#7 Location Plan 61 Instrument Spillway Installation Spillway Gates#5  Location Plan 62 Instrument Spillway Installation Spillway Gates 43  Location Plan 63 Instrument Spillway Installation Spillway Gates 41  Location Plan 64 22-RIO-030X Spillway Gate RIO Enclosure Layout 65 Spillway RIO-0301 to RIO-0307 120VAC Distribution 66 Spillway RIO-0301 to RIO-0307 24VDC Distribution 67 Spillway RIO-0301 to RIO-0307 24VDC Digital Input Module#1 Table of Contents 000100-4 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 12/2020 Division/ Title Section 68 Spillway RIO-0301 to RIO-0307 24VDC Digital Output Module#1 69 Spillway RIO-0301 to RIO-0307 24VDC Analog Input Module#1 70 22-PLC-0308 Spillway Control PLC Enclosure Layout 71 22-PLC-0308 Spillway Control 120VDC Distribution 72 22-PLC-0308 Spillway Control 24VDC Distribution 73 22-PLC-0308 Spillway Control 24VDC Digital Input Module #1 74 22-PLC-0308 Spillway Control 24VDC Digital Output Module#1 75 22-PLC-0308 Spillway Control 24VDC Analog Input Module#1 76 Instrument Control Structure Installation Location Plan 77 Instrument Control Structure Installation Location Plan 78 22-PLC-0501 Control Structure PLC Enclosure Layout 79 22-PLC-0501 Control Structure 120VAC Distribution 80 22-PLC-0501 Control Structure 24VDC Distribution 81 22-PLC-0501 Control Structure 24VDC Digital Input Module#1 82 22-PLC-0501 Control Structure 24VDC Digital Input Module#2 83 22-PLC-0501 Control Structure 24VDC Digital Output Module#1 84 22-PLC-0501 Control Structure 24VDC Digital Output Module#2 85 22-PLC-0501 Control Structure 24VDC Analog Input Module#1 86 22-PLC-0501 Control Structure 24VDC Analog Output Module#1 87 Instrument Intake Structure 22-PLC-0401 Location Plan 88 22-RIO-0401 Intake Structure RIO Enclosure Layout 89 22-RIO-0401 Intake Structure 120VAC Distribution 90 22-RIO-0401 Intake Structure 24VDC Distribution 91 22-RIO-0401 Intake Structure 24VDC Digital Input Module #1 92 22-RIO-0401 Intake Structure 24VDC Digital Input Module #2 93 22-RIO-0401 Intake Structure 24VDC Digital Input Module#3 94 22-RIO-0401 Intake Structure 24VDC Digital Output Module#1 95 22-RIO-0401 Intake Structure 24VDC Digital Output Module#2 96 22-RIO-0401 Intake Structure 24VDC Analog Input Module#1 97 Gate Control System Communication Diagram 98 20 Metric Ton Gantry Crane Record Drawing 99 Gantry Crane Rail Installation and Details Record Drawing 100 Spillway Metalworks Installation - Details Record Drawing Table of Contents 000100-5 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 12/2020 Division/ Title Section 101 Stoplog Lifting Beam Installation—Assembly—List of Parts 102 Stoplog Lifting Beam Details 103 Stoplog Lifting Beam Hooks 104 1524x1524 Millimeter High Pressure Gates Assembly with Hoist—List of Parts (1 of 2) Record Drawings 105 1524x1524 Millimeter High Pressure Gates Assembly with Hoist—List of Parts (2 of 2) Record Drawings APPENDIX APPENDIX Record Specification Original Gantry Crane Specification END OF SECTION Table of Contents 000100-6 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ,�vs car 0 kCo POR p7�� x8'52 00 52 23 AGREEMENT This Agreement is between the City of Corpus Christi (Owner) and H&S Constructors, 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: Choke Canyon Dam Infrastructure Improvements Proiect No. E13050 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Freese and Nichols, Inc. 800 North Shoreline Dr.,Suite 160ON Corpus Christi,TX,78401 srt@freese.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg. No. 5 Corpus Christi,TX 78411 brettvh@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 330 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 360 days after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones,and the dates for completion of each,are as defined in Section 0135 00 SPECIAL PROCEDURES. Agreement 005223- 1 Choke Canyon Dam Infrastructure Improvements-Project No. E13050 Rev 7/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof,Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$600 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$600 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 5,534,035 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223-2 Choke Canyon Dam Infrastructure Improvements-Project No. E13050 Rev 7/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option,retainage may be increased to a higher percentage rate, not to exceed ten percent, if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest-bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 Choke Canyon Dam Infrastructure Improvements-Project No. E13050 Rev 7/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 Choke Canyon Dam Infrastructure Improvements-Project No. E13050 Rev 7/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers,memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Exhibits to this Agreement: a. Contractor's Bid Form. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Solicitation documents and Contractor's response,which are incorporated by reference. 5. Addenda, which are incorporated by reference. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award,which is incorporated by reference. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI D uS g d by: D c S g d by: 4/14/2022 � 4/7/2022 aea o... Es�ssrnas_roe,a... Rebecca Huerta Jeff Edmonds, P.E. City Secretary Director of Engineering Services Agreement 005223-5 Choke Canyon Dam Infrastructure Improvements-Project No. E13050 Rev 7/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 M2022-038 AUTHORIZED 3-22-2022 APPROVED AS TO LEGAL FORM: BY COUNCIL DocuSigned by: wtI , ,. 4/6/2022 RH/SB "Pa. " Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR H &S Constructors, Inc. (Seal Below) By: �a{ViCfc Nawu 3/31/2022 D]IlF1iF�Ft��� Note: Attach copy of authorization to sign if Title: PRESIDENT person signing for CONTRACTOR is not President Vice President Chief Executive Officer, or Chief 1707 Valero Way Financial Officer Address Corpus Christi TX 78409 City State Zip (361) 289-5272 Phone Fax phorne@hsconstructors.com; klaechelin@hsconstructors.com Entail END OF SECTION Agreement 005223-6 Choke Canyon Dam Infrastructure Improvements-Project No. E13050 Rev 7/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 00 30 01 BID FORM Project Name: Choke Canyon Dam Infrastructure Improvements Project Number: E13050 Owner: City of Corpus Christi OAR: Desi ner: Freese and Nichols, Inc. By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. ( <1 l Bidder: 14 , ( �J t A . � , (full legal name of Bidder) Signature. (signature of person with authority to bind the Bidder) Name: G L t % (printed name of person signing Bid Form) Title: (title of person signing Bid Form) Attest: �n ,g D �rr rL N (signature) State of Residency: (1°1 f•9 G Federal Tx ID No. `` 3 3 Address for Notices: Phone: Email: Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization 5% AL 1 $ A2 Bonds and Insurance AL 1 $ A3 Stabilized Construction Entrance EA 2 $ - A4 Silt Fencing LF 200 $ - A5 $ 5,000.00 Unanticipated Work Items Allowance AL 1 $ 5,000.00 SUBTOTAL PART A-GENERAL(Items Al thru AS) Part B-STRUCTURAL-NEW GRATING AT STOP LOG OPENINGS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 131 Mobilization (max.5%Part B) AL 1 $ - B2 Demo Existing Stop Log Steel Grating SF 1400 $ B3 Fabricate and Install New Stop Log Steel SF 1400 $ - Grating 64 Unanticipated Work Items Allowance AL 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART B-CIVIL(Items B1 thru B4) Bid Form 00 30 01-Page 1 of 4 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 8/2019 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ;ID Report Created On:2/9/22 8:06:25 PM BID TOTALS BASE BID Total Part A- General $96,500.00 Part B-Structural- New Grating at Stop Log Openings $771,200.00 Part C- Structural-Pad Stabilization and Rail and Spall Repair $372,380.00 Part D-Structural- New Trash Racks $1,110,600.00 Part E- Electrical $925,900.00 Part F- Controls $663,500.00 Part G- Mechanical $231,000.00 Part H- Crane Modernization $857,400.00 Part I- New Maintanence Building $412,555.00 Parti- New Stop Log Lifting Beam $93,000.00 Total $5,534,035.00 Part A-General No. Description Unit Qty Unit Price Ext Price Al Mobilization 5% AL 1 $20,000.00 $20,000.00 A2 Bonds and Insurance AL 1 $52,500.00 $52,500.00 A3 Stabilized Construction Entrance EA 2 $7,500.00 $15,000.00 A4 Silt Fencing LF 200 $20.00 $4,000.00 A5 Unanticipated Work Items Allowance AL 1 $5,000.00 $5,000.00 Subtotal: $96500.00 Part B-Structural-New Grating at Stop Log Openings No. Description Unit Qty Unit Price Ext Price B1 Mobilization (max. 5% Part B) AL 1 $1,000.00 $1,000.00 B2 Demo Existing Stop Log Steel Grating SF 1400 $11.00 $15,400.00 B3 Fabricate and Install New Stop Log Steel SF 1400 $532.00 $744,800.00 Grating B4 Unanticipated Work Items Allowance AL 1 $10,000.00 $10,000.00 Subtotal: $771,200.00 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ;ID Report Created On:2/9/22 8:06:25 PM Part C-Structural-Pad Stabilization and Rail and Spall Repair No. Description Unit Qty Unit Price Ext Price C1 Mobilization (max. 5% Part C) AL 1 $1,000.00 $1,000.00 C2 Demo Existing Concrete Drainage Swale SF 430 $105.00 $45,150.00 C3 Install 28 Helical Piers LF 1400 $95.00 $133,000.00 C4 Remove Existing Rail, Shims and Grout LF 226 $92.00 $20,792.00 C5 Place Concrete Topping on Existing Pad SF 1658 $19.00 $31,502.00 (Depth Varies 2"to 5 1/4") C6 Replace Rail,Shims,and Grout LF 226 $361.00 $81,586.00 C7 Install New Concrete Drainage Swale SF 430 $45.00 $19,350.00 C8 Spillway Spall Repairs SF 100 $250.00 $25,000.00 C9 Unanticipated Work Items Allowance AL 1 $15,000.00 $15,000.00 Subtotal: $372,380.00 Part D-Structural-New Trash Racks No. Description Unit Qty Unit Price Ext Price D1 Mobilization (max. 5% Part D) AL 1 $269,000.00 $269,000.00 D2 Demo Existing Trash Racks EA 4 $53,000.00 $212,000.00 D3 Fabricate and Install New Trash Racks EA 4 $138,000.00 $552,000.00 D4 Install New Cathodic Protection for EA 4 $7,900.00 $31,600.00 Trash Racks D5 Unanticipated Work Items Allowance AL 1 $46,000.00 $46,000.00 Subtotal: $1,110,600.00 Part E- Electrical No. Description Unit Qty Unit Price Ext Price E1 Mobilization (max. 5% Part E) AL 1 $3,200.00 $3,200.00 E2 Demolish Existing Spillway Electrical LS 1 $21,000.00 $21,000.00 Rooms E3 Emergency Spillway Electrical Rooms LS 1 $79,000.00 $79,000.00 New E4 Demolish Emergency Spillway Gate LS 1 $24,000.00 $24,000.00 Electrical DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ;ID Report Created On:2/9/22 8:06:25 PM E5 Emergency Spillway Gate Electrical New LS 1 $473,000.00 $473,000.00 E6 Demolish Existing Control Structure LS 1 $14,000.00 $14,000.00 Electrical E7 Control Structure Electrical New LS 1 $105,000.00 $105,000.00 E8 Demolition Existing Intake Structure LS 1 $16,600.00 $16,600.00 Electrical E9 Intake Structure Electrical New LS 1 $99,000.00 $99,000.00 E10 New Maintenenance Building Electrical LS 1 $46,000.00 $46,000.00 &lighting E11 Existing Maintenance Building Electrical LS 1 $7,200.00 $7,200.00 E12 Spillway Automatic Transfer Switch EA 1 $7,900.00 $7,900.00 E13 Control Structure Generator EA 1 $14,000.00 $14,000.00 E14 Control Structure Ventilation Fan EA 1 $5,000.00 $5,000.00 Replacement E15 Unanticipated Work Items Allowance AL 1 $11,000.00 $11,000.00 Subtotal: $925,900.00 Part F-Controls No. Description Unit Qty Unit Price Ext Price F1 Mobilization (max. 5% Part F) AL 1 $3,000.00 $3,000.00 F2 Demolish Existing Spillway Control LS 1 $12,400.00 $12,400.00 System F3 Emergency Spillway Main PLC Panel EA 1 $75,000.00 $75,000.00 F4 Emergency Spillway Gate Remote 1/0 EA 7 $39,300.00 $275,100.00 Panels F5 Emergency Spillway Integration LS 1 $56,000.00 $56,000.00 F6 Emergency Spillway Instrumentation LS 1 $0.00 $0.00 F7 Emergency Spillway Fiber Optic LS 1 $10,700.00 $10,700.00 F8 Demolish Existing Outlet Works Control LS 1 $12,400.00 $12,400.00 Systems F9 Outlet Works Control Structure PLC EA 1 $88,000.00 $88,000.00 Panel F10 Outlet Works Intake Structure Remote EA 1 $41,000.00 $41,000.00 1/O Panel DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ;ID Report Created On:2/9/22 8:06:25 PM F11 Outlet Works Integration LS 1 $56,000.00 $56,000.00 F12 Outlet Works Control Structure LS 1 $0.00 $0.00 Instrumentation F13 Outlet Works Fiber Optic LS 1 $6,400.00 $6,400.00 F14 Unanticipated Work Items Allowance AL 1 $27,500.00 $27,500.00 Subtotal: $663,500.00 Part G- Mechanical No. Description Unit Qty Unit Price Ext Price G1 Mobilization (max. 5% Part D) AL 1 $0.00 $0.00 G2 Refurbish the Existing Regulating Gate EA 2 $9,000.00 $18,000.00 Packing G3 Install new Sluice Gate Actuators on EA 4 $47,000.00 $188,000.00 Intake Structure G4 Unanticipated Work Items Allowance AL 1 $25,000.00 $25,000.00 Subtotal: $231,000.00 Part H-Crane Modernization No. Description Unit Qty Unit Price Ext Price H1 Mobilization (max. 5% Part H) AL 1 $0.00 $0.00 H2 Crane Modernization LS 1 $718,000.00 $718,000.00 H3 Crane Rail Re- LF 700 $92.00 $64,400.00 Leveling/Shim/Fasten/Grout H4 Unanticipated Work Items Allowance AL 1 $75,000.00 $75,000.00 Subtotal: $857,400.00 Part I- New Maintanence Building No. Description Unit Qty Unit Price Ext Price 11 Mobilization (max. 5% Part 1) AL 1 $0.00 $0.00 12 Demolition of Existing Fencing LF 80 $57.50 $4,600.00 13 Site Grading SY 295 $16.00 $4,720.00 14 Crushed Limestone,Type A/Grade 1-2 SY 295 $85.00 $25,075.00 15 Install Building Foundation SF 2400 $59.00 $141,600.00 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 OD Report Created On:2/9/22 8:06:25 PM 16 40'x 60' Metal Building with(3) LS 1 $141,000.00 $141,000.00 Overhead and (1) Manway Door(s) 17 Electrical Service LS 1 $45,000.00 $45,000.00 18 Door Locks and Furnishings LS 1 $6,000.00 $6,000.00 19 6-in. Dia. Steel Pipe Bollards EA 6 $1,500.00 $9,000.00 110 6-ft.Tall Chain Link Fencing with 3- LF 180 $117.00 $21,060.00 Strand Barbed Wire 111 10-ft Wide 6-ft Tall Chain Link Swing EA 2 $2,000.00 $4,000.00 Gates with 3-Strand 112 Unanticipated Work Items Allowance AL 1 $10,500.00 $10,500.00 Subtotal: $412,555.00 Part J- New Stop Log Lifting Beam No. Description Unit Qty Unit Price Ext Price J1 Mobilization (max. 5% Part J) AL 1 $0.00 $0.00 J2 Fabricated and Install New Stop Log EA 1 $83,000.00 $83,000.00 Lifting Beam J3 Unanticipated Work Items Allowance AL 1 $10,000.00 $10,000.00 Subtotal: $93,000.00 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ;ID Report Created On:2/9/22 8:06:25 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE RFB 4005 Addendum 1 SITE VISIT 02/09/2022 18:16:06 PM RFB 4005 Addendum 2 02/09/2022 18:16:07 PM DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ;ID Report Created On:2/9/22 8:06:25 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans RFB 4005 Drawings 1/10/22 2:25:10 PM Addenda RFB 4005 Addendum 1 SITE VISIT 1/19/22 2:22:12 PM Addenda RFB 4005 Addendum 2 2/2/22 9:03:01 AM Invitation To Bid RFB 4005 Specifications 1/26/22 1:11:28 PM DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology .....................................................................................................10 1.01 Defined Terms.............................................................................................................................10 1.02 Terminology................................................................................................................................15 Article2—Preliminary Matters...................................................................................................................16 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................16 2.02 Copies of Documents..................................................................................................................16 2.03 Project Management System......................................................................................................16 2.04 Before Starting Construction ......................................................................................................17 2.05 Preconstruction Conference; Designation of Authorized Representatives................................17 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................17 3.01 Intent...........................................................................................................................................17 3.02 Reference Standards...................................................................................................................18 3.03 Reporting and Resolving Discrepancies......................................................................................19 3.04 Interpretation of the Contract Documents.................................................................................20 3.05 Reuse of Documents...................................................................................................................20 Article 4—Commencement and Progress of the Work..............................................................................20 4.01 Commencement of Contract Times; Notice to Proceed.............................................................20 4.02 Starting the Work........................................................................................................................20 4.03 Progress Schedule.......................................................................................................................21 4.04 Delays in Contractor's Progress..................................................................................................21 Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................22 5.01 Availability of Lands....................................................................................................................22 5.02 Use of Site and Other Areas........................................................................................................22 5.03 Subsurface and Physical Conditions............................................................................................23 5.04 Differing Subsurface or Physical Conditions...............................................................................24 5.05 Underground Facilities................................................................................................................25 5.06 Hazardous Environmental Conditions at Site .............................................................................26 Article 6—Bonds and Insurance .................................................................................................................28 6.01 Performance, Payment, and Other Bonds..................................................................................28 General Conditions 007200-1 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 6.02 Licensed Sureties ........................................................................................................................29 6.03 Required Minimum Insurance Coverage....................................................................................29 6.04 General Insurance Provisions......................................................................................................29 6.05 Contractor's Insurance................................................................................................................30 6.06 Property Insurance......................................................................................................................33 6.07 Waiver of Rights..........................................................................................................................34 6.08 Owner's Insurance for Project....................................................................................................34 6.09 Acceptable Evidence of Insurance..............................................................................................35 6.10 Certificate of Insurance...............................................................................................................35 6.11 Insurance Policies........................................................................................................................35 6.12 Continuing Evidence of Coverage...............................................................................................35 6.13 Notices Regarding Insurance ......................................................................................................35 6.14 Texas Workers' Compensation Insurance Required Notice .......................................................36 Article 7-Contractor's Responsibilities.....................................................................................................38 7.01 Supervision and Superintendence..............................................................................................38 7.02 Labor; Working Hours.................................................................................................................38 7.03 Services, Materials, and Equipment ...........................................................................................39 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................39 7.05 Patent Fees and Royalties...........................................................................................................40 7.06 Permits........................................................................................................................................41 7.07 Taxes...........................................................................................................................................41 7.08 Laws and Regulations..................................................................................................................41 7.09 Safety and Protection .................................................................................................................42 7.10 Safety Representative.................................................................................................................43 7.11 Hazard Communication Programs..............................................................................................43 7.12 Emergencies................................................................................................................................43 7.13 Contractor's General Warranty and Guarantee .........................................................................43 7.14 INDEMNIFICATION......................................................................................................................44 7.15 Delegation of Professional Design Services................................................................................45 Article 8-Other Work at the Site...............................................................................................................46 8.01 Other Work.................................................................................................................................46 8.02 Coordination ...............................................................................................................................47 8.03 Legal Relationships......................................................................................................................47 General Conditions 007200-2 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Article 9—Owner's and OPT's Responsibilities...........................................................................................48 9.01 Communications to Contractor ..................................................................................................48 9.02 Replacement of Owner's Project Team Members......................................................................48 9.03 Furnish Data................................................................................................................................48 9.04 Pay When Due.............................................................................................................................48 9.05 Lands and Easements; Reports and Tests...................................................................................48 9.06 Insurance.....................................................................................................................................48 9.07 Modifications..............................................................................................................................48 9.08 Inspections,Tests, and Approvals...............................................................................................48 9.09 Limitations on OPT's Responsibilities .........................................................................................48 9.10 Undisclosed Hazardous Environmental Condition......................................................................49 9.11 Compliance with Safety Program................................................................................................49 Article 10—OAR's and Designer's Status During Construction ..................................................................49 10.01 Owner's Representative..........................................................................................................49 10.02 Visits to Site.............................................................................................................................49 10.03 Resident Project Representatives...........................................................................................49 10.04 Rejecting Defective Work........................................................................................................49 10.05 Shop Drawings, Modifications and Payments.........................................................................50 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................50 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................50 Article 11—Amending the Contract Documents; Changes in the Work ....................................................50 11.01 Amending and Supplementing the Contract Documents.......................................................50 11.02 Owner-Authorized Changes in the Work................................................................................51 11.03 Unauthorized Changes in the Work........................................................................................51 11.04 Change of Contract Price ........................................................................................................52 11.05 Change of Contract Times.......................................................................................................52 11.06 Change Proposals....................................................................................................................52 11.07 Execution of Change Orders ...................................................................................................53 11.08 Notice to Surety......................................................................................................................54 Article 12—Change Management ..............................................................................................................54 12.01 Requests for Change Proposal................................................................................................54 12.02 Change Proposals....................................................................................................................54 12.03 Designer Will Evaluate Request for Modification...................................................................55 General Conditions 007200-3 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 12.04 Substitutions...........................................................................................................................55 Article13—Claims.......................................................................................................................................56 13.01 Claims......................................................................................................................................56 13.02 Claims Process.........................................................................................................................57 Article 14—Prevailing Wage Rate Requirements.......................................................................................58 14.01 Payment of Prevailing Wage Rates.........................................................................................58 14.02 Records....................................................................................................................................58 14.03 Liability; Penalty; Criminal Offense.........................................................................................59 14.04 Prevailing Wage Rates.............................................................................................................59 Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................59 15.01 Cost of the Work.....................................................................................................................59 15.02 Allowances..............................................................................................................................63 15.03 Unit Price Work.......................................................................................................................63 15.04 Contingencies..........................................................................................................................64 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................65 16.01 Access to Work........................................................................................................................65 16.02 Tests, Inspections and Approvals............................................................................................65 16.03 Defective Work .......................................................................................................................65 16.04 Acceptance of Defective Work................................................................................................66 16.05 Uncovering Work....................................................................................................................66 16.06 Owner May Stop the Work.....................................................................................................67 16.07 Owner May Correct Defective Work.......................................................................................67 Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period........................................67 17.01 Progress Payments..................................................................................................................67 17.02 Application for Payment.........................................................................................................69 17.03 Schedule of Values..................................................................................................................71 17.04 Schedule of Anticipated Payments and Earned Value............................................................72 17.05 Basis for Payments..................................................................................................................73 17.06 Payment for Stored Materials and Equipment.......................................................................73 17.07 Retainage and Set-Offs ...........................................................................................................74 17.08 Procedures for Submitting an Application for Payment.........................................................74 17.09 Responsibility of Owner's Authorized Representative...........................................................75 17.10 Contractor's Warranty of Title................................................................................................76 General Conditions 007200-4 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 17.11 Substantial Completion...........................................................................................................76 17.12 Partial Utilization.....................................................................................................................77 17.13 Final Inspection.......................................................................................................................77 17.14 Final Application for Payment.................................................................................................77 17.15 Final Payment..........................................................................................................................78 17.16 Waiver of Claims.....................................................................................................................78 17.17 Correction Period....................................................................................................................78 Article 18-Suspension of Work and Termination.....................................................................................79 18.01 Owner May Suspend Work.....................................................................................................79 18.02 Owner May Terminate for Cause............................................................................................79 18.03 Owner May Terminate For Convenience................................................................................80 Article 19-Project Management...............................................................................................................81 19.01 Work Included.........................................................................................................................81 19.02 Quality Assurance ...................................................................................................................81 19.03 Document Submittal...............................................................................................................81 19.04 Required Permits ....................................................................................................................81 19.05 Safety Requirements...............................................................................................................82 19.06 Access to the Site....................................................................................................................82 19.07 Contractor's Use of Site..........................................................................................................82 19.08 Protection of Existing Structures and Utilities........................................................................83 19.09 Pre-Construction Exploratory Excavations..............................................................................83 19.10 Disruption of Services/Continued Operations........................................................................84 19.11 Field Measurements ...............................................................................................................84 19.12 Reference Data and Control Points.........................................................................................84 19.13 Delivery and Storage...............................................................................................................85 19.14 Cleaning During Construction.................................................................................................86 19.15 Maintenance of Roads, Driveways, and Access......................................................................86 19.16 Area Access and Traffic Control..............................................................................................87 19.17 Overhead Electrical Wires.......................................................................................................87 19.18 Blasting....................................................................................................................................87 19.19 Archeological Requirements...................................................................................................87 19.20 Endangered Species Resources...............................................................................................88 19.21 Cooperation with Public Agencies..........................................................................................88 General Conditions 007200-5 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Article 20—Project Coordination................................................................................................................88 20.01 Work Included.........................................................................................................................88 20.02 Document Submittal...............................................................................................................88 20.03 Communication During Project...............................................................................................89 20.04 Project Meetings.....................................................................................................................89 20.05 Requests for Information........................................................................................................91 20.06 Decision and Action Item Log..................................................................................................91 20.07 Notification By Contractor......................................................................................................92 20.08 Record Documents..................................................................................................................92 Article 21—Quality Management...............................................................................................................94 21.01 Contractor's Responsibilities ..................................................................................................94 21.02 Quality Management Activities by OPT..................................................................................95 21.03 Contractor's Use of OPT's Test Reports..................................................................................96 21.04 Documentation .......................................................................................................................96 21.05 Standards................................................................................................................................97 21.06 Delivery and Storage...............................................................................................................97 21.07 Verification Testing for Corrected Defects..............................................................................97 21.08 Test Reports............................................................................................................................97 21.09 Defective Work .......................................................................................................................98 21.10 Limitation of Authority of Testing Laboratory........................................................................98 21.11 Quality Control Plan................................................................................................................98 21.12 Implement Contractor's Quality Control Plan ......................................................................100 Article 22—Final Resolution of Disputes..................................................................................................101 22.01 Senior Level Negotiations .....................................................................................................101 22.02 Mediation..............................................................................................................................101 Article 23—Minority/MBE/DBE Participation Policy................................................................................102 23.01 Policy.....................................................................................................................................102 23.02 Definitions.............................................................................................................................102 23.03 Goals......................................................................................................................................103 23.04 Compliance............................................................................................................................104 Article 24—Document Management........................................................................................................104 24.01 Work Included.......................................................................................................................104 24.02 Quality Assurance .................................................................................................................104 General Conditions 007200-6 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 24.03 Contractor's Responsibilities ................................................................................................104 24.04 Document Submittal.............................................................................................................105 24.05 Document Numbering ..........................................................................................................105 24.06 Document Requirements......................................................................................................106 Article25—Shop Drawings.......................................................................................................................107 25.01 Work Included.......................................................................................................................107 25.02 Quality Assurance .................................................................................................................107 25.03 Contractor's Responsibilities ................................................................................................107 25.04 Shop Drawing Requirements ................................................................................................109 25.05 Special Certifications and Reports........................................................................................109 25.06 Warranties and Guarantees..................................................................................................110 25.07 Shop Drawing Submittal Procedures....................................................................................110 25.08 Sample and Mockup Submittal Procedures..........................................................................112 25.09 Equal Non Specified Products...............................................................................................113 25.10 Requests for Deviation..........................................................................................................113 25.11 Designer Responsibilities......................................................................................................114 25.12 Resubmission Requirements.................................................................................................116 Article26—Record Data ...........................................................................................................................117 26.01 Work Included.......................................................................................................................117 26.02 Quality Assurance .................................................................................................................117 26.03 Contractor's Responsibilities ................................................................................................117 26.04 Record Data Requirements...................................................................................................118 26.05 Special Certifications and Reports........................................................................................118 26.06 Warranties and Guarantees..................................................................................................119 26.07 Record Data Submittal Procedures.......................................................................................119 26.08 Designer's Responsibilities....................................................................................................120 Article 27—Construction Progress Schedule............................................................................................121 27.01 Requirements........................................................................................................................121 27.02 Document Submittal.............................................................................................................121 27.03 Schedule Requirements........................................................................................................121 27.04 Schedule Revisions................................................................................................................123 27.05 Float Time..............................................................................................................................123 Article 28—Video and Photographic documentation ..............................................................................124 General Conditions 007200-7 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 28.01 Work Included.......................................................................................................................124 28.02 Quality Assurance .................................................................................................................124 28.03 Document Submittal.............................................................................................................124 28.04 Photographs..........................................................................................................................125 28.05 Video Recording....................................................................................................................125 Article 29-Execution and Closeout.........................................................................................................125 29.01 Substantial Completion.........................................................................................................125 29.02 Final Inspections....................................................................................................................126 29.03 Reinspection Fees .................................................................................................................126 29.04 Closeout Documents Submittal ............................................................................................127 29.05 Transfer of Utilities ...............................................................................................................127 29.06 Warranties, Bonds and Service Agreements.........................................................................127 Article30-Miscellaneous........................................................................................................................128 30.01 Computation of Times...........................................................................................................128 30.02 Owner's Right to Audit Contractor's Records.......................................................................128 30.03 Independent Contractor.......................................................................................................129 30.04 Cumulative Remedies ...........................................................................................................129 30.05 Limitation of Damages..........................................................................................................129 30.06 No Waiver.............................................................................................................................129 30.07 Severability............................................................................................................................129 30.08 Survival of Obligations ..........................................................................................................129 30.09 No Third Party Beneficiaries .................................................................................................130 30.10 Assignment of Contract.........................................................................................................130 30.11 No Waiver of Sovereign Immunity........................................................................................130 30.12 Controlling Law.....................................................................................................................130 30.13 Conditions Precedent to Right to Sue...................................................................................130 30.14 Waiver of Trial by Jury...........................................................................................................130 30.15 Attorney Fees........................................................................................................................130 30.16 Compliance with Laws...........................................................................................................130 30.17 Enforcement..........................................................................................................................131 30.18 Subject to Appropriation.......................................................................................................131 30.19 Contract Sum.........................................................................................................................131 30.20 Contractor's Guarantee as Additional Remedy....................................................................131 General Conditions 007200-8 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid —The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Documents. 7. Bidding Documents — The solicitation documents, the proposed Contract Documents and Addenda. 8. Bidder—An individual or entity that submits a Bid to Owner. 9. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 10. Change Order-A document issued on or after the Effective Date of the Contract,which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 11. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 12. City Engineer - The Corpus Christi City Engineer and/or designee as identified at the preconstruction conference or in the Notice to Proceed. General Conditions 007200-10 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 13. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. Claims must be initiated by written notice, signed and sworn to be an authorized corporate officer, verifying the truth and accuracy of the Claim. 14. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5101 et seq.; c. The Resource Conservation and Recovery Act,42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous,toxic, or dangerous waste, substance, or material. 15. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 16. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract but does not make changes in the Work. 17. Contract Documents - Those items designated as Contract Documents in the Agreement. 18. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. 19. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 20. Contractor-The individual or entity with which Owner has contracted for performance of the Work. General Conditions 007200-11 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 21. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 22. Cost of the Work -The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 23. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion 24. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 25. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 26. Effective Date of the Contract -The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 27. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 28. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. 29. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner. These costs include fees for engineers, architects, attorneys, and other professionals. 30. Laws and Regulations; Laws or Regulations-Applicable laws,statutes, rules, regulations, ordinances,codes,and orders of governmental bodies,agencies,authorities,and courts having jurisdiction over the Project. 31. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. General Conditions 007200-12 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 32. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 33. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 34. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 35. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 36. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and designee, the City Engineer (the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 37. Owner's Authorized Representative or OAR -The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 38. Owner's Project Team or OPT - The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals or entities directly or indirectly employed or retained by them to provide services to the Owner. 39. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 40. Progress Schedule -A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 41. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 42. Project Manual — That portion of the Contract Documents that may include the following: introductory information,solicitation requirements and responses, proposal, Contract forms and General and Supplementary Conditions, General Requirements, Specification, Drawings, Project Safety Manual and Addenda. 43. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. General Conditions 007200-13 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 44. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 45. Schedule of Documents-A schedule of required documents, prepared and maintained by Contractor. 46. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 47. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 48. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 49. Specifications -The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 50. Subcontractor-An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 51. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 52. Supplementary Conditions -The part of the Contract that amends or supplements the General Conditions. 53. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 54. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 55. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 56. Unit Price Work-Work to be paid for on the basis of unit prices. General Conditions 007200-14 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 57. Work - The construction of the Project or its component parts as required by the Contract Documents. 58. Work Change Directive -A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense,"or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms"day"or"calendar day' mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or General Conditions 007200-15 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement (either electronic or printed) and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Project Management System A. Owner shall administer its design and construction management through an internet-based project management system known as e-Builder. B. Contractor shall conduct all communication through and perform all project-related functions utilizing this project management system. This includes all correspondence, General Conditions 007200-16 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 submittals, requests for information, payment requests and processing, contract amendments, change orders, delivery orders and other administrative activities. C. Owner shall administer the software and provide training to Contractor's Team. 2.04 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule,which must be a Critical Path Method (CPM) Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.05 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions and Supplementary Conditions apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract,Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. General Conditions 007200-17 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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. S. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations,whether specific or implied, are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. General Conditions 007200-18 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. The exactness of existing grades, elevations, dimensions or locations given on any Drawings issued by Designer, or the work installed by other contractors, is not guaranteed by Owner. Contractor shall,therefore, satisfy itself as to the accuracy of all grades, elevations, dimensions and locations. Any errors due to Contractor's failure to verify at the site all such grades, elevations, dimensions or locations relating to such existing or other work shall be rectified by Contractor without any additional cost to Owner. 3. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 4. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 007200-19 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 5. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 6. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error,ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual/administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 007200-20 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process. 4.04 Delays in Contractor's Progress A. No Damages for Delay: Contractor shall receive no compensation for delays or hindrances to the Work,except in the case of direct interference with means and methods by the Owner. In no event shall the Contractor be entitled to any compensation or recovery of any special damages in connection with any delays, including without limitation: consequential damages, lost opportunity costs, impact damages, or other similar damages. Owner's exercise of any of its rights or remedies under the Contract Documents (including without limitation ordering changes in the Work, or directing suspension, rescheduling, or correction of the Work), regardless of the extent or frequency of Owner's exercise of such rights or remedies, shall not be construed as active interference in the Contractor's performance of the Work. An extension of Contract Time, to the extent permitted, shall be the sole remedy of the Contractor for any acknowledged delays.Contractor agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed,disrupted or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners performing other work at or adjacent to the Site; 3. Acts of war or terrorism; and 4. Rain days in excess of the number specified in a calendar year. General Conditions 007200-21 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and 3. Hazardous Environmental Conditions. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment,and the operations of workers to the Site,adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume General Conditions 007200-22 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; C. Damage to other adjacent land or areas; and d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data,Contractor may not rely upon or make claims against Owner with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. General Conditions 007200-23 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site,and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect to the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 15.03. General Conditions 007200-24 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Investigating and field-verifying the location of underground facilities before beginning Work; 2. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 3. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 4. Locating Underground Facilities shown or indicated in the Contract Documents; 5. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 6. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately, but in no event later than 3 days, if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. General Conditions 007200-25 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents or was not shown or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 15.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary General Conditions 007200-26 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data,Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor's safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered or revealed at the Site unless this removal or remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition,and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. General Conditions 007200-27 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 6—BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice or take other action to claimants under the Payment Bond. General Conditions 007200-28 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 18 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. 6.03 Required Minimum Insurance Coverage A. Obtain and maintain insurance as required in this Article and in the Supplementary Conditions. B. Deliver evidence of insurance in accordance with the Supplementary Conditions to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. 6.04 General Insurance Provisions A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with this Article 6 and the Supplementary Conditions. B. Provide endorsements to the policies as outlined in this Article. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the General Conditions 007200-29 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 18 if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 6.05 Contractor's Insurance A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury,sickness or disease,or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and General Conditions 007200-30 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4. Claims for damages,other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Article and the Supplementary Conditions. Insurance is to remain in effect for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by the Supplementary Conditions, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. General Conditions 007200-31 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds$5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owner as defined in Article 1; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Article must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Article or the Supplementary Conditions or required by Laws or Regulations,whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, General Conditions 007200-32 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 6.06 Property Insurance A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Article and the Supplementary Conditions or those required by Laws and Regulations and must comply with the requirements of Paragraph 6.09. This insurance shall: 1. Include the OPT,Contractor,and all Subcontractors,and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. General Conditions 007200-33 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days' prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Article and the Supplementary Conditions. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 6.07 Waiver of Rights A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in the Supplementary Conditions. B. All policies purchased in accordance with this Article are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contain provisions that the Subcontractor waive all rights against Owner,Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them,for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 6.08 Owner's Insurance for Project A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds,or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. General Conditions 007200-34 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 6.09 Acceptable Evidence of Insurance A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 6.10 Certificate of Insurance A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 6.11 Insurance Policies A. If requested by the Owner, make available for viewing a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 6.12 Continuing Evidence of Coverage A. Provide updated, revised, or new evidence of insurance in accordance this Article and the Supplementary Conditions prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 6.13 Notices Regarding Insurance A. Notices regarding insurance are to be sent to the Owner at the following address: General Conditions 007200-35 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 City of Corpus Christi— Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi,TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. 6.14 Texas Workers' Compensation Insurance Required Notice A. Definitions: 1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project-includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project,for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and General Conditions 007200-36 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the Contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project,for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project,for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by this section, with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of General Conditions 007200-37 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. Regular working hours are between sunrise and sundown Monday through Saturday unless other times are specifically authorized in writing by OAR. C. Do not perform Work on a Sunday or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Martin Luther King Jr Day Third Monday in January Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November General Conditions 007200-38 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Holiday Date Observed Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 17.01.13 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Documents. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. Under no circumstances shall any Subcontractor debarred under Chapter 41 of The Code of Ordinances, City of Corpus Christi, be deemed acceptable to Owner. D. Contractor is not required to retain Subcontractors,Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. General Conditions 007200-39 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 days of Owner's notice to replace a Subcontractor,Supplier,or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, General Conditions 007200-40 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. B. Contractor's obligation to indemnify Owner for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. This Project is not exempt from City permits and fees unless expressly stated otherwise. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. General Conditions 007200-41 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating,maintaining,and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. General Conditions 007200-42 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR to pay or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections,tests, or approvals by others; or General Conditions 007200-43 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 INDEMNIFICATION A. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner from and against claims, damages, losses and expenses, including but not limited to attorney's fees or dispute resolution costs, arising out of or resulting from performance of the Work and/or failure to comply with the terms and conditions of the contract, violations of Laws or Regulations, or bodily injury, death or destruction of tangible property caused by the acts, omissions or negligence of the Contractor's Team, regardless of whether such claim, damage, loss or expense is alleged to be caused in part by an Owner hereunder, subject to the Owner's defenses and liability limits under the Texas Tort Claims Act. However, nothing herein shall be construed to require Contractor to indemnify an Owner against a claim, loss, damage or expense caused by the sole negligence of an Owner. B. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner from and against Indemnified Costs, arising out of or relating to: (i) the failure to control, contain, or remove a Constituent of Concern brought to the Site by Contractor's Team or a Hazardous Environmental Condition created by Contractor's Team, (ii) Contractor's Team's action or inaction related to damages, delays, disruptions or interference with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site, or (iii) the correction of Defective Work. Nothing in this paragraph obligates the Contractor to indemnify the Owner from the consequences of the Owner's sole negligence. c. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner from and against Indemnified Costs resulting from infringement on patent rights or copyrights by Contractor's Team. General Conditions 007200-44 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 D. The indemnification obligations of this Paragraph 7.14 are not limited by the amount or type of damages, compensation or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner by an employee or the survivor or personal representative of employee of Contractor's Team. The indemnification obligations of this Paragraph 7.14 shall not be deemed to be released,waived or modified in any respect by reason of any surety or insurance provided by Contractor. E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner does not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10-day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner as to its defense of the claim within 10 days after being notified of the indemnification request. Owner may assume and control the defense if Contractor does not assume the defense. Pay all defense expenses of the Owner as an indemnified loss. 2. Owner may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner to comply with restrictions or limitations that adversely affect Owner; b. Would require Owner to pay amounts that Contractor does not fund in full; or c. Would not result in Owner's full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these General Conditions 007200-45 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. B. The Contract Documents specify performance and design criteria related to systems, materials or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8—OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. General Conditions 007200-46 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT or other contractor retained by the City: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors if damages, delays, disruptions, or interference occur. General Conditions 007200-47 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. Contractor's obligation to indemnify Owner for claims arising out of or related to damages, delays,disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9—OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Article 17. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections,Tests, and Approvals A. OPT's responsibility with respect to certain inspections,tests, and approvals are described in Paragraph 16.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions 007200-48 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. 9.12 Plans and Specifications A. Owner does not warrant the plans and specification. ARTICLE 10—OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. General Conditions 007200-49 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work or accept the Work under the provisions of Paragraph 16.04 if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11—AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions 007200-50 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. If negotiations under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05 are unsuccessful, Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications or directions are provided in the Modification. 11.02 Owner-Authorized Changes in the Work A. Owner may order additions, deletions,or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 16.05. General Conditions 007200-51 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price for authorized Work can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 13. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 15.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 15.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 15.05 when the Work involved is not covered by unit prices in the Contract Documents and the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute, whichever is greater. Owner may decrease the Work by up to 25 percent of the Contract Price. 11.05 Change of Contract Times A. The Contract Times for authorized Work can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 13. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal in accordance with Article 12 to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. General Conditions 007200-52 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. Notify the OAR within 3 days if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times, which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; 2. Changes in Contract Price resulting from Owner set-offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 16.04 or Owner's correction of Defective Work under Paragraph 16.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 13. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Change Order, nor a warranty that the Change Order will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. If the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07, the Change Order is deemed to be in full force as if executed by Contractor. Contractor may file a Claim for payment and/or time, pursuant to Article 13. General Conditions 007200-53 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents,or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. ARTICLE 12—CHANGE MANAGEMENT 12.01 Requests for Change Proposal A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 12.02 to the Designer for evaluation by the OPT. 12.02 Change Proposals A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. A Change Proposal must be submitted to the OAR no later than 30 days after the event initiating the Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for classification; 3) Equipment used in construction; 4) Consumable supplies,fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; and 9) Other items of cost. General Conditions 007200-54 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 15 for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the OAR to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Article 25. 12.03 Designer Will Evaluate Request for Modification A. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 13. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 12.04 Substitutions A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow these procedures for a substitution. B. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 12.02 along with a Shop Drawing as required by Article 25 to request approval of a substitution. General Conditions 007200-55 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. D. Provide a written certification that, in making the substitution request,the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. E. Pay for review of substitutions in accordance with Article 25. ARTICLE 13—CLAIMS 13.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. Seeking an adjustment of Contract Price or Contract Times; 2. Contesting an initial decision by OAR concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; 3. Appealing OAR's decision regarding a Change Proposal; 4. Seeking resolution of a contractual issue that OAR has declined to address; or 5. Seeking other relief with respect to the terms of the Contract. B. Contractor shall be entitled to an extension of Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Contractor shall bear the entire economic risk of all weather delays and disruptions. Contractor shall not be entitled to any increase in the Contract Price by reason of such delays or disruptions. Upon Contractor reaching Substantial Completion, Owner and Contractor shall look back at the entire duration of the calendar day Project and review the totality of what Contractor claims were unusually severe weather disruptions. If the Project was delayed or disrupted due to unusually severe weather in General Conditions 007200-56 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 007200-57 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the Claim shall be deemed denied 30 days after receipt of the Claim. J. Following receipt of Designer's initial recommendation regarding a Claim,the Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. If the entity receiving a Claim approves the Claim in whole or in part or denies it in whole or in part, this action is final and binding unless the other entity invokes the procedure described in Article 22 for final resolution of disputes by filing a notice of appeal within 30 days after this action. L. If the Owner and Contractor reach a mutual agreement regarding a Claim,the results of the agreement or action on the Claim will be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times. M. Both parties shall continue to perform all obligations under the Agreement during the pendency of any dispute or disagreement relating to this Agreement, unless performance would be impracticable or impossible under the circumstances. N. Any failure of Contractor to comply with any of the foregoing conditions precedent with regard to any such Claim shall constitute a waiver of any entitlement to submit or pursue such Claim. O. Receipt and review of a Claim by City shall not be construed as a waiver of any defenses to the Claim available to the City under the Contract Documents or at law. ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS 14.01 Payment of Prevailing Wage Rates A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor and its Subcontractors are required to pay Davis-Bacon Wage Rates. C. Contractor and its Subcontractors are required to pay laborers and mechanics an overtime rate of not less than one and one-half times the basic rate for all hours worked in excess of forty hours in a given workweek. 14.02 Records A. In accordance with Tex. Gov't Code§2258.024,the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. General Conditions 007200-58 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 14.03 Liability; Penalty; Criminal Offense A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.023(b)— Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258,shall pay to the Owner,on whose behalf the Contract is made, $60 for each worker employed on each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058—Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 14.04 Prevailing Wage Rates A. Use the Prevailing Wage Rates specified in the Supplementary Conditions. ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK 15.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 15.01, except those excluded in Paragraph 15.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 15.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus,time-and-materials, or other cost-based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. General Conditions 007200-59 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 15.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave,vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Sunday or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers'field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining,with the OPT,which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 15.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; General Conditions 007200-60 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. For Contractor-and Subcontractor-owned machinery,trucks, power tools or other equipment, use the FHWA rental rates found in the Rental Rate Blue Book ("Blue Book") multiplied by the regional adjustment factor and the rate adjustment factor to establish hourly rates. Use the rates in effect for each section of the Blue Book at the time of use. Payment will be made for the actual hours used in the Work. 1) Standby costs will be paid at 50% of the FHWA rental rates found in the Blue Book if Contractor is directed by Owner in writing to standby. Standby costs will not be allowed during periods when the equipment would otherwise have been idle. For a six-day work week, no more than eight hours per a 24-hour day, no more than 48 hours per week and no more than 208 hours per month shall be paid of standby time. Operating costs shall not be charged by Contractor. e. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; 1) The hourly rate shall be determined by dividing the actual invoice cost by the actual number of hours the equipment is involved in the Work. Owner reserves the right to limit the hourly rate to comparable Blue Book rates. 2) If Contractor is directed to standby in writing by Owner, standby costs will be paid at the invoice daily rate excluding operating costs, which includes fuel, lubricants, repairs and servicing. f. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; g. Deposits lost for causes other than negligence of Contractor's Team; h. Royalty payments and fees for permits and licenses; i. Cost of additional utilities,fuel, and sanitary facilities at the Site; j. Minor expense items directly required by the Work; and k. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed General Conditions 007200-61 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 15.01.C.1 or specifically covered by Paragraph 15.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 15.01.C. E. The Contractor's fee for profit and overhead is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis; 2. A mutually acceptable fixed fee; or 3. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 15.01.C.1, 15.01.C.2 and 15.01.C.4; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 15.01.C.3; C. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 15.01.C.1 and 15.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; 2) The Subcontractor's fee is 5 percent for costs incurred under Paragraph 15.01.C.4 for the Subcontractor that actually performs the Work at whatever tier; and 3) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor. d. No fee is payable on the basis of costs itemized under Paragraph 15.01.D; General Conditions 007200-62 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and 4. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 15.05.13.1 through 15.05.13.5, inclusive when both additions and credits are involved in any one change. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 15.01. 15.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 15.02.13.1 and 15.02.13.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 15.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Contract. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 15.03.E. General Conditions 007200-63 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 bythe Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. General Conditions 007200-64 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ARTICLE 16—TESTS AND INSPECTIONS;CORRECTION, REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK 16.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 16.02 Tests, Inspections and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work,- 6. ork;6. For re-inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 16.03 Defective Work A. It is Contractor's obligation to ensure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. General Conditions 007200-65 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work;and 4. Costs of repair or replacement of work of others resulting from Defective Work. 16.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 17 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 17 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 16.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work,whether or not the Work is fabricated, installed or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others resulting from the Defective Work if it is found that the uncovered Work is Defective. General Conditions 007200-66 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 16.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 16.07 Owner May Correct Defective Work A. Owner may remedy deficiencies in the Work after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off-Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 16.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 16.07 are to be charged against Contractor as a set-off against payments due under Article 17. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 16.07. ARTICLE 17—PAYMENTS TO CONTRACTOR; SET-OFFS;COMPLETION; CORRECTION PERIOD 17.01 Progress Payments A. Progress payment requests are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in this Article 17. General Conditions 007200-67 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 17.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 15.03. 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 15.01, 15.02 and 15.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses,or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 16.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; g. Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. Failure to submit up-to-date record documents as required by the Contract Documents; j. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; k. Failure to provide Project photographs required by the Contract Documents; I. Failure to provide Certified Payroll required by the Contract Documents; General Conditions 007200-68 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 m. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re-inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; n. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; o. OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; p. Other items entitling Owner to a set-off against the amount recommended; or q. Payment would result in an over-payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand,or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 17.02 Application for Payment A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the Supplementary Conditions, the Agreement, and this Article 17. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up,training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; General Conditions 007200-69 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; General Conditions 007200-70 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Record Documents per Article 20. 2. Progress Schedule per Article 27. 3. Project photographs per Article 28. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. 5. Documentation required to substantiate any approved Project deviation, including overruns of Designer's estimated quantity. 6. Documentation required by funding agency, if applicable. 17.03 Schedule of Values A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form attached to the Application for Payment - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. If unit prices are included in the Contract, use each unit price line item in the Contract as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. General Conditions 007200-71 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other costs associated with the item in the Contract. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion,show the value for each stage of completion as a component of that line item cost. 17.04 Schedule of Anticipated Payments and Earned Value A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. General Conditions 007200-72 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 17.05 Basis for Payments A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 17.03 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 17.06. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Contract. b. Payment for stored materials and equipment will be made per Paragraph 17.06. 2. Measure the Work described in the Contract for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 17.06 Payment for Stored Materials and Equipment A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment shown in the Application for Payment and attachments will be made for the invoice amount,up to the value shown in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on the Application for Payment and attachments. Include invoice numbers so that a comparison can be made between invoices and amounts included on the Application for Payment and attachments. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for General Conditions 007200-73 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value, and that Contractor provides documents, satisfactory to the City,that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 17.07 Retainage and Set-Offs A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. B. Reduce payments for set-offs per the General Conditions. Include the appropriate attachment to the Application for Payment. 17.08 Procedures for Submitting an Application for Payment A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Contract for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set-offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. General Conditions 007200-74 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 Cto document set-offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the set-off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents,that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. C. Submit attachments in Portable Document Format(PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 17.09 Responsibility of Owner's Authorized Representative A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. General Conditions 007200-75 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 17.10 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 17.11 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work within 30 days after Contractor's notification to determine if the Work is substantially complete. OAR, within 120 days after receipt of Contractor's notification, is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions 007200-76 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 007200-77 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 17.15 Final Payment A. Make final Application for Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 17.16 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 22 and specifically noted in the Certificate of Final Completion. 17.17 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or, in the event of a latent defect, within 1 year after discovery thereof by City. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 17.17.A and 17.17.13 corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. General Conditions 007200-78 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 D. Contractor's obligation to indemnify Owner for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or system is placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. Contractor's obligations under this Paragraph 17.17 are in addition to other obligations or warranties. The provisions of this Paragraph 17.17 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 18—SUSPENSION OF WORK AND TERMINATION 18.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 18.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; 6. Contractor's repeated disregard of the authority of OPT; 7. Contractor's failure to prosecute the work with diligence; or General Conditions 007200-79 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 8. Contractor's other material breach of the contract. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 18.02.A.4. Owner may terminate Contractor's performance under this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. C. Owner may declare Contractor to be in default, give notice to Contractor and surety that Contractor's performance under the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 18.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated Contractor's performance under the Contract for cause. E. Owner may elect not to proceed with termination of Contractor's performance under the Contract under this Paragraph 18.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 18.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. The cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination of Contractor's performance does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. H. In the event the Owner terminates the contract for cause, and it is later determined that cause for termination was lacking, the termination will be deemed a termination without cause under Paragraph 18.03. 18.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 15.05; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. General Conditions 007200-80 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. ARTICLE 19— PROJECT MANAGEMENT 19.01 Work Included A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth. 19.02 Quality Assurance A. Employ competent workmen,skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 19.03 Document Submittal A. Provide documents in accordance with Article 24. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes,sketches,recordings,and computations made by the Contractor in Record Data. 19.04 Required Permits A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. General Conditions 007200-81 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 19.05 Safety Requirements A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports,including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per Article 26. 19.06 Access to the Site A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per Article 26. 19.07 Contractor's Use of Site A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures. E. Park employees'vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately-owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. General Conditions 007200-82 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 19.08 Protection of Existing Structures and Utilities A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action and coordinate Work with local utility companies and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 19.09 Pre-Construction Exploratory Excavations A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. General Conditions 007200-83 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. Prepare a Plan of Action indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the OAR. E. Unless specifically indicated otherwise in the Bid Form, no separate payment will be made for pre-construction exploratory excavations. Include the cost for pre-construction exploratory excavations in the unit price for the pipe construction or other applicable feature. When necessary, pavement repairs associated with exploratory excavations that are beyond the limits of the new pavement will be paid for at the unit prices for pavement repair when an item is included in the Bid Form. When an item for pavement repair is not included in the Bid Form, the cost should be included in the unit price for the pipe construction or other applicable feature. 19.10 Disruption of Services/Continued Operations A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner of utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action if facilities must be taken out of operation. 19.11 Field Measurements A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Data as required in Article 26. 19.12 Reference Data and Control Points A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. General Conditions 007200-84 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms,tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 19.13 Delivery and Storage A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather-tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. General Conditions 007200-85 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 19.14 Cleaning During Construction A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 19.15 Maintenance of Roads, Driveways, and Access A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: General Conditions 007200-86 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction,with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 19.16 Area Access and Traffic Control A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 19.17 Overhead Electrical Wires A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 19.18 Blasting A. Blasting is not allowed for any purpose. 19.19 Archeological Requirements A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. General Conditions 007200-87 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 19.20 Endangered Species Resources A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 19.21 Cooperation with Public Agencies A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. ARTICLE 20—PROJECT COORDINATION 20.01 Work Included A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 20.02 Document Submittal A. Provide documents in accordance with Article 24. General Conditions 007200-88 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre-construction conference. 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The OAR will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre-construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. 20.04 Project Meetings A. Pre-Construction Conference: 1. Attend a pre-construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per Article 27. b. Schedule of Values and anticipated Schedule of Payments per Article 17. C. List of Subcontractors and Suppliers. General Conditions 007200-89 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents,Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre-Submittal and Pre-Installation Meetings: 1. Conduct pre-submittal and pre-installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 20.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. General Conditions 007200-90 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 20.05 Requests for Information A. Submit Request for Information (RFI) to the OAR to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. OAR will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per Article 12 if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 20.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 20.06. 20.06 Decision and Action Item Log A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 20.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. General Conditions 007200-91 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action item if appropriate. The Contract Documents can only be changed by a Modification. 20.07 Notification By Contractor A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 20.08 Record Documents A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. General Conditions 007200-92 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. Reference the Record Data number, Shop Drawings number,and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number,and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. C. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions,traps, and tanks. 5) Services entrance. 6) Feeders. 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work(lines added) in yellow; C. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. General Conditions 007200-93 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; General Conditions 007200-94 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work through Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the OAR and the Designer. F. Provide an update on quality control activities at monthly progress meetings. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan,the OPT's Quality Control Program, or the Contract Documents. H. Owner will withhold payment for additional testing fees incurred due to Contractor noncompliance with OPT's Quality Control Program, including retesting fees, standby time, cancellation charges, and trip fees for retesting or cancellations. I. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed or might be damaged by corrective actions. 21.02 Quality Management Activities by OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 21.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 21.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: General Conditions 007200-95 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 21.03 Contractor's Use of OPT's Test Reports A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these test results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implement the Contractor's Quality Control Plan resulting from these deviations. 21.04 Documentation A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per Article 25. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, General Conditions 007200-96 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per Article 25. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents and why it does not comply. Submit these test reports on forms provided per Article 24. 21.05 Standards A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 21.06 Delivery and Storage A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, and processing test specimens as required by test standard to maintain the integrity of Samples. 21.07 Verification Testing for Corrected Defects A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 21.08 Test Reports A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; General Conditions 007200-97 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 b. Name of the laboratory, address, and telephone number; C. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the sample was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 21.09 Defective Work A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 21.10 Limitation of Authority of Testing Laboratory A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 21.11 Quality Control Plan A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per Article 25. Use Contractor's Quality Control Plan Checklist provided to review the document before General Conditions 007200-98 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control,verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, C. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 21.11.13.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 21.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. General Conditions 007200-99 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 21.12 Implement Contractor's Quality Control Plan A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Include the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. General Conditions 007200-100 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work with the OPT one month prior to the expiration of the correction period. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. ARTICLE 22—FINAL RESOLUTION OF DISPUTES 22.01 Senior Level Negotiations A. Each party is required to continue to perform its obligations under the Contract pending the final resolution of any dispute arising out of or relating to the Contract, unless it would be impossible or impracticable under the circumstances then present. B. All negotiations pursuant to Article 22 are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. C. Before invoking mediation, Owner and Contractor agree that they first shall try to resolve any dispute arising out of or related to this Contract through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. Both Owner and Contractor agree that this step shall be a condition precedent to use of any other alternative dispute resolution process. If the parties' senior management representatives cannot resolve the dispute within 45 calendar days after a party delivers a written notice of such dispute to the other, then the parties shall proceed with mediation. 22.02 Mediation A. In the event that Owner and/or Contractor contend that the other has committed a material breach of the Contract or the parties cannot reach a resolution of a claim or dispute pursuant General Conditions 007200-101 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 to Article 13, as a condition precedent to filing a lawsuit,either party shall request mediation of the dispute with the following requirements: 1. The request for mediation shall be in writing and shall request that the mediation commence not less than 30 calendar days or more than 90 calendar days following the date of the request, except upon agreement of the parties. 2. In the event Owner and Contractor are unable to agree to a date for the mediation or to the identity of the mediator within 30 calendar days following the date of the request for mediation, all conditions precedent shall be deemed to have occurred. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs.Venue for any mediation or lawsuit filed under this Contract shall be in Nueces County,Texas. Any agreement reached in mediation shall be enforceable as a settlement in any court having jurisdiction thereof. 4. Nothing in this Contract shall be construed as consent to a lawsuit. No provision of the Contract shall waive any immunity or defense. ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY 23.01 Policy A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, low income persons and Minority/Disadvantaged Business Enterprises (M/DBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives. In accordance with such policy,the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 23.02 Definitions A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority/Disadvantaged Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) or socially and economically disadvantaged individual(s). Minority/Disadvantaged person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). General Conditions 007200-102 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect,to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. D. Minority: Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Socially and economically disadvantaged individual: Any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who has been subjected to racial or ethnic prejudice or cultural bias within American society because of his or her identity as a member of a group and without regard to his or her individual qualities. The social disadvantage must stem from circumstances beyond the individual's control. F. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman,a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. G. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example,a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 23.03 Goals A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be 1. Minority participation goal is 45%. 2. Minority Business Enterprise participation goal is 15%. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority General Conditions 007200-103 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 23.04 Compliance A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project,the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. ARTICLE 24—DOCUMENT MANAGEMENT 24.01 Work Included A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 24.02 Quality Assurance A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 24.03 Contractor's Responsibilities A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by Article 27. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. General Conditions 007200-104 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 24.04 Document Submittal A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. d. Submit color PDF documents where color is required to interpret the document. e. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. 24.05 Document Numbering A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor General Conditions 007200-105 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Prefix Description Originator RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference to the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 24.06 Document Requirements A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions 007200-106 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Document Type Section Suppliers and Subcontractors Articles 20 and 26 ARTICLE 25—SHOP DRAWINGS 25.01 Work Included A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general,to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 25.02 Quality Assurance A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents or will be if deviations requested per Paragraph 25.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 25.03 Contractor's Responsibilities A. Provide Shop Drawings as required by Paragraph 25.03 of the Supplementary Conditions. B. Include Shop Drawings in the Schedule of Documents required by Article 24 to indicate the Shop Drawings to be submitted,the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by Article 27. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14-day review cycle for each time General Conditions 007200-107 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials,catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawings; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawings are complete for their intended purpose; and 5. Conflicts between the Shop Drawings related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 25.09. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. General Conditions 007200-108 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors,textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general,conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights,gauges,materials of construction,external connections,anchors,and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 25.05 Special Certifications and Reports A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable General Conditions 007200-109 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 25.06 Warranties and Guarantees A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1-year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 25.07 Shop Drawing Submittal Procedures A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable,enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format(PDF). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. d. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 25.08.A. e. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. General Conditions 007200-110 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, C. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per Article 12 to request modifications to the Contract Documents, including those for approval of"or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will General Conditions 007200-111 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14-day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 25.03. 25.08 Sample and Mockup Submittal Procedures A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. General Conditions 007200-112 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 25.09 Equal Non Specified Products A. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or"or approved equal." 1. Submit a Shop Drawing as required by this article to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 25.10 Requests for Deviation A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. General Conditions 007200-113 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 25.11 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences,or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. C. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Article 26. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. General Conditions 007200-114 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. General Conditions 007200-115 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 25.11 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 25.12 Resubmission Requirements A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay costs for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. General Conditions 007200-116 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. ARTICLE 26—RECORD DATA 26.01 Work Included A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication,installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents require for record purposes. 26.02 Quality Assurance A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 26.03 Contractor's Responsibilities A. Submit Record Data in accordance with SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. Include Record Data in the Schedule of Documents required by Article 24 to indicate the Record Data to be submitted,the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. General Conditions 007200-117 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 26.04 Record Data Requirements A. Include a complete description of the material or equipment to be furnished, including: 1. Type,dimensions,size,arrangement,model number,and operational parameters of the components; 2. Weights,gauges,materials of construction,external connections,anchors,and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 26.05 Special Certifications and Reports A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. General Conditions 007200-118 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 26.06 Warranties and Guarantees A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 26.07 Record Data Submittal Procedures A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable,enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. d. Submit color PDF documents where color is required to interpret the Record Data. e. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. General Conditions 007200-119 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. C. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per Article 12 to request modifications to the Contract Documents, including those for approval of"or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 26.03. 26.08 Designer's Responsibilities A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 26.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 26.02. Document will be given the status of "Filed as Received" and no further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per Article 25. General Conditions 007200-120 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required, and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is the Record Data applicable to the Project. The Record Data will be marked "Rejected" and "Cancel -Not Required." No further action is required,and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE 27.01 Requirements A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Schedule Work based upon a six day work week. 27.02 Document Submittal A. Submit Progress Schedules in accordance with Article 24. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre-construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedule updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 27.03 Schedule Requirements A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and General Conditions 007200-121 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revised when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with Article 24 indicating: 1. Specific date each document is to be delivered to the Designer. 2. Specific date each document must be received in order to meet the proposed schedule. General Conditions 007200-122 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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.OS Float Time A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. General Conditions 007200-123 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION 28.01 Work Included A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way)including but not limited to streets,curb and gutter, utilities,driveways,fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication,or public or private display without the written consent of the Owner. 28.02 Quality Assurance A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 28.03 Document Submittal A. Submit photographic documentation as Record Data in accordance with Article 24. B. Submit two DVDs of the video recording as Record Data in accordance with Article 24. General Conditions 007200-124 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 28.04 Photographs A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date,time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photographs in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8-by-10-inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 28.05 Video Recording A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. H. Pipeline projects should be recorded linearly from beginning to end. ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the OAR that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. General Conditions 007200-125 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. OPT will visit the Site to observe the Work within 30 days after notification is received to determine the status of the Project. C. OAR will notify the Contractor, within 120 days after notification, that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. OAR will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the OAR when the items of Work in the OAR's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. OAR will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the OAR of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 29.02 Final Inspections A. Notify the OAR when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within 30 days after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has been corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. OAR will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 29.04 if notified that the Project is complete, and the Work is acceptable. 29.03 Reinspection Fees A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. General Conditions 007200-126 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 29.04 Closeout Documents Submittal A. Record Documents per Article 20. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per Article 28. 29.05 Transfer of Utilities A. If applicable to the Project,transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 29.06 Warranties, Bonds and Service Agreements A. Provide warranties, bonds, and service agreements required by the Contract Documents. B. The date for the start of warranties, bonds, and service agreements is established per the Contract Documents. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Provide a log of all equipment covered under the 1-year correction period specified in the Contract Documents and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or service agreement; e. Indicate the start date for the correction period specified in the Contract Documents for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty, bond, and service agreement; General Conditions 007200-127 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds, and service agreements within 10 days after equipment or components are placed in service. ARTICLE 30—MISCELLANEOUS 30.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Sunday or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 30.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee,which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four(4)years following termination of the Contract, unless there is an ongoing dispute under the Contract,then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Examples of Contractor written and electronically stored records include, but are not limited to:accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Contract Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities, and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and General Conditions 007200-128 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Paragraph 30.02 in any Subcontractor, supplier or vendor contract. 30.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership or formal business organization of any kind. 30.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of,the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 30.04 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. 30.05 Limitation of Damages A. Owner is not liable to Contractor for claims, costs, losses or damages sustained by Contractor's Team associated with other projects or anticipated projects. 30.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision or affect the enforceability of that provision or the remainder of this Contract. 30.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. 30.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. General Conditions 007200-129 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 30.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 30.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the prior written consent of the Owner. 30.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. B. This Contract is to perform a governmental function solely for the public benefit. 30.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County,Texas. 30.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary,Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 30.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 30.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 30.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. B. No qualified person shall on the basis of race, color, religion, national origin, gender, age or disability be excluded from participation in, be denied the benefits of, or be subjected to General Conditions 007200-130 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 007200-131 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 Freese and Nichols, Inc. Bath, Inc. Barton and Associates B. The following entities, along with the members of the OPT, are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor's professional liability insurance. C. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Gantry crane b. Maintenance Building C. Inlet tower sluice gates and trash racks d. Spillway gates electrical supply e. Spillway Gates control system f. Spillway slab g. Spillway grating 2. Only the following items not yet complete in accordance with the Contract Documents: a. Maintenance building fencing Supplementary Conditions 007300- 1 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 2/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Choke Canyon Dam 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 64 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. None 1. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: None SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been Supplementary Conditions 007300-2 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 2/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. 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 $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental X Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges X Required ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment X Required Not Required Supplementary Conditions 007300-3 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 2/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 7 a.m. and 5 p.m. Monday through Friday 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) TX21 "General Decision Number: TX20210034 01/01/2021 Superseded General Decision Number: TX20200034 State: Texas Construction Type: Heavy Counties: Texas Statewide. Pipeline-Off-Shore Construction Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10. 95 for calendar year 2021 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the E0, the contractor must pav Supplementary Conditions 007300-4 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 2/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 all workers in any classification listed on this wage determination at least $10. 95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 * SUTX1990-021 01/31/1990 Rates Fringes Anchor Operator. . . . . . . . . . . . . . . . . .$ 10.75 . 68 Cook, Chief. . . . . . . . . . . . . . . . . . . . . .$ 7.59 .48 Cook, Second. . . . . . . . . . . . . . . . . . . . .$ 7 .25 .41 Crane Operator. . . . . . . . . . . . . . . . . . .$ 11.50 .72 Deckhand. . . . . . . . . . . . . . . . . . . . . . . . .$ 7.25 .32 Ditches & Sideboom Operator. . . . . .$ 11.55 .73 Diver. . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 11. 62 1 .75 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 11.40 .72 Hoist & Deck Engine, Fork Lift & Mixer Operator, Pot Firemen. . . . . . . . . . . . . . . . . . . . . . . . . .$ 8.45 .53 LABORER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 7.25 .35 MECHANIC. . . . . . . . . . . . . . . . . . . . . . . . .$ 11.40 .72 Orderly. . . . . . . . . . . . . . . . . . . . . . . . . .$ 7.25 .35 Supplementary Conditions 007300-5 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 2/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Pipeline Welder. . . . . . . . . . . . . . . . . .$ 14.00 . 88 RIGGER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 8.50 .54 Semi-Skilled Laborer. . . . . . . . . . . . .$ 7.25 .41 Spacer. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 12.25 .77 Spray Painter, Barge. . . . . . . . . . . . .$ 8.25 .52 Spray Painter, Fabrication. . . . . . .$ 10 .16 . 64 Stabber. . . . . . . . . . . . . . . . . . . . . . . . . .$ 7.25 .46 Stalking Machine Operator. . . . . . . .$ 9.75 . 61 Tender. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 7.25 . 93 Utility Welder. . . . . . . . . . . . . . . . . . .$ 11.00 . 69 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017 . If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- Supplementary Conditions 007300-6 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 2/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG' denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014 . SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in Supplementary Conditions 007300-7 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 2/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in l. ) 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. Supplementary Conditions 007300-8 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 2/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 Note to Specifier: The information in the table below should be reviewed and updated as necessary for each proiect. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Freese and Nichols, Inc. 361-561-6500 FNI PM Shane Torno, PE 361-561-6524 City PM, Sirinivas Dittakavi, EIT 361-826-3235 City Water Supply Director, Steve 361-826-3851 Ramos Dam Coordinator Stephen Emerson 361-826-1278 USBR,Thomas Michalewicz, P.E. 512-899-4166 Live Oak County Sheriff Dept. 361-449-2271 TPWD, Choke Canyon State Park 361-786-3868 ARTICLE 23—MINORITY/MBD/ DBE PARTICIPATION POLICY ARTICLE 25—SHOP DRAWINGS Supplementary Conditions 007300-9 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 2/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description Refer to SECTION 01 33 01 SUBMITTAL REGISTER for the required Shop Drawing submittals. 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: $200/hr. ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description Refer to SECTION 01 33 01 SUBMITTAL REGISTER for the required Record Data submittals. END OF SECTION Supplementary Conditions 007300- 10 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 2/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 011100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. Replace the existing stop log steel grating with new grating and steel frames. 2. Install new helical piers at the crane pad including replacement of the existing concrete drainage flumes. 3. Remove, level, and reinstall the crane rails at the north and south crane pads. This includes the rail splice hardware, shims, and grout beds. 4. Remove the trash racks at the intake structure and replace with newly fabricated trash racks to match the original. 5. Replacement of the existing electrical systems with new systems at the spillway electrical room, gates, and intake structure. 6. Install new electrical service and lighting for the new maintenance building. 7. Replacement of the existing controls systems with new systems at the spillway electrical room, gates, outlet works. 8. Replace the sluice gate actuators on the intake structure with new. 9. Modernize the existing gantry crane at the spillway gates. 10. Construct a new maintenance building adjacent to the existing repair shop. This includes site work and new yard fencing. 11. Fabricate a new stop log lifting beam for use at the spillway gantry crane. 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. NA Summary of Work 011100- 1 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 10/2018 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. NA B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 011100-2 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 10/2018 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: None B. Allowances: 1. 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. 2. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per Article 19 of SECTION 0172 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. 3. 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. 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 4. 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. 5. 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. Alternates and Allowances 012310- 1 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 5/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 A. Alternate A- 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A1—Mobilization (Max 5% Part A) 1. A maximum of 5%of the bid price to be used for mobilization for items required for Part A. B. Allowance A2—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. 2. Measurement for payment for bonds and insurance will be an allowance 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. Alternates and Allowances 012310-2 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 5/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. Allowance A5- Unanticipated Work Item Allowance 1. The sum of$5,000 to be used for the purchase of unanticipated general work items. D. Allowance B1- Mobilization for New Grating at Stop Log Openings: 1. A maximum of 5%of the bid price to be used for the mobilization for items required for Part B. E. Allowance B4- Unanticipated Work Item Allowance 1. The sum of$10,000 to be used for the purchase of unanticipated work items related to New Grating at Stop Log Openings. F. Allowance C1- Mobilization for Pad Stabilization and Rail and Spall Repair: 1. A maximum of 5%of the bid price to be used for the mobilization for items required for Part C. G. Allowance C9- Unanticipated Work Item Allowance 1. The sum of$15,000 to be used for the purchase of unanticipated work items related to Pad Stabilization and Rail and Spall Repair. H. Allowance D1- Mobilization for New Trash Racks: 1. A maximum of 5%of the bid price to be used for the mobilization for items required for Part D. I. Allowance D5 - Unanticipated Work Item Allowance 1. The sum of$46,000 to be used for the purchase of unanticipated work items related to New Trash Racks. J. Allowance E1- Mobilization for Electrical: 1. A maximum of 5%of the bid price to be used for the mobilization for items required for Part E. K. Allowance E2—Demolish Existing Spillway Control System 1. The Contractor shall determine the price required to complete the demolition of the Existing Spillway Control Systems and provide this as an allowance. L. Allowance E3—Emergency Spillway Electrical Rooms New 1. The Contractor shall determine the price required to provide and install the Emergency Spillway Electrical Rooms New and provide this as an allowance. M. Allowance E4—Demolish Emergency Spillway Gate Electrical 1. The Contractor shall determine the price required to demolish the Emergency Spillway Gate Electrical and provide this as an allowance. N. Allowance E5—Emergency Spillway Gate Electrical New 1. The Contractor shall determine the price required to provide and install the Emergency Spillway Gate Electrical New and provide this as an allowance. O. Allowance E6—Demolish Existing Control Structure Electrical Alternates and Allowances 012310-3 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 5/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. The Contractor shall determine the price required to demolish the Existing Control Structure Electrical and provide this as an allowance. P. Allowance E7—Emergency Spillway Electrical Rooms New 1. The Contractor shall determine the price required to provide and install the Control Structure Electrical New and provide this as an allowance. Q. Allowance E8—Demolition Existing Intake Structure Electrical 1. The Contractor shall determine the price required to demolish the Existing Intake Structure Electrical and provide this as an allowance. R. Allowance E9—Intake Structure Electrical New 1. The Contractor shall determine the price required to provide and install the Intake Structure Electrical New and provide this as an allowance. S. Allowance E10—New Maintenance Building Electrical & Lighting 1. The Contractor shall determine the price required to provide and install the New Maintenance Building Electrical & Lighting and provide this as an allowance. T. Allowance E11—Existing Maintenance Building Electrical 1. The Contractor shall determine the price required to provide and install the Existing Maintenance Building Electrical and provide this as an allowance. U. Allowance E15 - Unanticipated Work Item Allowance 1. The sum of$11,000 to be used for the purchase of unanticipated work items related to Electrical. V. Allowance F1- Mobilization for Controls: 1. A maximum of 5%of the bid price to be used for the mobilization for items required for Part F. W. Allowance F2—Demolition Existing Spillway Control System 1. The Contractor shall determine the price required to demolish the Existing Spillway Control System and provide this as an allowance. X. Allowance F5— Emergency Spillway Integration 1. The Contractor shall determine the price required to provide and install the Emergency Spillway Integration and provide this as an allowance. Y. Allowance F6— Emergency Spillway Instrumentation 1. The Contractor shall determine the price required to provide and install the Emergency Spillway Instrumentation and provide this as an allowance. Z. Allowance F7— Emergency Spillway Fiber Optic 1. The Contractor shall determine the price required to provide and install the Emergency Spillway Fiber Optic and provide this as an allowance. AA. Allowance F8—Demolition Existing Outlet Works Control System Alternates and Allowances 012310-4 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 5/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. The Contractor shall determine the price required to demolish the Existing Outlet Works Control System and provide this as an allowance. BB. Allowance F11—Outlet Works Integration 1. The Contractor shall determine the price required to provide and install the Outlet Works Integration and provide this as an allowance. CC. Allowance F12—Outlet Works Control Structure Instrumentation 1. The Contractor shall determine the price required to provide and install the Outlet Works Control Structure Instrumentation and provide this as an allowance. DD. Allowance F13—Outlet Works Fiber Optic 1. The Contractor shall determine the price required to provide and install the Outlet Works Fiber Optic and provide this as an allowance. EE. Allowance F14- Unanticipated Work Item Allowance 1. The sum of$27,500 to be used for the purchase of unanticipated work items related to Controls. FF. Allowance G1 - Mobilization for Mechanical: 1. A maximum of 5%of the bid price to be used for the mobilization for items required for Part G. GG. Allowance G4- Unanticipated Work Item Allowance 1. The sum of$25,000 to be used for the purchase of unanticipated work items related to Mechanical. HH. Allowance H1- Mobilization for Crane Modernization: 1. A maximum of 5%of the bid price to be used for the mobilization for items required for Part H. 11. Allowance H2—Crane Modernization 1. The Contractor shall determine the price required to perform Crane Modernization and provide this as an allowance. JJ. Allowance H4- Unanticipated Work Item Allowance 1. The sum of$75,000 to be used for the purchase of unanticipated work items related to Crane Modernization. KK. Allowance 11- Mobilization for New Maintenance Building: 1. A maximum of 5%of the bid price to be used for the mobilization for items required for Part I. LL. Allowance 16-40'x60' Metal Building with (3) Overhead and (1) Manway door(s) 1. The Contractor shall determine the price required to provide and install the Metal Building and provide this as an allowance. Alternates and Allowances 012310-5 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 5/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 MM.Allowance 17—Electrical Service 1. The Contractor shall determine the price required to provide and install Electrical Service to the new building and provide this as an allowance. NN. Allowance 18—Door Locks and Furnishings 1. The Contractor shall determine the price required to provide and install Door Locks and Furnishings and provide this as an allowance. 00. Allowance 112 - Unanticipated Work Item Allowance 1. The sum of$10,500 to be used for the purchase of unanticipated work items related to New Maintenance Building. PP. Allowance J1 - Mobilization for New Stop Log Lifting Beam: 1. A maximum of 5%of the bid price to be used for the mobilization for items required for Part J. QQ. Allowance J3—Unanticipated Work Item Allowance 1. The sum of$10,000 to be used for the purchase of unanticipated work items related to the New Stop Log Lifting Beam. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-6 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 5/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 A1,131,C1, D1, E1, F1, G1, H1, 11,J1—Mobilization (Maximum 5%, Parts A, B, C, D, E, F, G, H, 1,J): 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 01 29 01-1 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 5/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 A2— 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 forthis 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 C3— Install 28 Helical Piers 1. Payment shall include but not be limited to furnishing and installing the helical piers described in the plans and specifications. All required materials, parts, and labor shall be included in this item. The item will be complete, in place,to specification, a capable of supporting the helical loads shown on the plans and in accordance with the load testing in the specification. 2. Measurement for payment will be made per linear foot of installed pier. Actual installed lengths are expected to vary from the estimated quantity on the bid form. Payment will be determined from the contractor's installation logs but only as verified by the OR at site during installation. D. Bid Item H2—Gantry Crane Modernization 1. Payment shall include but not be limited to furnishing and installing all gantry crane modernization improvements described in the plans and specifications. All required materials, parts, and labor shall be included in this item. The item will be complete, in place, to specification, operable, and all required manuals have been transferred in both electronic and printed form to the Owner, all warranties and guarantees transferred to the Owner, all electronic controls turned over to the Owner, all SCADA functional,to include position and direction of travel indication visible and operable, all prove out testing and commissioning completed to the satisfaction of the Engineer, and all required training with Owner has been completed and documented. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50%of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50%completion has occurred, minus retainage. E. Other Bid Items Measurement and Basis for Payment 01 29 01-2 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 5/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01-3 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 5/2020 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 0133 01 Submittal Register 031100 lConcrete Forming Manufacturer Information Record Data 032100 Reinforcing Steel Shop Drawings Shop Drawin 03 30 00 Concrete Mix Design Shop Drawin 03 30 00 Sequence of Concrete Placement None 03 30 00 Certified Test Reports Record Data 03 30 00 Manufacturer Record Data Record Data 05 1200 Structural Steel Framing Product Data Record Data 05 1200 Structural Steel Shop Drawings Shop Drawin 05 1200 iStructural Steel Welding Certificates Record Data 05 1200 Structural Steel Qualifications Data Record Data 05 1200 Structural Steel Mill Test Reports Record Data 05 1200 Structural Steel Qualti -Control Test Reports Record Data 05 1200 Stop Log Lifting Beam Calculations perASME BTH-1 Record Data 05 53 00 Metal Gratings Product Data Record Data 05 53 00 Metal Gratings Shop Drawings Shop Drawin 05 53 00 Metal Gratings Mill Certificates Record Data 05 53 00 Metal Gratings Welding Certificates Record Data 13 34 19 Metal Building Promect Data Record Data 13 34 19 Metal Building Shop Drawings Shop Drawin 13 34 19 Metal Builiding Samples Sample 13 34 19 Metal Building Door Schedule Shop Drawin 13 34 19 Metal Builidng Design with PE Seal Record Data 13 34 19 Metal Building Installer Qualificaitons Record Data 13 34 19 Metal Builidng Welding Certificates Record Data 13 34 19 Metal Building Letter of Deisgn Certification with PE seal Record Data 1334 19 Metal Builidng Erector Certificates Record Data 13 34 19 Metal Building Material Testing Reports Record Data 1334 19 Metal Building Source Quality-Control Reports Record Data 1334 19 Metal Building Field Quality-Control Reports Record Data 13 34 19 Metal Building Sample Warranties None 13 34 19 Metal Building Maintenance Data C&M Manual 26 05 00 General Work Re uirments None 26 05 04 New Electrical Equipment and Systems Inspections and Record Data Testin 26 05 19 Low Voltage Electrical Power Conductors and Cables Shop Drawing 26 05 26 Grounding and Bonding for Electrical Systems Shop Drawin 26 05 29 Hangers and Supports for Electrical Systems Shop Drawin 26 05 33 Raceways and Boxes for Electrical Systems Shop Drawin 26 05 43 Underground Ducts and Raceways for Electrical Systems Shop Drawing 26 05 53 1 Identification for Electrical Systems Shop Drawin 26 22 00 Low Voltage Transformers Shop Drawin 26 24 16 PanelBoards Shop Drawin 26 27 26 Wiring Devices Shop Drawin 26 28 16 Enclosed Switches and Circuit Breakers ShopDrawin 26 29 13 Enclosed Controllers Shop Drawin 26 36 00 Transfer Switch Shop Drawin 265100 Lighting Shop Drawin 31 68 30 Helical Pier Product Data Record Data Submittal Register 01 33 01-1 Choke Canyon Dam Infrastructure Improvements-E13050 10/2018 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 0133 01 Submittal Register 31 68 30 Helical Pier Shop Drawings Shop Drawing 31 68 30 lHelical Pier Calculations with PE seal Record Data 31 68 30 Helical Pier Installation Procedures Record Data 31 68 30 Helical Pier Calibration Certificaties Record Data 31 68 30 Helical Pier Installation Records Record Data 31 68 30 Helical Pier Torque Indicator Calibration Reports Record Data 31 68 30 Helical Pier Piling Drawings Record Data 4005 53 Process Piping Product Data Sheets Record Data 4005 53 Process Equipment Product Data Sheets Record Data 4005 53 Electrical Equipment Product Data Sheets Record Data 4005 53 Valves Product Data Sheets Record Data 4005 53 List of devices and device locations Record Data 40 90 00 Instrumentation and Control Project Execution Plan Record Data 40 90 00 Shop Drawings Sho Drawin 40 90 00 Product Data Record Data 40 90 00 Technical Manuals Record Data 40 90 00 Operations and Maintenance Manuals Record Data 40 90 00 Spare Parts List Record Data 40 90 03 SCADA&Instrumentation Overall System Testing Plan Record Data 41 22 13.16 Gantry Crane Moderniziation Product Data Record Data 42 22 13.16 Gantry Crane Moderniziation Shop Drawings Sho Drawin 43 22 13.16 Electrical Equipment Wirin Diagrams Record Data 44 22 13.16 Gantry Crane Moderniziation 0&M Manuals Record Data 45 22 13.16 Gantry Crane Moderniziation Field Changes Record Data 46 22 13.16 Gantry Crane Moderniziation Warranty Information Record Data Submittal Register 01 33 01-2 Choke Canyon Dam Infrastructure Improvements-E13050 10/2018 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: B. Work shall be completed within the specified time for these items and limit site time: Description Time Replacement of electrical supply and gate controls 24 weeks at the spillway hoist deck Replacement of the electrical, controls, and mechanical items at the Outlet Works Control 24 weeks System Replacement of the electrical, controls, and mechanical items at the Outlet Works Intake 24 weeks Structure Crane Modernization 16 weeks Crane Pad Stabilization 16 weeks C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction and any associated outages; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; Special Procedures 013500- 1 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 10/2018 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 and provide the City with weekly updates until all items in the plan of action are complete and the work accepted. D. Provide the City with notification 4 weeks prior to commencement of work on any item identified as Critical Operations so that proper agencies can be notified and present during work. 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Max.Time Hours Operation Liquidated Critical Operation Damages Out of Operation can be Shut Down ($ per hour) Spillway Gates none never* 500 Intake Structure 12 hours** 7am-7pm 500 Gantry Crane 8 weeks 24 hrs 500 *As long as spillway gate hydraulic operators are functional, spillway gates can be shut down indefinitely. Contractor must confirm hydraulic operator status with the City's Dam Work Coordinator and receive permission prior to shutting off power supply or controls to the spillway. **Flow through the Low Flow Outlet Works must be restored daily. B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the flood control and water supply. 2. Loss of dam operations can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. Special Procedures 013500-2 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 10/2018 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1 -Spillway Gates: a. Spillway gates are designed to pass the PMF to prevent overtopping, dam failure, and the subsequent loss of property and life. In the event of rising lake levels, spillway gates must be operational, which is to say that the spillway gates should be operational at all times. Power supply or controls can only be disconnected with the permission of the City's Dam Work Coordinator. The primary condition for authorizing power/controls disconnect would be that the portable hydraulic operators are functioning. Of equal importance would be if severe rainfall or flooding were expected to occur, in which case permission may be withheld until any expected flood wave has passed, and lake level restored to the normal pool level. 2. Critical Operation 2 - Intake Structure: a. The intake tower is the outlet for daily environmental and water supply flows required by law and clarified by the Agreed Order with TCEQ,to include prescribed flow rates. The daily flows are required to deliver downstream water rights, as well as to provide daily in-stream environmental flows, and to support downstream environmental flows out of Lake Corpus Christi in support of the bays and estuaries to mitigate hyper-saline conditions as a result of river flow being diverted to other uses. As such, flows must occur daily, and ideally at all times. If flow is cut off for long, especially in hot months, downstream water users may not be able to access their water rights, and fish or other aquatic species may die. Flows can be restricted for part of one day to support construction of improvements and the volumes made-up by increased flows overnight. 3. Critical Operation 3 -Gantry Crane a. The gantry crane is critical for operations and maintenance on the spillway hoist deck, as load limits on the bridge span restrict the use of conventional lifting equipment. The primary function of the gantry crane is to support stoplog deployment and retrieval. As this is a non-emergency function (stoplogs cannot be deployed in flowing water emergencies in front of a broken gate), the crane can be removed from service for extended periods, provided that notification is provided to and approval granted by the City's Dam Work Coordinator prior to any disabling of the crane. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in: 1. Determining when then spillway gates can be depowered. 2. Determining when the Intake Tower can be depowered 3. Restoring intake tower releases. Special Procedures 013500-3 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 10/2018 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-4 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 10/2018 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 015000- 1 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 8/2019 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 015000-2 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 8/2019 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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— NOT APPLICABLE 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 015000-3 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 8/2019 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 015000-4 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 8/2019 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities as applicable to the nature and size of the Project. Comply with all requirements of the Texas Commission on Environmental Quality(TCEQ)and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with Article 25 of SECTION 00 72 00 GENERAL CONDITIONS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. Temporary Controls 015700- 1 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 8/2019 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. 1.05 PERMITS A. As applicable, submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No.TXR150000 as set forth by the TCEQ for the duration of the Project as applicable to the nature of the work and the total disturbed area: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Temporary Controls 015700-2 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 8/2019 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Notice of Intent. Provide draft copies of the Notice of Intent,SWPPP,and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre- construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non-contained form, or enter non-contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an Temporary Controls 015700-3 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 8/2019 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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—NOT APPLICABLE A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing' to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. Temporary Controls 015700-4 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 8/2019 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream,the [Corpus Christi Bay] [Oso Creek] [Laguna Madre] [CC Ship Channel]. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest 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— NOT APPLICABLE A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be US Ecology (USET) in Robstown,Texas or Texas Molecular in Corpus Christi,Texas. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine,which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for Temporary Controls 015700-5 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 8/2019 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 disposal of this water in a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION—NOT APPLICABLE 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 015700-6 Choke Canyon Dam Infrastructure Improvements-E13050 Rev 8/2019 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 PART S STANDARD SPECIFICATIONS DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 SECTION 021020 SITE CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing,handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay,but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather-edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment inunediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately,but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non-expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2"diameter Liquid Limit(L.L.): < 35 Plasticity Index (P.I.)Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed unifonnly and placed in layers as indicated, not to exceed 10 inches loose depth(or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Supported Fence- This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Tyne 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6-gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style C. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 SECTION 025202 SCARIFYING AND RESHAPING BASE COURSE 1. DESCRIPTION "Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base course (with or without asphalt surface)to the line, grade and section as indicated on the drawings. 2. CONSTRUCTION METHODS The existing base and surface shall be scarified to the width and depth indicated on the drawings. Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt surfacing shall be broken into particles no larger than 2 1/2 inches. The asphalt surfacing shall then be uniformly mixed with the existing base. Additional base material, where required to achieve the lines and grades shown on the drawings, shall also be added to and uniformly mixed with the existing scarified base material. If indicated on the drawings, geogrid shall be installed in the pavement section. The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before final compaction. Moisture content shall be maintained in the material during the 48-hour period. Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in layers (10-inch maximum loose depth) to a minimum density of 98% Modified Proctor density (AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use mechanical tamps in areas inaccessible to rollers. Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and section as shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section, and in lengths of 16 feet measured longitudinally, shall be corrected by loosening, adding or removing material, reshaping, and re-compacting by sprinkling and rolling. Moisture content shall be maintained on the wet side of optimum(+3%maximum)until paving is complete. If required, lime shall be applied in the amount indicated on the drawings. Lime shall be applied and the treated base mixed, cured, compacted and finished in accordance with City Standard Specification Section 025210 "Lime Stabilization." 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be measured and paid for separately,but shall be subsidiary to other work. 025202 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type `A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit,plasticity index, modified proctor, moisture-density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible (no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within ± 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within+I% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by reprinting and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 SECTION 028320 CHAIN LINK FENCE 1. DESCRIPTION This specification governs for the design, construction, and the requirements of the component parts and accessories for chain link fence. 2. MATERIALS All materials shall meet the requirements as indicated below or as otherwise specified on the plans. 1. Fabric - The fabric width shall be as shown on the plans. The fabric shall be 9 gage wire woven into 2-inch mesh hot-dip galvanized after fabrication. Fabric 48 inches and under shall be furnished with knuckling at one selvage and twisting and barbing at the other. Fabric 60 inches high and over shall have twisting and barbing on both selvages. Except as herein provided, chain link fence fabric shall conform to the specifications of ASTM Designation: A392, Class 1. 2. Barbed Wire - Barbed wire shall conform to ASTM A121, unless specified otherwise. Barbed wire shall consist of three strands of 12%2 gage wire with 14 gage point barbs spaced approximately 5 inches apart. Galvanizing for barbed wire shall conform to ASTM Designation: A121, Class 2. 3. Posts, Braces and Gates - Steel pipe used for posts, braces and gate frames shall conform to the specifications of ASTM Designation: A120. Steel sections shall be of good commercial quality weldable steel. Posts, frames and braces shall be as specified below or as otherwise specified. (a) Line Posts 1. 2-inch nominal diameter steel pipe. 2. 17/8-inch 21/4-inch "H" section of high carbon steel; minimum weight 4.1 pounds per linear foot. (b) End and Corner Posts 1. 2%2" nominal diameter steel pipe. 2. 2%2" square tubular steel; minimum weight 5.79 pounds per linear foot. 028320 Page 1 of 4 Rev.10-30-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 (c) Swing Gate Posts Swing and gate posts shall conform to ASTM Designation: A120 and shall be in the following sizes: Pipe Size Square (O.D.Nominal) Tubular Gate Len tg_h 2.875 in. 2.5 in. Up to 6 feet 4.0 in. 3.0 in. 7 feet to 12 feet 6.625 in. - 13 feet and above (d) Gate Frames Gate frames shall be standard heavy type, welded, watertight, rigid frame with adequate internal bracing and tension members to prevent sagging. Furnish hinges, latches, stops, keepers and similar items as approved. Gates to swing open 180 degrees with keepers to hold gates in open position. Furnish latches with provisions for padlocking. On gates of 4-foot length or less, provide latches that automatically engage when gate is swung shut. The size of gate frame members shall be as follows unless otherwise specified. Gates shall be provided with a positive means of maintaining the gate in the closed position. O. D. or Dimensions,Nominal Use and Section Round Square Frame for fabric 6' and less, and leaf widths not exceeding 8' 1.66" 1.5" Frame for fabric over 6' or gate leafs over 8'width 1.9" 2.0" Internal braces 1.66" 1.5" Top rails and post braces 1.66" - 4. Top Rails - Top rails shall be 1.66 inches O.D. nominal tubular; lengths of not less than 18 feet conforming to ASTM Designation: A120 and shall be fitted with couplings for connecting the lengths into a continuous run. The couplings shall be not less than 6 inches long, with 0.070 inch minimum wall thickness, and shall allow for expansion and contraction of the rail. The top rail shall pass through the base of line post barbed wire extension arm and fasten securely to terminal posts. 028320 Page 2 of 4 Rev.10-30-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 5. Bracing - Bracing shall be provided for each gate, corner, pull and end post for use when top rail is omitted or with fabric over 6 feet, and shall consist of round tubular steel, 1.66 inches O.D. nominal conforming to ASTM Designation: A120. Bracing shall extend to each adjacent line post at approximately mid-height of the fabric. A truss consisting of a rod not less than 3/8 inch nominal diameter from the line post back to the gate, corner, pull or end post with a turnbuckle or other approved method of adjustment shall also be included. 6. Barbed Wire Extension Arm - Use standard 45 degree, 3 wire, barbed wire extension arms on posts, except end and gate posts on which use standard post top. Provide hole for top rail. Barbed wire extension arms shall conform to ASTM Designation: A153. 7. Tension Wire - If top rail is not specified, a top tension wire shall be provided. Spiraled or crimped tension wire shall be not less than #7 gage and shall conform to ASTM Designation: Al 16, Class 3. Ties or clips shall be provided for attaching each wire to the fabric at intervals not exceeding 2 feet. 8. Stretcher Bars - Stretcher bars shall not be less than 3/16 by 3/4 inch steel conforming to ASTM Designation: A153. Stretcher bars shall not be less than 2 inches shorter than the full height of the fabric with which they are used. One stretcher bar shall be provided for each gate and end post and two for each corner and pull post. 9. Ties, Bands or Clips - Ties of 9 gage steel wire shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 inches. Bands or clips of adequate strength shall be provided in sufficient number for attaching the fabric and stretcher bars to all terminal posts at intervals not exceeding 15 inches. Tension bands and brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of 0.115 inch and a minimum width of 7/8 inch, and shall conform to ASTM Designation: A153. 3. CONSTRUCTION METHODS Maximum post spacing shall be 10 feet unless specified otherwise. Concrete footings shall be Class "A" Concrete (see City Standard Specification Section 030020 "Portland Cement Concrete") of the following dimensions: Type Fabric Hole Hole Post of Post Hei Diameter Depth Embedment Line 3'-4' 6" 24" 21" Line 5' 8" 30" 27" Line 6'-12' 9" 3811 36" Terminal 3'-5' 10" 32" 30" Terminal 6'-12' 12" 38" 36" 028320 Page 3 of 4 Rev.10-30-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Erect fencing to follow natural ground surface, but adjust minor irregularities in grade as directed. Construct fence to true alignment. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, chain link fence shall be measured by the linear foot of fence measured at the bottom of the fabric along the centerline of fence from center to center of terminal posts, excluding gates. Gates will be measured per each gate, complete in place. Payment shall be by the linear foot, as measured above, for the height specified unless otherwise specified. Gates will be paid for as measured above and as described in the Bid Form unless otherwise specified. Payment shall be full compensation for furnishing and installing all materials, and for all labor, tools, equipment and incidentals required to construct the fence as required by the plans and these specifications. 028320 Page 4 of 4 Rev.10-30-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 PART T TECHNICAL SPECIFICATIONS DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 May 2015 Technical 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:06B6C387-79E8-42E8-AD4B-42A032610271 May 2015 Technical 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 result 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:06B6C387-79E8-42E8-AD4B-42A032610271 May 2015 Technical 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:06B6C387-79E8-42E8-AD4B-42A032610271 May 2015 Technical Specifications for Construction I. 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:06B6C387-79E8-42E8-AD4B-42A032610271 May 2015 Technical 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:06B6C387-79E8-42E8-AD4B-42A032610271 May 2015 Technical 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:06B6C387-79E8-42E8-AD4B-42A032610271 02 78 50 CARE OF WATER DURING CONSTRUCTION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to comply with the Contractor-generated Closure Plan and Flood Plan established ahead of construction. B. Protecting the work against surface runoff and rising flood waters C. Removing all temporary works, equipment, and materials after completion of the work D. Under no circumstances will the contractor be allowed to alter the existing structure or negatively affect the integrity of the dam structure, so all plans should reflect these considerations. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 00 73 00 'Supplementary Conditions' and 01 33 01 'Submittal Register' and shall include: 1. Plans and procedures for handling flood flows (Flood Plan), as well as a Closure Plan in the event the contractor wishes to close the outlet works for more than 10 hours and shall be submitted by the Contractor for approval by the Engineer prior to commencing work. 2. Submit a Closure Plan at least 30 days prior to beginning closure of the outlet tower for any reason. This plan shall outline the Contractor's proposed work schedules, including shift schedules, beginning and ending dates, and equipment to be used until flow control can be restored through the outlet tower. 3. Submit a Flood Plan at least 2 weeks prior to working on the outlet tower. This plan shall describe procedures by the Contractor to address flooding or sudden rise of water that could occur at any time. 4. List of Submittals: a. Closure Plan—30 days before any closure b. Flood Plan— 14 days prior to any work on the outlet tower 5. Approval of submittals does not relieve the Contractor of full responsibility and liability for care of water during construction 1.03 DEFINITIONS A. Surface drainage includes use of temporary drainage channels, dikes, and installation of temporary culverts, sump pumps, and discharge lines as required to protect the Work from any source of surface water. 1.04 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. Care of Water During Construction 02 78 50 - 1 Choke Canyon Dam Infrastructure Improvements-E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. Obtain permit from City of Corpus Christi and EPA under the National Pollutant Discharge Elimination System (NPDES)for storm water discharge from construction sites as required. 2.00 PRODUCTS 2.01 EQUIPMENT AND MATERIALS 1. Equipment and Materials are at the option of the Contractor as necessary to achieve desired results. 2. All equipment must be in good repair and operating order 3. Sufficient standby equipment and materials shall be kept available to ensure continuous operation where required. 3.00 EXECUTION 3.01 FLOOD FLOWS A. The Contractor is responsible for keeping work items,tools, equipment, and personnel above any rising floodwaters within the actuator room in the outlet tower. Leave no new work items or appurtenances below the previous high-water mark(approx.. 3' 6" above the floor). Construct permanent work in areas free from water. After any water rise within the outlet tower, full responsibility for the successful dewatering of the work areas rests with the Contractor. Remove protective works or pumps after they have served their purpose in a manner satisfactory to the Owner. END OF SECTION Care of Water During Construction 02 78 50 -2 Choke Canyon Dam Infrastructure Improvements-E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 031100 CONCRETE FORMING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish material and labor to form,tie, brace and support wet concrete, reinforcing steel and embedded items until the concrete has developed sufficient strength to remove forms. 1.02 QUALITY ASSURANCE A. Design Criteria: Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete,the temperature of the concrete, and all other pertinent factors shall be taken into consideration when determining the depth of the equivalent liquid. An additional design live load of 50 pounds per square foot shall be used on horizontal surfaces. B. Alignment Control: 1. True alignment of walls and other vertical surfaces having straight lines or rectangular shapes shall be controlled and checked by the following procedures: a. Forming shall be arranged with provisions for adjusting the horizontal alignment of a form, after the form has been filled with concrete to grade, using wedges, turn buckles, or other adjustment methods. Establish a transit line or other reference so that adjustments can be made to an established line while the concrete in the top of the form is still plastic. b. Adjusting facilities shall be at intervals which permit adjustments to a straight line. Concrete shall not be placed until adequate adjusting facilities are in place. C. Tolerances: Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Record Data. a. Manufacturers' literature for specified products. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Concrete Institute (ACI) Specifications: ACI 117 Specifications for Tolerances for Concrete Construction and Materials ACI 301 Specifications for Structural Concrete ACI 318 Building Code Requirements for Structural Concrete Concrete Forming 031100- 1 Choke Canyon Dam Infrastructure Improvements—E13050 Last Updated: P. Bartels-02/16/21 Last Full Review: P. Bartels-02/16/21 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. American Institute of Steel Construction (AISC) Publication: a. AISC Manual of Steel Construction. 3. American Iron and Steel Institute (AISI) Publication: a. AISI Cold Formed Steel Design Manual. 4. American Plywood Association (APA) Standards: a. APA Design/Construction Guide: Concrete Forming. 1.05 DELIVERY AND STORAGE A. Lumber for forms shall be stacked neatly on platforms raised above ground. 1.06 JOB CONDITIONS A. The Contractor shall notify the Engineer upon completion of various portions of the work required for placing concrete so that compliance with the plans and specifications may be monitored. The Engineer will authorize the Contractor to proceed with the placement after this has been completed and corrections, if required, have been made. B. In hot weather, both sides of the face forms may be required to be treated with oil to prevent warping and to secure tight joints. 2.00 PRODUCTS 2.01 MATERIALS A. Lumber: Properly seasoned and of good quality;free from loose or unsound knots, knot holes,twists, shakes, decay, splits, and other imperfections which would affect its strength or impair the finished surface of the concrete. 1. Refer to Section 03 30 00 "Cast-In-Place Concrete"for finish requirements. B. Fiber Board Form Lining: Hardboard finished smooth on one side; minimum thickness of 3/16 inch thoroughly wet with water at least 12 hours before using. C. Plywood Form Lining: Conforming to APA HDO; exterior exposure waterproof adhesive, 3/8 inch thick. D. Form Oil: Light, clear oil; shall not discolor or injuriously affect the concrete surface, subsequent coatings, or delay or impair curing operations. 2.02 FABRICATIONS A. Lumber: Lumber for facing or sheathing shall be surfaced on at least one side and two edges, and sized to uniform thickness. Lumber of nominal 1-inch thickness or plywood of 3/4-inch thickness shall be permitted for general use on structures, if backed by a sufficient number of studs and wales. B. Special Form Lumber: 1. Molding for chamfer strips or other uses shall be made of redwood, cypress, or pine materials of a grade that will not split when nailed, and which can be maintained to a Concrete Forming 031100-2 Choke Canyon Dam Infrastructure Improvements—E13050 Last Updated: P. Bartels-02/16/21 Last Full Review: P. Bartels-02/16/21 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 true line without warping. The form shall be mill cut and dressed on all faces. Fillet forms at sharp corners, both inside and outside and at edges,with triangular chamfer strips at all non-contiguous edges exposed to view. Thoroughly oil chamfer strips before installation on forms. 2. Construct forms for railings and ornamental work to standards equivalent to first class mill work. 3. All moldings, panel work, and bevel strips shall be straight and true with neatly mitered joints, and designed so that the finished work shall be true, sharp and clean cut. C. Forms: 1. Forms shall be built mortar tight and of material sufficient in strength to prevent bulging between supports. 2. Reused forms or form lumber shall be maintained clean and in good condition as to accuracy, shape, strength, rigidity, tightness, and smoothness of surface. 3. All forms shall be so constructed as to permit removal without damage to the concrete. Exercise special care in framing forms for copings, offsets, railing and ornamental work, so that there will be no damage to the concrete when the forms are removed. D. Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass-fiber-reinforced plastic, paper, or fiber tubes that will produce surfaces with gradual or abrupt irregularities not exceeding specified formwork surface class. Provide units with sufficient wall thickness to resist plastic concrete loads without detrimental deformation. E. Pan-Type Forms: Glass-fiber-reinforced plastic or formed steel, stiffened to resist plastic concrete loads without detrimental deformation. 3.00 EXECUTION 3.01 PREPARATION A. Before placing concrete, ensure that embedded items are correctly,firmly and securely fastened into place. Embedded items shall be thoroughly clean and free of oil and other foreign material. Anchor bolts shall be set to the correct location, alignment and elevation by the use of suitable anchor bolt templates. 3.02 INSTALLATION A. Pre-Placement: 1. During the elapsed time between building the forms and placing the concrete, maintain the forms to eliminate warping and shrinking. 2. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. For concrete surfaces exposed to view: Class A, 1/8 inch. b. For concrete surfaces to receive a rubbed finish: Class A, 1/8 inch. c. For concrete surfaces to receive plaster, stucco or wainscoting: Class B, 1/4 inch. Concrete Forming 031100-3 Choke Canyon Dam Infrastructure Improvements—E13050 Last Updated: P. Bartels-02/16/21 Last Full Review: P. Bartels-02/16/21 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 d. For concrete surfaces not exposed to view: Class D, 1 inch. 3. Construct forms tight enough to prevent loss of concrete mortar. 4. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts for forming keyways, reglets, recesses, and the like,for easy removal. 5. Do not use rust-stained steel form-facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. 7. Treat the facing of forms with suitable form oil before concrete is placed. Apply oil before the reinforcement is placed. Wet form surfaces which will come in contact with the concrete immediately before the concrete is placed. 8. At the time of placing concrete,the forms shall be clean and entirely free from all chips, dirt, sawdust, and other extraneous matter at the time. Forms for slab, beam and girder construction shall not have tie wire cuttings, nails or any other matter which would mar the appearance of the finished construction. Clean forms and keep them free of foreign matter during concrete placement. B. Where aluminum anchors, aluminum shapes, or aluminum electrical conduits are embedded in concrete, paint aluminum contact surfaces with zinc rich primer. Allow the paint to thoroughly dry before placing the aluminum in contact with the concrete. C. Placement: 1. Set and maintain forms to the lines designated, until the concrete is sufficiently hardened to permit form removal. If, at any stage of the work,the forms show signs of bulging or sagging, immediately remove that portion of the concrete causing this condition. If necessary, reset the forms and securely brace against further movement. 2. Provide adequate cleanout openings where access to the bottom of the forms is not otherwise readily attainable. 3. Chamfer exterior corners and edges of permanently exposed concrete. 4. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. 5. Coat contact surfaces of forms with form-release agent, according to manufacturer's written instructions, before placing reinforcement.Carefully and accurately place and support reinforcement in concrete structures. D. Removal: Remove forms so that the underlying concrete surface is not marred or damaged in any way. Forms shall not be removed until the concrete has attained sufficient strength Concrete Forming 031100-4 Choke Canyon Dam Infrastructure Improvements—E13050 Last Updated: P. Bartels-02/16/21 Last Full Review: P. Bartels-02/16/21 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 to safely carry the dead load, but in no case less than the number of curing days set forth in the following table: Forms Curing Days Forms for concrete of minor structural load carrying importance 1 day Forms for walls, columns, sides of drilled shafts, massive structural components and other members not resisting a bending moment during 1 day curing Forms and falsework under slabs, beams and girders where deflections due to 7 days dead load moment may exist (for spans< or= 10 feet) Forms and falsework under slabs, beams and girders where deflections due to 14 days dead load moment may exist (for spans> 10 feet and< or= 20 feet) Forms and falsework under slabs, beams and girders where deflections due to 21 days dead load moment may exist (for spans> 20 feet) E. Reuse: 1. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. 2. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Owner's Representative. F. Shores and Reshores: 1. Comply with ACI 318,ACI 301, and recommendations in ACI 347R for design, installation, and removal of shoring and re-shoring. G. Carton Forms: 1. Do not wrap carton forms in waterproof sheeting. 2. All flat carton forms for beams and slabs shall be protected by a 1/4-inch exterior hardboard siding or cementitious tile backer board placed on top of the forms. 3. Carton forms shall be fit neatly together. To correctly form the circular edge of drilled shafts, use manufactured fittings or cut neatly to fit and fill small voids with expanding urethane foam. END OF SECTION Concrete Forming 031100-5 Choke Canyon Dam Infrastructure Improvements—E13050 Last Updated: P. Bartels-02/16/21 Last Full Review: P. Bartels-02/16/21 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 032100 REINFORCING STEEL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor and reinforcing materials required to cut, bend,tie, splice, place and support the reinforcement in the material grades, sizes, quantities and locations specified. 1.02 QUALITY ASSURANCE A. Tolerances: 1. Reinforcing shall be placed where specified,with the following maximum tolerances, plus or minus: a. Concrete Cover: 1/4 inch. b. Reinforcing Bar Spacing: 1/4 inch in 12 inches. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Shop Drawings: a. Reinforcing bar layout drawing with bar lists clearly marked and referenced to the Drawings. Include: 1). Material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports of concrete reinforcing. 2). Additional reinforcing required for openings through concrete structures. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. ASTM International (ASTM) Standards: ASTM A1064 Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed,for Concrete ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement 2. American Concrete Institute (ACI) Publications: ACI 301 Specification for Structural Concrete ACI SP-66 ACI Detailing Manual ACI 318 Building Code Requirements for Structural Concrete Reinforcing Steel 032100- 1 Choke Canyon Dam Infrastructure Improvements—E13050 Last Updated: P. Bartels-03/30/21 Last Full Review: P. Bartels-03/30/21 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3. Concrete Reinforcing Steel Institute (CRSI) Publications: CRSI Manual of Standard Practice 1.05 DELIVERY AND STORAGE A. Store reinforcement above the surface of the ground upon platform skids or other supports. Protect from mechanical and chemical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the Work, reinforcement shall be free from dirt, scale, dust, paint, oil and other foreign material. Tag and store reinforcement for ease of correlation with Shop Drawings. 1.06 JOB CONDITIONS A. Proposed deviations from reinforcing indicated on the Drawings or Specifications shall be approved in writing by the Engineer prior to fabrication. B. Lap lengths shall be of the length shown on the Drawings or noted in lap and embedment table, and shall be in compliance with ACI 318. C. Specified cover for reinforcing shall be maintained throughout construction. Bars shall be cut to lengths necessary to allow for proper clearances. Cover of concrete shall be measured from face of forms to outside face of reinforcement. D. Stirrups shall be hooked. 2.00 PRODUCTS 2.01 MATERIALS A. Steel Reinforcing Bars: Billet-Steel bars for concrete reinforcement conforming to ASTM A615; Grade 60, deformed,with minimum yield strength of 60,000 psi. Steel reinforcing bars shall be produced in the United States of America. B. Welded Wire Reinforcement: Cold-drawn steel wire conforming to ASTM A1064; flat sheets fabricated in accordance with ASTM A1064. C. Joint Dowel Bars: Plain-steel bars,ASTM A615/A615M, Grade 60. Cut bars true to length with ends square and free of burrs. D. Epoxy-Coated Joint Dowel Bars: ASTM A775/A775M;with ASTM A615/A615M,Grade 60, plain-steel bars. E. Supports (Chairs): Bar supports shall be of the proper type for the intended use. 1. Exposed Surface: CRSI 2—Moderate Protection. 2. Unexposed Surface: CRSI Class 3— No Protection. F. Spacers: Precast mortar blocks with a 28-day compressive strength that is greater than the specified concrete strength in which the blocks are being placed. Additionally: 1. Cure a minimum of 4 days. Reinforcing Steel 032100-2 Choke Canyon Dam Infrastructure Improvements—E13050 Last Updated: P. Bartels-03/30/21 Last Full Review: P. Bartels-03/30/21 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. Blocks shall be in the form of a frustum positioned such that its size increases away from the formed surface. The surface placed adjacent to the forms shall not exceed 2-1/2 x 2- 1/2 inches or 3 inches in diameter. 3. Blocks shall be accurately cast to the thickness required and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. 4. Wires ties for securing reinforcement shall be embedded in the block. G. Mechanical Splices: 1. Mechanical splices shall develop at least 125 percent of the reinforcement yield strength. H. Zinc Repair Material: ASTM A780, zinc-based solder, paint containing zinc dust, or sprayed zinc. 3.00 EXECUTION 3.01 FABRICATION A. Reinforcing bars shall be bent cold by machine to shapes indicated on the Drawings; true to shapes indicated; irregularities in bending shall be cause for rejection. Unless otherwise noted, all hook and bend details and tolerances shall conform to the requirements of ACI SP- 66 and ACI 318. 1. Fabricate reinforcement to provide lapped connections, bends and transitions in reinforcement as required for continuity of the typical reinforcement specified on the Drawings. 2. Unless otherwise detailed, intersecting wall and/or beam reinforcement shall extend to the far face and terminate in a standard hook. Reinforcement at the outside face of corners shall be continuous or provide lap splices at each side of the corner. 3.02 PREPARATION A. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. B. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcement. 3.03 INSTALLATION A. General: Place the reinforcement carefully and accurately in the concrete structures. Rigidly tie and support the reinforcement. B. Splices: 1. Splice reinforcement only as indicated on the Drawings or as approved by the Engineer prior to fabrication. Splices shall preferably occur at points of minimum stress. 2. Lap Splice: Lengths shall be as indicated on the Drawings. Rigidly wire the bars at all splices. Overlap sheets of wire fabric sufficiently to maintain a uniform strength and securely fasten. Reinforcing Steel 032100-3 Choke Canyon Dam Infrastructure Improvements—E13050 Last Updated: P. Bartels-03/30/21 Last Full Review: P. Bartels-03/30/21 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. Placement: 1. Place reinforcement, as indicated on the Drawings with the specified tolerances. Hold securely in place during the placing of the concrete. The minimum clear distance between bars shall be per ACI 318 unless noted otherwise. Always pass vertical stirrups around the main tension members and securely attach thereto. Wire reinforcing together at a sufficient number of intersections to produce a sound, sturdy mat or cage of reinforcement that will maintain the reinforcement in correct positions when the concrete is placed. 2. Hold the reinforcing steel in concrete slabs firmly in place with wire supports or "chairs." Sizing and spacing of the chairs shall be sufficient to properly support the steel, and shall be in accordance with CRSI Publications "Manual of Standard Practice in." 3. Space the reinforcing steel in concrete walls the proper distance from the face of the forms, as indicated on the Drawings: a. For wall surfaces exposed to view, use chairs. b. For wall surfaces not exposed to view, use chairs or precast mortar blocks. 4. Where reinforcing conflicts with location of anchor bolts, inserts, etc., submit prompt notifications so that revisions can be made before concrete is placed. No cutting of reinforcing shall be permitted without the prior approval of the Engineer. 5. Welded wire shall be fabricated flat sheets, in longest practical lengths. Lap joints one mesh. Do not locate end laps over beams of continuous structures or midway between supporting beams. Offset end laps of adjacent widths to prevent continuous lap. Fasten ends and sides of welded wire fabric at 48 inches O.C. with tie wire. 6. Reinforcing shall extend through construction joints. 7. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 3.04 FIELD QUALITY CONTROL A. Concrete shall not be placed until the Engineer has observed the final placing of the reinforcing steel, and has given permission to place concrete. END OF SECTION Reinforcing Steel 032100-4 Choke Canyon Dam Infrastructure Improvements—E13050 Last Updated: P. Bartels-03/30/21 Last Full Review: P. Bartels-03/30/21 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 03 30 00 CAST-IN-PLACE CONCRETE 1.00 GENERAL 1,01 SUMMARY A. Furnish labor, materials, mixing and transporting equipment and incidentals necessary to proportion, mix,transport, place, consolidate, finish, and cure concrete in the structure. 1,02 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, slag cement, silica fume, and metakaolin; subject to compliance with requirements. 1,03 SUBMITTALS A. Submittals shall include: 1. Shop Drawings for: a. Mix design: For each concrete mix, complete the form "Concrete Mix Design" and one of the following forms: "Documentation of Required Average Strength —Field Strength Test Record" or"Documentation of Average Strength —Trial Mixtures." b. Submit a schedule to the Owner's representative which shows the sequence of concrete placements. 2. Certified Test Reports for: a. Materials used in the trial mix design. b. Water: Verification that all potable mix water and curing water sources do not exceed the non-potable water limits listed in ASTM C1602 Table 2. c. Aggregate, conforming to ASTM C33, including the test reports for soundness and abrasion resistance. d. Aggregate: 1). Verification that aggregate is not "potentially reactive" per ASTM C1260. 2). Or a cement chemical analysis indicating that the total alkali content is acceptable per Paragraph 2.02.A. e. 7-day and 28-day compressive strength tests results. 1). When more than 15, 28-day compressive tests results are available from the current Project for a given class of concrete, include the 15-test running average compressive strength versus the required average compressive strength (based on the previous 15 tests) in graphical form. f. If the sum total of chlorides in mix water and aggregates exceeds 80 percent of the specified limit for hardened concrete,then prior to use of concrete,test mix design to verify acceptable chloride ion concentrations in accordance with ASTM C1218. Cast-In-Place Concrete 033000- 1 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3. Record Data for: a. Manufacturer's literature on specified materials. b. Documentation indicating conformance with ASTM C94 requirements. 1.04 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: 1. A firm experienced in manufacturing ready-mixed concrete products complying with ASTM C94 requirements for production facilities and equipment. 2. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. 1.05 DELIVERY, STORAGE,AND HANDLING A. Deliver cement in bulk or bags which are plainly marked with the brand and manufacturer's name. Immediately upon receipt, store cement in a dry, weather-tight, and properly ventilated structure which excludes moisture. Storage facilities shall permit easy access for inspection and identification. Cement not stored in accordance with the requirements shall not be used. B. Sufficient cement shall be in storage to complete placement of concrete started. In order that cement may not become unduly aged after delivery, maintain records of delivery dates. Use cement which has been stored at the Site for 60 days or more before using cement of lesser age. No cement shall be used which is lumped, caked, stored more than 90 days, or whose temperature exceeds 170 F. 1.06 STANDARDS A. Mixing, sampling, placing, curing and testing of concrete, and the materials used shall be in compliance with the latest revisions of the following standards, unless otherwise noted in the Contract Documents. The Contractor shall maintain one copy of each of the applicable standards at the construction field office. 1. ASTM International (ASTM)Standards: ASTM Standards ASTM C31 Standard Practice for of Making and Curing Concrete Test Specimens in the Field ASTM C33 Standard Specification for Concrete Aggregates Cast-In-Place Concrete 033000-2 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ASTM Standards ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C42 Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM C78 Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading) ASTM C87 Standard Test Method for Effect of Organic Impurities in Fine Aggregate on Strength of Mortar ASTM C94 Standard Specification of Ready Mixed Concrete ASTM C109 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars ASTM C125 Standard Terminology Relating to Concrete and Concrete Aggregates ASTM C138 Standard Test Method for Density(Unit Weight),Yield, and Air Content (Gravimetric) of Concrete ASTM C143 Standard Test Method for Slump of Hydraulic Cement Concrete ASTM C150 Standard Specification for Portland Cement Standard Test Method for Water Loss [from a Mortar Specimen] ASTM C156 Through Liquid Membrane-Forming Curing Compounds for Concrete ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C191 Standard Test Method for Time of Setting of Hydraulic Cement by Vicat Needle ASTM C192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Standard Specification for Air-Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete Standard Test Methods for Compressive Strength of Chemical ASTM C579 Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes Standard Test Method for Flexural Strength and Modulus of ASTM C580 Elasticity of Chemical Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete Cast-In-Place Concrete 033000-3 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ASTM Standards ASTM C806 Standard Test Method for Restrained Expansion of Expansive Cement Mortar ASTM C827 Standard Test Method for Change in Height at Early Stages of Cylindrical Specimens of Cementitious Mixtures ASTM C845 Standard Specification for Expansive Hydraulic Cement ASTM C878 Standard Test Method for Restrained Expansion of Shrinkage Compensating Concrete ASTM C881 Standard Specification for Epoxy Resin Base Bonding Systems for Concrete ASTM C1116 Standard Specification for Fiber-Reinforced Concrete ASTM C1218 Standard Test Method for Water-Soluble Chloride in Mortar and Concrete ASTM C1240 Standard Specification for Silica Fume used in Cementitious Mixtures ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar-Bar Method) ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D570 Standard Test Method for Water Absorption of Plastics ASTM D638 Standard Test Method for Tensile Properties of Plastics ASTM D746 Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact ASTM D994 Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type) Standard Specification for Preformed Sponge Rubber Cork and ASTM D1752 Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D2240 Standard Test Method for Rubber Property Durometer Hardness ASTM D6690-07 Standard Specification for Joint and Crack Sealant, Hot Applied, for Concrete and Asphalt Pavements ASTM E96 Standard Test Methods for Water Vapor Transmission of Materials 2. American Concrete Institute (ACI) Standards: ACI Standards ACI 211.1 Standard Practice for Selecting Proportions for Normal, Heavy-weight, and Mass Concrete ACI 301 Specification for Structural Concrete ACI 304 Guide for Measuring, Mixing,Transporting & Placing Concrete ACI 305.1 Specification for Hot Weather Concreting ACI 306.1 Standard Specification for Cold Weather Concreting ACI 308.1 Specification for Curing Concrete Cast-In-Place Concrete 033000-4 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ACI Standards ACI 318 Building Code Requirements for Structural Concrete 3. Federal Specification: a. TT S 00227E -Type II, Class A or B, Expansion Joint Sealant. 4. Concrete Plant Manufacturers Bureau (CPMB)Standards: a. Concrete Plant Standards. 2.00 PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 4. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.02 CONCRETE MATERIALS A. Cementitious Material; General: If the fine and/or coarse aggregates test "Potentially Reactive", in accordance with ASTM C1260,then a low alkali cementitious material shall be used. A low alkali cementitious material shall be such that, the Sodium Oxide Equivalent (Na20,q) shall not exceed 0.6 percent of the total cementitious material content. B. Cement;Type: 1. Type I or I/II Portland cement, conforming to ASTM C1S0; used for all concrete, unless noted otherwise. C. Supplementary Cementitious Materials (SCM): 1. Fly Ash/Pozzolans: Conforming to ASTM C618, Class C or F fly ash; used in all classes of concrete. D. Coarse Aggregate: 1. Crushed stone or gravel conforming to ASTM C33, in the gradation size specified. a. Class: Negligible weathering region, but not less than 1N. Cast-In-Place Concrete 033000-5 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. For gradation size number 467, a maximum aggregate size of 1-1/2 inches is: Sieve Size Percent Retained Percent Passing 2" 0 100 1-1/2" 0-5 95-100 3/4" 30-65 35-70 3/8" 70-90 10-30 No. 4 95-100 0-5 3. For gradation size number 57,the maximum aggregate size of 1 inch is: Sieve Size Percent Retained Percent Passing 1-1/2" 0 100 1" 0-5 95-100 1/2" 40-75 25-60 No. 4 90-100 0-10 No. 8 95-100 0-5 4. For gradation size number 67,the maximum aggregate size of 3/4 inch is: Sieve Size Percent Retained Percent Passing 1" 0 100 3/4" 0-10 90-100 3/8" 45-80 20-55 No. 4 90-100 10-10 No. 8 90-100 0-5 5. For gradation size number 8, the maximum aggregate size of 3/8 inch is: Sieve Size Percent Retained Percent Passing 1" 0 100 3/8" 0-15 85-100 No. 4 70-90 10-30 No. 8 90-100 0-10 No. 16 95-100 0-5 E. Fine Aggregate: 1. Washed and screened natural sands or sands manufactured by crushing stones; conforming to ASTM C33. The gradation in ASTM C33 for air entrained concrete is: Sieve Size Percent Retained Percent Passing 3/8" 0 100 Cast-In-Place Concrete 033000-6 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Sieve Size Percent Retained Percent Passing #4 0-5 95-100 #8 0-20 80-100 #16 15-50 50-85 #30 40-75 25-60 #50 70-90 10-30 2. Fine aggregate shall have not more than 45 percent retained between any two consecutive sieves. Its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. F. Normal-Weight Aggregate for Slab-on-Grade: ASTM C33, combined gradations as follows: 1. 8 to 18 percent for 1-1/2 inch stone. 2. 8 to 22 percent for 3/4-inch or 1-inch stone. 3. 8 to 15 percent for#30 and#50 sieve. 4. 0 to 4 percent on top size sieve. 5. 1-1/2 to 5 percent on the#100 sieve. G. Water: Potable and complying with ASTM C1602 and ASTM C1602 Table 2. 2.03 ADMIXTURES A. Measure and dose admixtures in accordance with manufacturer's recommendations. B. Air Entraining Admixture: Conforming to ASTM C260. C. Water Reducing Admixtures: Conforming to ASTM C494;Types A or D. D. Set Retarding Admixtures: Conforming to ASTM C494;Types B and D. E. Water Reducing Admixtures, High Range (HRWR): High Range Water Reducer shall comply with ASTM C494,Type F or G. HRWR shall be added to the concrete mix at the concrete batch plant. HRWR may not be added at placement site except to redose a batch and only after approval of the HRWR manufacturer. The high range water reducing admixture shall be able to maintain the plasticity range without significant loss of slump or rise in concrete temperature for 2 hours. Other admixtures may only be used with the HRWR if approved by the HRWR manufacturer. A representative of the HRWR manufacturer shall be present during any large placement, placement of slabs, or during times of unusual circumstance which may require changes to the product formulation. 1. Manufacturers: a. BASF Corporation. b. GCP Applied Technologies. c. Sika Corporation. Cast-In-Place Concrete 033000-7 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2.04 WATERSTOPS A. Flexible PVC Waterstops: CE CRD-C 572,for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. Unless indicated otherwise, provide the following configurations. 1. Construction Joints: a. Profile: Ribbed without center bulb. b. Width: 6 inches. c. Minimum thickness: 3/8 inch. 2. Expansion Joint: a. Profile: Ribbed with center bulb. b. Width: 9 inches. c. Minimum thickness: 3/8 inch. 3. Manufacturers: a. Sika Greenstreak and Sika Westec Barrier Technologies. b. W.R. Meadows, Inc. c. Paul Murphy Plastics Co. d. Progress Unlimited Inc. e. DCA Construction Products, LLC: Durajoint Waterstop. f. Vinylex Corporation. 2.05 VAPOR RETARDERS A. Plastic Vapor Retarder: ASTM E1745, Class A. Include manufacturer's recommended adhesive or pressure-sensitive tape. 1. Available Products: a. Fortifiber Corporation; Moistop Ultra A. b. Raven Industries Inc.; Vapor Block 15. c. Reef Industries, Inc.; Griffolyn Type-105. d. Stego Wrap (15-mil)Vapor Barrier; STEGO INDUSTRIES LLC. e. Huskey Yellow Guard, 15-mil Vapor Barrier; Poly-America, L.P. 2.06 RELATED MATERIALS A. Bonding Agents: Install according to the manufacturer's recommendations and written instructions. 1. Bonding agent shall be Sika Armatec 110 EpoCem by Sika Corporation Cast-In-Place Concrete 033000-8 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. Non-Shrink Grout: 1. General: Non-shrink grout for grouting of pump, motor, and equipment baseplates or bedplates, column baseplates, other miscellaneous baseplates, piping block outs and other uses of grout. Grout shall meet the following requirements, as verified by independent laboratory tests: a. No shrinkage from the time of placement, or expansion after set, under ASTM C827 and CRD C621 83 (Corps of Engineers). When non-shrink grouts are tested under CRD C62183,the grout shall be tested in a fluid state. A fluid state shall be defined as flowing through a flow cone at a rate of 20 seconds, plus or minus 5 seconds. b. An initial set time of not less than 45 minutes under ASTM C191. 2. Non-Shrink Non Metallic Grout: Pre mixed, non-staining, non-shrink grout; minimum 28-day compressive strength of 5000 psi. a. Do not use for vibrating equipment. b. Products: 1). MasterFlow 100 by BASF Corporation. 2). Five Star Grout by Five Star Products, Inc. 3). SikaGrout 212 by Sika Corporation. 3. Non-Shrink Epoxy Structural Grouts: Furnished in two components from the factory and mixed on the Site; conforming to ASTM C579,ASTM C580, and ASTM C827; chemical resistant,water resistant and a minimum 7-day compressive strength of 12,000 psi. a. Use for vibrating equipment. b. Products: 1). Sikadur 42, Grout-Pak by Sika Corporation. 2). Five Star HP Epoxy Grout by Five Star Products, Inc. 3). MasterFlow 648 by BASF Corporation. C. Normal Shrinkage Grout: 1 part Portland cement,Type I,to 3 parts of clean,first quality sand; proportioning on a volumetric basis; used for non-structural applications for grouting areas as shown on the Drawings which do not require non-shrink grout. D. Zinc Rich Primer: Aluminum surfaces which contact or are embedded in concrete shall be coated with zinc rich primer. Primer shall be: 1. Tneme-Zinc;Tnemec Company, Inc. 2. MasterProtect P 8100AP; BASF Corporation. 2.07 REGLETSREPAIR MATERIALS A. Structural Concrete Repair Material: Low-shrink, non-slump, non-metallic, quick setting patching mortar; as approved by the manufacturer for each application and applied accordance with the manufacturer's recommendations. Cast-In-Place Concrete 033000-9 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. Products: a. Five Star Structural Concrete by Five Star Products, Inc. b. Sikatop 123 by Sika Corporation. c. Sikatop 122 by Sika Corporation. d. Approved equal. B. Repair Underlayment: Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C150, Portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219. 2. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer. 4. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C109/C109M. 2.08 CONCRETE MIXTURES A. Design Criteria: 1. Provide a mix design for each concrete application indicated. This may necessitate multiple mix designs for each class of concrete depending on HRWR, entrained air, and other requirements. 2. All Concrete shall be normal weight concrete composed of Portland cement,fine aggregate, coarse aggregate, admixtures, and water, as specified. 3. ACI 211.1 shall be the basis for selecting the proportions for concrete made with aggregates of normal and high density and of workability suitable for usual cast in place structures. 4. The workability of any mix shall be as required for the specific placing conditions and the method of placement. The concrete shall have the ability to be worked readily into corners and around reinforcing steel without the segregation of materials or the collection of free water on the surface. Compliance with specified slump limitations shall not necessarily designate a satisfactory mix. 5. In no case shall the amount of coarse material produce harshness in placing or honeycombing in the structure, when forms are removed. 6. The maximum amount of coarse aggregate (dry loose volume) per cubic foot of finished concrete shall not exceed 0.82 cubic feet. 7. In calculating water-cement ratio: The water content shall include the amount of water batched or to be added later, plus the free water in the aggregate, and minus the water content at SSD conditions. Cast-In-Place Concrete 033000- 10 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 8. No allowance shall be made for the evaporation of water after batching. If additional water is required to obtain the desired slump, a compensating amount of cement shall also be added. In no case shall the maximum water cement ratio exceed the specified maximum or that of the approved mix design. 9. Air Entrainment: Provide the percent air entrainment in each concrete mix design as recommended by ACI 318 and ACI 350 for"Moderate Exposure" (Class F1), unless otherwise specified/restricted: a. Do not provide air-entrainment in drilled shafts unless placed underwater. b. Do not provide air-entrainment and entrapped air shall not exceed 3 percent for the following applications: 1). Interior slabs. 2). Slabs on composite metal decks. 10. When job conditions dictate, water-reducing and set-controlling admixtures may be used. Only specified admixtures shall be used. Admixtures shall be batched at the batch plant. 11. High Range Water Reducer(HRWR): Provide HRWR in mix designs as indicated for specified applications. Slump of concrete with the addition of HRWR may be increased to 8 inches (+/- 1 inch). a. Drilled shafts,footings, walls, columns, and beams. b. Interior of building curbs which are not cast monolithically with slabs. c. Precast concrete. d. Do not provide HRWR in slabs and pavement (a water reducer is permitted provided performance requirements are met). 12. If fly ash is to be used in place of cement, no more than 25 percent of the cement may be replaced. 13. Concrete shall be capable of developing two-thirds of the required 28-day compressive strength in 7 days 14. Maximum water-soluble chloride ion content in concrete, by percent weight of concrete, shall not exceed ACI 318 and ACI 350 limits for Exposure Class C1. B. Concrete Classifications: Min. 28-Day Max. Size Max. Water: Min.Sacks of Class Compressive Aggregate Cementitious Slump+/- Cement Per Strength (psi) (inches) Materials 1 (inches) Cubic Yard Ratio ** A 4000 1.5 0.45 3 (8*) 5.75 Size No. 467 B 3000 1.5 0.47 3 5.75 Size No. 467 Cast-In-Place Concrete 033000- 11 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Min. 28-Day Max. Size Max. Water: Min.Sacks of Class Compressive Aggregate Cementitious Slump+/- Cement Per Strength (psi) (inches) Materials 1 (inches) Cubic Yard Ratio C 4000 1.0 0.45 4 (8*) 5.75 Size No. 57 D 5000 0.75 0.47 4 6.00 Size No. 67 E 1500 1.5 0.70 4 4.00 Size No. 467 F 4000 0.375 0.47 3 6.50 Size No. 8 * Slump shown is with HRWR ** Provide one additional sack of cement per cubic yard if concrete must be deposited in standing water. C. Concrete Usage: Class Usage Class A Use Footings and slabs, and other unless noted otherwise Class B Use Pavement, gutters, and sidewalks Class C Use Walls, columns, beams, drilled shafts Class D Use Precast concrete and precast panels Class E Use Cradling, Blocking, mud slab, lean concrete backfill Class F Use Stair Pans and Landings, interior building curbs. D. Required Average Compressive Strength: 1. All concrete is required to have an average compressive strength greater than the specified strength. The required average compressive strength shall be established according to the requirements of ACI 301. 2. Standard Deviation: If the production facility has records of field tests performed within the past 12 months and spanning a period of not less than 60 calendar days for a class of concrete within 1000 psi of that specified for the Work, calculate a standard deviation and establish the required average strength fcr' in accordance with ACI 301. If field test records are not available, select the required average strength from ACI 301. E. Documentation of Required Average Compressive Strength: 1. Documentation indicating the proposed concrete proportions will produce an average compressive strength equal to or greater than the required average compressive strength, shall consist of field strength records or trial mixture. 2. Field Strength Records: Document field strength records according to ACI 301 and including the following: a. Field test data shall not be older than 1 year. Cast-In-Place Concrete 033000- 12 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 b. If field test data are available and represent a single group of at least 10 consecutive strength tests for one mixture, using the same materials, under the same conditions, and encompassing a period of not less than 60 days,verify that the average of the field test results equals or exceeds fcr'. Submit for acceptance the mixture proportions along with the field test data. c. If the field test data represent two groups of compressive strength tests for two mixtures, plot the average strength of each group versus the water-cementitious materials ratio of the corresponding mixture proportions and interpolate between them to establish the required mixture proportions for fcr'. 3. Trial Mixtures: a. Establish trial mixture proportions according to ACI 301 and including the following. 1). Make at least three trial mixtures complying with performance and design requirements. Each trial mixture shall have a different cementitious material content. Select water-cementitious materials ratios that will produce a range of compressive strengths encompassing the required average compressive strength fcr'. 2). Submit a plot of a curve showing the relationship between water-cementitious materials ratio and compressive strength. 3). Establish mixture proportions so that the maximum water-cementitious materials ratio is not exceeded when the slump is at the maximum specified. b. Laboratory Samples shall be taken in accordance with the trial mix designs for laboratory testing purposes. c. The fresh concrete shall be tested for Slump (ASTM C143) and Air Content(ASTM C173 and ASTM C231). Strength test specimens shall be made, cured, and tested for 7-day and 28-day strength in accordance with ASTM C192,ASTM C39, and ASTM C78. d. Suitable facilities shall be provided for readily obtaining representative Samples of aggregate from each of the weigh batchers for test purposes and for obtaining representative Samples of concrete for uniformity tests. The necessary platforms, tools, and equipment for obtaining Samples shall be furnished. Aggregates shall be tested in accordance with ASTM C1260. e. The cement contents specified are minimum values. If additional quantities are required to obtain the specified strengths, supply the cement at no additional cost to the Owner. f. A trial mix shall be designed by an independent testing laboratory, retained and paid by the Contractor and approved by the Owner. The testing laboratory shall submit verification that the materials and proportions of the trial concrete mix design meet the requirements of the Specifications. g. From these trial mix tests,the ratios between 7-day and 28-day strengths shall be established. The 7-day strength which corresponds to the required 28-day strength shall be determined. Cast-In-Place Concrete 033000- 13 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 h. The final results of the trial mix design shall be submitted to the Engineer at least 10 days prior to the scheduled beginning of concrete placement and shall be approved by the Engineer prior to the placement of any concrete. 4. Revisions to concrete mixtures: a. When less than 15 compressive strength tests results for a given class of concrete are available from the current Project: 1). If any of the following criteria are met, take immediate steps to increase average compressive strength of the concrete. a). A 7-day compressive strength test result multiplied by 1.5 falls below the required 28-day compressive strength. b). A 28-day compressive strength test result is deemed not satisfactory. b. When at least 15 compressive strength test results for a given class of concrete become available from the current Project: 1). Calculate the actual average compressive strength, standard deviation and required average compressive strength using the previous 15 consecutive strength tests. Submit results in graphical form with each 28-day test result for that class of concrete. 2). If any of the following criteria are met, take immediate steps to increase average compressive strength of the concrete. a). A 7-day compressive strength test result multiplied by the average job-to- date ratio of 7-day to 28-day compressive strength falls below the required 28-day compressive strength. b). A 28-day compressive strength test result is deemed not satisfactory. c). The average compressive strength falls below the required average compressive strength. c. When revisions to the mix design are required, notify the Engineer in writing of the corrective actions taken. 2.09 OFF-SITE BATCH PLANT A. Batch plants shall be an established concrete batching facility meeting the requirements of the Concrete Plant Standards of the Concrete Plant Manufacturers Bureau. 2.10 CONCRETE MIXING A. Mixers may be stationary, truck, or paving mixers of approved design. They shall be capable of combining the materials into a uniform mixture and of discharging without mixture segregation. Stationary and paving mixers shall be provided with an acceptable device to lock the discharge mechanism until the required mixing time has elapsed. The mixers or mixing plant shall include a device for automatically counting the total number of batches of concrete mixed. The mixers shall be operated at the drum or mixing blade speed designated by the manufacturer on the name plate. Cast-In-Place Concrete 033000- 14 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. The mixing time for stationary mixers shall be based upon the mixer's ability to produce uniform concrete throughout the batch and from batch to batch. For guidance purposes, the manufacturer's recommendations, or 1 minute for 1 cubic yard plus 1/4 minute for each additional cubic yard may be used. Final mixing time shall be based on mixer performance. Mixers shall not be charged in excess of the capacity specified by the manufacturer. C. When a stationary mixer is used for partial mixing of the concrete (shrink mixed),the stationary mixing time may be reduced to the minimum necessary to intermingle the ingredients (about 30 seconds). D. When a truck mixer is used, either for complete mixing (transit-mixed) or to finish the partial mixing in a stationary mixer and in the absence of uniformity test data, each batch of concrete shall be mixed not less than 70 nor more than 100 revolutions of the drum, at the rate of rotation designated by the manufacturer of the equipment as mixing speed. If the batch is at least 1/2 cubic yard less than the rated capacity, in the absence of uniformity test data,the number of revolutions at mixing speed may be reduced to no less than 50. Additional mixing shall be performed at the speed designated by the manufacturer of the equipment as agitating speed. When necessary for proper control of the concrete, mixing of transit-mixed concrete shall not be permitted until the truck mixer is at the Site of the concrete placement. Truck mixers shall be equipped with accurate revolution counters. E. Paving mixers may be either single compartment drum or multiple compartment drum type. A sled or box of suitable size shall be attached to the mixer under the bucket to catch any concrete spillage that may occur when the mixer is discharging concrete into the bucket. Multiple compartment drum paving mixers shall be properly synchronized. The mixing time shall be determined by time required to transfer the concrete between compartments of the drum. F. Vehicles used in transporting materials from the batching plant to the paving mixers shall have bodies or compartments of adequate capacity to carry the materials and to deliver each batch, separated and intact, to the mixer. Cement shall be transported from the batching plant to the mixers in separate compartments which are equipped with windproof and rain proof covers. 3.00 EXECUTION 3,01 PREPARATION A. Notify the Owner's representative upon completion of various portions of the work required for placing concrete, so that inspection may be made as early as possible. Keep the Owner's representative informed of the anticipated concrete placing schedules. B. All items, including lines and grades,forms, waterstops, reinforcing, inserts, piping, electrical, plumbing and the Contractor's concreting materials and equipment shall be in compliance with the Contract Documents before proceeding. C. Do not place any concrete until formwork and the placing reinforcement in that unit is complete. Place no concrete before the completion of all adjacent operations which might prove detrimental to the concrete. Cast-In-Place Concrete 033000- 15 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 D. Brilliantly light the Site so that all operations are plainly visible when concrete mixing, placing, and finishing, continues after daylight. Whenever possible, concrete finishing shall be completed in daylight hours. E. When placing concrete,the forms shall be clean and entirely free from all chips, dirt, sawdust and other extraneous matter. Forms for slab, beam and girder construction shall not have tie wire cuttings, nails, or any other matter which would mar the appearance of the finished construction. Clean forms and keep them free of any foreign matter during concrete placing. F. The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the time limits specified shall not be used. Concrete shall not be re- tempered. G. Concrete shall not be placed if impending weather conditions would impair the quality of the finished Work. H. Unless otherwise provided,the following requirements shall govern the time sequence on which construction operations shall be carried. 1. Forms for walls or columns shall not be erected on concrete footings until the concrete in the footing has cured for at least 2 curing days. Concrete may be placed in a wall or column as soon as the forms and reinforcing steel placements are approved. 2. Steel beams or forms and falsework for superstructures shall not be erected on concrete substructures until the substructure concrete has cured for at least 4 curing days. Falsework required for superstructures shall not be erected until the substructure has cured for 4 curing days, and shall not be removed until the superstructure has cured. 3.02 EMBEDDED ITEMS A. Where aluminum anchors, aluminum shapes, or aluminum electrical conduits are embedded in concrete, paint aluminum contact surfaces with zinc rich primer. Allow the paint to thoroughly dry before placing the aluminum in contact with the concrete. B. Place and secure anchorage devices and other embedded items required for adjoining Work that is attached to or supported by cast-in-place concrete. Use setting drawings,templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor bolts, accurately located,to elevations required. 3.03 VAPOR RETARDERS A. Place, protect, and repair vapor-retarder sheets according to ASTM E1643 and manufacturer's written instructions. B. Granular fill below the vapor retarder shall be smoothed and free of protrusions that might damage or rupture the polyethylene film. Completely cover porous fill with film. Lap film not less than 6 inches at all joints, with the top placed in the direction of concrete spreading. Use pressure-sensitive tape at all laps of vapor barrier. Lap reinforcement directly over film before placing concrete,taking precautions to prevent film punctures. Carefully cut film around pipes and wiring outlets, and then apply pressure sensitive tape around these protrusions to insure maximum barrier effectiveness. Cast-In-Place Concrete 033000- 16 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3,04 JOINTS A. Expansion Joints and Devices: 1. Workmanship: Exercise careful workmanship in joint construction to separate the concrete sections by an open joint or by the joint materials, and make the joints true to the outline indicated. 2. Expansion Joints: Construct expansion joints and devices to provide expansion and contraction. Construct joints which are to be left open or filled with poured joint material with forms which are adaptable for loosening or early removal. In order to avoid jamming by the expansion action of the concrete and the consequent likelihood of injuring adjacent concrete, remove or loosen these forms as soon as possible after the concrete has initially set. Make provisions for loosening the forms to permit free concrete expansion without requiring full removal. 3. Armored Joints: Carefully construct armored joints to avoid defective anchorage of the steel and porous or honeycombed concrete adjacent to same. Anchor pre-molded materials to the concrete on one side of the joint with approved adhesive. Anchor so that the material does not fall out of the joint. B. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with early entry dry-cut power saws within 2 hours of finishing operations. Cut 1/8-inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. C. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. 1. Use dowel sleeves or lubricate or asphalt-coat one-half of dowel length to prevent concrete bonding to one side of joint. D. Hardened Concrete: Where new concrete or grout is to be placed in contact with existing or recently hardened concrete,texture the existing or recently hardened surface by chipping or other means so that an irregular surface having a height variance of not less than 1/4 inch is created. The existing or recently hardened concrete shall then be coated with a bonding agent and new concrete or grout placed. 3.05 WATERSTOPS A. PVC Waterstops: Install in construction joints as indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of Work. 1. At formed surfaces, a split form shall be used. The split form shall have a tight fit which prevents misalignment and concrete leakage. Cast-In-Place Concrete 033000- 17 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. The embedded flange of the waterstop must be secured prior to concrete placement. The flange shall be secured at 12 inches on-center by factory installed hog rings or grommets at the outermost rib. Never place nails or screws through the body of the waterstop. 3. All fittings and changes in direction shall be factory fabricated. Only straight butt splices shall be made in the field. Field splices shall be according to the manufacturer's written instructions and as follows: a. Cut adjoining ends square to form matching edges. b. Uniformly melt the ends at 380 F using a thermostatically controlled,Teflon coated splicing iron. c. When a 1/8-inch diameter melt bead develops on each waterstop end, remove the splicing iron and firmly press the two ends together in proper alignment. Hold until the material has fused and cooled. Allow the splice to cool naturally; do not quench. 3.06 CONCRETE PLACEMENT A. Cold Weather: 1. If air temperature has fallen to, or is expected to fall below 40 F during the protection period (a minimum of 48 hours unless longer time frame is recommended by ACI 306R), then cold weather concreting shall be performed in accordance with ACI 306.1. 2. In cases where the temperature drops below 40 F after the concreting operations have been started, sufficient canvas and framework or other type of housing shall be furnished to enclose and protect the structure, in accordance with the requirements of ACI 306R. Sufficient heating apparatus to provide heat shall be supplied, and heating source and protection from combustion gas shall be in accordance with ACI 306.1. The concrete shall be protected when placed under all weather conditions. Should concrete placed under such conditions prove unsatisfactory, remove and replace the concrete at no cost to the Owner. 3. When the air temperature is above 30 F: a. The minimum concrete temperature at the time of mixing shall be 60 F unless other requirements of ACI 306.1 are met, which may allow for a lower mix temperature. b. The minimum concrete temperature at the time of placement and during the protection period shall be 55 F unless other requirements of ACI 306.1 are met, which may allow for a lower temperature. 4. The means used to heat a concrete mix shall be in accordance with ACI 306.1. 5. Salts, chemicals, or other foreign materials shall not be mixed with the concrete to preventing freezing. Calcium chloride is not permitted. B. Hot Weather: 1. Hot weather is defined as any combination of high air temperature, low relative humidity, and wind velocity that impairs the quality of the concrete. Hot weather concreting shall be in accordance with ACI 305.1. Concrete shall be placed in the forms Cast-In-Place Concrete 033000- 18 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 without the addition of any more water than that required by the design (slump). No excess water shall be added on the concrete surface for finishing. Control of initial set of the concrete and extending the time for finishing operations may be accomplished with the use of approved water reducing and set retarding admixture, as specified. 2. Maximum time intervals between the addition of mixing water and/or cement to the batch, and the placing of concrete in the forms shall not exceed the following (excluding HRWR admixture use): Concrete Temperature Maximum time From Water Batch to Placement Non-Agitated Concrete Up to 80 F 30 Minutes Over 80 F 15 Minutes Agitated Concrete Up to 75 F 90 Minutes 75 F to 89 F 60 Minutes a. The use of an approved set-retarding admixture will permit the extension of the above time maximums by 30 minutes,for agitated concrete only. b. The use of an approved high range water reducing(HRWR) or hydration-controlling admixture will allow placement time extensions as determined by the manufacturer. 3. The maximum temperature of fresh concrete at time of discharge shall not exceed 95 F. The temperatures of the mixing water shall be reduced by the use of chilled water or ice. 4. The maximum temperature of fresh concrete with high range water reducing admixture shall not exceed 100 F at time of discharge. 5. Under extreme heat, wind, or humidity conditions, concreting operations may be suspended if the quality of the concrete being placed is not acceptable. C. Handling and Transporting: 1. Delivery tickets shall be required for each batch and shall be in accordance with ASTM C94. Each delivery ticket must show plainly the amount of water, in gallons that can be added to the mixer truck at the Site without exceeding the maximum water cement ratio approved for that mix design. Amount of water added must be in proportion to contents of truck. 2. Arrange and use chutes,troughs, or pipes as aids in placing concrete so that the ingredients of the concrete are not segregated. They shall be steel or steel lined. When steep slopes are necessary, equip the chutes with baffles or make in short lengths that reverse the direction of movement. Extend open troughs and chutes, if necessary, inside the forms or through holes left in the forms. Terminate the ends of these chutes in vertical downspouts. Cast-In-Place Concrete 033000- 19 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3. Keep chutes,troughs, and pipes clean and free from coatings of hardened concrete by thoroughly flushing with water before and after placement. Discharge water used for flushing away from the concrete in place. 4. Concrete pumping is permitted and shall comply with ACI 304.2R. 5. Carting or wheeling concrete batches on completed concrete floor slab shall not be permitted until the slab has aged at least 4 curing days. Unless pneumatic tired carts are used,wheel the carts on timber planking so that the loads and impact are distributed over the slab. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. D. Depositing: 1. The method and manner of placing shall prevent segregation or separation of the aggregate or the displacement of the reinforcement. Use drop chutes of rubber or metal when necessary. Prevent the spattering of forms or reinforcement bars if the spattered concrete dries or hardens before it is incorporated into the mass. 2. Fill each part of the forms by directly depositing concrete as near its final position as possible. Work the coarse aggregate back from the face and force the concrete under and around the reinforcement bars without displacing them. Depositing large quantities at one point in the forms,then running or working it along the forms shall not be permitted. 3. After the concrete has taken initial set,the forms shall not be jarred. No force or load shall be placed upon projecting reinforcement. 4. Deposit the concrete through vertical drop chutes of rubber or metal of satisfactory size when operations involve placing concrete from above, such as directly into an excavated area, or through the completed forms, particularly in walls, piers, columns, and similar structures. Drop chutes shall be made in sections or provided in several lengths so that the outlet may be adjusted to proper heights during placing. 5. Except for drilled shafts, concrete shall not be dropped free more than 10 feet when HRWR admixture is used or 5 feet without HRWR. Place in continuous horizontal layers with a depth of from 1 to 3 feet, depending upon the wall thickness. Each layer shall be soft when a new layer is placed upon it. No more than 1 hour shall elapse between the placing of successive concrete layers in any portion of the structures included in continuous placement. 6. Place required sections in one continuous operation to avoid additional construction joints. 7. If excessive bleeding causes water to form on the surface of the concrete in tall forms, make the mix dryer to reduce the bleeding. In tall walls, place the concrete to a point about 1 foot below the top of the wall and allow to settle for 1 to 2 hours. Resume and complete concreting before set occurs. 8. For slopes greater than two percent, start concrete placement at low end and proceed upslope. Cast-In-Place Concrete 033000-20 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. Consolidating: 1. Compact each layer of concrete and flush the mortar to the surface of the forms by continuous-working mechanical vibrators. Vibrators which operate by attachment to forms shall not be used. Apply the vibrator to the concrete immediately after deposit. Move vibrator throughout the layer of the newly placed concrete, several inches into the plastic layer below. Thoroughly work the concrete around the reinforcement, embedded fixtures and into the corners and angles of the forms until it is well- compacted. 2. Mechanical vibrators shall not be operated so that they penetrate or disturb previously placed layers which are partially set or hardened. They shall not be used to aid the flow of concrete laterally. The vibration shall be of sufficient duration to completely compact and embed reinforcement and fixtures, but not to an extent causing segregation. 3. Keep vibrators constantly moving in the concrete and apply vertically at points uniformly spaced, not farther apart than the radius over which the vibrator is visibly effective. The vibrator shall not be held in one location longer than required to produce a liquified appearance on the surface. 4. When submerged in concrete, internal vibrators shall maintain a frequency of not less than 6000 impulses per minute for spuds with diameters greater than 5 inches and 10,000 impulses for smaller spuds. The vibration intensity (amplitude) shall be sufficient to produce satisfactory consolidation. 5. Provide one vibrator(powered pneumatically or electrically)for each 10 cubic yards of concrete per hour being placed. Provide at least one vibrator,which may be of the gasoline powered type, as a standby for each two vibrators in service. To produce satisfactory consolidation, and based upon the observed performance,the Owner's representative may require the use of a larger sized and powered vibrator. 6. Check vibrators intended for regular service or standby service before beginning concreting operations. F. Placement in Water: 1. Deposit concrete in water only when dry conditions cannot be obtained. The forms, cofferdams, or caissons shall be sufficiently tight to prevent any water flowing through the space where concrete is to be deposited. Pumping of water shall not be permitted while the concrete is being placed, nor until it has set for at least 36 hours. 2. Carefully place the concrete compact mass using a tremie, closed bottom dumping bucket, or another approved method which does not permit the concrete to fall through the water without protection. The concrete shall not be disturbed after being deposited. Regulate depositing to maintain horizontal surfaces. 3. When a tremie is used, it shall consist of a tube constructed in sections having water- tight connections. The means of supporting the tremie shall permit the movement of the discharge end over the entire top surface of the work, and shall allow the tremie to be rapidly lowered to retard the flow. The number of times it is necessary to shift the location of the tremie shall be held to a minimum for any continuous placement of concrete. During the placing of concrete, keep the tremie tube full to the bottom of the hopper. When a batch is dumped into the hopper, slightly raise the tremie, but not out Cast-In-Place Concrete 033000-21 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 of the concrete at the bottom, until the batch discharges to the level of the bottom of the hopper. Stop the flow by lowering the tremie. Continue placing operations until the work is completed. 4. When concrete is placed by means of the bottom dump bucket, the bucket shall have a capacity of not less than 1/2 cubic yard. Lower the bucket gradually and carefully until it rests upon the concrete already placed. Raise it very slowly during the discharge travel to maintain still water at the point of discharge and to avoid agitating the mixture. 5. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or in close proximity to streams or other bodies of water. G. Placement in Slabs: 1. Allow concrete in columns,walls and deep beams or girders to stand for at least 1 hour to permit full settlement from consolidation, before concrete is placed for slabs they are to support. Haunches are considered as part of the slab and shall be placed integrally with them. 2. When monolithic slabs are placed in strips,the widths of the strips, unless otherwise specified or indicated, shall insure that concrete in any one strip is not allowed to lie in place for more than 1 hour before the adjacent strips are placed. 3. Immediately before placing concrete,thoroughly dampen the earthen cushion to receive concrete to prevent moisture absorption from the concrete. 4. As soon as concrete placing is complete for a slab section of sufficient width to permit finishing operations, level the concrete, strike off,tamp and screed. The screed shall be of a design adaptable to the use intended, shall have provision for vertical adjustment and shall be sufficiently rigid to hold true to shape during use. 5. The initial strike off shall leave the concrete surface at an elevation slightly above grade so that, when consolidation and finishing operations are completed,the surface of the slab is at grade elevation. 6. Continue tamping and screeding operations until the concrete is properly consolidated and free of surface voids. Bring the surface to a smooth, true alignment using longitudinal screeding, floating, belting, and/or other methods. 7. When used,templates shall be of a design which permits early removal so satisfactory finishing at and adjacent to the template is achieved. 8. While the concrete is still plastic, straightedge the surface using a standard 10-foot metal straightedge. Lap each straightedge pass one-half of the preceding pass. Remove high spots and fill depressions with fresh concrete and re-float. Continue to check with a straightedge during the final finishing operation, until the surface is true to grade and free of depressions, high spots,voids, or rough spots. 9. Check the final surface with a straightedge. Ordinates measured from the face of the straightedge to the surface of the slab shall not exceed 1/16 inch per foot from the nearest point of contact. The maximum ordinate shall be 1/8 inch per 10 feet. 10. Unless noted otherwise, where floor drains or hub drains are shown in slabs of buildings, vaults, or treatment basin units and sloping the slab is not indicated, slope Cast-In-Place Concrete 033000-22 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 slab to drain on a grade of 1/16 inch per foot with a maximum total slope of 1-1/4 inches. The thickness of slab at floor or hub drain shall be the thickness of slab, as indicated on the Drawings. H. Placement in Foundations: Place concrete in deep foundations so that segregation of the aggregates or displacement of the reinforcement is avoided. Provide suitable chutes or vertical pipes. When footings can be placed in dry foundation pits without the use of cofferdams or caissons, forms may be omitted and the entire excavation filled with concrete to the elevation of the top of footing. The placing of concrete bases above seal courses is permitted after the forms are free from water and the seal course cleaned. Execute necessary pumping or bailing during concreting from a suitable sump located outside the forms. I. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on the Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates of manufacturer furnishing machines and equipment. 3.07 FINISHING FORMED SURFACES A. Forms for walls, columns, and sides of beams and girders shall be removed as specified in Section 03 1100 "Concrete Forming." Patch, repair,finish, and clean concrete after form removal. Finish concrete within 7 days of form removal. Cure concrete as finishing progresses. B. Air voids, for all types of finishes, are defects and shall be removed by rubbing or patching. C. Finish Schedule: Type of Finish Location Surfaces which are not visible from the inside or No Finish outside of the completed structure or more than 12" below finish grade (i.e. back of retaining walls below embankment, etc.) Surfaces exposed to view and areas below to a point Smooth Finish 12" below grade D. No Finish: After forms are removed, repair or patch tie holes and defects. Otherwise, no additional finish is required. E. Smooth Finish: Unless otherwise shown on the schedule above, provide smooth form finish for concrete surfaces to be exposed to view. Surfaces to receive a rubbed finish shall have a smooth form finish. The form facing material shall produce a smooth, hard, uniform texture on the concrete. The arrangement of the facing material shall be orderly and symmetrical with a minimum number of seams. Patch tie holes and defects and remove fins flush with the adjacent surface. 3.08 FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. Cast-In-Place Concrete 033000-23 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. Finish slabs, platforms, and steps monolithically and apply as indicated on the Drawings and the following schedule of finishes: Type of Finish Location Rough Finish Tank floors that receive grout topping and slabs which receive additional concrete toppings. Surfaces to receive concrete floor topping or mortar setting beds for Scratch Finish ceramic or quarry tile, Portland cement terrazzo, and other bonded cementitious floor finishes. Slab surfaces exposed to view or to be covered with resilient Trowel Finish flooring, carpet, and ceramic or quarry tile set over a cleavage membrane, paint, or another thin film-finish coating system. Trowel and Fine Surfaces where ceramic or quarry tile is to be installed by either Broom Finish thickset or thin-set method Broom Finish Exterior concrete platforms, steps, and ramps. 1. Rough Finish: Provide a rough surface by screeding only without further finish. 2. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull-floated or darbied. Use stiff brushes, brooms, or rakes. 3. Trowel Finish: a. After applying float finish,apply first trowel finish and consolidate concrete by hand or power-driven trowel. Continue troweling passes and re-straighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. b. Finish surfaces to the following tolerances, measured within 24 hours according to ASTM E1155/E1155M for a randomly trafficked floor surface: 4. Trowel and Fine-Broom Finish: Apply a partial trowel finish, stopping after second troweling. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. 5. Broom Finish: Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. C. Give sidewalks a brush finish, unless noted otherwise. Score sidewalks at a spacing equal to the width of the walk and edge on each side using a tool with a radius of approximately 1/4 inch. D. Finishing in Hot, Dry Weather: During periods of high temperature and/or low humidity, take extreme care in finishing the slabs to eliminate initial shrinkage cracks. Following the initial set of concrete, but while the concrete is still "green" continue to finish as required to remove shrinkage cracks which may occur. In hot, dry weather, keep a cement finisher on the job following normal finishing operations for a sufficient length of time to insure the removal of initial shrinkage cracks. Cast-In-Place Concrete 033000-24 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3,09 MISCELLANEOUS CONCRETE ITEMS A. Normal Shrinkage Grouting: 1. Prior to grout application, thoroughly clean the surface of all foreign matter and wet down. Thoroughly clean the foundation and the forms set in place and securely anchor, with holes or cracks in forms caulked with rags, cotton waste or dry sand mixture to prevent the loss of grout. The necessary materials and tools shall be on hand before starting grouting operations. Concrete shall be damp when the grout is poured, but shall not have excess water to dilute the grout. 2. After wetting and just prior to grouting, sprinkle the surface lightly with cement to improve the bond between the grout and the surface. 3. After mixing, quickly and continuously place the grout to avoid overworking, segregation and breaking down of the initial set. Mix and place the grout according to the manufacturer's recommendations. Cure grout using wet curing method for concrete. Grout shall receive a steel trowel finish. B. Non-Shrink Grout: 1. Obtain field technical assistance from the Grout manufacturer, as required,to insure that grout mixing and installation comply with the manufacturer's recommendations and procedures. 2. Saturate the foundation for non-shrink grouts 24 hours before installation and clear of excess water. Free baseplates or bedplates of oil, grease, laitance and other foreign substances. 3. Place grout according to the manufacturer's directions so that spaces and cavities below the top of the baseplates and bedplates are completely filled. Provide forms where structural components of the baseplates or bedplates do not confine the grout. Where necessary and acceptable under the manufacturer's procedures, a round head pencil vibrator, 3/4-inch maximum diameter may be used to consolidate the grout. 4. Steel trowel finish the non-shrink grout where the edge of the grout is exposed to view and after the grout has reached its initial set. Cut off the exposed edges of the grout at a 45-degree angle to the baseplate, bedplate, member, or piece of equipment. 5. Wet curing should occur for at least 3 days, unless specified by manufacturer, with wet rags, wet burlap or polyethylene sheets. Keep cloths constantly wet for the curing cycle. 6. Clean and dry the foundation, baseplate or other surface of epoxy grouts prior to installation. Dry curing is acceptable for epoxy grouts. 7. Use epoxy non-shrink grout under all machinery, pumps, equipment, and where chemicals are present that would abate cementitious non-shrink grouts. a. Mix, install, cure, and finish epoxy grouts according to the manufacturer's recommendations. Install grout in recommended lifts to prevent excess heat. C. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. Cast-In-Place Concrete 033000-25 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3.10 CONCRETE PROTECTION AND CURING A. General: Give careful attention to proper concrete curing. The curing methods shall be wet curing, sheet materials conforming to ASTM C171, or membrane curing compound conforming to ASTM C309. Membrane curing is not permitted on surfaces to be rubbed or on surfaces to which additional concrete, plaster mix mortar, or terrazzo is to be applied. Unless the curing method is specified otherwise, select the appropriate curing method. B. Length of Curing Period: 1. A"curing day" shall be any day on which the atmospheric temperature taken in the shade, or the air temperature adjacent to the concrete, remains above SO F for at least 18 hours. 2. Cure concrete for a period of 7 consecutive days. In cold weather, when curing may be retarded, extend this period to 7 "curing days", up to a limit of 14 consecutive days. C. Wet Curing: 1. Immediately following the finishing operations, cover concrete slabs, including roof slabs, with wet cotton mats or with a temporary covering of canvas or burlap. Keep thoroughly wet for a period of 4 curing days after the concrete is placed. The covering shall be held in direct contact with the concrete. A temporary covering shall be required when the size of slab, size of mats, or other factors dictate that the mats cannot be placed immediately after the finishing operations without marring the finishing of the slab. 2. Water used for curing shall be free from injurious amounts of oil, acid, alkali, salt,or other deleterious substances. 3. Canvas or burlap covering material shall weigh not less than 12 ounces per square yard. Place the sections with a lap at the edges of at least 8 inches. Saturate cover material with water previous to placing. Keep saturated as long as it remains in place. Use care in the placing of the cover material to prevent marring the concrete surface. 4. When temporary coverings are used, keep them in place only until the slab has sufficiently hardened so that a cotton mat covering can be substituted without marring or disturbing the slab finish. Thoroughly saturate cotton mats before placing and keep the mats on the slab in a saturated condition for a period of at least 4 curing days. D. Sheet Curing: Sheet materials shall conform to ASTM C171. They shall be in contact with the entire concrete surface and applied according to the manufacturer's recommendations. Patch all holes. Where pedestrian traffic is unavoidable, provide suitable walkways to protect the sheet material. E. Membrane Curing: 1. Membrane curing shall not be used on surfaces which receive paint,floor hardener, or plaster mix finish or other finish which would be hindered by the use of the curing compound. 2. Cover the surface of the concrete with a continuous, uniform,water-impermeable coating, conforming to ASTM C309 "Liquid Membrane Forming Compounds for Curing Concrete" and apply according to ACI 308.1. Cast-In-Place Concrete 033000-26 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3. Immediately after the removal of the side and end forms, apply a coating to the sides and ends of all concrete. Apply the solution under pressure with a spray nozzle so that the entire exposed surface is completely covered with a uniform film. The rate of application shall insure complete coverage, but the area covered shall not exceed 150 square feet per gallon of curing compound. 4. The coating shall be sufficiently transparent and free of permanent color to not result in a pronounced color change from that of the natural concrete at the conclusion of the curing period. The coating shall, however, contain a dye of color strength to render the film distinctively visible on the concrete for a period of at least 4 hours after application. 5. After application and under normal conditions,the curing compound shall be dry to touch within 1 hour and shall dry thoroughly and completely within 4 hours. When thoroughly dry, it shall provide a continuous flexible membrane free from cracks or pinholes and shall not disintegrate, check, peel, or crack during the required curing period. 6. If the seal is broken during the curing period, immediately repair it with additional sealing solution. 3,11 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. B. After the tie rods are broken back or removed, thoroughly clean the holes to remove grease and loose particles. Patch holes with structural concrete repair material. After the holes are completely filled, strike off flush excess mortar and finish the surface to render the filled hole inconspicuous. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets,fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. If the surface of the concrete is bulged, uneven, or shows honeycombing or form marks, which in the Engineer's opinion cannot be repaired satisfactorily, remove and replace the entire section. 2. Patch honeycomb and minor defects in all concrete surfaces with structural concrete repair material. Cut back each defective area with a pneumatic chipping tool as deep as the defect extends, but in no case less than 1/2 inch. Prepare the existing concrete according to the recommendations of patching material manufacturer's. Apply repair material according to the manufacturer's recommendations. Finish the surface of the patches to match finish on surrounding concrete. 3. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2-inch in any dimension in solid concrete but not less than 1-inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush- coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. Cast-In-Place Concrete 033000-27 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs,for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01-inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. S. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least 3/4-inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mix as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 6. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Engineer's approval. 3.12 FIELD QUALITY CONTROL A. Testing: 1. General: a. Tests shall be required throughout the Work to monitor the quality of concrete. Samples shall be taken in accordance with ASTM C172. Cast-In-Place Concrete 033000-28 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 b. The Engineer may waive these requirements on concrete placements of ten cubic yards or less. However, evidence shall be furnished showing a design mix which meets the Specifications. c. Unless noted otherwise,testing of the materials, ready mix,transit mix, or central plant concrete will be by an independent testing agency. The Owner will select and pay for this serviceA summary of all tests performed will be available. No concrete shall be placed without a representative present at either the plant or at the Site. d. Unless the Owner's laboratory is on the Site, provide housing for the curing and storage of test specimens and equipment. 2. Slump Test: Slump tests, in accordance with ASTM C143, shall be used to indicate the workability and consistency of the concrete mix from batch to batch. Generally, a slump test shall be made at the start of operations each day, at regular intervals throughout a working day, and at any time when the appearance of the concrete suggests a change in uniformity. 3. Air Content Test: Tests for the concrete's air content shall be made in accordance with ASTM C231 or ASTM C173, at the point of delivery of concrete, prior to placing in forms. The test shall be made frequently to monitor a proper air content uniform from batch to batch. 4. Temperature Test: Test for the concrete's temperature in accordance with ASTM C1064 and as follows: the temperature of the concrete to be placed shall be taken with a thermometer immediately before placement, with the point of measurement being in the chute or bucket. Temperature test shall be performed for each truck. Record temperatures on batch ticket. 5. Compression Test: a. Compression test specimens shall be 6-by-12-inch concrete cylinders made and cured in accordance with ASTM C31. If the maximum aggregate size is no larger than 1 inch, 4-by-8-inch concrete cylinders are acceptable. No fewer than two 6-by- 12-inch or three 4-by-8-inch specimens shall be made for each test Sample. Samples shall be taken at a minimum of every 50 cubic yards of concrete for each class placed. At least one set of test specimens per day shall be made for each class of concrete used that day. Specimens shall be cured under laboratory conditions specified in ASTM C31. Additional concrete cylinders may be required for curing on the job under actual job curing conditions. These Samples could be required when: 1). There is a possibility of the air temperature surrounding the concrete falling below 40 F, or rising above 90 F. 2). The curing procedure may need to be improved and/or lengthened. 3). It is necessary to determine when the structure maybe put into service. b. Compression strength tests shall be made on the laboratory-cured and job-cured concrete cylinders at 7 and 28 days, in accordance with ASTM C39. The value of each test result shall be the average compressive strength of all of the cylinders in the test Sample. All cylinders within a test Sample shall be taken at the same time from the same batch of concrete. For the 28-day cylinders,the strength level shall be satisfactory if the averages of all sets of three consecutive strength test results Cast-In-Place Concrete 033000-29 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 exceed the required design compressive strength, and no individual strength test result falls below the required compressive strength by more than 500 psi. 6. High Early Strength Concrete Test: When Type "III" High Early Strength Portland cement is used instead of Type "I" Portland cement,the minimum allowable 28-day strength for Type "I" Portland cement concrete shall be at 7 days. The ages at time of test for Type "III" shall be 3 days and 7 days, instead of 7 days and 28 days, respectively, for Type "I." 7. Failure to Meet Requirements: a. Should the 7-day strengths shown by the test specimens fall below the required values, additional curing shall be performed on those portions of the structures represented by the test specimens at the Contractor's expense. Test cores shall be obtained and tested in accordance with ASTM Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete, Designation C 42. If additional curing does not give the strength required,the Owner reserves the right to require strengthening, replacement of those substandard portions of the structure, or additional testing, at the Contractor's expense. b. Upon receipt of the Contractor's written request, substandard concrete work may be reexamined in place by nondestructive testing methods or core Samples, in accordance with ACI 301. The services of an independent testing laboratory shall be retained and all expenses paid without compensation from the Owner. Laboratory results shall be evaluated by the Engineer,who shall make the final decision on acceptability of the concrete in question. Core Sample holes shall be repaired. c. Nondestructive Testing: : Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as sole basis for approval or rejection of concrete. d. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. B. The Owner may withhold payment for any section of concrete which does not meet the requirements of the Specifications. Withheld payment shall be based upon the unit prices established for concrete and reinforcing steel. Payment shall be withheld until the unacceptable concrete has been refinished, removed and replaced or otherwise brought into conformance with the Specifications. C. PVC Waterstops: Waterstops shall be observed by the Owner's representative prior to concrete placement. Unacceptable splicing defects include: 1. Misalignment of center bulb, ribs, and end bulbs greater than 1/16 inch. 2. Bond failure at joint deeper than 1/16 inch. 3. Misalignment which reduces waterstop cross-section more than 15 percent. 4. Bubble or visible porosity in the weld. 5. Visible signs of splice separation when a cooled splice is bent by hand at a sharp angle. Cast-In-Place Concrete 033000-30 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 6. Charred or burnt material. END OF SECTION Cast-In-Place Concrete 033000-31 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Concrete Mix Design Project Name: FNI Project Number: Project Location: Owner: General Contractor: Mix Number/Class: A. Mix Design: Cement = Ib/yd3 Fly Ash = Ib/yd3 Other Cementitious Material: = Ib/yd3 Fine Aggregate = Ib/yd3 Coarse Aggregate = Ib/yd3 Water = Ib/yd3 Water Reducing Admixture = oz/Yd' High Range Water Reducer = oz/Yd' Air Entraining Admixture = oz/Yd' Other Admixture: = oz/Yd' Slump = inches Gross Weight = Ib/yd3 Air Content = percent Water/Cement Ratio = B. Materials: Source ASTM Type Remarks Cement Fly Ash Other Cementitious Material: Fine Aggregate Coarse Aggregate Water Water Reducer High Range Water Reducer Air Entraining Other Admixture: Cast-In-Place Concrete 033000-32 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. Determination of Average Strength Required (fcr'): 1. Test Records Available: A. Summary of Test Records (Provide Supporting Documentation): Test No. of Specified Standard Group Consecutive Strength Deviation No. Tests (psi) (psi) Average Standard Deviation: B. Standard Deviation Modification Factor(ACI 30 1,Table 4.2.3.3.a): C. Standard Deviation Used: D. Average Compressive Strength Required: 2. Test Records Not Available: A. Average Compressive Strength Required (ACI 30 1,Table 4.2.3.3.b, if required): D. Documentation of Required Average Compressive Strength (Check One): 1. Field Strength: a. Field Strength Test Records(ACI 30 1,Table 4.2.3.3.a): . *Complete Attachment A. 2. Trial Mixtures: a. Trial Mixtures (ACI 301,Table 4.2.3.3.b, if required): . *Complete Attachment B. I, certify that the above information is correct and all gradations, cement certifications, and test results are located at our place of business for review by the Engineer. Name: Date: Title: Company: Address: Attachment A Documentation of Required Average Strength —Field Strength Records (ACI 301, 4.2.3.4.a) Cast-In-Place Concrete 033000-33 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 A. Summary of Test Records (Provide Supporting Documentation): No. of Tests in Duration of Water- Average Test Record No. Record Record (days) Cementitious Strength (psi) Materials Ratio B. Interpolation used? 1. Provide an interpolation calculation or plot of strength versus proportions. C. Submit the following data for each mix: 1. Brand, type, and amount of cement. 2. Brand, type, and amount of each admixture. 3. Source of each material used. 4. Amount of water. 5. Proportions of each aggregate material per cubic yard. 6. Gross weight per cubic yard. 7. Measured slump. 8. Measured air content. 9. Results of consecutive strength tests. END OF ATTACHEMENT A Cast-In-Place Concrete 033000-34 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Attachment B Documentation of Required Average Strength —Trial Mixtures (ACI 301, 4.2.3.4.b) A. Summary of Test Record(s): 7-Day Tests 28-Day Tests Water Air Trial Mix No.of No.of Cementitious Slump Content Temperature No. Test Strength Test Strength Materials (in) (F) (psi) (psi) Ratio (percent) Cylinders Cylinders B. Maximum water-cementitious materials ratio 1. Provide an interpolation calculation or plot of strength versus water-cementitious materials ratio. C. Submit the following data for each mix: 1. Brand, type, and amount of cement. 2. Brand, type, and amount of each admixture. 3. Amount of water used in trial mixes. 4. Proportions of each aggregate material per cubic yard. 5. Gross weight per cubic yard. 6. Measured slump. 7. Measured air content. 8. Compressive strength developed at 7 days and 28 days,from not less than three test cylinders cast for each 7-day and 28-day test. END OF ATTACHMENT B Cast-In-Place Concrete 033000-35 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—04/15/19 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 05 05 13 GALVANIZING 1.00 GENERAL 1.01 SUMMARY A. This Section covers galvanic coatings or requirements for galvanizing and galvanizing of metal items as indicated on the Drawings or in the Specifications. This Section also covers galvanizing repairs as required. B. This Section covers all galvanized items. Such items shall be galvanized in accordance with relevant and appropriate manufacturing procedures in compliance with the referenced ASTM Standards and any special requirements as shown on the Drawings or in the Specifications. All referenced ASTM Standards apply to the Work. 1.02 REFERENCES A. ASTM International (ASTM)Standards: ASTM A123 Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products Standard Practice for Safeguarding Against Embrittlement of Hot-Dip ASTM A143 Galvanized Structural Steel Products and Procedure for Detecting Embrittlement ASTM A153 Standard Specification for Zinc Coating(Hot-Dip) on Iron and Steel Hardware ASTM A384 Standard Practice for Safeguarding Against Warpage and Distortion During Hot-Dip Galvanizing of Steel Assemblies ASTM A385 Standard Practice for Providing High-Quality Zinc Coatings (Hot-Dip) ASTM A780 Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings ASTM B6 Standard Specification for Zinc ASTM 8633 Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel ASTM 8695 Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel ASTM D6386 Standard Practice for Preparation of Zinc(Hot-Dip Galvanized) Coated Iron and Steel Product and Hardware Surfaces for Painting ASTM E376 Standard Practice for Measuring Coating Thickness by Magnetic-Field or Eddy-Current (Electromagnetic)Test Methods B. Research Council on Structural Connections: 1. Specification for Structural Joints Using High-Strength Bolts. C. Federal Specifications: 1. DOD-P-21035 Paint, High Zinc Dust Content, Galvanizing Repair. 2. MIL-P-26915 Primer Coating, Zinc Dust Pigmented. 1.03 SUBMITTALS Galvanizing 050513- 1 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Furnish notarized Certificate of Compliance with ASTM standards and specifications herein listed. The Certificate must be signed by the galvanizer and contain a detailed description of the material processed. The Certificate shall include information as to the ASTM standard used for the coating. 1.04 QUALITY ASSURANCE A. Galvanizer shall be a member of the American Galvanizers Association or as approved by the Engineer. B. Shop Drawing Review and Coordination: 1. Shop Drawings produced for items requiring galvanizing shall be reviewed by and coordinated with the Galvanizer, prior to Shop Drawings submittal to the Engineer. a. The Galvanizer shall review fabricator Shop Drawings for suitability of materials for galvanizing and coatings and coordinate any required fabrication modifications. b. The Shop Drawings shall clearly indicate lifting,filling,vent and drain hole size and locations. c. Materials: For steel to be hot-dip galvanized, provide steel chemically suitable for metal coatings complying with the following requirements: carbon below 0.25%, phosphorous below 0.04%, manganese below 1.3%, and silicon below 0.04%. Notify the galvanizer if steel does not meet these requirements so that suitability for galvanizing may be determined and whether special processing techniques are required. 1.05 DELIVERY, STORAGE,AND HANDLING A. Load and store galvanized articles in accordance with accepted industry standards. 2.00 PRODUCTS 2.01 MATERIALS A. Thickness of Coating: The thickness of galvanized coating shall be determined according to ASTM A653 or as shown on the Drawings. B. Repairs: Unless otherwise specified herein, all exposed galvanized surfaces which have been damaged by shipping, handling, welding or other operations shall be repaired by one of the following methods, as shown in the Contract Documents, or as directed by the Engineer. All exposed metal items shall be repaired by one of the methods described below. 1. Zinc-Based Solders: Zinc-based solders used for repair shall be of zinc-tin-copper alloys having liquidus temperatures in the range of 500 F to 600 F. The solders may be used in rod form or as powders. a. Solder shall be compatible with the galvanized items being repaired and meet Federal Specifications A-A-51145. Galvanizing 050513-2 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. Organic Zinc-Rich Paints: Zinc-rich paints based on organic binders, premixed and formulated specifically for use on steel surfaces and which will provide a dried film containing a minimum of 94 percent zinc dust, by weight. Zinc rich paint shall have a silvery-finish and closely match color of new hot dip galvanizing. a. ZRC Galvilite Galvanizing Repair Compound. b. Approved equal. 3. Sprayed Zinc (Metalizing): A zinc coating applied by spraying the surface with droplets of molten metal using wire, ribbon or powder processes. 3.00 EXECUTION 3.01 GENERAL A. Pretreat galvanized surfaces by one of the following methods: 1. Phosphating:Apply a phosphate-containing solution to form a non-reactive zinc phosphate layer on the surface. 2. 2) Sweep Blasting: Provide a light blast cleaning intended to remove zinc oxides on the surface and roughen it without significant removal of the galvanizing. Sweep blasting should be performed with soft abrasives. Use an abrasive with a Moh's scale hardness of 5 or less.The particle size should be in the range of 8 to 20 mils. B. Clean galvanized surfaces with nonpetroleum-based solvents so surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods. C. Fabricated members or assemblies which are required to be hot-dip galvanized shall provide for proper filling,venting and draining during the cleaning and galvanizing operations. Drain holes or slots may be located as required except where prohibited by the Drawings. 1. Lifting,filling, venting and drain holes shall be constructed at the steel fabricator's plant. D. Material 1/4 inch or greater in thickness shall have all sharp burrs removed and all edges to be exposed to human activity, such as railings, hand holes, and access holes, as well as electrical conductors, shall be chamfered approximately 1/16 inch to prevent injury or damage. E. Safeguard products against steel embrittlement in conformance with ASTM A143. F. Handle all articles to be galvanized in such a manner as to avoid any mechanical damage and to minimize distortion. G. Surface Finish: Continuous, adherent, and as smooth and evenly distributed as possible and free from any defect detrimental to the stated end use of the coated article. H. Coating Adhesion: Withstand normal handling consistent with the nature and thickness of the coating and normal use of the article. 3.02 QUALITY CONTROL Galvanizing 050513-3 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 A. Inspection and testing of hot-dip galvanized coatings shall be done under the guidelines provided in the AGA publication "Inspection of Products Hot-dip Galvanized After Fabrication." B. Include visual examination and tests in accordance with ASTM A123 or ASTM A153, as applicable, to determine the thickness of the zinc coating on the metal surface. C. Galvanized coatings shall be inspected as follows: 1. Red Rust: Evidence of red rust on galvanized items indicates the presence of uncoated areas. Bare spots not greater than 1/8 inch across may be accepted, unless they are numerous, as determined by the Engineer. Larger bare spots shall be repaired in accordance with the repair process requirements outlined in this Section. 2. White Rust: A white powdery residue indicates the presence of moisture. Light coatings of white rust may be allowed to remain or be chemically removed when directed by the Engineer. White rust shall be removed from galvanized articles which will be in direct contact with soils. Heavy layers of white rust which have caused pitting of the coating shall be cause for rejection. 3. Alligator Cracking or Spider Webbing: Apparent dark lines resembling alligator skin are caused by the composition of the base metal. If the coating adhesion is sound,the coating is acceptable. Tapping with a small hammer will demonstrate coating adhesion. Lack of adhesion shall be cause for rejection. 4. Dull Gray Coating: Dull gray coatings may be caused by many factors but the coating is acceptable if the adhesion to the base metal is sound. Tapping with a small hammer will show if the coating is brittle. Scaling and flaking shall be cause for rejection. 5. Heavy Runs or Drips: Runs or drips of zinc coating are acceptable if they do not interfere with the intended use of the product. Excessive zinc (runs, lumps or heavy accumulations) may be carefully removed by hand filing. 3.03 REPAIR PROCESS A. Surfaces to be repaired with zinc-rich paints shall be clean, dry and free of oil,grease, welding slag or flux and corrosion products. The surface preparation shall be by wire brushing, light grinding, or mild blasting and should extend into the undamaged galvanized coating to provide a smooth repair. Spray or brush apply the zinc-rich paint to the prepared area in accordance with the paint manufacturer's instructions to attain the required dry-film thickness. 1. For ZRC Galvilite Galvanizing Repair Compound provide two coats of 1.5 mils DFT,total 3 mil DFT. 2. For approved equal provide a minimum of two coats of 1.5 mils DFT,total 3 mil DFT, but not less than that recommended by the manufacturer. B. Galvanized items shall be field repaired and painted as per ASTM A780. 1. The maximum area to be repaired is defined in accordance with ASTM A123,Section 6.2. Galvanizing 050513-4 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. After completion of the repair process, cooling or curing,the coating thickness in the repaired area shall be measured in accordance with ASTM A653. The minimum coating thickness for repairs shall be the same as that required for the specified galvanizing. END OF SECTION Galvanizing 050513-5 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 05 12 00 STRUCTURAL STEEL FRAMING 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Structural steel. 2. Grout. 1.03 DEFINITIONS A. Structural Steel: Elements of structural-steel frame, as classified by AISC's "Code of Standard Practice for Steel Buildings and Bridges,"that support design loads. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show fabrication of structural-steel components. 1. Include details of cuts, connections, splices, camber, holes, and other pertinent data. 2. Include embedment drawings. 3. Indicate welds by standard AWS symbols, distinguishing between shop and field welds, and show size, length, and type of each weld. 4. Indicate type, size, and length of bolts, distinguishing between shop and field bolts. Identify pretensioned and slip-critical high-strength bolted connections. 5. Indicate size and location of all lifting,filling, vent and drain holes required for galvanizing. Lifting,filling,vent and drain holes shall be coordinated with the galvanizer. 6. Galvanized items which will receive paint must be designated as such. C. Welding Certificates: 1. Provide the following welding certificates: a. Weld Procedure Specifications (WPSs)for all welds indicated in the Contract Documents. 1). If a WPS is not prequalified in accordance with AWS D1.1,then submit a performance qualification record (PQR)for each WPS that is not prequalified. b. Personnel qualifications for each person performing welding on the Site. D. Qualification Data: For installer and fabricator. E. Mill Test Reports: Signed by manufacturers certifying that the following products comply with requirements: Structural Steel Framing 051200- 1 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. Structural steel including chemical and physical properties. 2. Bolts, nuts, and washers including mechanical properties and chemical analysis. 3. Shop primers. 4. Nonshrink grout. F. Source Quality-Control Test Reports. 1.05 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer with a record of successfully performed projects of comparable size and complexity during the previous 5 years. B. Fabricator Qualifications: A qualified fabricator with a record of successfully performed projects of comparable size and complexity during the previous 5 years. C. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code--Steel." D. Comply with applicable provisions of the following specifications and documents: 1. AISC's "Code of Standard Practice for Steel Buildings and Bridges." 2. AISC's "Specification for Structural Steel Buildings," ANSI/AISC 360. 3. RCSC's "Specification for Structural Joints Using High-Strength Bolts." 1.06 DELIVERY, STORAGE,AND HANDLING A. Store materials to permit easy access for inspection and identification. Keep steel members off ground and spaced by using pallets, dunnage, or other supports and spacers. Protect steel members and packaged materials from erosion and deterioration. 1. Store fasteners in a protected place. Clean and relubricate bolts and nuts that become dry or rusty before use. 2. Do not store materials on structure in a manner that might cause distortion, damage, or overload to members or supporting structures. Repair or replace damaged materials or structures as directed. 1.07 COORDINATION A. Furnish anchorage items to be embedded in or attached to other construction without delaying the Work. Provide setting diagrams, sheet metal templates, instructions, and directions for installation. B. Coordinate lifting, filling,venting and drain holes required for galvanized items with the galvanizer prior to shop drawing submittal. The fabricator shall consult with Architect/Engineer and hot-dip galvanizer regarding potential concerns during the galvanizing process that may require design modification before fabrication proceeds. 2.00 PRODUCTS 2.01 STRUCTURAL-STEEL MATERIALS Structural Steel Framing 051200-2 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 A. As indicated on the Drawings. B. Finish: All steel shall be hot-dip galvanized in accordance with Section 05 05 13, "Galvanizing." 2.02 BOLTS, CONNECTORS,AND ANCHORS A. High-Strength Bolts, Nuts, and Washers: ASTM F3125, Grade A325,Type 1, heavy hex steel structural bolts; ASTM A563 heavy hex carbon-steel nuts; and ASTM F436 hardened carbon- steel washers. 1. Material: a. Grade A325, unless noted otherwise. b. Grade A490, in locations shown or allowed on the Drawings. Do not use Grade A490 in galvanized or zinc coated applications. 2. Finish: a. Unless noted otherwise: Plain. b. For bolts at galvanized members or as otherwise indicated: Hot-dip zinc coating, ASTM F2329 or Mechanically deposited zinc coating, ASTM B695, Class 55. B. Anchor Rods (headed or unheaded): ASTM F1554, Grade 55, weldable with the supplemental requirement S1, unless noted otherwise. 1. Configuration: Straight. 2. Nuts: ASTM A563 heavy hex carbon steel. 3. Plate Washers: ASTM A36 carbon steel. 4. Washers: ASTM F436 hardened carbon steel. 5. Finish: Hot-dip zinc coating, ASTM F2329 or Mechanically deposited zinc coating, ASTM B695, Class 55. C. Threaded Rods: ASTM A36. 1. Nuts: ASTM A563 heavy hex carbon steel. 2. Washers: ASTM F436 hardened carbon steel. 3. Finish: a. For rods at galvanized members or as otherwise indicated: Hot-dip zinc coating, ASTM F2329 or Mechanically deposited zinc coating, ASTM 8695, Class 55. D. Clevises and Turnbuckles: ASTM A108, Grade 1035, cold-finished carbon steel. E. Eye Bolts and Nuts: ASTM A108, Grade 1030, cold-finished carbon steel. F. Sleeve Nuts: ASTM A108, Grade 1018, cold-finished carbon steel. 2.03 GROUT Structural Steel Framing 051200-3 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 A. Nonmetallic, Shrinkage-Resistant Grout: ASTM C1107,factory-packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30-minute working time. 2.04 FABRICATION A. Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate according to AISC's "Code of Standard Practice for Steel Buildings and Bridges" and ANSI/AISC 360. 1. Camber structural-steel members where indicated. 2. Identify high-strength structural steel according to ASTM A6/A 6M and maintain markings until structural steel has been erected. 3. Mark and match-mark materials for field assembly. 4. Complete structural-steel assemblies, including welding of units, before starting shop- priming operations, if required. 5. Double angles shall have intermediate connectors according to AISC Steel Construction Manual. Unless otherwise noted, connectors shall be bolted. B. Drawings indicate the design, sections and weights of members. Substitutions shall not be permitted except upon written permission from the Engineer. C. Thermal Cutting: Perform thermal cutting by machine to greatest extent possible. 1. Plane thermally cut edges to be welded to comply with requirements in AWS D1.1. D. Bolt Holes: Cut, drill or punch bolt holes perpendicular to metal surfaces. 1. Unless noted otherwise, all holes are AISC standard. E. Finishing: Accurately finish ends of columns and other members transmitting bearing loads. F. Cleaning: Clean and prepare steel surfaces that are to remain unpainted according to SSPC- SP 2, "Hand Tool Cleaning." 1. Slip critical faying surfaces shall be treated according to the RCSC Specification. 2. Slip critical faying surfaces for galvanized members shall be galvanized and roughened with hand wire brush according to the RCSC Specification for a Class C surface. G. Galvanized Components: 1. Lifting,filling, vent and drain holes shall be constructed at the Fabricator's shop prior to delivery to the galvanizer. 2. Fabricate structural steel in accordance with Class I, II, III guidelines as described in AGA's Recommended Details for Galvanized Structures. 3. Fabrication practices for products to be in accordance with the applicable portions of ASTM A143, A384, and A385.Avoid fabrication techniques that could cause steel distortion or embrittlement. 4. Provide holes and/or lifting lugs to allow for handling during galvanizing. 2.05 SHOP CONNECTIONS Structural Steel Framing 051200-4 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 A. Shop connections shall be composed of bolted or welded connections. Combinations of bolted and welded connections on a common shearing face are not allowed. B. High-Strength Bolts: Shop install high-strength bolts according to RCSC's "Specification for Structural Joints Using High-Strength Bolts" for type of bolt and type of joint specified. 1. Joint Type: Snug tightened bearing type with threads included in the shear plane, unless noted otherwise. a. The following bolted connections shall be pretensioned: 1). Slip critical bolts. 2). Bracing connections. 3). Bolts loaded by axial wind loads in the connected member. 4). Bolted connections at truss supports. 5). Where noted on the Drawings. 2. Pretensioning method: Acceptable methods of pretensioning are as follows: a. Turn-of-Nut Pretensioning. 1). Match-marking shall be clearly provided. b. Twist-Off-Type Tension-Control Bolt Pretensioning. c. Direct-Tension-Indicator Pretensioning. C. Weld Connections: Comply with AWS D1.1 for welding procedure specifications,tolerances, appearance, and quality of welds and for methods used in correcting welding work. 2.06 GALVANIZING A. Hot-Dip Galvanized Finish: Apply zinc coating by the hot-dip process to structural steel indicated in the Drawings and Specifications according to ASTM A123/A123M. 1. Fill vent holes and grind smooth after galvanizing. 2.07 SOURCE QUALITY CONTROL A. Correct deficiencies in Work that test reports and inspections indicate does not comply with the Contract Documents. B. Welded Connections: 1. Full penetration welds and other welds as specified: In addition to 100 percent visual inspection, 10 percent of connections will be tested and inspected according to AWS D1.1 and the following inspection procedures, at testing agency's option: a. Liquid Penetrant Inspection: ASTM E165. b. Magnetic Particle Inspection: ASTM E709; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration will not be accepted. c. Ultrasonic Inspection: ASTM E164. d. Radiographic Inspection: ASTM E94. Structural Steel Framing 051200-5 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3.00 EXECUTION 3.01 EXAMINATION A. Verify elevations of concrete-and masonry-bearing surfaces and locations of anchor rods, bearing plates, and other embedments,with steel erector present, for compliance with requirements. B. Dimensions scaled from the Drawings shall not be used for fabrication, and the Contractor shall determine actual dimensions of the structure. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Provide temporary shores,guys, braces, and other supports during erection to keep structural steel secure, plumb, and in alignment against temporary construction loads and loads equal in intensity to design loads. Remove temporary supports when permanent structural steel, connections, and bracing are in place, unless otherwise indicated. 3.03 ERECTION A. Set structural steel accurately in locations and to elevations indicated and according to AISC's "Code of Standard Practice for Steel Buildings and Bridges" and "Specification for Structural Steel Buildings,"ANSI/AISC 360. B. Base, Leveling Plates, and Bearing Plates: Clean concrete- and masonry-bearing surfaces of bond-reducing materials, and roughen surfaces prior to setting base and bearing plates. Clean bottom surface of base and bearing plates. 1. Set base and bearing plates for structural members on wedges, shims, as required. 2. Weld plate washers to top of base plate where required. 3. Tighten anchor rods after supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding, cut off flush with edge of base or bearing plate before packing with grout. 4. Promptly pack grout solidly between bearing surfaces and base or bearing plates so no voids remain. Neatly finish exposed surfaces; protect grout and moist cure for a minimum of 7 days. Comply with manufacturer's written installation instructions for shrinkage-resistant grouts. C. Align and adjust various members forming part of complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact with members. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 1. Level and plumb individual members of structure. 2. Make allowances for difference between temperature at time of erection and mean temperature when structure is completed and in service. D. Splice members only where indicated. Structural Steel Framing 051200-6 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. Do not use thermal cutting during erection unless approved by Engineer. Finish thermally cut sections within smoothness limits in AWS D1.1. F. Do not enlarge unfair holes in members by burning or using drift pins. Ream holes that must be enlarged to admit bolts. 3.04 FIELD CONNECTIONS A. High-Strength Bolts: Shop install high-strength bolts according to RCSC's "Specification for Structural Joints Using High-Strength Bolts" for type of bolt and type of joint specified. 1. Joint Type: Snug tightened, unless noted otherwise. 2. Pretensioning method: Acceptable methods of pretensioning are as follows: a. Turn-of-Nut Pretensioning. 1). Match-marking shall be clearly provided. b. Twist-Off-Type Tension-Control Bolt Pretensioning. 1). Bolts must be maintained in protected, sealed containers until used. 2). If bolts are installed but not pretensioned immediately,the pre-installation verification shall be performed on bolts with similar exposure only. 3). Bolts must be installed and pretensioned within 1 week of removal from protective packaging. c. Direct-Tension-Indicator Pretensioning. B. Weld Connections: Comply with AWS D1.1 for welding procedure specifications,tolerances, appearance, and quality of welds and for methods used in correcting welding work. 1. Comply with AISC's "Code of Standard Practice for Steel Buildings and Bridges" and "Specification for Structural Steel Buildings," ANSI/AISC 360-05,for bearing, adequacy of temporary connections, alignment, and removal of paint on surfaces adjacent to field welds. 2. Unless indicated otherwise, beam flanges employing full penetration welds shall have 1- 1/4-by-3/16-inch backup plate. Back gouge root pass and weld flush on backside where full penetration is specified. 3. For architecturally exposed steel, remove backing bars or runoff tabs, back gouge, and grind steel smooth. 3.05 FIELD QUALITY CONTROL A. Bolted Connections: Field-bolted connections will be tested and inspected according to RCSC's "Specification for Structural Joints Using High-Strength Bolts." B. Welded Connections: Field welds will be 100 percent visually inspected according to AWS D1.1. 1. Full penetration welds and other welds as specified: In addition to 100 percent visual inspection, 10 percent of connections will be tested and inspected according to AWS D1.1 and the following inspection procedures, at testing agency's option: Structural Steel Framing 051200-7 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 a. Liquid Penetrant Inspection: ASTM E165. b. Magnetic Particle Inspection: ASTM E709; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration will not be accepted. c. Ultrasonic Inspection: ASTM E164. d. Radiographic Inspection: ASTM E94. C. Correct deficiencies in Work that test reports and inspections indicate does not comply with the Contract Documents. 1. Corrective measures shall be taken when welding is unsatisfactory or indicates inferior workmanship. Chip and grind if the removal of part of the weld or a portion of the base metal is required. Where deposition of additional weld material is necessary,the sides of the area to be welded shall have no less than one to one (1:1) slope to allow room for depositing new material. Correct defective or unsound welds by the removal and replacement of the entire weld using the following procedures: a. Excessive Convexity: Reduce to size by removal of excess weld metal by grinding. b. Shrinkage Cracks, Cracks in Base Metal, Craters and Excessive Porosity: Remove defective portions of base and weld material down to sound metal, and deposit additional sound material. c. Undercutting, Undersize, and Excessive Concavity: Clean and deposit additional weld metal. d. Overlapping and Incomplete Fusion: Remove and replace the defective portion of the weld. e. Slag Inclusion: Remove those parts of the welds containing slag. Fill with sound weld metal. f. Removal of Adjacent Base Metal during Welding: Clean and form full size by depositing weld material. 2. Remove cracked welds throughout their length. 3. Where work performed subsequently to the making of the deficient weld has rendered the weld inaccessible, or has caused new conditions which make connection of the deficiency dangerous or ineffectual, restore the original conditions by removing welds or members, or both before making the necessary corrections. Another option is to compensate for the deficiency with additional work according to the revised design, approved by the Engineer. 4. Cut apart and reweld improperly fitted and misaligned parts. 5. Straighten members distorted by heat of welding using mechanical means or by carefully supervised application of a limited amount of localized heat. Heated areas shall not exceed 1200 degrees Fahrenheit as measured by Tempilsticks. Parts to be heated for straightening shall be free from external stress forces, except when mechanical means are used in conjunction with heat application. 6. If faulty welding or its removal for rewelding damages the base metal so that, in the Engineer's judgment, it is not in accordance with the intent of the Contract Documents, Structural Steel Framing 051200-8 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 remove and replace the damaged material and compensate for the deficiency in a manner acceptable to the Engineer. 7. Maximum space between pieces or members for fillet welds shall be 1/16 inch. Only effective portion shall be considered in measuring fillet welds. 3.06 REPAIRS AND PROTECTION A. Touchup Painting: After installation, promptly clean, prepare, and prime or reprime field connections, rust spots, and abraded surfaces of prime-painted joists and accessories, bearing plates, and abutting structural steel. 1. Clean and prepare surfaces by SSPC-SP 2 hand-tool cleaning or SSPC-SP 3 power-tool cleaning. 2. Apply a compatible primer of same type as shop primer used on adjacent surfaces. END OF SECTION Structural Steel Framing 051200-9 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 05 53 00 METAL GRATINGS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Metal bar gratings. 2. Metal frames and supports for gratings. B. Related Sections: 1. Section 05 12 00 "Structural Steel Framing"for structural-steel framing system components. 1.03 PERFORMANCE REQUIREMENTS A. Structural Performance: Gratings shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated. 1. Walkways and Elevated Platforms Used as Exits: Uniform load of 100 Ibf/sq. ft. (4.79 kN/sq. m). 2. Limit deflection to L/240or 1/4 inch (6.4 mm), whichever is less. 1.04 ACTION SUBMITTALS A. Product Data: For the following: 1. Clips and anchorage devices for gratings. B. Shop Drawings: Include plans, sections, details, and attachments to other work. 1.05 INFORMATIONAL SUBMITTALS A. Mill Certificates: Signed by manufacturers of stainless-steel sheet certifying that products furnished comply with requirements. B. Welding certificates. 1.06 QUALITY ASSURANCE A. Metal Bar Grating Standards: Comply with NAAMM MBG 531, "Metal Bar Grating Manual Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code-Steel." 1.07 PROJECT CONDITIONS Metal Gratings 055300- 1 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 A. Field Measurements: Verify actual locations of walls and other construction contiguous with gratings by field measurements before fabrication. 1.08 COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another. B. Coordinate installation of anchorages for gratings, grating frames, and supports. Furnish setting drawings,templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors,that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 2.00 PRODUCTS 2.01 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A36/A36M. B. Steel Bars for Bar Gratings: ASTM A36/A36M or steel strip,ASTM A1011/A1011M or ASTM A1018/A1018M. C. Wire Rod for Bar Grating Crossbars: ASTM A510 (ASTM A510M). D. Uncoated Steel Sheet: ASTM A1011/A1011M,structural steel, Grade 30 (Grade 205). E. Galvanized-Steel Sheet: ASTM A653/A653M, structural quality, Grade 33 (Grade 230), with G90 (Z275) coating. F. Expanded-Metal Carbon Steel: ASTM F1267, Class 1. G. Expanded-Metal Galvanized Steel: ASTM F1267, Class 2, Grade A. 2.02 FASTENERS A. General: Unless otherwise indicated, provide Type 316 stainless-steel fasteners for exterior use and zinc-plated fasteners with coating complying with ASTM B633 or ASTM F1941 (ASTM F1941M), Class Fe/Zn 5, at exterior walls. Select fasteners for type,grade, and class required. 1. Provide stainless-steel fasteners for fastening aluminum. 2. Provide stainless steel fasteners for fastening stainless steel. B. Steel Bolts and Nuts: Regular hexagon-head bolts,ASTM A307, Grade A(ASTM F568M, Property Class 4.6);with hex nuts, ASTM A563 (ASTM A563M); and,where indicated,flat washers. C. Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts, nuts, and, where indicated, flat washers; ASTM F593 (ASTM F738M) for bolts and ASTM F594 (ASTM F836M) for nuts, Alloy Group 2 (A4). D. Anchor Bolts: ASTM F1554, Grade 36, of dimensions indicated; with nuts,ASTM A563 (ASTM A563M); and,where indicated,flat washers. Metal Gratings 055300-2 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. Hot-dip galvanized or provide mechanically deposited, zinc coating where item being fastened is indicated to be galvanized. E. Plain Washers: Round, ASME B18.22.1 (ASME B18.22M). F. Lock Washers: Helical, spring type,ASME B18.21.1 (ASME B18.21.2M). G. Post-Installed Anchors: Torque-controlled expansion anchors or chemical anchors capable of sustaining, without failure, a load equal to six times the load imposed when installed in unit masonry and four times the load imposed when installed in concrete, as determined by testing according to ASTM E488, conducted by a qualified independent testing agency. 1. Material for Exterior Locations and Where Stainless Steel is Indicated: Alloy Group 2 (A4) stainless-steel bolts, ASTM F593 (ASTM F738M), and nuts, ASTM F594(ASTM F836M). 2.03 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy that is welded. B. Epoxy Zinc-Rich Primer: Complying with MPI#20 and compatible with topcoat. C. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. 2.04 FABRICATION A. Shop Assembly: Fabricate grating sections in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch material cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch (1 mm) unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form from materials of size,thickness, and shapes indicated, but not less than that needed to support indicated loads. D. Fit exposed connections accurately together to form hairline joints. E. Welding: Comply with AWS recommendations and the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. F. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space the anchoring devices to secure gratings, frames, and supports rigidly in place and to support indicated loads. 1. Fabricate toeplates to fit grating units and weld to units in shop unless otherwise indicated. Metal Gratings 055300-3 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. Fabricate toeplates for attaching in the field. 3. Toeplate Height: 4 inches (100 mm) unless otherwise indicated. 2.05 METAL BAR GRATINGS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Alabama Metal Industries Corporation; a Gibraltar Industries company. 2. All American Grating. 3. BarnettBates Corporation. 4. Borden Metal Products (Canada) Limited. 5. Fisher& Ludlow; Division of Harris Steel Limited. 6. Grating Pacific, Inc. 7. Grupo Metelmex, S.A. de C.V. 8. IKG Industries; a division of Harsco Corporation. 9. Marwas Steel Co.; Laurel Steel Products Division. 10. Ohio Gratings, Inc. 11. Seidelhuber Metal Products; Division of Brodhead Steel Products. B. Welded Steel Grating 1. Grating Mark: As indicated. 2. Traffic Surface: As indicated. 3. Steel Finish: Hot-dip galvanized with a coating weight of not less than 1.8 oz./sq.ft. (550 g/sq. m) of coated surface. C. Pressure-Locked Steel Grating: Fabricated by pressing rectangular flush-top crossbars into slotted bearing bars or swaging crossbars between bearing bars. 1. Grating Mark: As indicated. 2. Traffic Surface: As indicated. 3. Steel Finish Hot-dip galvanized with a coating weight of not less than 1.8 oz./sq. ft. (550 g/sq. m) of coated surface. D. Removable Grating Sections: Fabricate with banding bars attached by welding to entire perimeter of each section. Include anchors and fasteners of type indicated or, if not indicated, as recommended by manufacturer for attaching to supports. 1. Provide no fewer than four weld lugs for each heavy-duty grating section,with each lug shop welded to two bearing bars. 2. Furnish threaded bolts with nuts and washers for securing grating to supports. E. Fabricate cutouts in grating sections for penetrations indicated. Arrange cutouts to permit grating removal without disturbing items penetrating gratings. Metal Gratings 055300-4 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. Edge-band openings in grating that interrupt four or more bearing bars with bars of same size and material as bearing bars. F. Do not notch bearing bars at supports to maintain elevation. 2.06 GRATING FRAMES AND SUPPORTS A. Frames and Supports for Metal Gratings: Fabricate from metal shapes, plates, and bars of welded construction to sizes, shapes, and profiles indicated and as necessary to receive gratings. Miter and weld connections for perimeter angle frames. Cut, drill, and tap units to receive hardware and similar items. 1. Unless otherwise indicated,fabricate from same basic metal as gratings. 2. Equip units indicated to be cast into concrete or built into masonry with integrally welded anchors. Unless otherwise indicated, space anchors 24 inches (600 mm) o.c. and provide minimum anchor units in the form of steel straps 1-1/4 inches (32 mm) wide by 1/4 inch (6 mm)thick by 8 inches (200 mm) long. B. Galvanize steel frames and supports in the following locations: 1. Exterior. 2.07 STEEL FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products"for recommendations for applying and designating finishes. B. Finish gratings,frames, and supports after assembly. C. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A153/A153M for steel and iron hardware and with ASTM A123/A123M for other steel and iron products. 3.00 EXECUTION 3.01 INSTALLATION, GENERAL A. Fastening to In-Place Construction: Provide anchorage devices and fasteners where necessary for securing gratings to in-place construction. Include threaded fasteners for concrete and masonry inserts,through-bolts, lag bolts, and other connectors. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing gratings. Set units accurately in location, alignment, and elevation; measured from established lines and levels and free of rack. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete or masonry. D. Fit exposed connections accurately together to form hairline joints. E. Attach toeplates to gratings by welding at locations indicated. F. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. Metal Gratings 055300-5 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 3.02 INSTALLING METAL BAR GRATINGS A. General: Install gratings to comply with recommendations of referenced metal bar grating standards that apply to grating types and bar sizes indicated, including installation clearances and standard anchoring details. B. Attach removable units to supporting members with type and size of clips and fasteners indicated or, if not indicated, as recommended by grating manufacturer for type of installation conditions shown. C. Attach nonremovable units to supporting members by welding where both materials are same; otherwise,fasten by bolting as indicated above. 3.03 ADJUSTING AND CLEANING A. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A780. END OF SECTION Metal Gratings 055300-6 Choke Canyon Dam Infrastructure Improvements—E13050 PAB—01/02/20 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 13 34 19 METAL BUILDING SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Structural-steel framing. 2. Metal roof panels. 3. Metal wall panels. 4. Metal soffit panels. 5. Personnel doors and frames. 6. Windows. 7. Translucent panels. 8. Accessories. B. Related Requirements: 1. Section 08 33 23 "Overhead Coiling Doors"for coiling vehicular doors in metal building systems. 2. Section 08 36 13 "Sectional Doors" for sectional vehicular doors in metal building systems. 3. Section 08 5113 "Aluminum Windows"for windows in metal building systems. 4. Section 08 90 00 "Louvers and Vents"for louvers and vents in metal building systems. 1.03 DEFINITIONS A. Terminology Standard: See MBMA's "Metal Building Systems Manual"for definitions of terms for metal building system construction not otherwise defined in this Section or in standards referenced by this Section. 1.04 COORDINATION A. Coordinate sizes and locations of concrete foundations and casting of anchor-rod inserts into foundation walls and footings. Anchor rod installation, concrete, reinforcement, and formwork requirements are specified in Section 03 30 00 "Cast-In-Place Concrete." B. Coordinate metal panel assemblies with rain drainage work, flashing,trim, and construction of supports and other adjoining work to provide a leakproof, secure, and noncorrosive installation. Metal Building Systems 133419- 1 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1.05 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project Site. 1. Review methods and procedures related to metal building systems including, but not limited to,the following: a. Condition of foundations and other preparatory work performed by other trades. b. Structural load limitations. c. Construction schedule. Verify availability of materials and erector's personnel, equipment, and facilities needed to make progress and avoid delays. d. Required tests, inspections, and certifications. e. Unfavorable weather and forecasted weather conditions and impact on construction schedule. 2. Review methods and procedures related to metal roof panel assemblies including, but not limited to,the following: a. Compliance with requirements for purlin and rafter conditions, including flatness and attachment to structural members. b. Structural limitations of purlins and rafters during and after roofing. c. Flashings, special roof details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect metal roof panels. d. Temporary protection requirements for metal roof panel assembly during and after installation. e. Roof observation and repair after metal roof panel installation. 3. Review methods and procedures related to metal wall panel assemblies including, but not limited to,the following: a. Compliance with requirements for support conditions, including alignment between and attachment to structural members. b. Structural limitations of girts and columns during and after wall panel installation. c. Flashings, special siding details, wall penetrations, openings, and condition of other construction that will affect metal wall panels. d. Temporary protection requirements for metal wall panel assembly during and after installation. e. Wall observation and repair after metal wall panel installation. 1.06 ACTION SUBMITTALS A. Product Data: For each type of metal building system component. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the following: a. Metal roof panels. Metal Building Systems 133419-2 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 b. Metal wall panels. c. Metal soffit panels. d. Thermal insulation and vapor-retarder facings. e. Personnel doors and frames. f. Windows. g. Translucent roof panels. h. Roof ventilators. i. Louvers. B. Shop Drawings: Indicate components by others. Include full building plan, elevations, sections, details and the following: 1. Anchor-Rod Plans: Submit anchor-rod plans and templates before foundation work begins. Include location, diameter, and minimum required projection of anchor rods required to attach metal building to foundation. Indicate column reactions at each location. 2. Structural-Framing Drawings: Show complete fabrication of primary and secondary framing; include provisions for openings. Indicate welds and bolted connections, distinguishing between shop and field applications. Include transverse cross-sections. 3. Metal Roof and Wall Panel Layout Drawings: Show layouts of panels including methods of support. Include details of edge conditions,joints, panel profiles, corners, anchorages, clip spacing,trim, flashings, closures, and special details. Distinguish between factory-and field-assembled work; show locations of exposed fasteners. 4. Accessory Drawings: Include details of the following items, at a scale of not less than 1- 1/2 inches per 12 inches (1:8): a. Flashing and trim. b. Gutters. c. Downspouts. C. Samples for Initial Selection: For units with factory-applied finishes. D. Door Schedule: For doors and frames. Use same designations indicated on Drawings. Include details of reinforcement. 1. Door Hardware Schedule: Include details of fabrication and assembly of door hardware. Organize schedule into door hardware sets indicating complete designations of every item required for each door or opening. 2. Keying Schedule: Detail Owner's final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations. E. Delegated-Design Submittal: For metal building systems. 1. Include analysis data indicating compliance with performance requirements and design data signed and sealed by the qualified professional engineer responsible for their preparation. Metal Building Systems 133419-3 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1.07 INFORMATIONAL SUBMITTALS A. Qualification Data: For erector and manufacturer. B. Welding certificates. C. Letter of Design Certification: Signed and sealed by a qualified professional engineer. Include the following: 1. Name and location of Project. 2. Order number. 3. Name of manufacturer. 4. Name of Contractor. 5. Building dimensions including width, length, height, and roof slope. 6. Indicate compliance with AISC standards for hot-rolled steel and AISI standards for cold- rolled steel, including edition dates of each standard. 7. Governing building code and year of edition. 8. Design Loads: Include dead load, roof live load, collateral loads, roof snow load, deflection, wind loads/speeds and exposure, seismic design category or effective peak velocity-related acceleration/peak acceleration, and auxiliary loads (cranes). 9. Load Combinations: Indicate that loads were applied acting simultaneously with concentrated loads, according to governing building code. 10. Building-Use Category: Indicate category of building use and its effect on load importance factors. D. Erector Certificates: For qualified erector,from manufacturer. E. Material Test Reports: For each of the following products: 1. Structural steel including chemical and physical properties. 2. Bolts, nuts, and washers including mechanical properties and chemical analysis. 3. Tension-control, high-strength, bolt-nut-washer assemblies. 4. Shop primers. 5. Nonshrink grout. F. Source quality-control reports. G. Field quality-control reports. H. Sample Warranties: For special warranties. 1.08 CLOSEOUT SUBMITTALS A. Maintenance Data: For metal panel finishes and door hardware to include in maintenance manuals. Metal Building Systems 133419-4 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1.09 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer. 1. Accreditation: Manufacturer's facility accredited according to the International Accreditation Service's AC472, "Accreditation Criteria for Inspection Programs for Manufacturers of Metal Building Systems." 2. Engineering Responsibility: Preparation of comprehensive engineering analysis and Shop Drawings by a professional engineer who is legally qualified to practice in jurisdiction where Project is located. B. Erector Qualifications: An experienced erector who specializes in erecting and installing work similar in material, design, and extent to that indicated for this Project and who is acceptable to manufacturer. C. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1/D1.1M, "Structural Welding Code-Steel." 2. AWS D1.3, "Structural Welding Code -Sheet Steel." D. Land Surveyor Qualifications: A professional land surveyor who practices in jurisdiction where Project is located and who is experienced in providing surveying services of the kind indicated. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver components, sheets, panels, and other manufactured items so as not to be damaged or deformed. Package metal panels for protection during transportation and handling. B. Unload, store, and erect metal panels in a manner to prevent bending, warping,twisting, and surface damage. C. Stack metal panels horizontally on platforms or pallets, covered with suitable weathertight and ventilated covering. Store metal panels to ensure dryness,with positive slope for drainage of water. Do not store metal panels in contact with other materials that might cause staining, denting, or other surface damage. 1.11 FIELD CONDITIONS A. Weather Limitations: Proceed with panel installation only when weather conditions permit metal panels to be installed according to manufacturers' written instructions and warranty requirements. 1.12 WARRANTY A. Special Warranty on Metal Panel Finishes: Manufacturer agrees to repair finish or replace metal panels that show evidence of deterioration of factory-applied finishes within specified warranty period. 1. Exposed Panel Finish: Deterioration includes, but is not limited to,the following: a. Color fading more than 5 Hunter units when tested according to ASTM D2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D4214. Metal Building Systems 133419-5 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 c. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 10years from date of Substantial Completion. B. Special Weathertightness Warranty for Standing-Seam Metal Roof Panels: Manufacturer agrees to repair or replace standing-seam metal roof panel assemblies that leak or otherwise fail to remain weathertight within specified warranty period. 1. Warranty Period: 20years from date of Substantial Completion. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Source Limitations: Obtain metal building system components, including primary and secondary framing and metal panel assemblies, from single source from single manufacturer. 2.02 SYSTEM DESCRIPTION A. Provide a complete, integrated set of mutually dependent components and assemblies that form a metal building system capable of withstanding structural and other loads,thermally induced movement, and exposure to weather without failure or infiltration of water into building interior. B. Primary-Frame Type: 1. Rigid Clear Span: Solid-member, structural-framing system without interior columns. C. End-Wall Framing: Manufacturer's standard, for buildings not required to be expandable, consisting of primary frame, capable of supporting one-half of a bay design load, and end- wall columns. D. Secondary-Frame Type: Manufacturer's standard purlins and joists and exterior-framed (bypass)girts. E. Eave Height: 16 feet (4.9 m. F. Bay Spacing: As indicated on Drawings. G. Roof Slope: Manufacturer's standard for frame type required. H. Roof System: Manufacturer's standard [lap-seam,tapered-ribmetal roof panels. 1. Liner Panels: Tapered rib. I. Exterior Wall System: Manufacturer's standard exposed-fastener,tapered-ribmetal wall panels. 1. Liner Panels: Tapered rib. 2.03 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 0140 00 "Quality Management,"to design metal building system. Metal Building Systems 133419-6 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. Structural Performance: Metal building systems shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated according to procedures in MBMA's "Metal Building Systems Manual." 1. Design Loads: Specify applicable code requirement. 2. Deflection and Drift Limits: Design metal building system assemblies to withstand serviceability design loads without exceeding deflections and drift limits recommended in AISC Steel Design Guide No. 3 "Serviceability Design Considerations for Steel Buildings." C. Seismic Performance: Metal building system shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. D. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes by preventing buckling, opening of joints, overstressing of components,failure of joint sealants,failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change: 180 deg F (100 deg C), material surfaces. E. Structural Performance for Metal Roof and Wall Panels: Provide metal panel systems capable of withstanding the effects of the following loads, based on testing according to ASTM E1592: 1. Wind Loads: As indicated on Drawings. F. Air Infiltration for Metal Roof Panels: Air leakage of not more than 0.06 cfm/sq,ft. (0.3 L/s peer.sq. irn) when tested according to ASTM E1680 at the following test-pressure difference: 1. Test-Pressure Difference: 6.24 Ibf/sq.ft. (300 Pa). G. Air Infiltration for Metal Wall Panels: Air leakage of not more than 0.06 cfm/sq.ft. (0.3 L/s per sq. m) when tested according to ASTM E283 at the following test-pressure difference: H. Water Penetration for Metal Roof Panels: No water penetration when tested according to ASTM E1646 at the following test-pressure difference: 1. Test-Pressure Difference: 6.24 Ibf/sq.ft. (300 Pa). I. Wind-Uplift Resistance: Provide metal roof panel assemblies that comply with UL 580 for wind-uplift-resistance class indicated. 1. Uplift Rating: UL 90. J. FM Global Listing: Provide metal roof panels and component materials that comply with requirements in FM Global 4471 as part of a panel roofing system and that are listed in FM Global's "Approval Guide" for Class 1 or noncombustible construction, as applicable. Identify materials with FM Global markings. 1. Fire/Windstorm Classification: Class 1A105. 2. Hail Resistance: MH 2.04 STRUCTURAL-STEEL FRAMING A. Structural Steel: Comply with AISC 360, "Specification for Structural Steel Buildings." Metal Building Systems 133419-7 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. Bolted Connections: Comply with RCSC's "Specification for Structural Joints Using High- Strength Bolts." C. Cold-Formed Steel: Comply with AISI's "North American Specification for the Design of Cold-Formed Steel Structural Members" for design requirements and allowable stresses. D. Primary Framing: Manufacturer's standard primary-framing system, designed to withstand required loads and specified requirements. Primary framing includes transverse and lean-to frames; rafters, rake, and canopy beams; sidewall, intermediate, end-wall, and corner columns; and wind bracing. 1. General: Provide frames with attachment plates, bearing plates, and splice members. Factory drill for field-bolted assembly. Provide frame span and spacing indicated. a. Slight variations in span and spacing may be acceptable if necessary to comply with manufacturer's standard, as approved by Engineer. 2. Rigid Clear-Span Frames: I-shaped frame sections fabricated from shop-welded, built-up steel plates or structural-steel shapes. Interior columns are not permitted. E. End-Wall Framing: Manufacturer's standard primary end-wall framing fabricated for field- bolted assembly to comply with the following: 1. End-Wall and Corner Columns: I-shaped sections fabricated from structural-steel shapes; shop-welded, built-up steel plates; or C-shaped, cold-formed, structural-steel sheet. F. Secondary Framing: Manufacturer's standard secondary framing, including purlins,girts, eave struts,flange bracing, base members, gable angles, clips, headers,jambs, and other miscellaneous structural members. Unless otherwise indicated, fabricate framing from either cold-formed, structural-steel sheet or roll-formed, metallic-coated steel sheet, prepainted with coil coating, to comply with the following: 1. Purlins: C-or Z-shaped sections;fabricated from built-up steel plates, steel sheet, or structural-steel shapes; minimum 2-1/2-inch (64-mm) wide flanges. a. Depth: As needed to comply with system performance requirements 2. Girts: C-or Z-shaped sections;fabricated from built-up steel plates, steel sheet, or structural-steel shapes. Form ends of Z-sections with stiffening lips angled 40 to 50 degrees from flange, with minimum 2-1/2-inch (64-mm) wide flanges. a. Depth: As required to comply with system performance requirements. 3. Eave Struts: Unequal-flange, C-shaped sections;fabricated from built-up steel plates, steel sheet, or structural-steel shapes;to provide adequate backup for metal panels. 4. Flange Bracing: Minimum 2-by-2-by-1/8-inch (51-by-51-by-3-mm) structural-steel angles or 1-inch (25-mm) diameter, cold-formed structural tubing to stiffen primary- frame flanges. 5. Sag Bracing: Minimum 1-by-l-by-1/8-inch (25-by-25-by-3-mm) structural-steel angles. 6. Base or Sill Angles: Manufacturer's standard base angle, minimum 3-by-2-inch (76-by- 51-mm),fabricated from zinc-coated (galvanized) steel sheet. Metal Building Systems 133419-8 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 7. Purlin and Girt Clips: Manufacturer's standard clips fabricated from steel sheet. Provide galvanized clips where clips are connected to galvanized framing members. 8. Framing for Openings: Channel shapes; fabricated from cold-formed, structural-steel sheet or structural-steel shapes. Frame head and jamb of door openings and head, jamb, and sill of other openings. 9. Miscellaneous Structural Members: Manufacturer's standard sections fabricated from cold-formed, structural-steel sheet; built-up steel plates; or zinc-coated (galvanized) steel sheet; designed to withstand required loads. 10. Type: As indicated. G. Bracing: Provide adjustable wind bracing using any method as follows: 1. Rods: ASTM A36/A36M; ASTM A572/A572M, Grade 50 (345); or ASTM A529/A529M, Grade 50 (345); minimum 1/2-inch (13-mm) diameter steel; threaded full length or threaded a minimum of 6 inches (152 mm) at each end. 2. Cable: ASTM A475, minimum 1/4-inch (6-mm) diameter, extra-high-strength grade, Class B, zinc-coated, seven-strand steel;with threaded end anchors. 3. Angles: Fabricated from structural-steel shapes to match primary framing, of size required to withstand design loads. 4. Rigid Portal Frames: Fabricated from shop-welded, built-up steel plates or structural- steel shapes to match primary framing; of size required to withstand design loads. 5. Fixed-Base Columns: Fabricated from shop-welded, built-up steel plates or structural- steel shapes to match primary framing; of size required to withstand design loads. 6. Diaphragm Action of Metal Panels: Design metal building to resist wind forces through diaphragm action of metal panels. H. Anchor Rods: Headed anchor rods as indicated in Anchor Rod Plan for attachment of metal building to foundation. I. Materials: 1. W-Shapes: ASTM A992/A992M;ASTM A572/A572M, Grade 50 or 55 (:345 or 380); or ASTM A529/A529M, Grade 50 or 55 (345 or 380). 2. Channels, Angles, M-Shapes, and S-Shapes: ASTM A36/A36M;ASTM A572/A572M, Grade 50 or 55 (345 or 380); or ASTM A529/A529M, Grade 50 or 55 (345 or 380). 3. Plate and Bar: ASTM A36/A36M; ASTM A572/A572M, Grade 50 or 55 (345 or"380); or ASTM A529/A529M, Grade 50 or 55 (345 or 380). 4. Structural-Steel Sheet: Hot-rolled,ASTM A1011/A1011M, Structural Steel (SS), Grades 30 through 55 (205 through 38.1), or High-Strength Low-Alloy Steel (HSLAS) or High- Strength Low-Alloy Steel with Improved Formability(HSLAS-F), Grades 45 through 70 (3:.11.0 through 480); or cold-rolled,ASTM A1008/A1008M, Structural Steel (SS), Grades 25 through 80 (170 through 550), or HSLAS, Grades 45 through 70 (310 through 480). 5. Metallic-Coated Steel Sheet: ASTM A653/A653M, SS, Grades 33 through 80 (2.30 through 550), or HSLAS or HSLAS-F, Grades 50 through 80 (340 thirouglh 5.50); with G60 (21.80) coating designation; mill phosphatized. Metal Building Systems 133419-9 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 6. Metallic-Coated Steel Sheet Prepainted with Coil Coating: Steel sheet, metallic coated by the hot-dip process and prepainted by the coil-coating process to comply with ASTM A755/A755M. a. Zinc-Coated (Galvanized) Steel Sheet: ASTM A653/A653M, SS, Grades 33 through 80 (230 tlhrC)Uglh 5150), or HSLAS or HSLAS-F, Grades 50 through 80 (.340 through 550); with G90 (Z275) coating designation. b. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A792/A792M, SS, Grade 50 or 80 (34.0 or 5:30);with Class AZ50 (AZIM1150) coating. 7. Non-High-Strength Bolts, Nuts, and Washers: ASTM A307, Grade A, carbon-steel, hex- head bolts; ASTM A563 (AS 11 IM A5631M) carbon-steel hex nuts; and ASTM F844 plain (flat) steel washers. a. Finish: Hot-dip zinc coating,ASTM F2329, Class C. 8. High-Strength Bolts, Nuts, and Washers: ASTM F3125/F3125M, Grade A325 (Eirad A32'..:)M),Type 1, heavy-hex steel structural bolts; ASTM A563, Grade DH, (AS II M A563M, Class 10S) heavy-hex carbon-steel nuts; and ASTM F436/F436M,Type 1, hardened carbon-steel washers. a. Finish: Hot-dip zinc coating, ASTM F2329, Class C. 9. Unheaded Anchor Rods: ASTM A36/A36M a. Configuration: Straight. b. Nuts: ASTM A563 (A,Sii1M A56311M) heavy-hex carbon steel. c. Plate Washers: ASTM A36/A36M carbon steel. d. Washers: ASTM F436 (A,SOM I1:=436M) hardened carbon steel. e. Finish: Hot-dip zinc coating,ASTM F2329, Class C. 10. Headed Anchor Rods: ASTM F1554, Grade 36. a. Configuration: Straight. b. Nuts: ASTM A563 (AS'ii1M A5631M) heavy-hex carbon steel. c. Plate Washers: ASTM A36/A36M carbon steel. d. Washers: ASTM F436 (AS'ii"IM If=436M) hardened carbon steel. e. Finish: Hot-dip zinc coating,ASTM F2329, Class C. 11. Threaded Rods: ASTM A36/A36M. a. Nuts: ASTM A563 (ASi""M A563KA) heavy-hex carbon steel. b. Washers: ASTM A36/A36M carbon steel. c. Finish: Hot-dip zinc coating,ASTM F2329, Class C. J. Finish: Factory primed. Apply specified primer immediately after cleaning and pretreating. 1. Clean and prepare in accordance with SSPC-SP2. 2. Coat with manufacturer's standard primer. Apply primer to primary and secondary framing to a minimum dry film thickness of 1 mil (0.,025 rrnrn). Metal Building Systems 133419- 10 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 a. Prime secondary framing formed from uncoated steel sheet to a minimum dry film thickness of 0.5 mil (0.0:1.3 mirn) on each side. 2.05 METAL ROOF PANELS A. Exposed Fastener,Tapered-Rib, Metal Roof Panels: Formed with raised,trapezoidal major ribs and intermediate stiffening ribs symmetrically spaced between major ribs; designed to be installed by lapping side edges of adjacent panels and mechanically attaching panels to supports using exposed fasteners in side laps. 1. Material: Zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet, 0.030-inch (0.76-mm) nominal uncoated steel thickness. Prepainted by the coil-coating process to comply with ASTM A755/A755M. a. Exterior Finish: Three-coat fluoropolymer. b. Color: As selected by owner from manufacturer's full range. 2. Major-Rib Spacing: 12 inches (305 mm o.c. 3. Panel Coverage: 36 inches (914 mm). 4. Panel Height: 1.25 inches (32 mm). B. Finishes: 1. Exposed Coil-Coated Finish: a. Three-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers'written instructions. 2. Concealed Finish: Apply pretreatment and manufacturer's standard white or light- colored acrylic or polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil (0,013 irnnim). 2.06 METAL WALL PANELS A. Exposed-Fastener,Tapered-Rib, Metal Wall Panels: Formed with raised,trapezoidal major ribs and intermediate stiffening ribs symmetrically spaced between major ribs; designed to be installed by lapping side edges of adjacent panels and mechanically attaching panels to supports using exposed fasteners in side laps. 1. Material: Zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet, 0.030-inch (0.76-mm) nominal uncoated steel thickness. Prepainted by the coil-coating process to comply with ASTM A755/A755M. a. Exterior Finish: Three-coat fluoropolymer. b. ColorAs selected by owner. 2. Major-Rib Spacing: 12 inches(305 irnirn)o.c. 3. Panel Coverage: 36 inches(91.4 rnirn). 4. Panel Heightl.25 inches (32 imm) Metal Building Systems 133419- 11 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. Finishes: 1. Exposed Coil-Coated Finish: a. Three-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers'written instructions. 2. Concealed Finish: Apply pretreatment and manufacturer's standard white or light- colored acrylic or polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil (0.013 mm). 2.07 METAL SOFFIT PANELS A. General: Provide factory-formed metal soffit panels designed to be installed by lapping and interconnecting side edges of adjacent panels and mechanically attaching through panel to supports using concealed fasteners and factory-applied sealant in side laps. Include accessories required for weathertight installation. B. Metal Soffit Panels: Match profile and material of metal wall panels. 1. Finish: Match finish and color of metal wall panels. 2.08 PERSONNEL DOORS AND FRAMES A. Swinging Personnel Doors and Frames: As specified in Section 08 1113 "Hollow Metal Doors and Frames." B. Swinging Personnel Doors and Frames: Metal building system manufacturer's standard doors and frames; prepared and reinforced at strike and at hinges to receive factory-and field-applied hardware according to BHMA A156 Series. 1. Steel Doors: 1-3/4 inches (44.,5 inninn) thick; fabricated from metallic-coated steel face sheets, 0.036-inch (0.91 mm) nominal uncoated steel thickness, of seamless, hollow- metal construction; with 0.060-inch (1.52 rmirn) nominal uncoated steel thickness, inverted metallic-coated steel channels welded to face sheets at top and bottom of door. a. Design: Flush panel. b. Core: Kraft honeycomb with U-factor rating of at least 0.47 Btu/sq.ft.x h x deg F (2..67 /.sq, iT'i x K). 2. Steel Frames: Fabricate 2-inch (51-i-nm)wide face frames from zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet, 0.060-inch (1.52 irmirn) nominal uncoated steel thickness. a. Type: Knocked down for field assembly 3. Fabricate concealed stiffeners, reinforcement, edge channels, and moldings from either cold-or hot-rolled steel sheet. Metal Building Systems 133419- 12 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4. Hardware: a. Provide hardware for each door leaf, as follows: 1). Hinges: BHMA A156.1. Three plain-bearing, standard-weight,full-mortise, stainless-steel or bronze, template-type hinges; 4-1/2 by 4-1/2 inches (114 by 1:1.4 mm), with nonremovable pin. 2). Lockset: BHMA A156.2. Key-in-lever cylindricaltype. 3). Exit Device: BHMA A156.3. Touch-or push-bar type. 4). Threshold: BHMA A156.21. Extruded aluminum. 5). Silencers: Pneumatic rubber; three silencers on strike jambs of single door frames and two silencers on heads of double door frames. 6). Closer: BHMA A156.4. Surface-applied, standard-duty hydraulic type. 7). Weather Stripping: Vinyl applied to head and jambs,with vinyl sweep at sill. b. Provide each pair of double doors with the following hardware in addition to that specified for each leaf: 1). Astragal: Removable type. 2). Surface Bolts: Top and bottom of inactive door. 5. Anchors and Accessories: Manufacturer's standard units, galvanized according to ASTM A123/A123M. 6. Fabrication: Fabricate doors and frames to be rigid; neat in appearance; and free from defects, warp, or buckle. Provide continuous welds on exposed joints; grind, dress, and make welds smooth,flush, and invisible. C. Materials: 1. Metallic-Coated Steel Sheet: ASTM A653/A653M, CS,Type B; with G60(2180) zinc (galvanized) or A60 (211:=180) zinc-iron-alloy (galvannealed) coating designation. D. Finishes for Personnel Doors and Frames: 1. Factory-Applied Paint Finish: Manufacturer's standard, complying with SDI A250.3 for performance and acceptance criteria. a. Color and Gloss: As selected by Owner from manufacturer's full range. 2.09 TRANSLUCENT PANELS A. Uninsulated Translucent Panels: Glass-fiber-reinforced polyester,translucent plastic; complying with ASTM D3841,Type CC2 (general purpose, Grade 1 (weather resistant); smooth finish on both sides. Match profile of adjacent metal panels. 1. Roof Panel Weight: Not less than 8 oz./sq. ft. (244.1 g/sq, n)). 2. Wall Panel Weight: Not less than 6 oz./sq,ft, (.1831 g/sq. m). 3. Light Transmittance: Not less than [55] percent according to ASTM D1494. Metal Building Systems 133419- 13 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4. Metal Edge: Fabricate full length of each side of panel with metal edge for seaming into standing-seam roof panel joint. 5. Color: White. B. Mastic for Translucent Panels: Nonstaining, saturated vinyl polymer as recommended by translucent panel manufacturer for sealing laps. C. Performance: 1. Surface-Burning Characteristics: As determined by testing identical products according to ASTM E84 by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. a. Flame-Spread Index: 25 or less. b. Smoke-Developed Index: 450 or less. 2.10 ACCESSORIES A. General: Provide accessories as standard with metal building system manufacturer and as specified. Fabricate and finish accessories at the factory to greatest extent possible, by manufacturer's standard procedures and processes. Comply with indicated profiles and with dimensional and structural requirements. 1. Form exposed sheet metal accessories that are without excessive oil-canning, buckling, and tool marks and that are true to line and levels indicated,with exposed edges folded back to form hems. B. Roof Panel Accessories: Provide components required for a complete metal roof panel assembly including copings, fasciae, corner units, ridge closures, clips, sealants, gaskets, fillers, closure strips, and similar items. Match material and finish of metal roof panels unless otherwise indicated. 1. Closures: Provide closures at eaves and ridges, fabricated of same material as metal roof panels. 2. Backing Plates: Provide metal backing plates at panel end splices,fabricated from material recommended by manufacturer. 3. Closure Strips: Closed-cell,expanded, cellular, rubber or crosslinked, polyolefin-foam or closed-cell laminated polyethylene; minimum 1-inch (25 irnim) thick, flexible closure strips; cut or premolded to match metal roof panel profile. Provide closure strips where indicated or necessary to ensure weathertight construction. C. Wall Panel Accessories: Provide components required for a complete metal wall panel assembly including copings, fasciae, mullions, sills, corner units, clips, sealants, gaskets, fillers, closure strips, and similar items. Match material and finish of metal wall panels unless otherwise indicated. 1. Closures: Provide closures at eaves and rakes,fabricated of same material as metal wall panels. 2. Backing Plates: Provide metal backing plates at panel end splices,fabricated from material recommended by manufacturer. Metal Building Systems 133419- 14 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3. Closure Strips: Closed-cell,expanded, cellular, rubber or crosslinked, polyolefin-foam or closed-cell laminated polyethylene; minimum 1-inch (25-mirn) thick, flexible closure strips; cut or premolded to match metal wall panel profile. Provide closure strips where indicated or necessary to ensure weathertight construction. D. Flashing and Trim: Zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet, 0,013-inch (0.46-irna-i) nominal uncoated steel thickness, prepainted with coil coating; finished to match adjacent metal panels. 1. Provide flashing and trim as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases, framed openings, ridges, fasciae, and fillers. 2. Opening Trim: Zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet, 0.030-inch (0.76-mm) nominal uncoated steel thickness, prepainted with coil coating. Trim head and jamb of door openings, and head,jamb, and sill of other openings. E. Gutters: Zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet, 0.018-inch (0„46 irnm) nominal uncoated steel thickness, prepainted with coil coating; finished to match roof fascia and rake trim. Match profile of gable trim, complete with end pieces, outlet tubes, and other special pieces as required. Fabricate in minimum 96-inch (2436-irnm) long sections, sized according to SMACNA's "Architectural Sheet Metal Manual.” 1. Gutter Supports: Fabricated from same material and finish as gutters. 2. Strainers: Bronze, copper, or aluminum wire ball type at outlets. F. Downspouts: Zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet, 0,018-inch (0.46 inrn) nominal uncoated steel thickness, prepainted with coil coating; finished to match metal wall panels. Fabricate in minimum 10-foot (3 rn) long sections, complete with formed elbows and offsets. 1. Mounting Straps: Fabricated from same material and finish as gutters. G. Roof Ventilators: Gravity type, complete with hardware, flashing, closures, and fittings. 1. Continuous or Sectional-Ridge Type: Factory-engineered and -fabricated, continuous unit; Zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet, 0.018-inch (0.46 inrnin) nominal uncoated steel thickness, prepainted with coil coating; finished to match metal roof panels. Fabricated in minimum 10-foot (3 irn) long sections. Provide throat size and total length indicated, complete with side baffles,ventilator assembly, end caps, splice plates, and reinforcing diaphragms. a. Bird Screening: Galvanized steel, 1/2-inch (:1.3 innirn) square mesh, 0.041-inch (1.04 mm) wire; or aluminum, 1f2-inch (13-mm) square mesh, 0.063-inch (1.6 mm)wire. b. Dampers: Manually operated, spring-loaded,vertically rising type; chain and worm gear operator; with pull chain of length required to reach within 36 inches (9..4 mire) of floor. c. Throat Size: [as standard with manufacturer, and as required to comply with ventilation requirements. H. Pipe Flashing: Premolded, EPDM pipe collar with flexible aluminum ring bonded to base. Metal Building Systems 133419- 15 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 I. Materials: 1. Fasteners: Self-tapping screws, bolts, nuts, self-locking rivets and bolts, end-welded studs, and other suitable fasteners designed to withstand design loads. Provide fasteners with heads matching color of materials being fastened by means of plastic caps or factory-applied coating. a. Fasteners for Metal Roof Panels: Self-drilling,Type 410 stainless steel or self- tapping,Type 304 stainless-steel or zinc-alloy-steel hex washer head,with EPDM washer under heads of fasteners bearing on weather side of metal panels. b. Fasteners for Metal Wall Panels: Self-drilling,Type 410 stainless steel or self- tapping,Type 304 stainless-steel or zinc-alloy-steel hex washer head ,with EPDM sealing washers bearing on weather side of metal panels. c. Fasteners for Flashing and Trim: Blind fasteners or self-drilling screws with hex washer head. d. Blind Fasteners: High-strength aluminum or stainless-steel rivets. 2. Corrosion-Resistant Coating: Cold-applied asphalt mastic, compounded for 15-mil (0.4 mirmu) dry film thickness per coat. Provide inert-type noncorrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities. 3. Nonmetallic, Shrinkage-Resistant Grout: ASTM C1107/C1107M,factory-packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30-minute working time. 4. Metal Panel Sealants: a. Sealant Tape: Pressure-sensitive, 100 percent solids, gray polyisobutylene- compound sealant tape with release-paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape of manufacturer's standard size. b. Joint Sealant: ASTM C920; one part elastomeric polyurethane or polysulfide; of type, grade, class, and use classifications required to seal joints in metal panels and remain weathertight; and as recommended by metal building system manufacturer. 2.11 FABRICATION A. General: Design components and field connections required for erection to permit easy assembly. 1. Mark each piece and part of the assembly to correspond with previously prepared erection drawings, diagrams, and instruction manuals. 2. Fabricate structural framing to produce clean, smooth cuts and bends. Punch holes of proper size, shape, and location. Members shall be free of cracks,tears, and ruptures. B. Tolerances: Comply with MBMA's "Metal Building Systems Manual" for fabrication and erection tolerances. C. Primary Framing: Shop fabricate framing components to indicated size and section, with baseplates, bearing plates, stiffeners, and other items required for erection welded into place. Cut,form, punch, drill, and weld framing for bolted field assembly. 1. Make shop connections by welding or by using high-strength bolts. Metal Building Systems 133419- 16 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. Join flanges to webs of built-up members by a continuous, submerged arc-welding process. 3. Brace compression flange of primary framing with steel angles or cold-formed structural tubing between frame web and purlin web or girt web, so flange compressive strength is within allowable limits for any combination of loadings. 4. Weld clips to frames for attaching secondary framing if applicable, or punch for bolts. 5. Shop Priming: Prepare surfaces for shop priming according to SSPC-SP 2. Shop prime primary framing with specified primer after fabrication. D. Secondary Framing: Shop fabricate framing components to indicated size and section by roll forming or break forming,with baseplates, bearing plates, stiffeners, and other plates required for erection welded into place. Cut, form, punch, drill, and weld secondary framing for bolted field connections to primary framing. 1. Make shop connections by welding or by using non-high-strength bolts. 2. Shop Priming: Prepare uncoated surfaces for shop priming according to SSPC-SP 2. Shop prime uncoated secondary framing with specified primer after fabrication. E. Metal Panels: Fabricate and finish metal panels at the factory to greatest extent possible, by manufacturer's standard procedures and processes, as necessary to fulfill indicated performance requirements. Comply with indicated profiles and with dimensional and structural requirements. 1. Provide panel profile, including major ribs and intermediate stiffening ribs, if any,for full length of metal panel. 3.00 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with erector present,for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Before erection proceeds, survey elevations and locations of concrete-and masonry-bearing surfaces and locations of anchor rods, bearing plates, and other embedments to receive structural framing, with erector present, for compliance with requirements and metal building system manufacturer's tolerances. Engage land surveyor to perform surveying. C. Proceed with erection only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition. B. Provide temporary shores,guys, braces, and other supports during erection to keep structural framing secure, plumb, and in alignment against temporary construction loads and loads equal in intensity to design loads. Remove temporary supports when permanent structural framing, connections, and bracing are in place unless otherwise indicated. Metal Building Systems 133419- 17 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3.03 ERECTION OF STRUCTURAL FRAMING A. Erect metal building system according to manufacturer's written instructions and drawings. B. Do not field cut, drill, or alter structural members without written approval from metal building system manufacturer's professional engineer. C. Set structural framing accurately in locations and to elevations indicated, according to AISC specifications referenced in this Section. Maintain structural stability of frame during erection. D. Align and adjust structural framing before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact with framing. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 1. Level and plumb individual members of structure. E. Primary Framing and End Walls: Erect framing level, plumb, rigid, secure, and true to line. Level baseplates to a true even plane with full bearing to supporting structures, set with double-nutted anchor bolts. Use grout to obtain uniform bearing and to maintain a level base-line elevation. Moist-cure grout for not less than 7 days after placement. 1. Make field connections using high-strength bolts installed according to RCSC's "Specification for Structural Joints Using High-Strength Bolts" for bolt type and joint type specified. a. Joint Type: Snug tightened or pretensioned as required by manufacturer. F. Secondary Framing: Erect framing level, plumb, rigid, secure, and true to line. Field bolt secondary framing to clips attached to primary framing. 1. Provide rake or gable purlins with tight-fitting closure channels and fasciae. 2. Locate and space wall girts to suit openings such as doors and windows. 3. Provide supplemental framing at entire perimeter of openings, including doors, windows, louvers,ventilators, and other penetrations of roof and walls. G. Bracing: Install bracing in roof and sidewalls where indicated on erection drawings. 1. Tighten rod and cable bracing to avoid sag. 2. Locate interior end-bay bracing only where indicated. H. Framing for Openings: Provide shapes of proper design and size to reinforce openings and to carry loads and vibrations imposed, including equipment furnished under mechanical and electrical work. Securely attach to structural framing. I. Erection Tolerances: Maintain erection tolerances of structural framing within AISC 303. 3.04 METAL PANEL INSTALLATION, GENERAL A. Fabricate and finish metal panels and accessories at the factory, by manufacturer's standard procedures and processes, as necessary to fulfill indicated performance requirements demonstrated by laboratory testing. Comply with indicated profiles and with dimensional and structural requirements. Metal Building Systems 133419- 18 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. On-Site Fabrication: Subject to compliance with requirements of this Section, metal panels may be fabricated on-site using UL-certified, portable roll-forming equipment if panels are of same profile and warranted by manufacturer to be equal to factory-formed panels. Fabricate according to equipment manufacturer's written instructions and to comply with details shown. C. Examination: Examine primary and secondary framing to verify that structural-panel support members and anchorages have been installed within alignment tolerances required by manufacturer. 1. Examine roughing-in for components and systems penetrating metal panels,to verify actual locations of penetrations relative to seams before metal panel installation. D. General: Anchor metal panels and other components of the Work securely in place, with provisions for thermal and structural movement. 1. Field cut metal panels as required for doors, windows, and other openings. Cut openings as small as possible, neatly to size required, and without damage to adjacent metal panel finishes. a. Field cutting of metal panels by torch is not permitted unless approved in writing by manufacturer. 2. Install metal panels perpendicular to structural supports unless otherwise indicated. 3. Flash and seal metal panels with weather closures at perimeter of openings and similar elements. Fasten with self-tapping screws. 4. Locate and space fastenings in uniform vertical and horizontal alignment. 5. Locate metal panel splices over structural supports with end laps in alignment. 6. Lap metal flashing over metal panels to allow moisture to run over and off the material. E. Lap-Seam Metal Panels: Install screw fasteners using power tools with controlled torque adjusted to compress EPDM washers tightly without damage to washers, screw threads, or metal panels. Install screws in predrilled holes. 1. Arrange and nest side-lap joints so prevailing winds blow over, not into, lapped joints. Lap ribbed or fluted sheets one full rib corrugation. Apply metal panels and associated items for neat and weathertight enclosure. Avoid "panel creep" or application not true to line. F. Metal Protection: Where dissimilar metals contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with corrosion-resistant coating, by applying rubberized-asphalt underlayment to each contact surface, or by other permanent separation as recommended by metal roof panel manufacturer. G. Joint Sealers: Install gaskets,joint fillers, and sealants where indicated and where required for weatherproof performance of metal panel assemblies. Provide types of gaskets,fillers, and sealants indicated; or, if not indicated, provide types recommended by metal panel manufacturer. 1. Seal metal panel end laps with double beads of tape or sealant the full width of panel. Seal side joints where recommended by metal panel manufacturer. Metal Building Systems 133419- 19 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3.05 METAL ROOF PANEL INSTALLATION A. General: Provide metal roof panels of full length from eave to ridge unless otherwise indicated or restricted by shipping limitations. 1. Install ridge caps as metal roof panel work proceeds. 2. Flash and seal metal roof panels with weather closures at eaves and rakes. Fasten with self-tapping screws. B. Lap-Seam Metal Roof Panels: Fasten metal roof panels to supports with exposed fasteners at each lapped joint, at location and spacing recommended by manufacturer. 1. Provide metal-backed sealing washers under heads of exposed fasteners bearing on weather side of metal roof panels. 2. Provide sealant tape at lapped joints of metal roof panels and between panels and protruding equipment,vents, and accessories. 3. Apply a continuous ribbon of sealant tape to weather-side surface of fastenings on end laps and on side laps of nesting-type metal panels, on side laps of ribbed or fluted metal panels, and elsewhere as needed to make metal panels weatherproof to driving rains. 4. At metal panel splices, nest panels with minimum 6-inch (152-ruin) end lap, sealed with butyl-rubber sealant and fastened together by interlocking clamping plates. C. Metal Fascia Panels: Align bottom of metal panels and fasten with blind rivets, bolts, or self- drilling or self-tapping screws. Flash and seal metal panels with weather closures where fasciae meet soffits, along lower panel edges, and at perimeter of all openings. 3.06 METAL WALL PANEL INSTALLATION A. General: Install metal wall panels in orientation, sizes, and locations indicated on Drawings. Install panels perpendicular to girts, extending full height of building, unless otherwise indicated. Anchor metal wall panels and other components of the Work securely in place, with provisions for thermal and structural movement. 1. Unless otherwise indicated, begin metal panel installation at corners with center of rib lined up with line of framing. 2. Shim or otherwise plumb substrates receiving metal wall panels. 3. When two rows of metal panels are required, lap panels 4 inches (.102 irnin) minimum. 4. When building height requires two rows of metal panels at gable ends, align lap of gable panels over metal wall panels at eave height. 5. Rigidly fasten base end of metal wall panels and allow eave end free movement for thermal expansion and contraction. Predrill panels. 6. Flash and seal metal wall panels with weather closures at eaves and rakes, and at perimeter of all openings. Fasten with self-tapping screws. 7. Install screw fasteners in predrilled holes. 8. Install flashing and trim as metal wall panel work proceeds. Metal Building Systems 133419-20 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 9. Apply elastomeric sealant continuously between metal base channel (sill angle) and concrete, and elsewhere as indicated on Drawings; if not indicated, as necessary for waterproofing. 10. Align bottom of metal wall panels and fasten with blind rivets, bolts, or self-drilling or self-tapping screws. 11. Provide weatherproof escutcheons for pipe and conduit penetrating exterior walls. B. Metal Wall Panels: Install metal wall panels on exterior side of girts. Attach metal wall panels to supports with fasteners as recommended by manufacturer. 3.07 TRANSLUCENT PANEL INSTALLATION A. Translucent Panels: Attach translucent panels to structural framing with fasteners according to manufacturer's written instructions. Install panels perpendicular to supports unless otherwise indicated. Anchor translucent panels securely in place, with provisions for thermal and structural movement. 1. Provide end laps of not less than 6 inches (1.52 mirrn) and side laps of not less than 1-1/2- inch (38 rrnirn) corrugations for metal roof panels. 2. Provide end laps of not less than 4 inches ('1.02 rnm) and side laps of not less than 1-1/2- inch (38 rnm) corrugations for metal wall panels. 3. Align horizontal laps with adjacent metal panels. 4. Seal intermediate end laps and side laps of translucent panels with translucent mastic. 3.08 METAL SOFFIT PANEL INSTALLATION A. Provide metal soffit panels the full width of soffits. Install panels perpendicular to support framing. B. Flash and seal metal soffit panels with weather closures where panels meet walls and at perimeter of all openings. 3.09 DOOR AND FRAME INSTALLATION A. General: Install doors and frames plumb, rigid, properly aligned, and securely fastened in place according to manufacturers'written instructions. Coordinate installation with wall flashings and other components. Seal perimeter of each door frame with elastomeric sealant used for metal wall panels. B. Personnel Doors and Frames: Install doors and frames according to NAAMM-HMMA 840. Fit non-fire-rated doors accurately in their respective frames, with the following clearances: 1. Between Doors and Frames at Jambs and Head: 1/8 inch (3 mno). 2. Between Edges of Pairs of Doors: 1/8 inch (3 mm). 3. At Door Sills with Threshold: 3/8 inch (9.5 mm). 4. At Door Sills without Threshold: 3/4 inch (1.9.1 rn'nrn). Metal Building Systems 133419-21 Choke Canyon Dam Infrastructure Improvements—E130S0 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. Door Hardware: 1. Install surface-mounted items after finishes have been completed at heights indicated in DHI's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." 2. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 3. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. 4. Set thresholds for exterior doors in full bed of sealant complying with requirements for concealed mastics specified in Section 07 92 00 "Joint Sealants." 3.10 ACCESSORY INSTALLATION A. General: Install accessories with positive anchorage to building and weathertight mounting, and provide for thermal expansion. Coordinate installation with flashings and other components. 1. Install components required for a complete metal roof panel assembly, including trim, copings, ridge closures, seam covers,flashings, sealants,gaskets, fillers, closure strips, and similar items. 2. Install components for a complete metal wall panel assembly, including trim, copings, corners, seam covers, flashings, sealants,gaskets, fillers, closure strips, and similar items. 3. Where dissimilar metals contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with corrosion-resistant coating, by applying rubberized-asphalt underlayment to each contact surface, or by other permanent separation as recommended by manufacturer. B. Flashing and Trim: Comply with performance requirements, manufacturer's written installation instructions, and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, and set units true to line and level. Install work with laps,joints, and seams that will be permanently watertight and weather resistant. 1. Install exposed flashing and trim that is without excessive oil-canning, buckling, and tool marks and that is true to line and levels indicated, with exposed edges folded back to form hems. Install sheet metal flashing and trim to fit substrates and to result in waterproof and weather-resistant performance. 2. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet (3 rn) with no joints allowed within 24 inches (000 rnrn) of corner or intersection. Where lapped or bayonet-type expansion provisions cannot be used or would not be sufficiently weather resistant and waterproof,form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep,filled with mastic sealant (concealed within joints). C. Gutters: Join sections with riveted-and-soldered or lapped-and-sealed joints. Attach gutters to eave with gutter hangers spaced as required for gutter size, but not more than 36 inches Metal Building Systems 133419-22 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 (91.4.rnim) o.c. using manufacturer's standard fasteners. Provide end closures and seal watertight with sealant. Provide for thermal expansion. D. Downspouts: Join sections with 1-1/2-inch (38-mrn)telescoping joints. Provide fasteners designed to hold downspouts securely 1 inch (25 mirn) away from walls; locate fasteners at top and bottom and at approximately 60 inches (1524 rnm) o.c. in between. 1. Provide elbows at base of downspouts to direct water away from building. E. Continuous Roof Ventilators: Set ventilators complete with necessary hardware, anchors, dampers, weather guards, rain caps, and equipment supports. Join sections with splice plates and end-cap skirt assemblies where required to achieve indicated length. Install preformed filler strips at base to seal ventilator to metal roof panels. F. Pipe Flashing: Form flashing around pipe penetration and metal roof panels. Fasten and seal to panel as recommended by manufacturer. 3.11 FIELD QUALITY CONTROL A. Product will be considered defective if it does not pass tests and inspections. B. Prepare test and inspection reports. 3.12 ADJUSTING A. Doors: After completing installation,test and adjust doors to operate easily, free of warp, twist, or distortion. B. Door Hardware: Adjust and check each operating item of door hardware and each door to ensure proper operation and function of every unit. Replace units that cannot be adjusted to operate as intended. C. Roof Ventilators and Adjustable Louvers: After completing installation, including work by other trades, lubricate,test, and adjust units to operate easily, free of warp, twist, or distortion as needed to provide fully functioning units. 1. Adjust louver blades to be weathertight when in closed position. 3.13 CLEANING AND PROTECTION A. Repair damaged galvanized coatings on galvanized items with galvanized repair paint according to ASTM A780/A780M and manufacturer's written instructions. B. Remove and replace glass that has been broken, chipped, cracked, abraded, or damaged during construction period. C. Touchup Painting: After erection, promptly clean, prepare, and prime or reprime field connections, rust spots, and abraded surfaces of prime-painted structural framing and accessories. 1. Clean and prepare surfaces by SSPC-SP 2, "Hand Tool Cleaning," or by SSPC-SP 3, "Power Tool Cleaning." 2. Apply a compatible primer of same type as shop primer used on adjacent surfaces. Metal Building Systems 133419-23 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 D. Metal Panels: Remove temporary protective coverings and strippable films, if any, as metal panels are installed. On completion of metal panel installation, clean finished surfaces as recommended by metal panel manufacturer. Maintain in a clean condition during construction. 1. Replace metal panels that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. E. Doors and Frames: Immediately after installation, sand rusted or damaged areas of prime coat until smooth and apply touchup of compatible air-drying primer. 1. Immediately before final inspection, remove protective wrappings from doors and frames. F. Windows: Clean metal surfaces immediately after installing windows. Avoid damaging protective coatings and finishes. Remove excess sealants, glazing materials, dirt, and other substances. Clean factory-glazed glass immediately after installing windows. G. Louvers: Clean exposed surfaces that are not protected by temporary covering,to remove fingerprints and soil during construction period. Do not let soil accumulate until final cleaning. 1. Restore louvers damaged during installation and construction period so no evidence remains of corrective work. If results of restoration are unsuccessful, as determined by Architect, remove damaged units and replace with new units. 2. Touch up minor abrasions in finishes with air-dried coating that matches color and gloss of, and is compatible with,factory-applied finish coating. END OF SECTION Metal Building Systems 133419-24 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 13 47 13 CATHODIC PROTECTION 1.00 GENERAL 1.01 SUMMARY A. This Section includes: 1. Requirements for cathodic protection systems on steel.The cathodic protection system will be sacrificial. 2. Electrical isolation from adjacent metallic structures, steel reinforced concrete structures, structures with dissimilar metal or coatings, conduits and all other metallic components that may impact the operation of the cathodic protection system. 3. Installation of galvanic(sacrificial) anodes. 4. Testing of system during installation. 5. Cleanup and restoration of work site. 6. Testing of system after installation and backfill (Final System Checkout). 1.02 PERFORMANCE REQUIREMENTS A. If the products installed as part of this Section are found to be defective, damaged or not in conformance with the Specifications then the products and Work shall be corrected at the Contractor's expense. B. Any retesting required due to inadequate installation or defective materials shall be paid for by the Contractor. C. The Work requires coordination of assembly, installation and testing between the Contractor and Owner's representative. 1.03 SUBMITTALS A. Contractor submittals shall be made in accordance with General Conditions Article 24. B. Shop Drawings: Catalog cuts, data sheets and other information for all products proposed. C. Certification that the equipment and materials proposed meet the Specifications. D. Certification of experience required for installation and testing of cathodic protection systems. E. Schedule including the expected start date and planned completion date. F. The following procedures and collected data shall be submitted after the completion of the Work: 1. Anode connection testing. 2. System check-out report. 3. Record drawings shall be submitted to and approved before the Work is considered complete. Cathodic Protection 134713- 1 Choke Canyon Dam Infrastructure Improvements—E130SO DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1.04 QUALITY ASSURANCE A. Installation of the cathodic protection system shall be performed by individuals having a minimum of 5 years of experience in the installation of cathodic protection equipment described in this Section. B. All testing required shall be performed by a NACE Level 2 CP Technician (or higher) under the direct supervision of a NACE Level 4 Cathodic Protection Specialist. 1.05 REFERENCE STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. ASTM International (ASTM): ASTM B418 Cast and Wrought Galvanic Zinc Anodes 2. National Association of Corrosion Engineers (NACE): NACE SP0169 Standard Practice, Control of External Corrosion on Underground or Submerged Metallic Systems NACE TM0497 Measurement Techniques Related to Criteria for Cathodic Protection on Underground or Submerged Metallic Piping Systems B. Whenever the Drawings or the Specifications require a higher degree of workmanship or higher quality material than indicated in the standards,the Drawings and Specifications shall prevail. 1.06 DELIVERY, STORAGE,AND HANDLING A. All materials and equipment to be used in construction shall be stored in such a manner to be protected from detrimental effects from the elements. If warehouse storage cannot be provided, materials and equipment shall be stacked well above ground level and protected from the elements with plastic sheeting or other appropriate methods. 2.00 PRODUCTS 2.01 GALVANIC ANODES A. Zinc anodes shall be "High Purity" cast zinc anodes in accordance with ASTM B418,Type II. 1. Ingot Weight: 50 pounds,Total Length: 69 inches. 2. Chemical composition as percent of weight shall be as follows: a. Zinc: 2.0-5.0 b. Copper: 0.05 maximum. c. Silicon: 0.13 maximum. d. Iron: 0.14 maximum. e. Indium: 0.01-0.05 f. Aluminum: Remainder. Cathodic Protection 134713-2 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3. Anodes shall be model ZTW-60 manufactured by Farwest Corrosion or equal. 2.02 WELDS A. Welds will be standard underwater fillet welds. 3.00 EXECUTION 3.01 STORAGE OF MATERIALS A. All materials and equipment to be used in construction shall be stored in such a manner to be protected from detrimental effects from the elements. If warehouse storage cannot be provided, materials and equipment shall be stacked well above ground level and protected from the elements with plastic sheeting or other method as appropriate. 3.02 GALVANIC ANODE INSTALLATION A. Install anodes after plastic or waterproof protective covering has been completely removed. B. Remove galvanized coating from anode core, at location of weld, prior to welding. C. Install anodes spaced as indicated,to the trash-rack. 3.03 WELD CONNECTIONS A. Weld connections shall be installed in the manner and at the locations indicated. Coating materials shall be removed from the surface over an area of sufficient size to make the connection. The surface shall be cleaned to bare metal by grinding or filing prior to welding the anode to the trash rack. B. After the weld has cooled, all slag shall be removed and the metallurgical bond shall be tested for adherence by the Contractor. Care shall be taken to avoid damaging the anode. All defective welds shall be removed and replaced. C. The Contractor shall be responsible for testing all welds. The Owner, at their discretion, shall witness these tests. 3.04 FINAL SYSTEM CHECKOUT A. Prior to native state and polarized potential testing, give a minimum of 48 hours' notice to the Owner's Engineer to facilitate observation of the tests by the Owner representative. B. Measure native state potentials of the trash racks, sacrificial anodes, prior to connecting the anodes. C. Energize the cathodic protection system by either: 1. Connect galvanic(sacrificial) anodes as indicated on the Drawings. a. Measure and record the initial potential from the trash racks. D. Test results shall be analyzed to determine compliance with NACE SP0169. Cathodic Protection 134713-3 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. Final Report: Prepare a final report after all testing has been completed and system is in compliance with NACE SP0169. Include at minimum the following: 1. Marked-up as-built drawings. 2. All field test data as described in section above. 3. Discussion of the installation. 4. Recommendations for maintenance of the system. END OF SECTION Cathodic Protection 134713-4 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 24 May 2021 Technical Specifications for Construction SECTION 26 05 00 GENERAL WORK REQUIREMENTS FOR ELECTRICAL SPECIFICATIONS PART1 GENERAL 1.1 SCOPE 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. Contractor shall reference and comply with the City of Corpus Christi O. N. Stevens Water Treatment Plant Instrumentation and Electrical Standards Development Project (Prof. No. E130064) in addition to all applicable city, state, and national building and electrical codes for all electrical installations. B. 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. C. 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. 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 electrical equipment and any other devices are required for each individual Project to ensure the Project electrical system is fully functional and operational upon completion. 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. Page 1 of 5 GENERAL WORK REQUIREMENTS FOR ELECTRICAL—26 05 00 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 24 May 2021 Technical Specifications for Construction 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 shall be a minimum of 11 by 17 inches in size with a minimum scale of 1/8-inch per foot, unless specified otherwise. All shop drawings shall be submitted digitally. A. Drawings shall include floor plans, sectional views, wiring diagrams, conduit and cable routings 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. 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. Page 2 of 5 GENERAL WORK REQUIREMENTS FOR ELECTRICAL—26 05 00 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 24 May 2021 Technical Specifications for Construction 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. C. At the completion of all work for each phase of the Project as defined in the Contract documents, the Contractor shall deliver to the Owner, or Owner's 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.) 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. Page 3 of 5 GENERAL WORK REQUIREMENTS FOR ELECTRICAL—26 05 00 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 24 May 2021 Technical Specifications for Construction 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. 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. a. Owner shall determine criticality of device or process associated with the provided equipment to determine service representitive availability. 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. O. N. Stevens Water Treatment Plant operations and requirement to produce water for the Page 4 of 5 GENERAL WORK REQUIREMENTS FOR ELECTRICAL—26 05 00 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 24 May 2021 Technical Specifications for Construction City of Corpus Christi supersede any scheduling conflicts that may arise and the Plant Manger reserves the right to be the final say in coordination conflicts. B. 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, copies of these recommendations shall be furnished prior to installation in both printed and digital forms. A. Installation of the item will not be allowed to proceed until the recommendations are received and approved by the Owners Representitive. 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 Electrical Specification 26 05 04 "New Electrical Equipment and Systems Inspection and Testing". END OF SECTION Page 5 of 5 GENERAL WORK REQUIREMENTS FOR ELECTRICAL—26 05 00 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision A 23 July 2020 Technical Specifications for Construction SECTION 26 05 04 NEW ELECTRICAL EQUIPMENT AND SYSTEMS INSPECTION AND TESTING PART1 GENERAL 1.1 PURPOSE A. This Practice provides the minimum requirements for field inspection and testing of new, installed electrical equipment and facilities. 1.2 SCOPE A. This Practice describes the inspection and testing procedures for new electrical equipment and systems after installation. This Practice provides minimum acceptable values for the testing results and forms for recording inspection and test values. B. Certain specialty equipment and packaged equipment are application specific and are not covered by this Practice. C. Some inspections and tests may require an independent testing organization or an equipment manufacturer's representative. This Practice does not specify which tests require a third party or designate responsibility for obtaining and coordinating these third parties. These tests, if required, shall be defined in the project scope. D. This Practice does not cover full compliance inspections required by various codes and regulations but does provide assurance of equipment integrity and compliance with project- specific documents. 1.3 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. International Electrical Testing Association (NETA) 2. NETA ATS - Acceptance Testing Specifications For Electrical Power Distribution Equipment And Systems (Neta Ats) 3. ANSI/NETA ETT—Standard For Certification Of Electrical Testing Personnel PART 2 REQUIREMENTS 2.1 GENERAL: A. Testing and inspection shall comply with the provisions of this practice, neta ats, and the equipment manufacturer's instructions. Tests that are necessary to retain the manufacturer's warranty will be conducted in accordance with instructions from the manufacturer. Conflicts between these documents shall be submitted in writing to the owner's authorized representative for resolution. B. Contractor shall be required to develop and provide an inspection and testing plan and testing forms for electrical equipment and facilities to the Owner and Owner's Representitive for review and approval prior to beginning testing. The plan shall provide a means to define a scope of work for inspection and testing as well as define witness requirements. Page 1 of 3 NEW ELECTRICAL EQUIPMENT&SYSTEMS INSPECTION & TESTING—26 05 04 RA DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision A 23 July 2020 Technical Specifications for Construction C. Contractor shall perform all inspections, measurements, and tests as indicated on the approved Contractor's Inspection and Testing Plan and in accordance with the Inspection and Testing Forms. D. Contractor shall comply with all federal, state, and local regulations and codes as well as with site-specific safety procedures and requirements. E. Contractor shall be responsible for arranging and conducting the testing per the approved project schedule. F. Inspection, testing, and function test items shall be witnessed by Owner and Owner's Representitive unless specifically waived in writing. Contractor shall give sufficient notice before any witnessed test. 2.2 TEST EQUIPMENT A. Test equipment shall be suitable for the tests that will be performed in accordance with NETA ATS 2007 Section 5.2. B. Contractor shall have a calibration program that assures all test equipment performs within rated accuracy. The program shall include traceability to the National Institute of Standards and Technology (NIST), calibration frequency, date calibration labels, and calibration instructions and procedures in accordance with the requirements of NETA ATS 2007 Section 5.3. 2.3 QUALIFICATIONS OF PERSONNEL A. Personnel conducting the electrical tests and inspections shall be qualified for the work by virtue of training and experience. B. Testing personnel shall be completely familiar with the manufacturer's instructions on the proper operation and application of the test equipment being utilized. C. If indicated in the Contractor's Inspection and Testing Plan, the test personnel shall be certified in accordance with ANSI/NETA ETT. Where this certification is required, each on- site crew leader shall hold a current certification, Level III or higher, in electrical testing. 2.4 DOCUMENTATION AND REPORTS A. Unless otherwise indicated by the Owner, Contractor shall document test results on Inspection and Testing forms provided by the pproved Contractor Inspection and Testing Plan. Where alternate forms are provided, these forms shall contain all of the visual and mechanical inspection items and tests included in the Contractor's Inspection and Testing forms. B. Contractor shall be responsible for maintaining the individual test sheets as defined in the project scope. C. Test sheets shall be maintained in an up-to-date condition and are subject to review at any time. D. Copies of individual, completed test forms shall be submitted to the Owner's Authorized Representative within five (5)working days after each test. E. A complete set of test forms in electronic or hard copy format shall be submitted to the Owner's Authorized Representative at the completion of the test work. Where alternate forms are used, the use of hard-copy or electronic forms shall be agreed between the Owner and the testing contractor. PART ACCEPTABLE MEASUREMENTS 3.1 All test values shall fall within the guidelines of NETA ATS. All components with test results that fall outside the acceptable range and individual measurements that fall outside the average of like measurements stated in NETA ATS shall be immediately brought to the attention of the Owner's Authorized Representative. Page 2 of 3 NEW ELECTRICAL EQUIPMENT&SYSTEMS INSPECTION & TESTING—26 05 04 RA DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision A 23 July 2020 Technical Specifications for Construction END OF SECTION Page 3 of 3 NEW ELECTRICAL EQUIPMENT&SYSTEMS INSPECTION & TESTING—26 05 04 RA DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 June 2016 Technical 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. 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) Alcan Products Corporation; Alcan Cable Division. (2) Alpha Wire. (3) Belden Inc. (4) Encore Wire Corporation. (5) General Cable Technologies Corporation. (6) Southwire Incorporated (7) 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. 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: Page 1 of 3 LOW—VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES—26 05 19 -- DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 June 2016 Technical Specifications for Construction (1) AFC Cable Systems, Inc. (2) Gardner Bender. (3) Hubbell Power Systems, Inc. (4) Ideal Industries, Inc. (5) Ilsco; a branch of Bardes Corporation. (6) NSi Industries LLC. (7) O-Z/Gedney; a brand of the EGS Electrical Group. (8) 3M; Electrical Markets Division. (9) Tyco Electronics/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. 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-4868. 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. Page 2 of 3 LOW—VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES—26 05 19 -- DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 June 2016 Technical Specifications for Construction 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 mm) 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 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:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical 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 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. 4. All items of labor, material, equipment or procedures 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. 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 electrical equipment, other devices or procedures are required for each individual Project to ensure the Project electrical system is fully functional and operational upon completion. 1.3 Action Submittals 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 agencies field supervisor. C. Field quality-control reports. 1.5 Closeout Submittals A. Submit final test reports: 1. Tests shall be conducted and results documented on installed new grounding systems immediately after installation and commissioning of grounding system to determine minimum and maximum values to compare subsequent test readings to. 2. Tests shall determine if ground-resistance or impedance values remain within specified maximums of initial commissioning tests, and instructions shall recommend corrective action if values do not. Page 1 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS—26 05 26 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical Specifications for Construction 3. 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. 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 Conductor: No. 4 or No. 6 AWG, stranded conductor. 5. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches (41 mm)wide and 1/16 inch (1.6 mm)thick. 6. Tinned Bonding Jumper: Tinned-copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches (41 mm)wide and 1/16 inch (1.6 mm)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. D. Grounding Bus: Predrilled rectangular bars of annealed copper, 1/4 by 2 inches (6.3 by 50 mm) in cross section, with 9/32-inch (7.14-mm) holes spaced 1-1/8 inches (28 mm) 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 10 feet(19 mm by 3 m) in diameter. Page 2 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS—26 05 26 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical Specifications for Construction PART 3 EXECUTION 3.1 Applications A. Conductors: All conductors shall be stranded conductors unless otherwise indicated. B. Underground Grounding Conductors: Install bare copper conductor, No. 4/0 AWG minimum. 1. Bury at least 24 inches (600 mm) below grade. 2. Duct-Bank Grounding Conductor: Bury 12 inches (300 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 mm) 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 inches (50 mm) above to 6 inches (150 mm) 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. 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. Page 3 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS—26 05 26 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical Specifications for Construction 3. Receptacle circuits. 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-by-12-inch (6.3-by-100-by-300-mm) 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. Page 4 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS—26 05 26 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical Specifications for Construction 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 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 mm) 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 shall be at least 12 inches (300 mm)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 feet (18 m) 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 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical 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 inches (600 mm)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. F. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Owner promptly and include recommendations to reduce ground resistance. Page 6 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS—26 05 26 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical Specifications for Construction END OF SECTION Page 7 of 7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS—26 05 26 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 June 2016 Technical 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 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. 3. All items of labor, material, equipment or procedures 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. 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 electrical equipment, other devices or procedures are required for each individual Project to ensure the Project electrical system is fully functional and operational upon completion. 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. Page 1 of 6 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS—26 05 29 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 June 2016 Technical Specifications for Construction 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. 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. All steel supports shall be hot double dipped galvanized or aluminum materials. Support, attachment and fastening components located within an area that contains corrosive materials shall be 316 Stainless Steel or PVC coated galvanized steel. 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. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. C. ERICO International Corporation. d. GS Metals Corp. e. Thomas & Betts Corporation. f. Unistrut; Tyco International, Ltd. (Preferred) g. Wesanco, Inc. 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-inch- (14-mm-)diameter holes at a maximum of 8 inches (200 mm)o.c., in at least 1 surface. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering Page 2 of 6 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS—26 05 29 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 June 2016 Technical Specifications for Construction products that may be incorporated into the Work include, but are not limited to, the following: a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries (Preferred) C. Fabco Plastics Wholesale Limited. d. Seasafe, Inc. 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: Stainless Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. E. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non-armored electrical 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 stainless steel. 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. Hilti Inc(Preferred) C. ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. d. MKT Fastening, LLC. e. Simpson Strong-Tie Co., Inc.; Masterset Fastening Systems Unit. 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. Cooper B-Line, Inc.; a division of Cooper Industries. C. Empire Tool and Manufacturing Co., Inc. d. Hilti Inc(Preferred) e. ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. f. MKT Fastening, LLC. Page 3 of 6 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS—26 05 29 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 June 2016 Technical Specifications for Construction 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. 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 Ib (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. Page 4 of 6 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS—26 05 29 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 June 2016 Technical Specifications for Construction 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 inches (100 mm) thick or greater. Do not use for anchorage to lightweight-aggregate concrete or for slabs less than 4 inches (100 mm)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. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment. B. 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 inches (100 mm) 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 (20.7-MPa), 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 mils (0.05 mm). B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780. Page 5 of 6 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS—26 05 29 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 June 2016 Technical Specifications for Construction END OF SECTION 260529 Page 6 of 6 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS—26 05 29 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical 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 apply to this Section. 1.2 Summary A. Section Includes: 1. Metal conduits, tubing, and fittings. 2. Metal wireways and auxiliary gutters. 3. Surface raceways. 4. Boxes, enclosures, and cabinets. 5. All items of labor, material, equipment or procedures 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. 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 electrical equipment,other devices or procedures are required for each individual Project to ensure the Project electrical system is fully functional and operational upon completion. 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, 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. Source quality-control reports. Page 1 of 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM—26 05 33 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction PART2 PRODUCTS 2.1 Metal Conduits, Tubing, and Fittings 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. AFC Cable Systems, Inc. 2. Allied Tube &Conduit; a Tyco International Ltd. Co. 3. Anamet Electrical, Inc. 4. Electri-Flex Company. 5. O-Z/Gedney; a brand of EGS Electrical Group. 6. Picoma Industries, a subsidiary of Mueller Water Products, Inc. 7. Republic Conduit. 8. Robroy Industries. 9. Southwire Company. 10. Thomas & Betts Corporation. 11. Western Tube and Conduit Corporation. 12. Wheatland Tube Company; a division of John Maneely Company. 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. PVC-Coated Steel Conduit: PVC-coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch (1 mm), minimum. F. FMC: Comply with UL 1; zinc-coated steel or aluminum. G. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. H. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 5148. 1. Form 7 2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions were installed and including flexible external bonding jumper. 3. Coating for Fittings for PVC-Coated Conduit: Minimum thickness of 0.040 inch (1 mm), with overlapping sleeves protecting threaded joints. I. 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. 2.2 Metal Wireways and Auxiliary Gutters A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Cooper B-Line, Inc. Page 2 of 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM—26 05 33 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction 2. Hoffman; a Pentair company. 3. Mono-Systems, Inc. 4. Square D; a brand of Schneider Electric—(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. 2.3 Boxes, Enclosures, and Cabinets 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. Adalet. 2. Cooper Technologies Company; Cooper Crouse-Hinds. 3. EGS/Appleton Electric. 4. Erickson Electrical Equipment Company. 5. FSR Inc. 6. Hoffman; a Pentair company—(Preferred). 7. Hubbell Incorporated; Killark Division. 8. Kraloy. 9. Milbank Manufacturing Co. 10. Mono-Systems, Inc. 11. O-Z/Gedney; a brand of EGS Electrical Group. 12. RACO; a Hubbell Company. 13. Robroy Industries. 14. Spring City Electrical Manufacturing Company. 15. Stahlin Non-Metallic Enclosures; a division of Robroy Industries. 16. Thomas & Betts Corporation. 17. Wiremold / Legrand. 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. C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A. Page 3 of 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM—26 05 33 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction 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 Ib (23 kg). Outlet boxes designed for attachment of luminaires weighing more than 50 Ib (23 kg) shall be listed and marked for the maximum allowable weight. G. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. H. Device Box Dimensions: 4 inches square by 2-1/8 inches deep (100 mm square by 60 mm deep) or 4 inches by 2-1/8 inches by 2-1/8 inches deep (100 mm by 60 mm by 60 mm deep). I. Gangable boxes are prohibited. J. 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: Rated NEMA 4X unless installation location dictates otherwise, 316 Stainless Steel, finished inside and out with manufacturer's standard coating. 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 within any Containment Area: PVC Coated RGS. 2. Exposed Conduit: PVC Coated RGS or rigid Aluminum. 3. Concealed Conduit, Aboveground: PVC Coated RGS or rigid Aluminum. 4. Underground Conduit: RNC, Type EPC-40-PVC, concrete encased. 5. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC. a. Flexible metal (steel/aluminum) conduit lengths shall not exceed 18" unless approved by Owner or by the Owner's Representative before installation. 6. 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: 3/4-inch (21-mm)trade size except for lighting circuit taps not longer than 72". D. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid and Intermediate Steel Conduit: Use threaded rigid aluminum Form 7 conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. PVC Externally Coated, Rigid Galvanized 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 the sealant type as recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. Page 4 of 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM—26 05 33 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction 3. Flexible Metal (Steel/Aluminum) Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. a. Flexible metal (steel/aluminum) conduit lengths shall not exceed 18" unless approved by Owner or by the Owner's Representative before installation. E. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. F. 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. B. Complete raceway installation before starting conductor installation. C. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for hangers and supports. D. Arrange stub-ups so curved portions of bends are not visible above finished slab. E. 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 inches (300 mm)of changes in direction. F. Install conduits parallel or perpendicular to building lines. G. Support conduit within 12 inches (300 mm) of enclosures to which attached. H. 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. I. Coat field-cut threads on PVC-coated raceway with a corrosion-preventing conductive compound prior to assembly. J. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG. K. Terminate threaded conduits into boxes or cabinets with threaded hubs. Install bushings on conduits up to 1-1/4-inch (35mm)trade size and insulated throat metal bushings on 1-1/2- inch (41-mm)trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. L. Install raceways square to the enclosure and terminate at enclosures with threaded hubs. Install threaded hubs per the manufacturer's recommendations. M. Do not rely on threaded hubs to penetrate nonconductive coatings on enclosures. Remove coatings in the threaded hubs area prior to assembling conduit to enclosure to assure a continuous ground path. N. Cut conduit perpendicular to the length. For conduits 2-inch (53-mm)trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. O. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-Ib (90-kg)tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. Page 5 of 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM—26 05 33 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction P. Surface Raceways: 1. Install surface raceway with a minimum 2-inch (50-mm) radius control at bend points. 2. Secure surface raceway with screws or other anchor-type devices at intervals not exceeding 48 inches (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. Q. 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. R. 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. S. Comply with manufacturer's written instructions for solvent welding RNC and fittings. T. Expansion-Joint Fittings: 1. Install in each run of aboveground RGS that is located where environmental temperature change may exceed 30 deg F (17 deg C) and that has straight-run length that exceeds 25 feet (7.6 m). 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: 125 deg F (70 deg C) temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F (86 deg C) temperature change. 2. Install fitting(s)that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F (0.06 mm per meter of length of straight run per deg C) of temperature change for PVC conduits. Install fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F (0.0115 mm per meter of length of straight run per deg 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. U. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 18 inches of flexible conduit for recessed and semi-recessed 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. 3. Flexible metal conduit lengths longer than 18" require Owner or Owner's Representitive approval prior to installation. Page 6 of 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM—26 05 33 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction V. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. W. Locate boxes so that cover or plate will not span different building finishes. X. 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. Y. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. 1. 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. 2. Instrumentation, electrical 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 3, 3.2,Y,1 unless otherwise approved by Owner or Owner-Representative. 3. Enclosure conduit or cable entry into cabinets, junction boxes or panels 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. Z. Install drains at low points in all conduit runs. 3.3 Sleeve and Sleeve-Seal Installation for Electrical Penetrations A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. 3.4 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 Page 7 of 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEM—26 05 33 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 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. 4. All items of labor, material, equipment or procedures 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. 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 electrical equipment, other devices or procedures are required for each individual Project to ensure the Project electrical system is fully functional and operational upon completion. 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. Page 1 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS—260543 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 City of Corpus Christi Standard Specifications for Construction 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. 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. Page 2 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS—260543 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 City of Corpus Christi Standard Specifications for Construction 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". 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: a. Armorcast Products Company. b. Carson Industries LLC. C. CDR Systems Corporation. d. NewBasis. 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: a. Armorcast Products Company. b. Carson Industries LLC. C. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast. Page 3 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS—260543 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 City of Corpus Christi Standard Specifications for Construction 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: a. Carson Industries LLC. b. Christy Concrete Products. C. Nordic Fiberglass, Inc. 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: 1. Carder Concrete Products. 2. Christy Concrete Products. 3. Elmhurst-Chicago Stone Co. 4. Oldcastle Precast Group. 5. Riverton Concrete Products; a division of Cretex Companies, Inc. 6. Utility Concrete Products, LLC. 7. Utility Vault Co. 8. Wausau Tile, Inc. 9. Approved equal. B. 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 inches (300 mm) vertically and horizontally to accommodate alignment variations. a. Windows shall be located no less than 6 inches(150 mm)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. C. Concrete Knockout Panels: 1-1/2 to 2 inches (38 to 50 mm)thick, for future conduit entrance and sleeve for ground rod. D. 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. Page 4 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS—260543 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 City of Corpus Christi Standard Specifications for Construction 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." 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: 1. Bilco Company (The). 2. Campbell Foundry Company. 3. Carder Concrete Products. 4. Christy Concrete Products. 5. East Jordan Iron Works, Inc. 6. Elmhurst-Chicago Stone Co. 7. McKinley Iron Works, Inc. 8. Neenah Foundry Company. 9. NewBasis. 10. Oldcastle Precast Group. 11. Osburn Associates, Inc. 12. Pennsylvania Insert Corporation. 13. Riverton Concrete Products; a division of Cretex Companies, Inc.. 14. Strongwell Corporation; Lenoir City Division. 15. Underground Devices, Inc. 16. Utility Concrete Products, LLC. 17. Utility Vault Co. 18. Wausau Tile, Inc. 19. Approved equal. B. 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 cu. ft. (60 L) where packaged mix complying with ASTM C 387, Type M, may be used. C. Manhole Sump Frame and Grate: ASTM A 48/A 48M, Class 30B, gray cast iron. Page 5 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS—260543 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 City of Corpus Christi Standard Specifications for Construction D. Pulling Eyes in Concrete Walls: Eyebolt with reinforcing-bar fastening insert, 2-inch-(50- mm-)diameter eye, and 1-by-4-inch (25-by-100-mm) bolt. 1. Working Load Embedded in 6-Inch (150-mm), 4000-psi (27.6-MPa) Concrete: 13,000-Ibf (58-kN) minimum tension. E. Pulling Eyes in Nonconcrete Walls: Eyebolt with reinforced fastening, 1-1/4-inch- (32-mm-) diameter eye, rated 2500-Ibf(11-kN) minimum tension. F. Pulling-In and Lifting Irons in Concrete Floors: 7/8-inch- (22-mm-) 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-Ibf(180-kN) shear and 60,000-Ibf(270-kN)tension. G. Bolting Inserts for Concrete Utility Structure Cable Racks and Other Attachments: Flared, threaded inserts of noncorrosive, chemical-resistant, nonconductive thermoplastic material; 1/2-inch (13-mm) ID by 2-3/4 inches (69 mm)deep, flared to 1-1/4 inches (32 mm) minimum at base. 1. Tested Ultimate Pullout Strength: 12,000 Ibf(53 kN) minimum. H. Expansion Anchors for Installation after Concrete Is Cast: Zinc-plated, carbon-steel-wedge type with stainless-steel expander clip with 1/2-inch (13-mm) bolt, 5300-Ibf(24-kN) rated pullout strength, and minimum 6800-Ibf(30-kN) rated shear strength. I. Cable Rack Assembly: Steel, hot-dip galvanized, except insulators. 1. Stanchions: T-section or channel;2-1/4-inch (57-mm)nominal size; punched with 14 holes on 1-1/2-inch (38-mm)centers for cable-arm attachment. 2. Arms: 1-1/2 inches(38 mm)wide, lengths ranging from 3 inches(75 mm)with 450-Ib(204- kg)minimum capacity to 18 inches(460 mm)with 250-Ib(114-kg)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. J. Cable Rack Assembly: Nonmetallic. Components fabricated from nonconductive, fiberglass-reinforced polymer. 1. Stanchions: Nominal 36 inches (900 mm) high by 4 inches (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 inches(75 mm)with 450-Ib(204-kg)minimum capacity to 20 inches (508 mm)with 250-Ib (114-kg) minimum capacity. Top of arm shall be nominally 4 inches (100 mm)wide, and arm shall have slots along full length for cable ties. K. Duct-Sealing Compound: Nonhardening, safe for contact with human skin, not deleterious to cable insulation, and workable at temperatures as low as 35 deg F (2 deg C). Capable of withstanding temperature of 300 deg F (150 deg C)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. L. Fixed Manhole Ladders: Arranged for attachment to wall of manhole. Ladder and mounting brackets and braces shall be fabricated from hot-dip galvanized steel. M. Cover Hooks: Heavy duty, designed for lifts 60 Ibf(270 N) 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. Page 6 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS—260543 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 City of Corpus Christi Standard Specifications for Construction 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. 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-lbf(13 345-N)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 Page 7 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS—260543 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 City of Corpus Christi Standard Specifications for Construction 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. 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 inches (250 mm)o.c. for 5-inch (125-mm)ducts, and vary proportionately for other duct sizes. 1. Begin change from regular spacing to end-bell spacing 10 feet (3 m) 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 10 feet(3 m) 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 15-psig (1.03-MPa) hydrostatic pressure. G. Pulling Cord: Install 100-lbf- (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 feet(6 m)of duct. Secure separators to earth and to ducts to prevent floating during concreting. Stagger separators approximately 6 inches (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 3/4-inch (19-mm) reinforcing rod dowels extending 18 inches (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. Page 8 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS—260543 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 City of Corpus Christi Standard Specifications for Construction 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. 6. Minimum Space between Ducts: 3 inches (75 mm) between ducts and exterior envelope wall, 2 inches (50 mm) between ducts for like services, and 4 inches (100 mm) between power and signal ducts. 7. Depth: Install top of duct bank at least 24 inches (600 mm) below finished grade in areas not subject to deliberate traffic, and at least 30 inches (750 mm) 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 inches (75 mm)of concrete. b. Stub-Ups to Equipment: For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches(1500 mm)from edge of base. Install insulated grounding bushings on terminations at equipment. 10. Warning Tape: Bury warning tape approximately 12 inches (300 mm) above all concrete- encased ducts and duct banks. Align tape parallel to and within 3 inches (75 mm) of the centerline of duct bank. Provide an additional warning tape for each 12-inch (300-mm) increment of duct-bank width over a nominal 18 inches (450 mm). Space additional tapes 12 inches (300 mm) 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 1-inch (25-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth. B. Elevations: 1. Manhole Roof: Install with rooftop at least 15 inches (380 mm) 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 inch (25 mm)above finished grade. 3. Handhole Covers: In paved areas and trafficways, set surface flush with finished grade. Set covers of other handholes 1 inch (25 mm)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. Page 9 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS—260543 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 City of Corpus Christi Standard Specifications for Construction 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. 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 3-7/8 inches (98 mm)for manholes and 2 inches (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 Handholes 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 1/2-inch (12.7-mm)sieve to No. 4 (4.75-mm) 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 inch (25 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 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 psi (20 kPa), 28-day strength, complying with Section 033000 "Cast-in- Place Concrete," with a troweled finish. 2. Dimensions: 10 inches wide by 12 inches deep (250 mm wide by 300 mm deep). 3.7 Grounding 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. Page 10 of 11 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS—260543 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 City of Corpus Christi Standard Specifications for Construction 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. 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 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical 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. 9. All items of labor, material, equipment or procedures 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. 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 electrical equipment, other devices or procedures are required for each individual Project to ensure the Project electrical system is fully functional and operational upon completion. 1.3 Action Submittals A. Product Data: For each electrical identification product indicated. B. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. C. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. 1.4 Quality Assurance A. Comply with ANSI A13.1 and IEEE C2. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. 1.5 Coordination A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project. Page 1 of 10 IDENTIFICATION FOR ELECTRICAL SYSTMES—26 05 53 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction 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. 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 mm) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. G. Tape and Stencil for Raceways Carrying Circuits More Than 600 V: 4-inch- (100-mm-)wide black stripes on 10-inch (250-mm) centers diagonally over orange background that extends full length of raceway or duct and is 12 inches (300 mm)wide. Stop stripes at legends. 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 mm)thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Markerfor 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: Page 2 of 10 IDENTIFICATION FOR ELECTRICAL SYSTMES—26 05 53 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction 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. E. Self-Adhesive Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; 2 inches (50 mm) 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 F (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-mil- (0.08-mm-)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 F (93 deg C). Comply with UL 224. E. 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. F. Write-On Tags: Polyester tag, 0.010 inch (0.25 mm)thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine-printed, permanent,waterproof, black ink marker recommended by printer manufacturer. 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 inches (50 mm) long, with diameter sized to suit diameter of cable it identifies and to stay in place by gripping action. Page 3 of 10 IDENTIFICATION FOR ELECTRICAL SYSTMES—26 05 53 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction 2.4 Conductor Identification Materials A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils (0.08 mm)thick by 1 to 2 inches (25 to 50 mm)wide. B. Self-Adhesive, Self-Laminating Polyester Labels: Preprinted, 3-mil- (0.08-mm-)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. 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 200 deg F (93 deg 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, 0.010 inch (0.25 mm)thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. 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. Page 4 of 10 IDENTIFICATION FOR ELECTRICAL SYSTMES—26 05 53 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction 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 inches (180 by 250 mm). D. Metal-Backed, Butyrate Warning Signs: 1. Weather-resistant, nonfading, preprinted, cellulose-acetate butyrate signs with 0.0396-inch (1-mm)galvanized-steel backing; and with colors, legend,and size required for application. 2. 1/4-inch (6.4-mm) grommets in corners for mounting. 3. Nominal size, 10 by 14 inches (250 by 360 mm). E. Warning label and sign shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES (915 MM)." 2.8 Instruction Signs A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch (1.6 mm)thick for signs up to 20 sq. inches (129 sq. cm) and 1/8 inch (3.2 mm)thick for larger sizes. 1. Engraved legend with black letters on white face. 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. B. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm). C. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm). Overlay shall provide a weatherproof and UV-resistant seal for label. 2.9 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). Page 5 of 10 IDENTIFICATION FOR ELECTRICAL SYSTMES—26 05 53 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction 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. 1. Minimum Width: 3/16 inch (5 mm). 2. Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 12,000 psi (82.7 MPa). 3. Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg 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 inch (5 mm). 2. Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 12,000 psi (82.7 MPa). 3. Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg C). 4. Color: Black. C. Plenum-Rated Cable Ties: Self extinguishing, UV stabilized, one piece, self locking. 1. Minimum Width: 3/16 inch (5 mm). 2. Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 7000 psi (48.2 MPa). 3. UL 94 Flame Rating: 94V-0. 4. Temperature Range: Minus 50 to plus 284 deg F (Minus 46 to plus 140 deg C). 5. Color: Black. 2.11 Miscellaneous Identification Products 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. Page 6 of 10 IDENTIFICATION FOR ELECTRICAL SYSTMES—26 05 53 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction 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 50-foot(15-m) maximum intervals in straight runs, and at 25-foot (7.6-m) 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 inches (150 to 200 mm) below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches (400 mm) overall. K. Painted Identification: Comply with requirements in painting Sections for surface preparation and paint application. 3.2 Identification Schedule A. Accessible Raceways, Armored and Metal-Clad Cables, More Than 600 V: Self-adhesive vinyl labels. Install labels at 30-foot(10-m) 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-foot (10-m) 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. Page 7 of 10 IDENTIFICATION FOR ELECTRICAL SYSTMES—26 05 53 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction d. Colors for 600-V and above Circuits: (1) Phase A: Red. (2) Phase B: Black. (3) Phase C: Blue. e. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches (150 mm)from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. 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. 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. Page 8 of 10 IDENTIFICATION FOR ELECTRICAL SYSTMES—26 05 53 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction 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 3/8-inch- (10-mm-) 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-mm-)high letters on 1-1/2-inch- (38-mm-) high label; where two lines of text are required, use labels 2 inches (50 mm) high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label. C. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment,fasten labels with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. C. Access doors and panels for concealed electrical items. d. 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. j. Enclosed switches. k. Enclosed circuit breakers. I. Enclosed controllers. M. Variable-speed controllers. n. Push-button stations. o. Power transfer equipment. p. Contactors. Page 9 of 10 IDENTIFICATION FOR ELECTRICAL SYSTMES—26 05 53 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction q. Remote-controlled switches, dimmer modules, and control devices. r. Enclosed switches or breakers. S. Enclosed starters. t. Control devices and protective relays. END OF SECTION Page 10 of 10 IDENTIFICATION FOR ELECTRICAL SYSTMES—26 05 53 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 November 2017 Technical Specifications for Construction SECTION 26 05 73.01 ELECTRICAL POWER SYSTEM STUDIES (PART 1 GENERAL 1.1 DESCRIPTION General: This section specifies that the CONTRACTOR prepare a short circuit and protective device coordination study, and an arc flash hazard analysis for the 480 volt and below electrical power system as shown on the plans. NO EQUIPMENT IS TO BE ENERGIZED UNTIL THE POWER SYSTEM STUDIES HAVE BEEN APPROVED BY THE ENGINEER, THE BREAKERS HAVE BEEN SET PER THE SHORT CIRCUIT AND COORDINATION STUDY AND THE ARC FLASH LABELS HAVE BEEN INSTALLED ON THE EQUIPMENT. NO EXCEPTIONS. Short Circuit and Protective Device Coordination Study, and Arc Flash Analysis The studies shall provide an evaluation of the 480 volt electrical power system and the model numbers and settings of the protective relays or devices and metering or motor monitoring devices for setting by the CONTRACTOR. The Studies shall include settings for all protective relays and electric system monitoring. The Contractor shall obtain any needed data or information for the electrical equipment from Contract Documents, electric utility, equipment suppliers, and from conducting his own field investigations. A. Scope: 1. The CONTRACTOR is responsible for providing all pertinent information necessary for the successful completion of the Short Circuit and Relay Coordination Study, and Arc Flash Analysis. All cable and raceway data, data from all new Switchgear, motor control centers, transformers, panelboards, and separately mounted fuses, starters or circuit breakers shall be obtained by the CONTRACTOR. Obtain all existing or new protective device information to include all present settings. The CONTRACTOR shall obtain any needed data or information from Contract Documents, various suppliers, Bath Engineering and from conducting his own field investigations. The data obtained shall be organized and submitted to the ENGINEER to show that all the necessary data gathering work has been done. 2. Calculations shall utilize actual X/R and three phase short circuit values obtained by the CONTRACTOR from the Bath Engineering. The use of infinite bus fault current calculation is not acceptable. 3. The studies shall include both scenarios: under normal power and under generator power. 4. The studies shall include all switchboard power meter settings. 5. Provide a complete short circuit study. Include three phase and phase-to-ground calculations. Provide an equipment interrupting or withstand evaluation based on the actual equipment and model numbers provided on this project. Generic devices are not acceptable. Normal system operating method, alternate operation, and operations that could result in maximum fault conditions shall be thoroughly addressed in the study. The study shall assume all motors operating at rated voltage with the exception that motors identified as"standby"shall not be included. Electrical equipment bus impedance shall be assumed zero. Short circuit momentary duties and interrupting duties shall be calculated on the basis of maximum available fault current at the electrical equipment busses. The Study shall be performed using actual available short circuit currents available and system impedances as obtained from Bath Engineering. An assumption of infinite bus for the purposes of the Study is not acceptable. Study shall use actual motor X/R and subtransient reactance data obtained from equipment suppliers. Page 1 of 9 Electrical Power System Studies— 26 05 73-01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 November 2017 Technical Specifications for Construction 6. A protective device coordination study shall be performed to determine appropriate relay settings. The study shall include all electrical equipment provided under this contract and any up-stream equipment that has an impact on the coordination study. The study shall show transformer damage curves, generator damage curves, cable short circuit withstand curves and motor curves. Include all medium and low voltage switchgear, distribution switchboards, motor control centers, starters, and panelboards main circuit breakers. Complete the short circuit study down to the main breaker or main lugs on all panelboards. Panelboard branch circuit devices need not be considered. The phase over current and ground-fault protection shall be included as well as settings for all other adjustable protective devices. All motor monitoring relays and protective or monitoring devices that are a part of a supplier's equipment(such as soft starters, switchgear)shall be in included. Include the last protective device in the Medium Voltage system feeding each facility being considered. 7. Provide Time-Current Curves on 11X17 log-log paper. Do not put more than one branch of protective devices on any one coordination curve. Include a one-line diagram and the names of each protective device in the branch. Use the names designated in the Contract Documents. Include motor and transformer damage curves, and cable short circuit withstand curves. Coordination study time-current curves (11x17 log-log type) including the instrument transformer ratios, model numbers of the protective relays, and the relay settings associated with each breaker. Organize the curves as specified here in. Ground fault time current curves shall be on a separate sheet. 8. An equipment evaluation study shall be performed to determine the adequacy of the fault bracing of all bus from the panelboard level up to the main Switchgear or protective device. Include circuit breakers, controllers, surge arresters, busway, switches, and fuses by tabulating and comparing the short circuit ratings of these devices with the available fault currents. 9. Provide arc flash hazard analysis in accordance with the applicable NFPA,ANSI, and IEEE standards. 10. The studies shall be performed, sealed and signed by a Registered Professional Engineer licensed in the state of Texas. 11. Any problem areas or inadequacies in the equipment shall be promptly brought to the ENGINEER's attention. 12. Use industry standard short circuit software, SKM CAPTOR and DAPPER or an equal approved by the ENGINEER. 13. The report shall include a comparison of short circuit duties of each bus to the interrupting capacity of the equipment that is protecting that bus. 14. The report shall include all data that was used as input to the report. This data shall include cable impedance, conduit type, source impedance, equipment ratings, motor X/R and subtransient reactance data, etc. 15. The CONTRACTOR shall coordinate with the Utility for electrical data required for the studies. 16. The studies shall include and model the different operating configurations that may be encountered at the pump station. This includes different transformers operating individually with various main and tie breakers open and closed. The studies shall clearly identify the particular operating configuration being evaluated. 1.2 REFERENCES A. This Section contains references to the following documents. They are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Title IEEE 141 Recommended Practice for Electric Power Distribution for Industrial Plants Page 2 of 9 Electrical Power System Studies— 26 05 73-01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 November 2017 Technical Specifications for Construction IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems NFPA 70E Handbook for Electrical Safety in the Workplace IEEE 1584 IEEE Guide for Performing Arc-Flash Hazard Calculations NEC National Electrical Code 1.3 SCHEDULE A. The report shall be provided to the ENGINEER NO LATER THAN 60 days before the equipment is shipped to the Work site. SHIPMENT AND DELIVERY OF EQUIPMENT WILL NOT BE ACCEPTED AT THE JOBSITE UNTIL THE STUDY HAS BEEN COMPLETED, SUBMITTED AND APPROVED BY THE ENGINEER. 1.4 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, "Document Management' and shall include: A. Shop Drawings: 1. Short Circuit and Protective Device Coordination Study. Time current curves shall be on 11x17 log-log type paper. The CONTRACTOR can provide time current curves on 8 '/z x 11 log-log type paper as a supplement but not as a replacement. 2. Arc Flash Hazard Analysis a. Provide a color copy of project specific Arc Flash labels for each panelboard, switchboard, switchgear, disconnect, Motor Control Center, VFDs, starters, transfer switches, including all existing electrical equipment—switchgear, starters, motor control center, panelboards, starters, etc. b. Provide a copy of the one-line diagram color-coded to show the incident ranges & clothing classifications at each bus. The one-line shall be on 11x17 paper and shall be separated out across three (3)-11x17 sheets. 1) Provide a table indicating the color coding used for each incident range& clothing classification. The one-line shall also include the information specified in section 2.03 below. The following is a recommended color coding for the following Hazard/Risk Category numbers: a) Green to indicate a Category 0 b) Blue to indicate a Category 1 c) Brown to indicate a Category 2 d) Yellow to indicate a Category 3 e) Orange to indicate a Category 4 f) Red to indicate Above a Category 4 B. Provide six(6) bound color copies of the completed studies to be submitted to the ENGINEER for approval. Each hard copy of studies shall be bound in a 3-ring binder. C. The Contractor shall redo the Power System Studies if any changes are made during the field testing checkout and/or start-up. The Contractor shall submit the Power System Studies for Engineer Approval. The Studies shall include an updated copy of the color copy Arc Flash Labels. Page 3 of 9 Electrical Power System Studies— 26 05 73-01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 November 2017 Technical Specifications for Construction D. PDF of all output files is required for both the preliminary and final power system studies submittals. 1. Two Software copies of actual power systems computer program project data files burned in on a CD. The CONTRACTOR shall provide an electronic copy on a CD-ROM of all files used to develop the electrical system model in the power system analysis program and all files for the written study analysis and summary data tables. For instance if SKM software is used for the power system studies, then the SKM files shall be burned in on a CD-ROM and provided to the OWNER/ENGINEER. This shall include any library files used for circuit breakers, fuses, etc. for the power system analysis. PART 2 EXECUTION 2.1 GENERAL A. Provide a short-circuit and relay coordination study load flow and motor starting study, and arc flash hazard analysis on the electrical power distribution system, as specified. The studies shall be performed in accordance with IEEE Standards 141 and 242, IEEE 1584, ANSI, and the NEC and shall utilize the ANSI method of short circuit analysis in accordance with ANSI C37.010. The studies shall be performed using actual equipment data for all equipment. The coordination studies shall use the data from the manufacturer of protective devices. 2.2 QUALIFICATIONS A. The studies shall be performed by the by an electrical manufacturer/consultant service/electrical testing agency who is regularly engaged in power system studies. A Licensed Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall seal and sign the studies. The Professional ENGINEER shall be licensed to practice engineering in the State of Texas. A study submitted without a Professional ENGINEER's seal will not be reviewed and returned Not Approved, Revise & Resubmit. 2.3 SHORT CIRCUIT STUDY A. The CONTRACTOR shall be responsible for obtaining and verifying all data needed to perform the study. B. As a minimum, each short circuit study shall include the following: 1. One-Line Diagram: a. Location and function of each protective device in the system, such as relays, direct- acting trips, fuses, etc. b. Type designation,current rating, range or adjustment, manufacturer's style and catalog number for all protective devices. c. Power and voltage ratings, impedance, primary and secondary connections of all transformers. Use the ratings (ie. Impedence, X/R, etc.) of the actual transformers being provided where available. d. Type, manufacturer, and ratio of all instrument transformers energizing each relay. e. Nameplate ratings of all motors and generators with their subtransient reactances. Transient reactances of synchronous motors and generators and synchronous reactances of all generators. Obtain data on the actual equipment being provided. Generic or average data numbers are not acceptable. Page 4 of 9 Electrical Power System Studies— 26 05 73-01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 November 2017 Technical Specifications for Construction f. Sources of short circuit currents such as utility ties, generators, synchronous motors, and induction motors. Provide short circuit studies using each source of power separately. The study shall determine if there is sufficient short circuit current to adequately cause interruption of a protective device using the weaker power source (typically local generation), and shall determine if the equipment can safely interrupt the fault if the greater power source is connected. Additional short circuit calculations shall include emergency as well as normal switching conditions as well as normal and emergency power sources described here in. 1) Show short circuit calculations listing short circuit levels at each bus. Provide the same data in tabular from. g. All significant circuit elements such as transformers, cables, breakers, fuses, reactors, etc shall be included. h. The time-current setting of existing adjustable relays and direct-acting trips, if applicable. i. One-Line showing available fault current at each bus all the way down to the 208Y/120V panelboards. 2. Impedance Diagram: a. Available MVA or impedance from the Bath Engineering. b. Local generated capacity impedance. c. Bus impedance. d. Transformer and/or reactor impedances. e. Cable impedances. f. Equipment impedances. g. System voltages. h. Grounding scheme (resistance grounding, solidly grounding, or no grounding). i. Motor contribution assuming the new and existing motors as shown on the plans all running at the same time. 3. Calculations: a. Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the 3-phase and line-to-ground short circuits of each case. b. Calculate the maximum and minimum fault currents. c. A discussion section evaluating the adequacy or inadequacy of the equipment method of calculation and formulas used such that all calculations can be verified manually by the ENGINEER, with recommendations as required for improvements to the system. d. Any inadequacies shall be called to the attention of the ENGINEER and recommendation made for improvements. 2.4 PROTECTIVE DEVICE COORDINATION STUDY A. As a minimum, the coordination study for the power distribution system shall include the following on 5-cycle, log-log graph paper: 1. The time-current coordination analysis shall be performed with aid of a digital computer. a. Time-current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing, but still maintain a low incident energy level. Where selectivity cannot be achieved, the ENGINEER shall be notified as to the cause. Page 5 of 9 Electrical Power System Studies— 26 05 73-01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 November 2017 Technical Specifications for Construction 2. Time-current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing. Where selectivity cannot be achieved, the ENGINEER shall be notified as to the cause. 3. Time-current curves and points for cable and equipment damage. 4. Circuit interrupting device operating and interrupting times. 5. Indicate maximum fault values on the graph. 6. Sketch of bus and breaker arrangement. 2.5 ARC FLASH HAZARD ANALYSIS A. The study shall be performed in accordance with the NEC and all applicable OSHA, ANSI, and IEEE standards. B. The CONTRACTOR shall adjust all adjustable time-current devices such that the trip settings lower the arc flash exposure and minimizing the clearing time. However, the CONTRACTOR shall adjust the time-current devices to avoid nuisance tripping. C. The CONTRACTOR shall utilize fault current values from the short circuit analysis to determine the Incident energy, limited approach boundary, restricted approach boundary, prohibited approach boundary and appropriate PPE required. D. The CONTRACTOR shall provide project specific arc-flash labeling. The arc-flash labeling shall be placed on the outside of the cover of the switchgear, motor control centers, combination motor starters, panelboard, switchboard, distribution panel, and all electrical panels, etc. such that it can be read without opening the electrical equipment. Mount arc-flash labels a maximum of 6'-6" AFF, include the housekeeping pad in the mounting height. The CONTRACTOR shall provide arc-flash labeling on all existing panelboards, switchboards, distribution panel, etc. where breakers are added or work is performed in or on the electrical equipment. E. Arc Flash Labels shall be chemical resistant, UV resistant, water resistant, scratch resistant, and made of 3.0 mil vinyl tape as manufactured by DuraLabel, Brady or approved equal. The lettering shall be performed by thermal transfer print. 1. Arc Flash labels and label lettering shall be sized large enough to be legible at a distance outside the hazard area. 2. Arc Flash Labels shall be placed on the door(s) of the room if the hazard area reaches or extends beyond the electrical room door(s). 3. The arc flash label shall include a DANGER header when the incident energy is above 40cal/cm2, and a WARNING header for all other incident energy levels. F. To ensure a safe workplace, and that the labeling meets NEC, OSHA, IEEE, and NFPA requirements, use specialized arc flash software to calculate protection boundaries. These protection boundaries shall include the Flash Protection Boundary, Limited Approach Boundary, Restricted Approach Boundary and the Prohibited Approach Boundary. G. The arc-flash analysis shall be based on calculated fault from the Short Circuit Study at each respective bus. The arc-flash software program shall be used to calculate the available arcing fault at each bus in the system,the resultant flash protection boundary based on the applicable protective device operating times and the associated incident energy that workers may be exposed to at the specified working distances. H. The report shall include the following information: Arc-flash evaluation table, arc-flash and shock hazard label definitions, arc-flash evaluation information, arc-flash and shock hazard labels and definitions of terms used in the arc-flash hazard analysis. Page 6 of 9 Electrical Power System Studies— 26 05 73-01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 November 2017 Technical Specifications for Construction I. Arc Flash labels shall be similar to the following example: WARNING Arc Flash and Shock Hazard Appropriate PPE Required 13 inch Flash Hazard Boundary 0.67 cal/cm2 Flash Hazard at 18 inches Category 1 Hazard/Risk Category, Per NFPA 70E 480 VAC Shock Hazard when cover is removed 0 Glove Class 42 inch Limited Approach 12 inch Restricted Approach 1 inch Prohibited Approach 10.692 kA Calculated Available Fault Current Equip. ID: Panel LP1 Protected 126A CB TX1 480V MCC1 ............._......................................................................._........................._.........................._....................._ .....:............................................................... ........ ........ ........ .............. Study 'Date. August 9,21112 END OF SECTION Page 7 of 9 Electrical Power System Studies— 26 05 73-01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 November 2017 Technical Specifications for Construction Attachment A SUBMITTAL CHECKLIST SPECIFICATION: PROJECT NUMBER 26 05 73.01 Electrical Power INSTRUCTIONS: 1. Prior to sending submittal fill out checklist and verify all of the following information is included and clearly identified by highlighting, circling or other method. The items below are the minimum required and the Engineer may require additional information. 2. Indicate any substitutions or deviations from the specification and provide additional information as required per Specification 01 33 00, "Submittal Procedures." 3. Sign form prior to submittal and include with submittal. Submittals provided without"Submittal Checklist'will be returned without review. CHECK BOX IF ITEM HAS BEEN ADDRESSED: ❑ 1. Provide Short Circuit and Protective Device Coordination Study. Time current curves shall be on 11x17 log- log type paper. The CONTRACTOR can provide time current curves on 8 'h x 11 log-log type paper as a supplement but not as a replacement. ❑ 2. Provide Arc Flash Hazard Analysis. ❑ 3. Provide a color copy of project specific Arc Flash labels for each panelboard, switchboard, switchgear, disconnect, Motor Control Center, VFDs, starters, transfer switches, including all existing electrical equipment— switchgear, starters, motor control center, panelboards, starters, etc. ❑ 4. Provide a copy of the one-line diagram color-coded to show the incident ranges & clothing classifications at each bus. The one-line shall be on 11x17 paper and shall be separated out across three (3)-11x17 sheets. 1) Provide a table indicating the color coding used for each incident range &clothing classification. The one-line shall also include the information specified in section 2.03 below. The following is a recommended color coding for the following Hazard/Risk Category numbers: a) Green to indicate a Category 0 b) Blue to indicate a Category 1 c) Brown to indicate a Category 2 d)Yellow to indicate a Category 3 e) Orange to indicate a Category 4 f) Red to indicate Above a Category 4 ❑ 5. A CD with all SKM input files and a PDF of all output files is required for both the preliminary and final power system studies submittals. Provide Two Software copies of actual power systems computer program project data files burned in on a CD. The CONTRACTOR shall provide an electronic copy on a CD-ROM of all files used to develop the electrical system model in the power system analysis program and all files for the written study analysis and summary data tables. For instance if SKM software is used for the power system studies, then the SKM files shall be burned in on a CD-ROM and provided to the OWNER/ENGINEER. This shall include any library files used for circuit breakers, fuses, etc. for the power system analysis. ❑ 8. Provide letter of qualification for studies being performed by the electrical manufacturer/consultant service/electrical testing agency who is regularly engaged in power system studies. A Licensed Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall seal and sign the studies. The Professional ENGINEER shall be licensed to practice engineering in the State of Texas. A stud Page 8 of 9 Electrical Power System Studies— 26 05 73-01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 November 2017 Technical Specifications for Construction submitted without a Professional ENGINEER's seal will not be reviewed and returned Not Approved, Revise & Resubmit. CONTRACTOR NOTES/COMMENTS TO ENGINEER: STATEMENT: I have reviewed and certify that the submittal is complete and that the submittal is legible, accurate, and complete in a clear, easily understood manner. Signature: Date: END OF SECTION Page 9 of 9 Electrical Power System Studies— 26 05 73-01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 1 21May 2021 Technical 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. 2. All items of labor, material, equipment or procedures 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. 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 electrical equipment, other devices or procedures are required for each individual Project to ensure the Project electrical system is fully functional and operational upon completion. 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. Page 1 of 5 LOW-VOLTAGE TRANSFORMERS—26 22 00 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 1 21May 2021 Technical Specifications for Construction 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 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. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Cooper Industries 2. Eaton Electrical Inc.; Cutler-Hammer Products. 3. General Electric Company. 4. Siemens Energy &Automation, Inc. 5. Sola/Nevi-Duty. 6. Square D; Schneider Electric. 7. Approved Equal Page 2 of 5 LOW-VOLTAGE TRANSFORMERS—26 22 00 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 1 21May 2021 Technical Specifications for Construction 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. 2. Coil Material: Copper. 2.3 Distribution Transformers 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. Page 3 of 5 LOW-VOLTAGE TRANSFORMERS—26 22 00 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 1 21May 2021 Technical Specifications for Construction 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: 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 PART 3 EXECUTION 3.1 Examination A. 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. B. Examine walls, floors, roofs, and concrete bases for suitable mounting conditions where transformers will be installed. C. 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. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 Installation A. Install transformers on concrete pad or as specified in the Contract drawings. 3. Anchor transformers according to manufacturer's written instructions, seismic codes at Project, and requirements in Section 260529 "Hangers and Supports for Electrical Systems". 4. If required, construct concrete bases of dimensions indicated, but not less than 4 inches (100 mm) larger in both directions than supported unit and 4 inches (100 mm) high. a. Use 3000-psi(20.7-MPa), 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 Page 4 of 5 LOW-VOLTAGE TRANSFORMERS—26 22 00 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 1 21May 2021 Technical Specifications for Construction 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. 5. Remove and replace malfunctioning units and re-test as specified above. END OF SECTION Page 5 of 5 LOW-VOLTAGE TRANSFORMERS—26 22 00 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 Technical Specifications for Construction SECTION 26 24 16 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. 3. All items of labor, material, equipment or procedures 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. 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 electrical equipment, other devices or procedures are required for each individual Project to ensure the Project electrical system is fully functional and operational upon completion. 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. Page 1 of 8 PANELBOARDS—26 24 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 Technical Specifications for Construction 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 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. Page 2 of 8 PANELBOARDS—26 24 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 Technical Specifications for Construction 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 F(minus 5 deg C)to plus 104 deg F(plus 40 deg C). b. Altitude: Not exceeding 3000 feet(2000 m). B. Service Conditions: NEMA PB 1, usual service conditions, as follows: 1. Ambient temperatures within limits specified. 2. Altitude not exceeding 3000 feet (2000 m). 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: Page 3 of 8 PANELBOARDS—26 24 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 Technical Specifications for Construction 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. 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 panel boards 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. Page 4 of 8 PANELBOARDS—26 24 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 Technical Specifications for Construction G. 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 : 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. 3. Siemens Energy &Automation, Inc. 4. Square D; a brand of Schneider Electric(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 36 inches (914 mm) 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. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. 3. Siemens Energy &Automation, Inc. 4. Square D; a brand of Schneider Electric(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: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. 3. Siemens Energy &Automation, Inc. 4. Square D; a brand of Schneider Electric. 5. Approved Equal. B. 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. Page 5 of 8 PANELBOARDS—26 24 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 Technical Specifications for Construction 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: 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 IZt 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 (AFCI) 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 Page 6 of 8 PANELBOARDS—26 24 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 Technical Specifications for Construction temporary blocking of moving parts from panelboards. C. Mount top of trim 72 inches above finished floor unless otherwise indicated. D. Mount panelboard cabinet plumb and rigid without distortion of box. Mount recessed 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-inch (27-GRC) empty conduits from panelboard into accessible ceiling space or space designated to be ceiling space in the future. Stub four 1-inch (27-GRC)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: Page 7 of 8 PANELBOARDS—26 24 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 Technical Specifications for Construction (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. 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 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 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. 4. All items of labor, material, equipment or procedures 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. 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 electrical equipment, other devices or procedures are required for each individual Project to ensure the Project electrical system is fully functional and operational upon completion. 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. Page 1 of 4 WIRING DEVICES—26 27 26 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 Technical Specifications for Construction 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. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles: 1. Cooper Wiring Devices; Division of Cooper Industries, Inc. (Cooper). 2. Hubbell Incorporated; Wiring Device-Kellems (Hubbell). 3. Leviton Mfg. Company Inc. (Leviton). 4. Pass & Seymour/Legrand (Pass & Seymour). 5. Approval Equal. 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. B. Comply with NFPA 70. C. 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, NEMA WD 6 Configuration 5-20R, UL 498, and FS W-C-596. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Cooper; 5351 (single), CR5362 (duplex). b. Hubbell; HBL5351 (single), HBL5352 (duplex). C. Leviton; 5891 (single), 5352 (duplex). d. Pass & Seymour; 5361 (single), 5362 (duplex). 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. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Cooper; VGF20. b. Hubbell; GFR5352L. C. Pass & Seymour; 2095. d. Leviton; 7590. 2.5 Toggle Switches Page 2 of 4 WIRING DEVICES—26 27 26 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 Technical Specifications for Construction A. Comply with NEMA WD 1, UL 20, and FS W-S-896. B. Switches, 120/277 V, 20 A: 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Single Pole: b. Cooper; AH1221. C. Hubbell; HBL1221. d. Leviton; 1221-2. e. Pass & Seymour; CSB20AC1. 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: 304 stainless 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 joint 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: 1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. Page 3 of 4 WIRING DEVICES—26 27 26 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 125 May 2021 Technical Specifications for Construction 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: 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 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2021 Technical 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. B. All items of labor, material,equipment or procedures 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. 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 electrical equipment, other devices or procedures are required for each individual Project to ensure the Project electrical system is fully functional and operational upon completion. 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 Page 1 of 6 ENCLOSED SWITCHES AND CIRCUIT BREAKERS—26 28 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2021 Technical Specifications for Construction 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. 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 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 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. Page 2 of 6 ENCLOSED SWITCHES AND CIRCUIT BREAKERS—26 28 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2021 Technical Specifications for Construction 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. 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: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. 3. Siemens Energy &Automation, Inc. 4. Square D; a brand of Schneider Electric. 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. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. 3. Siemens Energy &Automation, Inc. 4. Square D; a brand of Schneider Electric. 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. 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: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. 3. Siemens Energy &Automation, Inc. 4. Square D; a brand of Schneider Electric. B. General Requirements: Comply with UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents. Page 3 of 6 ENCLOSED SWITCHES AND CIRCUIT BREAKERS—26 28 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2021 Technical Specifications for Construction 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. 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. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. 3. Siemens Energy &Automation, Inc. 4. Square D; a brand of Schneider Electric. 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. Page 4 of 6 ENCLOSED SWITCHES AND CIRCUIT BREAKERS—26 28 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2021 Technical Specifications for Construction 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. 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. C. Submit all final testing reports and documentation to Owner and Owner's Representative upon completion of testing and before energizing equipment. 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. Page 5 of 6 ENCLOSED SWITCHES AND CIRCUIT BREAKERS—26 28 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2021 Technical Specifications for Construction END OF SECTION Page 6 of 6 ENCLOSED SWITCHES AND CIRCUIT BREAKERS—26 28 16 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical 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. 3. All items of labor, material, equipment or procedures 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. 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 electrical equipment, other devices or procedures are required for each individual Project to ensure the Project electrical system is fully functional and operational upon completion. 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. Page 1 of 7 ENCLOSED CONTROLLERS—26 29 13 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical Specifications for Construction 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. 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. 1. 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. 2. Indicating Lights: Two of each type and color installed. 3. Auxiliary Contacts: Furnish one spare(s) for each size and type of magnetic controller installed. 4. 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. 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. Page 2 of 7 ENCLOSED CONTROLLERS—26 29 13 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical Specifications for Construction 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 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. Page 3 of 7 ENCLOSED CONTROLLERS—26 29 13 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical Specifications for Construction 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. 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. Page 4 of 7 ENCLOSED CONTROLLERS—26 29 13 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical Specifications for Construction 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, oil-tight type. a. Push Buttons: Recessed types; momentary as indicated. b. Pilot Lights: LED types; colors as indicated; push to test. C. Selector Switches: Rotary type. B. Reversible N.C./N.O. auxiliary contact(s). 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. Page 5 of 7 ENCLOSED CONTROLLERS—26 29 13 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical Specifications for Construction 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 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. G. 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 Page 6 of 7 ENCLOSED CONTROLLERS—26 29 13 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 25 May 2021 Technical Specifications for Construction 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. 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 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2021 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. 3. All items of labor, material, equipment or procedures 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. 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 electrical equipment, other devices or procedures are required for each individual Project to ensure the Project electrical system is fully functional and operational upon completion. 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. Page 1 of 6 TRANSFER SWITCHES—26 36 00 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2021 City of Corpus Christi Standard Specifications for Construction 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. 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. PART2 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. Page 2 of 6 TRANSFER SWITCHES—26 36 00 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2021 City of Corpus Christi Standard Specifications for Construction 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, switched upon switch operation. 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. I. 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 NEMAAB 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. Page 3 of 6 TRANSFER SWITCHES—26 36 00 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2021 City of Corpus Christi Standard Specifications for Construction 4. Time Delay for Retransfer to Normal Source: Adjustable from 0 to 30 minutes, and factory set for 10 minutes to automatically defeat delay on loss of voltage or sustained undervoltage of emergency source, provided normal supply has been restored. 5. Test Switch: Simulate normal-source failure. 6. Switch-Position Pilot Lights: Indicate source to which load is connected. 7. Source-Available Indicating Lights: Supervise sources via transfer-switch normal- and emergency-source sensing circuits. a. Normal Power Supervision: Green light with nameplate engraved "Normal Source Available." b. Emergency Power Supervision: Red light with nameplate engraved"Emergency Source Available." 8. Unassigned Auxiliary Contacts: Two normally open, single-pole, double-throw contacts for each switch position, rated 10 A at 240-V ac. 9. Transfer Override Switch: Overrides automatic retransfer control so automatic transfer switch will remain connected to emergency power source regardless of condition of normal source. Pilot light indicates override status. PART 3 EXECUTION 3.1 Installation A. Floor-Mounted Switches: 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 inches (100 mm) high, reinforced, with chamfered edges. Extend base no more than 4 inches (100 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 Page 4 of 6 TRANSFER SWITCHES—26 36 00 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2021 City of Corpus Christi Standard Specifications for Construction 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 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. Page 5 of 6 TRANSFER SWITCHES—26 36 00 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2021 City of Corpus Christi Standard Specifications for Construction 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 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 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 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 and lamps. 2. Lighting fixture supports. 1.3 Definitions A. LED: Light Emitting Diode B. LER: Luminaire efficacy rating. C. Lumen: Measured output of lamp and luminaire, or both. D. 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, 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 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 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 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. Plastic Diffusers and Lenses: Furnish at least 2 of each type. 2. 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. PART2 PRODUCTS 2.1 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. 2.2 General Requirements For Lighting Fixtures and Components A. All new lighting fixtures shall be LED technology. B. Metal Parts: Free of burrs and sharp corners and edges. C. Sheet Metal Components: Form and support to prevent warping and sagging. D. 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 inch (1175 mm) minimum unless otherwise indicated. b. UV stabilized. 2. Glass: Annealed crystal glass unless otherwise indicated. PART 3 EXECUTION 3.1 Installation A. Lighting fixtures: 1. Set level, plumb, and square with ceilings and walls unless otherwise indicated. 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." Page 2 of 3 LIGHTING—26 51 00 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 21 May 2021 Technical Specifications for Construction 3.2 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." 3.3 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 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 18 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 (Prof. 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) pertaining to the conflict immediately to the attention of the Owner's Representative. Page 1 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING—27 13 23 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 18 October 2017 Technical Specifications for Construction 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. 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. Page 2 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING—27 13 23 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 18 October 2017 Technical Specifications for Construction 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 Metal (Steel/Aluminum) Conduit: Equipment connection. (a) Flexible metal (steel/aluminum) conduit lengths shall not exceed 18" unless approved by Owner or by the Owner's Representative before installation. 2.5 Enclosures and Boxes A. Underground Locations: Pull boxes used in underground conduit runs shall be made of Page 3 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING—27 13 23 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 18 October 2017 Technical Specifications for Construction 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 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. Page 4 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING—27 13 23 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 18 October 2017 Technical Specifications for Construction 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, salts and other impurities. C. Sand: Sand shall be clear, hard and durable grains, free of excessive foreign matter. D. Aggregate: Nominal %" 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 Page 5 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING—27 13 23 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 18 October 2017 Technical Specifications for Construction 2. Mix Ratio: 1 part cement, 2 parts sand, 3 parts aggregate. 28 day compressive strength, 3000 pounds 3.5 Directional Boring A. This item includes all labor, equipment and certain materials required to install conduit using directional boring techniques. The running line of the conduit shall be kept straight and level. Any changes, either vertical or horizontal shall be gradual with no more than six(6) inches of deviation in every five (5) linear feet. Special care shall be taken to insure that the conduit connection between bores be kept straight and level. B. All utilities shall be pot holed for verification of location and depth prior to boring. C. The boring machines shall be grounded at all times during operation. The grounding method and operator's safety equipment shall comply with the manufacturer's guidelines and requirements. Adequate barricades shall be erected to limit access to the boring machine to operating personnel only. D. Excavation and backfilling of bore pits and potholes shall conform to that described in the sections noted above. E. Separation of Topsoil: Anywhere a bore pit, or other excavation exceeds 18" in width at the surface, the topsoil will be separated from the subsoil with topsoil to be placed back as the surface layer of soil when the hole is back-filled. F. Contractor shall provide the coupling machine required for the installation of the connectors on all HDPE conduits. G. The Contractor is responsible for all steel pipe and HDPE conduit broken off and lost in the borehole. H. If at any time the proposed running line crosses an existing utility, the excavated pothole shall remain open until the Project Manager or appointed representative is able to witness the bore head pass the existing utility. I. Where a pipe casing is utilized, the ends of the casing shall be sealed to prevent infiltration of water or other foreign materials. 3.6 Proving The Duct A. The duct shall be proved to verify continuity and integrity by pulling a solid rubber mandrel or a mandrel of other solid material such as steel or aluminum through the duct. The mandrel shall be a minimum of 3" long and 1" diameter. A City project representative must be present to witness all duct-proving operations. Duct that is not proved in the presence of a City Project representative shall not be considered complete. B. All duct systems shall be installed to allow for a sealed pneumatic system. The couplings are to be installed as per the manufacturer's instruction. It is the responsibility of the subcontractor to provide a clean, sealed, uniform duct to the cable placing crews. 3.7 Subsurface Obstructions A. Contractor is responsible for locating and avoiding all subsurface obstructions. It is the Subcontractor's responsibility to verify the locations of subsurface obstructions shown on the drawings as well as any additional obstructions not identified on the drawings. Contractor shall notify owners and operators of foreign pipelines or other utilities at least two working days prior to excavation near the utility. 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 Page 6 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING—27 13 23 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 18 October 2017 Technical Specifications for Construction 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. 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 Page 7 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING—27 13 23 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 18 October 2017 Technical Specifications for Construction 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 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. Page 8 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING—27 13 23 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 18 October 2017 Technical Specifications for Construction 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 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. I. The Contractor is responsible for notifying the City Project Manager of an out of specification Page 9 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING—27 13 23 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 18 October 2017 Technical Specifications for Construction 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. 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 Page 10 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING—27 13 23 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 18 October 2017 Technical Specifications for Construction 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- 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. Page 11 of 12 COMMUNICATION OPTICAL FIBER BACKBONE CABLING—27 13 23 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 2 18 October 2017 Technical Specifications for Construction 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 R2 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 31 00 00 EARTHWORK 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Preparing subgrades for slabs-on-grade, and walks [. 2. Excavating and backfilling for buildings and structures. 3. Drainage course for slabs-on-grade. 4. Subbase course for concrete walks. 5. Excavating and backfilling for utility trenches. B. Related Sections include the following: 1. Section 0123 10 "Alternates and Allowances"for quantity allowance provisions related to unit-price rock excavation and authorized additional excavation. 2. Section 0150 00 'Temporary Facilities and Controls"for temporary controls, utilities, and support facilities. 3. Section 3110 00 "Site Clearing"for temporary erosion and sedimentation control measures, site stripping, grubbing, stripping topsoil, and removal of above-and below- grade improvements and utilities. 4. Section 03 30 00 "Cast-In-Place Concrete"for granular course if placed over vapor retarder and beneath the slab-on-grade. 1.03 UNIT PRICES A. Quantity allowances for earthwork are included in Section 0123 10"Alternates and Allowances." 1.04 DEFINITIONS A. Backfill: Soil material or controlled low-strength material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Course placed between the subbase course and hot-mix asphalt paving. C. Bedding Course: Course placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill. Earthwork 310000- 1 Choke Canyon Dam Infrastructure Improvements—E13050 MMS—05/12/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. Drainage Course: Course supporting the slab-on-grade that also minimizes upward capillary flow of pore water. F. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Architect. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavation more than 10 feet (3 m) in width and more than 30 feet(9 m) in length. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be without additional compensation. G. Fill: Soil materials used to raise existing grades. H. Structures: Buildings,footings,foundations, retaining walls, slabs,tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. I. Subbase Course: Course placed between the subgrade and base course for hot-mix asphalt pavement, or course placed between the subgrade and a cement concrete pavement or a cement concrete or hot-mix asphalt walk. J. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. K. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.05 SUBMITTALS A. Product Data: For the following: 1. Each type of plastic warning tape. 2. Geotextile. 3. Controlled low-strength material, including design mixture. 4. Geofoam. B. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Classification according to ASTM D2487 of each on-site and borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D698 and ASTM D1557 for each on- site and borrow soil material proposed for fill and backfill. C. Preexcavation Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by earthwork operations. Submit before earthwork begins. Earthwork 310000-2 Choke Canyon Dam Infrastructure Improvements—E13050 MMS—05/12/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1.06 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Architect and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify Engineer not less than 2 days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. 3. Contact utility-locator service for area where Project is located before excavating. B. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active. 2.00 PRODUCTS 2.01 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM, or a combination of these groups; free of rock or gravel larger than 3 inches (75 mm) in any dimension, debris,waste, frozen materials,vegetation, and other deleterious matter. C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D2487 or a combination of these groups. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D2940; with at least 90 percent passing a 1-1/2-inch (37.5-mm) sieve and not more than 12 percent passing a No. 200 (0.075 mm) sieve. E. Base Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D2940;with at least 95 percent passing a 1-1/2- inch (37.5-mm)sieve and not more than 8 percent passing a No. 200 (0.075 mm) sieve. F. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D2940;with at least 90 percent passing a 1-1/2- inch (37.5-mm)sieve and not more than 12 percent passing a No. 200 (0.075 mm) sieve. G. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D2940; except with 100 percent passing a 1-inch (25-mm) sieve and not more than 8 percent passing a No. 200 (0.075 mm) sieve. H. Drainage Course: Narrowly graded mixture of[washed ]crushed stone, or crushed or uncrushed gravel; ASTM D448; coarse-aggregate grading Size 57; with 100 percent passing a 1-1/2-inch (37.5-mm) sieve and 0 to 5 percent passing a No. 8 (2.36 mm)sieve. I. Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and natural sand;ASTM D448; coarse-aggregate grading Size 67; with 100 percent passing a 1- inch (25-mm) sieve and 0 to 5 percent passing a No. 4(4.75 mm) sieve. Earthwork 310000-3 Choke Canyon Dam Infrastructure Improvements—E13050 MMS—05/12/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 J. Sand: ASTM C33;fine aggregate, natural, or manufactured sand. K. Impervious Fill: Clayey gravel and sand mixture capable of compacting to a dense state. 2.02 ACCESSORIES A. Detectable Warning Tape: Acid-and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, a minimum of 6 inches (150 mm) wide and 4 mils (0.1 mm)thick, continuously inscribed with a description of the utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches (750 mm) deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. 3.00 EXECUTION 3.01 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Preparation of subgrade for earthwork operations including removal of vegetation, topsoil, debris, obstructions, and deleterious materials from ground surface is specified in Section 31 10 00 "Site Clearing." C. Protect and maintain erosion and sedimentation controls, which are specified in Section 31 10 00 "Site Clearing" during earthwork operations. 3.02 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades from softening, undermining,washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. 3.03 EXCAVATION, GENERAL A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may Earthwork 310000-4 Choke Canyon Dam Infrastructure Improvements—E13050 MMS—05/12/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 2. Remove rock to lines and grades indicated to permit installation of permanent construction without exceeding the following dimensions: a. 24 inches (600 mm) outside of concrete forms other than at footings. b. 12 inches (300 mm) outside of concrete forms at footings. c. 6 inches (150 mm) outside of minimum required dimensions of concrete cast against grade. d. Outside dimensions of concrete walls indicated to be cast against rock without forms or exterior waterproofing treatments. e. 6 inches (150 mm) beneath bottom of concrete slabs on grade. f. 6 inches (150 mm) beneath pipe in trenches, and the greater of [4 inches (600 mm) wider than pipe or 42 inches (1065 mm) wide. 3.04 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch (25 mm). If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork,for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch (25 mm). Do not disturb bottom of excavations intended as bearing surfaces. 3.05 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. 3.06 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. 1. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line. B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches (300 mm) higher than top of pipe or conduit, unless otherwise indicated. Earthwork 310000-5 Choke Canyon Dam Infrastructure Improvements—E13050 MMS—05/12/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. Clearance: 12 inches (300 mm) each side of pipe or conduit C. Trench Bottoms: Excavate trenches 4 inches (100 mm) deeper than bottom of pipe elevation to allow for bedding course. Hand excavate for bell of pipe. 1. Excavate trenches 6 inches (150 mm) deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 3.07 SUBGRADE INSPECTION A. Notify Engineer when excavations have reached required subgrade. B. If Engineer determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C. Proof-roll subgrade below the building slabs and pavements with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades. 1. Completely proof-roll subgrade in one direction. Limit vehicle speed to 3 mph (5 km/h). 2. Proof-roll with a loaded 10-wheel,tandem-axle dump truck weighing not less than 15 tons (13.6 tonnes). 3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Architect, and replace with compacted backfill or fill as directed. D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. E. Reconstruct subgrades damaged by freezing temperatures,frost, rain, accumulated water, or construction activities, as directed by Architect, without additional compensation. 3.08 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill,with 28-day compressive strength of 2500 psi (17.2 MPa), may be used when approved by Architect. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Architect. 3.09 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. Earthwork 310000-6 Choke Canyon Dam Infrastructure Improvements—E13050 MMS—05/12/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3.10 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. S. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. B. Place backfill on subgrades free of mud, frost, snow, or ice. 3.11 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost, snow, or ice. B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells,joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Backfill trenches excavated under footings and within 18 inches (450 mm) of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in Section 03 30 00 "Cast-in-Place Concrete D. Provide 4-inch (100-mm)thick, concrete-base slab support for piping or conduit less than 30 inches (750 mm) below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches (100 mm) of concrete before backfilling or placing roadway subbase. E. Place and compact initial backfill of satisfactory soil,free of particles larger than 1 inch (25 mm) in any dimension,to a height of 12 inches (300 mm) over the utility pipe or conduit. 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. F. Controlled Low-Strength Material: Place initial backfill of controlled low-strength material to a height of 12 inches (300 mm) over the utility pipe or conduit. G. Backfill voids with satisfactory soil while installing and removing shoring and bracing. H. Place and compact final backfill of satisfactory soil to final subgrade elevation. I. Controlled Low-Strength Material: Place final backfill of controlled low-strength material to final subgrade elevation. J. Install warning tape directly above utilities, 12 inches(300 mm) below finished grade, except 6 inches (150 mm) below subgrade under pavements and slabs. Earthwork 310000-7 Choke Canyon Dam Infrastructure Improvements—E13050 MMS—05/12/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3.12 SOIL FILL A. Plow, scarify, bench, or break up sloped surfaces steeper than one vertical to four horizontal (1:4) so fill material will bond with existing material. B. Place and compact fill material in layers to required elevations as follows: 1. Under building slabs, use engineered fill. 2. Under footings and foundations, use engineered fill. C. Place soil fill on subgrades free of mud, frost, snow, or ice. 3.13 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soil material on surfaces that are muddy,frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.14 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 8 inches (200 mm) in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material compacted by hand-operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches (300 mm) of existing subgrade and each layer of backfill or fill soil material at 95 percent. 2. Under walkways, scarify and recompact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill soil material at 92 percent. 3. For utility trenches, compact each layer of initial and final backfill soil material at 85 percent. 3.15 GRADING A. General: Uniformly grade areas to a smooth surface,free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. Earthwork 310000-8 Choke Canyon Dam Infrastructure Improvements—E13050 MMS—05/12/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Walks: Plus or minus 1 inch (25 mm). C. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch (13 mm) when tested with a 10-foot(3-m) straightedge. 3.16 SUBBASE AND BASE COURSES A. Place subbase and base course on subgrades free of mud, frost, snow, or ice. 3.17 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality-control testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D1556,ASTM D2167, ASTM D2922, and ASTM D2937, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least one test for every 2000 sq. ft. (186 sq. m) or less of paved area or building slab, but in no case fewer than three tests. 2. Trench Backfill: At each compacted initial and final backfill layer, at least one test for each 150 feet (46 m) or less of trench length, but no fewer than two tests. D. When testing agency reports that subgrades,fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.18 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic,freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. Earthwork 310000-9 Choke Canyon Dam Infrastructure Improvements—E13050 MMS—05/12/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3.19 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. B. property. Stockpile or spread soil as directed by Engineer. 1. Remove waste material, including unsatisfactory soil,trash, and debris, and legally dispose of it off Owner's property. END OF SECTION Earthwork 310000- 10 Choke Canyon Dam Infrastructure Improvements—E13050 MMS—05/12/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 31 10 00.01 SITE CLEARING 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Clearing and grubbing. 2. Stripping and stockpiling topsoil. 3. Removing above-and below-grade site improvements. 4. Temporary erosion and sedimentation control measures. B. Related Sections include the following: 1. Section 0150 00 "Temporary Facilities and Controls"for temporary utilities,temporary construction and support facilities,temporary security, and protection facilities, and temporary erosion and sedimentation control procedures. 2. Section 0170 00 "Execution and Closeout Requirements" for verifying utility locations and for recording field measurements. 3. Section 02 4119 "Selective Demolition" for partial demolition of buildings or structures undergoing alterations. 4. Section 3100 00 "Earthwork" for soil materials, excavating, backfilling, and site grading. 1.03 DEFINITIONS A. Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and clay particles;friable, pervious, and black or a darker shade of brown,gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches (50 mm) in diameter; and free of subsoil and weeds, roots, toxic materials, or other nonsoil materials. 1.04 MATERIAL OWNERSHIP A. Except for stripped topsoil or other materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.05 SUBMITTALS A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. 1.06 PROJECT CONDITIONS Site Clearing 3110 00.01- 1 Choke Canyon Dam Infrastructure Improvements—E13050 BMB—10/31/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 A. Traffic: Minimize interference with adjoining roads, streets,walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. C. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. 2.00 PRODUCTS 3.00 EXECUTION 3.01 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 3.02 UTILITIES A. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. 1. Arrange with utility companies to shut off indicated utilities. B. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: C. Excavate for and remove underground utilities indicated to be removed. D. . 3.03 CLEARING AND GRUBBING A. Remove obstructions,trees, shrubs,grass, and other vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Grind stumps and remove roots, obstructions, and debris extending to a depth of 18 inches (450 mm) below exposed subgrade. Site Clearing 3110 00.01-2 Choke Canyon Dam Infrastructure Improvements—E13050 BMB—10/31/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4. Use only hand methods for grubbing within tree protection zone. 5. Chip removed tree branches and stockpile in areas approved by Architect, dispose of off-site. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches (200 mm), and compact each layer to a density equal to adjacent original ground. 3.04 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Limit height of topsoil stockpiles to 72 inches (1800 mm). 2. Do not stockpile topsoil within tree protection zones. 3. Dispose of excess topsoil as specified for waste material disposal. 4. Stockpile surplus topsoil to allow for respreading deeper topsoil. 3.05 SITE IMPROVEMENTS A. Remove existing above-and below-grade improvements as indicated and as necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. 1. Unless existing full-depth joints coincide with line of demolition, neatly saw-cut length of existing pavement to remain before removing existing pavement. Saw-cut faces vertically. 2. Paint cut ends of steel reinforcement in concrete to remain to prevent corrosion. 3.06 DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property. END OF SECTION Site Clearing 3110 00.01-3 Choke Canyon Dam Infrastructure Improvements—E13050 BMB—10/31/17 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 31 68 30 HELICAL PILES 1.00 GENERAL 1.01 SUMMARY A. Section Includes: Designs, materials,tools, equipment, labor and supervision, and installa- tion techniques necessary to install Helical Piles as detailed on the drawings, including con- nection details. 1.02 PERFORMANCE CRITERIA A. Helical piles shall be capable of safely supporting the loads indicated on the drawings. The design load listed on the drawings shall be the basis for the anchor/soil interaction design and the anchor component design. 1. The capacity of the piles must be demonstrated by testing and successfully meeting acceptance criteria as described herein. 2. Safety Factor: All helical pile anchor/soil interaction and component design shall be provide a minimum safety factor of: a. Sustained loads: 2.0. b. Transient loads: 1.5. B. Helical Pile Design shall be in accordance with the latest editions of the International Build- ing Code and the International Code Council "Acceptance Criteria for Helical Pile Systems and Devices,"AC358, and based on a geotechnical conditions at the project site. 1. Design life minimum: 50-years. 2. Allowance for loss of sacrificial wall thickness due to corrosion over time shall be considered and documented. 1.03 SUBMITTALS A. Product Data: 1. Contractor shall submit a detailed description of the construction procedures proposed for use including the equipment proposed for installing helical piles. 2. Contractor shall submit certified mill test reports for the central steel shaft, as the material is delivered, to the Owner for record purposes. The ultimate strength, yield strength, percent elongation, and chemistry composition shall be provided. B. Shop Drawings: 1. Shop drawings shall indicate helical pile location and numbering system, pile configurations and associated details proposed for the project, material properties for each component, shaft diameter and thickness, helix size and configuration, corrosion protection, pile top attachment, and construction and installation method. 2. Correlation between installation torque and load capacity shall be included. Helical Piles 316830- 1 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. Record Data: 1. Calculations and other information necessary to document that the helical piles have been designed for the site soil conditions, loads shown on the drawings and required design life. 2. Contractor shall submit to the Owner copies of calibration reports for each torque indicator or torque motor, and all load test equipment to be used on the project. The calibration tests shall have been performed not more than 6 months prior to testing or start of work. These calibration reports shall include, but are not limited to,the following information: a. Name of project and Contractor. b. Identification (serial number) of device calibrated. c. Description of calibrated testing equipment. d. Date of calibration. e. Calibration data. D. Helical Pile Installation Records: 1. Field Measurements: Helical Pile Installation Record to show: a. Name of project and Contractor b. Name of Contractor's supervisor during installation c. Date and time of installation d. Name and model of installation equipment e. Type of torque indicator used f. Location of pile by assigned identification number or plan grid location g. Pile type and configuration and installed length, which includes lead section (number and size of helix plates), number and type of extension sections h. Installation duration and observations i. Locations of splices, if any j. Cut-off elevation k. Inclination of pile I. Installation torque at one-foot intervals for the final 10 feet m. Pile capacity based on installation torque compared to design load 1.04 QUALITY ASSURANCE A. All shop drawings, design calculations, and installation records shall be signed by the profes- sional engineer responsible for the helical pile design.The engineer shall be licensed in the state in which the work is performed. B. Helical piles shall be installed by a contractor authorized by the helical manufacturer. Certifi- cation documents shall be provided upon request to the Owner or their representative. Helical Piles 316830-2 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 C. Helical Pile Installation Tolerances: 1. Do not deviate from design location by more than 2-inch in any direction. 2. Deviation from the design location by more than 1-inch in any direction will require coordination and approval of a revised connection detail with the Engineer. 3. Elevation of helical pile top prior to cap plate installation shall not be lower than design elevation. 4. Deviation from Vertical: Not more than 2 degrees. D. All helical piles shall be installed in the presence of a designated representative of the Owner unless otherwise directed. The designated representative shall have the right of ac- cess to all field installation records and test reports. E. Welding shall meet the requirements of American Welding Society, "Structural Welding Code", AWS D1-1, latest edition. All welders shall be AWS certified. F. Torque indicators shall be calibrated prior to testing or start of work. Torque indicators which are an integral part of the installation equipment, shall be calibrated on-site. Torque indicators which are mounted in-line with the installation tooling, shall be calibrated either on-site or at an appropriately equipped test facility. Indicators that measure torque as a function of hydraulic pressure shall be calibrated at normal operating temperatures. 1.05 DELIVERY, STORAGE AND HANDLING A. Protect helical pile from damage during transportation, storage and handling. 1.06 PROJECT CONDITIONS A. A subsurface investigation at the site has not been identified at this time. The contractor may utilize installation torque measurements as a method of determining load capacity. One of the ten helical piers must be load tested to confirm the correlation between installa- tion torque and load capacity. If Contractor is of the opinion that the information is not ade- quate to establish site conditions, he may obtain additional information at his own option. 1.07 SEQUENCING AND SCHEDULING A. Fabrication and Installation: Do not fabricate or install helical piles until shop drawings have been reviewed and approved by the Engineer. 1.08 STANDARDS A. American Society for Testing and Materials (ASTM): 1. ASTM A36/A36M Structural Steel. 2. ASTM A53 Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless. 3. ASTM A123—Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products 4. ASTM A153 Zinc Coating(Hot Dip) on Iron and Steel Hardware. Helical Piles 316830-3 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 5. ASTM A252 Welded and Seamless Steel Pipe Piles. 6. ASTM A775 Electrostatic Epoxy Coating 7. ASTM A320/A320M Alloy-Steel Bolting Materials for Low Temperature Service. 8. ASTM A325 Standard Specification for Structural Bolts,Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 9. ASTM A500 Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 10. ASTM A513 Standard Specification for Electric Resistance Welded Carbon and Alloy Steel Mechanical Tubing. 11. ASTM A536 Standard Specifications for Ductile Iron Castings 12. ASTM A572 HSLA Columbium-Vanadium Steels of Structural Quality. 13. ASTM A618 Hot-Formed Welded and Seamless High-Strength Low-Alloy Structural Tubing. 14. ASTM A656 Hot-Rolled Structural Steel, High-Strength Low-Alloy Plate with Improved Formability. 15. ASTM A958 Standard Specification for Steel Castings, Carbon, and Alloy, with Tensile Requirements, Chemical Requirements Similar to Wrought Grades. 16. ASTM A1018 Steel, Sheet and Strip, Heavy Thickness Coils, Hot Rolled, Carbon, Structural, High-Strength Low-Alloy, Columbium or Vanadium, and High-Strength Low- Alloy with Improved Formability. 17. ASTM D1143 Method of Testing Piles Under Static Axial Compressive Load. 18. ASTM D3689 Method of Testing Individual Piles Under Static Axial Tensile Load. B. American Welding Society (AWS): 1. AWS D1.1 Structural Welding Code—Steel. C. American Society of Civil Engineers (ASCE): 1. ASCE 20-96 Standard Guidelines for the Design and Installation of Pile Foundations. D. International Building Code E. ICC Evaluation Service, Inc(ICC-ES): 1. AC358 Acceptance Criteria for Helical Foundation Systems and Devices 2.00 PRODUCTS 2.01 GENERAL A. The helical pile system shall be evaluated and meet the acceptance criteria of ICC-ES AC358. 2.02 MANUFACTURERS Helical Piles 316830-4 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include: 1. Alpine Site Services, Inc. 2. MacLean Dixie HFS 3. CHANCE Civil Construction 4. Ram Jack of Texas, Inc. 5. Helical Pier Systems(HPS) 6. Approved equal. 2.03 SHAFT: A. The helical pile shaft may consist of either round or square tube members. B. Couplings: All pipe shaft couplings shall be by positive mechanical means without field welding. 2.04 HELICAL BEARING PLATES: A. Helical bearing plates shall be welded to the shaft section using a continuous fillet weld on both sides of the helix. 2.05 GROUT A. Cement: Portland cement-ASTM C 150,Type II B. Water: Conforming to ASTM C 94. Contractor shall maintain water temperature to prevent quick setting of grout. C. Admixtures: Water-reducing and set-controlling admixtures,ASTM C 494,Type A, D or E at Contractor's option. D. Grout: Nonshrink, nonbleed mix of Portland cement and water. Water-reducing and set- controlling admixture may be used. Mix in proper quantities to provide specified strength and adequate workability. 1. Minimum strength of grout: 3,500 psi at 7 days and 5,000 psi at 28 days. Water/cement ratio shall not exceed 0.45. 2. Grout shall not be gas forming, nor contain chloride, gypsum or other corrosive materials. 3. Bleed shall not exceed 2%. 2.06 EQUIPMENT A. Grout Mixer and Equipment: The mixer shall be a high-speed, colloidal-type mixer equipped with a high-speed, diffuser-type centrifugal mixing pump operating at 1,500 to 2,000 rev/min during mixing. The mixer shall be equipped with an accurate meter, reading cubic Helical Piles 316830-5 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 feet to tenths of a cubic foot, for controlling the amount of mixing water used in the grout. A holdover mechanical agitator tank, sized at least 3 times larger than the volume of the mixer, shall be provided. The grout pumps shall be connected directly to the holdover me- chanical agitator tank. Suitable provisions shall be made for passing the grout through a 0.125-inch size screen as it is discharged from the mixer. Pump rating curves and complete mixer details, including photographs of the proposed mixing equipment, shall be submitted as required. 1. The grouting system shall be equipped with a flow meter, or an approved equivalent method of measurement, to measure the volume and discharge pressure of grout injected into a hole at any time during the grouting process. 2. Provide all necessary casing,casing tees,packing glands,stuffing boxes,valves, pressure gages and pipe or hosing required for effectively mixing and agitating the grout and forcing it into the PVC casing in a continuous, uninterrupted flow at the specified pressure. B. Grout Pump: Positive displacement helical-screw rotor type pump capable of pumping grout under a pressure of at least 100 psi gauge. A standby grout pump shall be included as a part of the grout plant. C. Anchor Stressing and Testing Equipment: 1. Calibrated hydraulic jack and appropriate pressure gauge shall be used. Jack shall be capable of tensioning anchors axially. Jack and gauge shall have been calibrated as a unit immediately prior to the first use at the project site. The gauge shall be a 6-inch diameter or larger,oil-filled,test-quality gauge and shall permit reading of the hydraulic pressure in the jack to the nearest 50 psi or less, as necessary to determine actual anchor bar load within 1 kip at all times during stressing operations. Each time the jack leaves the project site, the jack and gauge shall be re-calibrated as a unit immediately prior to returning to the project site. 2. Anchor bar movement measurement equipment shall consist of calibrated dial gauge or calipers, capable of reading to the nearest 0.01 inch. The measurement equipment shall be capable of reading up to the maximum anticipated anchor bar movement measurement without resetting. 3. All measuring devices shall be calibrated and recalibrated as necessary for accurate measurements. The pressure gauge shall be checked weekly against a calibrated master gauge kept on site. Weekly calibration reports shall be submitted to Owner's Resident Project Representative. 4. If the stressing equipment leaves the project Owner's site at any time during the duration of the project, all measuring devices shall be recalibrated to the stressing equipment by a calibration firm previously approved in writing. A damaged jack shall be repaired and recalibrated as a unit by a certified testing firm approved in writing by the Owner's Resident Project Representative. 2.07 FINISH A. All helical anchors, components, connections and appurtenances shall be hot-dipped galva- nized per ASTM A123. Helical Piles 316830-6 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3.00 EXECUTION 3.01 INSTALLATION A. Site Conditions 1. In the event of a discrepancies or conflicts, the Contractor shall notify the Owner. The Contractor shall not proceed with pile installation in areas of concern until the discrepancies and conflicts have been resolved. B. Installation: 1. Piles shall be installed in accordance with submitted installation procedures. a. Re-calibrate torque recorder, if, in the opinion of the Owner and/or Contractor reasonable doubt exists as to the accuracy of the torque measurements. 2. The contractor shall notify the Owner immediately of any helical pile not in conformance with the drawings and these specifications. 3. After installation, hollow helical shafts shall be fully grouted for interior corrosion protection. Grout shall be installed by pumping through a grout tube. Grout shall be injected at the fixed end of the anchor and forced toward the stressing end to expel all air and/or water. 4.00 HELICAL PILE LOAD TESTS 4.01 PRODUCTION TESTING A. The contractor shall perform proof test on one of the total production Helical Piles. B. The Contractor shall submit for review and acceptance the proposed Helical Pile load testing procedure. The test proposal shall be in general conformance with ASTM D1143 and/or D- 3689, and shall provide the minimum following information: 1. Type and accuracy of load equipment 2. Type and accuracy of load measuring equipment 3. Type and accuracy of pile-head deflection equipment 4. General description of load reaction system, including description of reaction anchors S. Calibration report for complete load equipment, including hydraulic jack, pump, pressure gauge, hoses, and fittings. C. If a production Helical Pile that is tested fails to meet the acceptance criteria,the Contractor shall modify the design,the construction procedure, or both for construction of other foun- dations.The modifications include, but are not limited to, installing replacement Helical Piles, modifying the installation methods and equipment, increasing the minimum effective installation torque, changing the helix configuration, or changing the Helical Pile material (i.e. central steel shaft). Modifications that require changes to the structure shall have prior review and acceptance of the Owner.Any modifications of design or construction proce- dures shall be at the Contractor's expense. Helical Piles 316830-7 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4.02 LOAD TEST EQUIPMENT A. The load test equipment shall be capable of increasing or decreasing the applied load incre- mentally. The incremental control shall allow for small adjustments,which may be neces- sary to maintain the applied load for a sustained, hold period. B. The reaction system shall be designed so as to have sufficient strength and capacity to dis- tribute the test loads to the ground. It should also be designed to minimize its movement under load and to prevent applying an eccentric load to the pile head. Test loads are nor- mally higher than the design loads on the structure. The direction of the applied load shall be collinear with the Helical Pile at all times. C. Dial gauge(s) shall be used to measure Helical Pile movement. The dial gauge shall have an accuracy of at least+/-0.001-in. and a minimum travel sufficient to measure all Helical Pile movements without requiring resetting the gauge. The dial gauge shall be positioned so its stem is parallel with the axis of the Helical Pile. The stem may rest on a smooth plate lo- cated at the pile head. Said plate shall be positioned perpendicular to the axis of the Helical Pile. The dial gauge shall be supported by a reference apparatus to provide an independent fixed reference point. Said reference apparatus shall be independent of the reaction system and shall not be affected by any movement of the reaction system. D. The load test equipment shall be re-calibrated, if in the opinion of the Owner and/or Con- tractor reasonable doubt exists as to the accuracy of the load or deflection measurements. 4.03 TESTING PROGRAM A. The hydraulic jack shall be positioned at the beginning of the test such that the unloading and repositioning of the jack during the test shall not be required. The jack shall also be po- sitioned co-axial with respect to the pile-head so as to minimize eccentric loading. The hy- draulic jack shall be capable of applying a load not less than two times the proposed design load (DL). The pressure gauge shall be graduated in 100 psi increments or less. The stroke of the jack shall not be less than the theoretical elastic shortening of the total Helical Pile length at the maximum test load. B. An alignment load (AL) shall be applied to the Helical Pile prior to setting the deflection measuring equipment to zero or a reference position. The AL shall be no more than 10%of the design load (i.e., 0.1 DL). After AL is applied,the test set-up shall be inspected carefully to ensure it is safe to proceed. C. Axial compression or tension load tests shall be conducted by loading the Helical Pile in step-wise fashion as shown in Table-1 to the extent practical. Pile-head deflection shall be recorded at the beginning of each step and after the end of the hold time. The beginning of the hold time shall be defined as the moment when the load equipment achieves the re- quired load step. D. Test loads shall be applied until continuous jacking is required to maintain the load step or until the test load increment equals 100%of the design load (DL) (i.e., 1.0 DL), whichever occurs first. The observation period for this last load increment shall be 5 minutes. Dis- placement readings shall be recorded at 1, 2, 3,4, and 5 minutes (load increment maxima only). Helical Piles 316830-8 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 E. The applied test load shall be removed in four approximately equal decrements per the schedule in Table-1 on the following page. The hold time for these load decrements shall be 1 minute, except for the last decrement,which shall be held for 5 minutes. Table-1 Steps for Production Load Testing LOAD STEP HOLD TIME (MINUTES) AL 0 Min. 0.20 DL 2.5 Min. 0.40 DL 2.5 Min. 0.60 DL 2.5 Min. 0.80 DL 2.5 Min. 1.0 DL 5.0 Min. 0.6 DL 1.0 Min. 0.4 DL 1.0 Min. 0.2 DL 1.0 Min. AL 5.0 Min. AL=Alignment Load; DL= Design Load 4.04 ACCEPTANCE CRITERIA FOR HELICAL PILE VERIFICATION LOAD TESTS A. The following criteria must be met for approval: 1. The Helical Pile shall sustain the compression and tension design capacities(1.0 DL)with no more than 1 in.total vertical movement of the pile-head as measured relative to the top of the Helical Pile prior to the start of testing. B. The Contractor shall provide the Owner copies of field test reports confirming Helical Pile configuration and construction details within 24 hours after completion of the load tests. Formal copies shall be submitted as per Section 3.0. This written documentation will either confirm the load capacity as required on the working drawings or propose changes based upon the results of the production tests. C. When a Helical Pile fails to meet the acceptance criteria, modifications shall be made to the design, the construction procedures, or both. These modifications include, but are not lim- ited to, de-rating the Helical Pile load capacity, modifying the installation methods and equipment, increasing the minimum effective installation torque, changing the helix config- uration, or changing the Helical Pile material (i.e., central steel shaft). Modifications that require changes to the structure shall have prior review and acceptance of the Owner. The cause for any modifications of design or construction procedures shall be decided in order to determine any additional cost implications. END OF SECTION Helical Piles 316830-9 Choke Canyon Dam Infrastructure Improvements—E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 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. Valves 4. 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 I 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 "Perms Code". Provide labels having an arrow to indicate the direction of flow. Provide 1-1/4-inch high letters. B. Outdoor Pipe Markers: Seton"Weather Code" Fade resistant, vinyl markers,2-1/4 by 9 inches. Page 1 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT-40 05 53 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2018 Technical Specifications for Construction C. Valve Identification: Provide Seton [Style 2961, 1-1/2-inch round, plastic tag, Style 250-BL Black Filled, 1-1/2-inch round, brass tag, or approved equivalents] 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 appropriate. 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 O& 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. S. Reference to shop drawings, parts lists, or other data included in the O & 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 3. Normal position of valve (Open or Closed) 4. Manufacturer's catalog number Page 2 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT-40 05 53 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2018 Technical Specifications for Construction 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: Domestic Crane Gate rising Shut off to P 1 Water Rm. 103 Open Fig. 315C stem heater 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. 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 Potable and Non-Potable Water A. Provide name tags at every water hydrant or outlet. Fabricate name tags of 3/4-by-1-1/2-by- 1/8-inch aluminum with a medium, duranodic finish and plexiglas face panel. The face panel 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. 3.7 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." Page 3 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT-40 05 53 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2018 Technical Specifications for Construction C. Revise schedule for each individual project. Plumbing 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 Oxygen 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 Page 4 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT-40 05 53 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2018 Technical Specifications for Construction 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 CP/EF-1 White on Black Fan 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 D. Piping Color Schedule: Potable Water Light Blue 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 Page 5 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT-40 05 53 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 121 May 2018 Technical Specifications for Construction 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:06B6C387-79E8-42E8-AD4B-42A032610271 40 05 57.23 ELECTRIC MOTOR ACTUATORS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to provide,test and install electric motor actuators for sluice gates as shown on the Drawings. B. All electric motor operators shall be provided per this specification. It shall be the responsibility of the Contractor to install all, actuators and appurtenances. The electric motor operator representative shall be responsible for the startup of their equipment and a factory certified technician should perform the start up. 1.02 QUALITY ASSURANCE A. Acceptable Multi-Turn Motor Operator Manufacturers: 1. Rotork. B. Manufacturer's Representative for Startup and Testing: The services of the manufacturer's technical representative shall be provided for pre-startup installation checks, startup assistance,training of Owner's operating personnel,troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." C. Provide training in adequate detail to ensure that the trainees who complete the program will be qualified and capable of operating and maintaining the equipment, products, and systems provided. Training shall be conducted for a minimum of 4 hours by the manufacturer's representative. The Contractor shall submit the training schedule to the Owner for approval a minimum 2 weeks from the proposed training. D. The fully assembled gate operating equipment shall be shop inspected,tested for operation, and adjusted before shipping. Actuators shall be factory-designed to handle the maximum design head of each specific gate as shown on the plans. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 01 "Submittal Register" and shall include at least the following: 1. Shop Drawings: a. Certified shop and installation drawings showing all materials, details of construction, dimensions and anchor bolt locations. 2. Record Data: a. Descriptive literature, bulletins and/or catalogs of the equipment. b. Prior to shipment of actuators, submit certified affidavit of compliance stating that the actuators for this Contract were manufactured, inspected, and tested in accordance with all applicable AWWA and ASTM Standards. 3. Operation and Maintenance Manuals: O&M manual instructions are provided in Section 00 72 00 "General Conditions." Electric Motor Actuators 40 05 57.23- 1 Corpus Christi Reservoir Operating System Infrastructure Improvements-E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1.04 STANDARDS A. The applicable provisions of the following standard shall apply as if written here in its entirety unless expressly contradicted in the text of this specification: 1. American Water Works Association (AWWA): AWWA C542, Electric Motor Actuators for Valves and Slide Gates (latest revision). 2. ANSI, Guidelines for the Specification of Electric Valve Actuators 1.05 GUARANTEE AND WARRANTY A. Gate operator manufacturer shall warrant the equipment furnished under this specification for a minimum period of 5 years against defects in materials and workmanship, and operational failure. B. In the event of a defect in material or workmanship or equipment design of any part or parts of the equipment during the first 5 years of service, provided that the equipment has been operated and maintained in accordance with good practice,the gate operator manufacturer shall furnish, deliver and install a replacement for the defective part or parts at its own expense. C. The first 5 years of service shall be interpreted as the 60-month period following the installation, adjusting, and acceptance tests of all operators, motors and appurtenances. 2.00 PRODUCTS 2.01 MATERIALS A. Materials in electric motor actuators and appurtenances for sluice gates shall conform to the requirements of lakeside sluice gate electric motor actuators for the alloy, grade, type, or class of material and the condition and finish appropriate to the structural and operational requirements,to include duty rating and design life. 2.02 DEFINITIONS A. Sluice gates are defined as fabricated gates with top, bottom and side seals. Sluice gates are typically used at pipe ends in basins or influent and effluent boxes and fully submerged wall openings and/or orifices. B. Manual Operators: Unless otherwise indicated, electric gate operators shall be provided with a back-up manual handwheel gearbox for non-electrical operation. The operator shall be mounted on the pedestal of non-self-contained gates. 1. The gate manufacturer shall select the proper gear ratio to ensure that the gate can be operated with no more than a 40-pound effort when the gate is in the closed position and experiencing the maximum operating head. 2. An arrow with the word "OPEN" shall be permanently attached or cast onto the operator to indicate the direction or rotation to open the gate. 3. Manufacturer shall provide the appropriate operator handwheel, at 40 inches above operating floor unless noted otherwise in the schedule or the Drawings. Electric Motor Actuators 40 05 57.23-2 Corpus Christi Reservoir Operating System Infrastructure Improvements-E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4. Handwheel operators shall be fully enclosed and shall have a cast aluminum, stainless steel or ductile iron housing. a. Handwheel operators shall be provided with a threaded cast bronze lift nut to engage the operating stem. b. Handwheel operators shall be equipped with roller bearings above and below the operating nut. c. Positive mechanical seals shall be provided above and below the operating nut to exclude moisture and dirt and prevent leakage of lubricant out of the hoist. d. The handwheel shall be removable and shall have a minimum diameter of 18 inches. 5. Actuators shall be provided with handheld, independently configurable Bluetooth remote setting tool with rechargeable battery system. The contractor shall provide one primary unit and one backup unit. 6. Actuator operation and gate travel extents shall be able to be controlled and made visible by local 1/0 SCADA controls. 7. Operators shall be equipped with fracture resistant clear butyrate or lexan plastic stem covers. a. The top of the stem cover shall be closed. b. The bottom end of the stem cover shall be mounted in a housing or adapter for easy field mounting. c. Stem covers shall be complete with indicator markings to indicate gate position. d. Vent holes shall be provided to prevent condensation. e. Cover shall not become brittle or discolored when subjected to local weather conditions for a minimum of 5 years after installation. Replacement of covers less than 5 years after installation shall be provided under warranty. 2.03 ELECTRIC MOTOR OPERATORS A. Electric motor operators shall be furnished as specified herein. B. General: 1. The gate operators shall be of reversible motor type. The rated torque capability of each operator shall be sufficient to seat, unseat, and rigidly hold in any position the slide gate under the operating conditions specified herein. Per the United States Bureau of Reclamation standard practice, a coefficient of friction of 0.6 shall be used when sizing slide gate actuators. 2. Operators shall be self-contained units comprising housing, motors, reversing contactor, limit switches, torque switches, relays, control transformer,gear train, and auxiliary handwheel. Operators shall be mechanically operated with hardwired relays, etc. Operators shall not contain printed circuit boards for the controls, operation, etc. Operators shall comply with the applicable requirements of AWWA C540. 3. The handwheel shall not turn during normal operation of the valve. Electric Motor Actuators 40 05 57.23-3 Corpus Christi Reservoir Operating System Infrastructure Improvements-E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 4. The operator shall be designed to raise the gate at a rate of+/- 10%to the existing gate speed. C. Electric motor actuators for sluice gates shall be provided with 1. double watertight enclosures BS EN IEC60529, IP68/IP66, and NEMA type 4&6 2. Three phase low inertia squirrel cage motor, class F insulation, incorporating thermostat protection 3. Syncrophase, auto phase rotation correction and lost phase protection 4. Integral electrically and mechanically interlocked reversing contactors, suitable for up to 60 starts/hour 5. Drive incorporating lost motion 'hammer-blow', for releasing sticking valves 6. Integral illuminated, digital valve position indicator showing 0.1% increments in valve position with closed and open valve limit symbols,torque or other status data 7. Three LED's for local indication; red-open,yellow-intermediate, green-closed (can be reversed), blinker configurable 8. Red, padlockable Local Control/Stop/Remote Control selector, Black, Open/Close selector 9. Padlockable manual override clutch lever, clockwise to close handwheel, non-rotating during electric operation 10. Non-intrusive limit setting, commissioning and control configuration using the supplied Infra-red/Bluetooth Setting Tool 11. Adjustable electronic torque switches 40%to 100% of rated 12. Logging and display of operational events and trends including motor starts and valve torque profiles. D. Gate Operator Construction: 1. Operators shall be equipped with an 18-inch auxiliary stainless steel handwheel. Handwheel shall provide for manual actuation of the gate in the event of power failure. The handwheel shall not turn during normal operation of the gate. 2. The gate operator shall have an integral three-phase, full voltage, reversing contactor with electrical and mechanical interlocks and three over-load sensing relays. The contactor shall operate on 120 VAC and shall have a control transformer to transform 460 VAC to 120 VAC. The control transformer shall be sized with sufficient capacity to operate the contactor and the motor switch compartment heaters. 3. Limit switches shall be furnished for gate control,for remote and local OPEN and CLOSE indications. Limit switches shall be dry contacts and shall be independently adjustable at the open and close limits. Auxiliary limit switches for remote OPEN and CLOSE indication shall have isolated Form A or B contacts rated 10 amps at 120 VAC. 4. The operator enclosure shall be NEMA 4. Space heaters with thermostat shall be provided in the enclosure of wattage suitable for keeping the compartment dry at all times. There shall be installed also a suitable breather and drain. A schematic wiring diagram shall be attached and protected from the environment for maintenance use. A Electric Motor Actuators 40 05 57.23-4 Corpus Christi Reservoir Operating System Infrastructure Improvements-E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 terminal strip shall be provided in the switch compartment. Controls and switch compartments shall be shop wired to terminal strip complete and ready for field installation. All wires to terminal strip shall be identified with heat shrinkable wire tags. 5. Motor shall be designed for Class H, 30 min use, and rated for 460 VAC, 3-phase, 60 Hertz service. Control voltage shall be 120 VAC. Motors shall have thermal switch wired to 120 VAC control circuit on operator. Bearings shall be permanently lubricated ball bearings. 6. Valves shall have LOCAL-REMOTE selector switch, OPEN and CLOSE indicator lights, and open and close pushbuttons mounted on the operator. Selector switches and pushbuttons shall be provided with watertight boots. 7. Valve Limit Switch Settings: a. CVLS-1 shall close when the valve is fully closed. b. CVLS-2 shall close when the valve is fully open. 3.00 EXECUTION 3.01 INSTALLATION A. Fabricated electric motor actuators for sluice gates shall be installed in accordance with the recommendations of the actuator manufacturer. B. Install the actuators in a manner that will result in smooth continuous movement during operation. C. Carefully align pedestals, dust covers, and other appurtenances to ensure plumb and square operation of stems and gates to ensure no adverse mechanical wear or strain is imparted into the lifting equipment or causing ongoing mechanical wear on the existing sluice gate stem and hanger system. 3.02 FIELD QUALITY CONTROL A. Prior to final acceptance by the Owner,the sluice gate operators shall be tested in the presence of the Engineer. The slide gate shall be opened 10%from the fully closed position under maximum available seating head (unbalanced) depending on current reservoir conditions, as well as cycled three times under normal conditions (balanced). In addition, the gates shall be moved with the manual actuator to verify that the gate and stem are operational and in satisfactory working order. 3.03 CLEAN AND ADJUST A. After installation, clean, lubricate, and otherwise service the stem and operator in accordance with the manufacturer's instructions. END OF SECTION Electric Motor Actuators 40 05 57.23-5 Corpus Christi Reservoir Operating System Infrastructure Improvements-E13050 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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. g. 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. 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:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 6 20 July 2020 Technical Specifications for Construction 5. American Society for Testing and Materials (ASTM) Standards: ASTM Al 53 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 RP 12.1-1960 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:06B6C387-79E8-42E8-AD4B-42A032610271 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 1.4.8.5 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 1/0 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:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 6 20 July 2020 Technical Specifications for Construction (3) Rockwell Automation/Allen-Bradley Flexl/O (4) MOXA network hardware g. 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. i. 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 (f) 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:06B6C387-79E8-42E8-AD4B-42A032610271 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. g. Testing: A formal system test shall be performed by the Contractor and witnessed by the Owner or Owners representatives at the Contractor's test facility, prior to shipment. The purpose of the test shall be to verify the functionality, performance, and stability of the hardware and software. Refer to Section 40 90 03 "SCADA and Instrumentation Testing and Commissioning" for any and all SCADA and instrumentation testing and commissioning requirements. Page 5 of 25 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS—40 90 00 R6 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 1.4.13 "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:06B6C387-79E8-42E8-AD4B-42A032610271 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 1/0 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:06B6C387-79E8-42E8-AD4B-42A032610271 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. Wiring diagrams shall be furnished as a part of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. Instrument panel wiring shall be such that each wire installed has its own number designation at each end and such that no number is repeated. Instrument panel wire tagging instructions as specified in Section 26 05 19 "Low- Voltage Electrical Power Conductors and Cables" shall be followed. b. Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. 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:06B6C387-79E8-42E8-AD4B-42A032610271 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, 1/0 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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-1-46058B. 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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 (f) Security system (g) Trending system (h) Remote communications (i) Software configuration (j) OLE applications (k) Test, adjustment, and calibration procedures (1) 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 (f) 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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 bythe 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. G. 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 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 (Prof. 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. D. Protection: 1. The instrumentation system supplier shall be responsible for input-output isolation of all Page 1 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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. 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 Page 2 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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 2.2.13 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. 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 Page 3 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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-VUC1CO, 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 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-Al Al N-DC, 931 S-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. I. 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. Page 4 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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 appropriately 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, 5100PSI working pressure @ 200° F. 2. 3/8" O.D., .035' wall thickness, 3300PSI working pressure @ 200° F. 3. 1/2" O.D., .049" wall thickness, 3700PSI 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 leaks. 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 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. 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. Page 5 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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. 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. Page 6 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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 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. 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. Page 7 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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. Ajunction 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. I. 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 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 Page 8 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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 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 Page 9 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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. 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. Page 10 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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. 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 200/Probe LU. 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 Page 11 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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. 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. Page 12 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 3. Approvals: a. Class I Div 2. E. If wired as intrinsically safe- Class 1, 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. 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 1, Div 1 - if wired intrinsically safe. Page 13 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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. 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 Page 14 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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 Rotary Shaft Position Indicator Transmitters (Encoders) A. Encoders shall be absolute multi-turn type. Encoders may be of mechanical, optical, or magnetic technology. Encoders shall operate on 8-32VDC input voltage and produce a linearly proportional 4-20 mA DC output signal. Encoders shall have an operating temperature range of-40°to 85°C @ 98% humidity with a minimum IP67 environmental rating. Encoders shall be manufactured be AMCI (Advanced Micro Controls, Inc.), Pepper-Fuchs, or approved equal. 2.29 Pump Control Switches A. None: implemented in SCADA. 2.30 Flow Controllers A. None: implemented in SCADA. 2.31 Level Controller A. None: implemented in SCADA. 2.32 Pressure Controller A. None: implemented in SCADA. 2.33 Process Controller A. None: implemented in SCADA. 2.34 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 731364, or approved equal. 2.35 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, Page 15 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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. C. Turbidity analyzer shall be manufactured by Hach, Swan, ATI, or approved equal. 2.36 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. 2.37 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. Page 16 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction G. The sulfite ion residual analyzer monitor shall be manufactured by Hach, Swan, ATI, ChernScan or approved equal. 2.38 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. 2.39 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 Page 17 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction located as far as 200 feet from the analyzer and be complete with the necessary length of connecting cable. The system shall be Royce Model 2500 with Model 25 bracket assembly. 2.40 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. 2.41 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. 2.42 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. 2.43 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 Hydroxyl and a manganese catalyst. Page 18 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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. 2.44 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 Cl). 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. 2.45 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 shut down the analyzer until corrective action is taken. Page 19 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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. 2.46 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 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 Page 20 of 21 INSTRUMENTATION—40 90 01 R7 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 8, 22 Feb 2021 Technical Specifications for Construction 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:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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. Page 1 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA)SYSTEM—40 90 02 R4 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 4 20 July 2020 Technical Specifications for Construction 1. Installation of all equipment, programming, configuration and materials including, but not limited to interface equipment, additional network switches, additional development and programming of new HMI screens to be incorporated in the existing O.N. Stevens Water Plant SCADA system, 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 1/0 shall be selected as required to meet the minimum memory and 1/0 requirements of the final control programming with a minimum of 30% memory and a minimum of 30% spare 1/0 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 1756-1-72 (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 1756-1-72 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 1/0 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:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 4 20 July 2020 Technical Specifications for Construction 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 Loo Black(Signal) Analog Output Grey HART White Loo Orange (Signal) Digital Input 120VAC Pink a. Control panel internal wiring shall conform to the following table: 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-IB16 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-OB161 16-point discrete output modules (2) Allen-Bradley CompactLogix 1769-IB161 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-OF8 8-point analog output modules (2) Allen-Bradley CompactLogix 1769-OF8 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 Page 3 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA)SYSTEM—40 90 02 R4 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 4 20 July 2020 Technical Specifications for Construction (60 Hz) minimum resolution with non-glare screen. 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. (3) 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. (4) New graphical displays shall mimic the look and feel of current ONSWTP Operator graphical and control screens and displays. (5) 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. (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 Page 4 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA)SYSTEM—40 90 02 R4 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 4 20 July 2020 Technical Specifications for Construction efficiency and performance. 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. g. 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: Page 5 of 8 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA)SYSTEM—40 90 02 R4 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 4 20 July 2020 Technical Specifications for Construction a. A consolidated Report function shall be furnished. It shall utilize a standard spreadsheet format for creation of system reports. A comprehensive built-in library of standard spreadsheet functions shall be included for selection and simultaneous 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 August 2021 Technical Specifications for Construction SECTION 40 90 02.01 CONTROL SYSTEM CONFIGURATION SPECIFICATION PART1 GENERAL 1.1 PROCESS DESCRIPTION A. The Choke Canyon Dam system is existing and includes two (2) primary operational sections: the Spillway section and the Outlet Works section. The Spillway section consists of seven (7)radial gates with hoists and controls to raise and lower each gate independently and monitor the position of each gate. The Outlet Works section, located near the center of the dam embankment, consists of an intake structure with four (4) slide gates located at varying elevations and a control structure with two (2) high-pressure regulating gates, an emergency gate, and a jet-flow gate. B. For the Spillway section, a new PLC-based control system will be implemented consisting of a primary Allen-Bradley ControlLogix PLC processor with 1/0 and HMI operator interface located in the main Spillway Control room along with dedicated remote 1/0 racks with local HMI interface for gate control located at each spillway gate. Local OPEN / CLOSE pushbuttons will be located at each spillway gate remote 1/0 enclosure for local control. C. For the Outlet Works section, a new PLC-based control system will be implemented consisting of a primary Allen-Bradley ControlLogix PLC processor with 1/0 located in the Outlet Works control bunker for monitoring and control of the regulating gates, emergency gate,jet-flow gate with a remote 1/0 panel with an HMI operator interface and local operator pushbuttons located in the actuator level of the Intake Structure for local monitoring and control of the four(4)Intake Structure gates.All Outlet Structure and Intake Structure gates may be viewed and controlled via an operator workstation located in the Outlet Works control bunker control room. D. Please note that, per the U.S. Dept. of Interior Bureau of Reclamation Standing Operating Procedures, all Spillway gates shall only be operated locally. No automation of the Spillway gates shall be allowed. 1.2 PIPING &INSTRUMENTATION DIAGRAMS (P&ID'S) A. 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 (if available), plans, wiring diagrams, layouts, etc., to determine which monitoring and control instrumentation and any other devices are required for each individual Project to ensure the Project instrumentation system is fully functional and operational upon completion B. The Piping and Instrumentation Diagrams (P&ID's), if available, shall be provided by the Instrumentation design engineer in the contract documents. 1.3 CONTROL PHILOSOPHY A. Project Scope The Choke Canyon Dam project instrumentation controls and integration scope includes, but is not limited to the following: 1. Procurement of any and all instrumentation, PLC, and communications equipment required by this project to deliver a fully functional and integrated control system as specified by the Controls System Design Engineer. 2. Fabrication of any and all control panels per the Controls System Design Engineer. Page 1 of 6 CONTROL SYSTEM CONFIGURATION SPECIFICATION -40 90 02.01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 August 2021 Technical Specifications for Construction 3. Development and implementation of any and all component control and communications programming required to provide a fully-functional PLC-based control system for the new Choke Canyon Dam PLC control system. 4. For any and all new Operational parameters and screen development for the Choke Canyon Dam control system, contractor shall be required to allocate time and conduct workshops with City and Dam operations staff and U.S. Bureau of Reclamation staff to identify and document all new PLC and HMI control logic. 5. Control sequences shall be based on operational requirements stated in this document and the U.S. Dept.of Interior Bureau of Reclamation Standing Operating Procedures 6. The coordination with the system integrator for the verification and to demonstrate the functionality of the new and existing systems as specified. B. Scope of Automation New automation for new Choke Canyon Dam control system shall consist of the following: 1. Monitor position of all dam Spillway gates. 2. Monitor position of all dam Outlet Works gates. 3. Monitor position of all dam Intake Structure gates. 4. Allow for open /close control of the four(4) Intake Structure gates from the Outlet Works control room operator workstation. C. Continuous Operation Continual monitoring and control of all Spillway, Outlet Works and Intake Structure gates is required to maintain an adequate and acceptable level in the Choke Canyon Reservoir. D. Schemes and Strategies 1. Spillway Gate Control a. Per the U.S. Dept. of Interior Bureau of Reclamation Standing Operating Procedures, all Spillway gates shall only be operated locally. No automation of the Spillway gates shall be allowed. b. The Spillway Gate control network shall consist of a main control panel located in the Spillway control room and seven (7) remote 1/0 control panels installed at each spillway gate connected to main panel via fiber optic network. C. The Spillway Gate Main control panel shall display the spillway gates open, closed, and position status on local Operator interface HMI. d. The Spillway Gate Main control panel shall display each of (7) spillway gate `REMOTE/AUTO' switch position on front of panel via indicator light. e. The Choke Canyon Dam Spillway Gate Control shall have two (2) operating modes: (1) 1/2: LOCAL-MANUAL: Spillway gates are operated by the local Raise / Lower pushbuttons located on the individual spillway gate remote 1/0 panel. Pushbuttons shall require the operator to hold the raise or lower pushbutton for entire duration of operation. Latching of pushbutton operation shall not be allowed. All gate pre-lube operations and gate interlocks shall remain in place as described in Paragraph 2 of this Section. Page 2 of 6 CONTROL SYSTEM CONFIGURATION SPECIFICATION -40 90 02.01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 August 2021 Technical Specifications for Construction (2) 2/2: REMOTE-AUTO: Spillway gates may be operated thru the Main Operator Interface HMI located in the Spillway Gate Main control panel in the Spillway electrical room, provided gate operation is witnessed in person by another member of the Operations team. HMI inputs shall require the operator to hold the raise or lower input command for entire duration of operation. Latching of HMI input command operations shall not be allowed. All gate pre-lube operations and gate interlocks shall remain in place as described in Paragraph F of this Section. (3) Switching between control modes shall be executed in a way that prevents any sudden or abrupt changes in gate location. f. Safeties and Interlocks The following list is a partial listing of safeties and interlocks. (1) Each Spillway gate has a lube oil system as part of the Spillway gate raise / lower gearbox assembly. Each Spillway gate has a hard-wired lube-oil start interlock as part of the electrical schematic. Spillway gate lube oil system shall start prior to the Spillway gate raise/lower motor starts. Lube oil pre-lube runtime will be Operator configurable via a time-delay relay located in each Spillway gate hoist motor control enclosure. (2) If the lube-oil pump system fails to start, Spillway gate gearbox motors shall not be permitted to start. (3) If the lube-oil pump system fails to run for the configured runtime, Spillway gate gearbox motors shall not be permitted to start. (4) If Spillway gate travel limit switches are activated, gate gearbox motors shall be stopped immediately (5) Automatic operating of any Spillway gate shall not be permitted: g. Operator Involvement Operators shall be required to manually raise or lower all Spillway gates per the U.S. Dept. of Interior Bureau of Reclamation Standing Operating Procedures to reflect the desired Spillway gate selection configuration and /or reservoir levels. 2. Intake and Control Structures Control a. Intake and Control Structure control system shall consist of a main control panel (22-PLC-0501) located in Control Structure electrical room and a remote 1/0 panel (22-PLC-0401) installed at Intake Structure connected to panel 22-PLC-0501 via fiber optic network. b. Main panel shall be PLC based with password protected touch screen which shall allow remote operation of the two(2)Control Structure jet-flow gate and the four (4) Intake Structure gates when local `Hand / Off / Auto' switch at respective gate actuators is in the `AUTO' position. Main panel touch screen shall display the gates open, closed, and analog gate position status. C. The Control Structure Main control panel shall display the Control Structure jet-flow gate and four (4) Intake gate `REMOTE / AUTO' switch position on front of panel via indicator light. d. The Choke Canyon Dam Control Structure shall have two (2) operating modes: (1) 1/2: LOCAL-MANUAL: Control Structure jet-flow gate is operated by the local Raise / Lower pushbuttons located adjacent to the individual Page 3 of 6 CONTROL SYSTEM CONFIGURATION SPECIFICATION -40 90 02.01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 August 2021 Technical Specifications for Construction gate.All gate interlocks shall remain in place as described in Paragraph F of this Section. (2) 2/2: REMOTE-MANUAL: Control Structure gates are operated by the Operator Interface HMI located in the Control Structure PLC panel. All gate interlocks shall remain in place as described in Paragraph F of this Section. (3) Switching between control modes shall be executed in a way that prevents any sudden or abrupt changes in gate location. e. The Choke Canyon Dam Intake Structure shall have three (3) operating modes: (1) 1/2: LOCAL-MANUAL: Intake Structure gates are operated by the local Raise/Lower buttons in each individual Intake gate. All gate interlocks shall remain in place as described in Paragraph F of this Section. (2) 2/2: LOCAL-REMOTE: Intake Structure gates are operated by the local Raise/Lower commands in the Remote Panel HMI. All gate interlocks shall remain in place as described in Paragraph F of this Section (3) 2/3: REMOTE: Intake Structure gates may be operated by the Raise/ Lower commands in the Control Structure Main Panel HMI. All gate interlocks shall remain in place as described in Paragraph F of this Section. (4) Switching between control modes shall be executed in a way that prevents any sudden or abrupt changes in gate location. f. Safeties and Interlocks The following list is a partial listing of safeties and interlocks. (1) If Control Structure gate travel limit switches are activated, gate travel shall be stopped immediately. (2) If Intake Structure gate travel limit switches are activated, gate actuators shall be stopped immediately. g. Operator Involvement Operators shall be required to raise or lower all Control Structure and / or Intake Structure gates per the U.S. Dept. of Interior Bureau of Reclamation Standing Operating Procedures to reflect the desired Control / Intake gate selection configuration and /or reservoir levels. E. Management Information Interfaces with Management Information Services (MIS) are not required for this new system. 1.4 PROJECT SPECIFIC REQUIREMENTS A. Choke Canyon Dam Control System Equipment 1. Any and all new control system instrumentation and communications hardware shall conform to the current ONSWTP standard specifications unless otherwise stated. 2. The City Water Department has standardized on the Allen-Bradley ControlLogix / CompactLogix PLC hardware platform and the Allen-Bradley FactoryTalk SCADA and HMI platform. 3. Due to the criticality for consistent Dam operations, an Allen-Bradley ControlLogix PLC system will be required for the Choke Canyon Dam PLC's. Page 4 of 6 CONTROL SYSTEM CONFIGURATION SPECIFICATION -40 90 02.01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 August 2021 Technical Specifications for Construction B. The new Choke Canyon Dam control system shall consist of the following: 1. A new Spillway Gate PLC, to be located in the existing Spillway electrical room, and seven (7) remote 1/0 racks at each Spillway gate, together with all necessary hardware, network switches, UPS, local 1/0, remote 1/0, power supplies and any and all other hardware and software necessary for providing a complete and operative control system for the Choke Canyon Spillway. Communications between the new Spillway main PLC and the new remote 1/0 racks at each Spillway gate shall be via a new fiber optic system. a. All PLC hardware shall be installed in new free-standing or wall-mounted enclosures as detailed in the Contract documents and drawings, NEMA 4X, and sized for the amount of equipment installed in them. All enclosures required shall be equipped with a copper ground bus, mounted on the backplate. The ground bus shall be provided with a suitable connectors sized for#20 AWG through 2 AWG copper cable. b. All equipment in the enclosures shall be complete with all interconnecting wiring required, wired to terminals, and connected to the 120-VAC and the communications cables. C. Communications between the new Spillway main PLC and each new remote 1/0 racks at each Spillway gate shall be via a new fiber optic system. 2. A new Control Structure PLC,to be located in the existing Control Structure electrical room, and a remote 1/0 rack located in the existing Intake Structure gate actuator room,together with all necessary hardware, network switches, UPS, local 1/0, power supplies and any and all other hardware and software necessary for providing a complete and operative control system for the dam intake and outlet works. a. All PLC hardware shall be installed in new free-standing or wall-mounted 2- door enclosures as detailed in the Contract documents and drawings, NEMA 4X, and sized for the amount of equipment installed in them. All enclosures required shall be equipped with a copper ground bus, mounted on the backplate. The ground bus shall be provided with a suitable connectors sized for#20 AWG through 2 AWG copper cable. b. All equipment in the enclosures shall be complete with all interconnecting wiring required, wired to terminals, and connected to the 120VAC and the communications cables. C. Communications between the new Control Structure main PLC and the new remote 1/0 rack in the Intake Structure actuator room shall be via a new fiber optic system. C. Plant Interface The new Choke Canyon Dam control system shall have the following interfaces with facility devices: 1. Analog 4-20mA inputs with a minimum of 16-bit resolution from new Dam equipment instrumentation. a. If new analog instrumentation has intelligent digital interfaces (HART interface), this information shall be brought into the station PLC's 2. Digital 24VDC status and control for Spillway gates, Control Structure gates, Intake Structure gates and any other digital devices utilized in this project. D. Operator Interface 1. Spillway gates shall have local RAISE/LOWER controls located adjacent to each Spillway gate for raising and lowering the gates when in LOCAL/MANUAL mode. 2. Control Structure Emergency and Jet-Flow gates shall have local RAISE/LOWER controls located adjacent to each gate for raising and lowering the gates when in Page 5 of 6 CONTROL SYSTEM CONFIGURATION SPECIFICATION -40 90 02.01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 August 2021 Technical Specifications for Construction LOCAL/MANUAL mode. E. Control System Software Configuration 1. System integrator shall read and be familiar with all Plant standard specifications and any and all documentation pertinent to this Project. 2. All control system software shall be written for the Allen-Bradley ControlLogix PLC platform. 3. Control system Engineer and integrator shall review any and all existing control system configurations with City staff and modify as required to meet new system configuration needs. 4. The system integrator shall be responsible for tuning any and all control loops. 1.5 ADDITIONAL NOTES AND COMMENTS A. None END OF SECTION Page 6 of 6 CONTROL SYSTEM CONFIGURATION SPECIFICATION -40 90 02.01 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 manufacturer's representative to check the equipment installation and place that portion of the equipment in operation. The PCSS shall provide to the Owner/Engineer, prior to putting the equipment into service, installation checklists, certificates, and all manufacturer provided start-up and commissioning documentation. The manufacturer's representative shall be 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:06B6C387-79E8-42E8-AD4B-42A032610271 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) 1/0 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 1/0, showing to which 1/0 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) 1/0 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 1/0, showing to which 1/0 modules or software modules, they are in. (4) Failure contingencies shall be described in detail. C. Human Machine Interface Programming (1) 1/0 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 1/0, 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:06B6C387-79E8-42E8-AD4B-42A032610271 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. (3) Each step in the test procedures shall be numbered and each test shall include a space for the PCSS and for the Owner to initial when the test is satisfactorily completed. (4) All equipment including communications, electrical, mechanical and computer systems shall be tested both individually and together as a system. The Owner/Engineer will not normally witness subsystem tests, but reserves the right to do so. (5) The PCSS shall prepare and document a test procedure for each type of test. Test procedures shall be submitted to the Owner for review before the scheduled start of the corresponding test. None of the formal witnessed tests shall be initiated until the corresponding test procedure has been Successfully Reviewed. Page 3 of 15 SCADA&INSTRUMENTATION AND COMMISSIONING—40 90 03 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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 (g) A description of the required test setup including diagrams illustrating test equipment connections and identifying test points, where applicable (h) Step-by-step instructions for performing the test, identifying the points where data are to be recorded and the limits for acceptable data (i) Instructions for recording data on data sheets or verifying that procedure steps have been completed. (j) All blank test data sheets on which all results of testing are to be recorded; data sheets shall include a section for dates, make and model of all test equipment and signatures of witnesses. (k) Space for time and date of test (1) Pass/fail signature of both the Owner and the PCSS's Project Manager and Quality Control representative. (m) Test forms similar in content to those attached to this section shall be used for each system test. 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 less than 7 days after the test procedure has been successfully reviewed and approved. If necessary, the PCSS shall reschedule the test, at no additional cost to the Owner, so that this requirement is met. All test procedures shall include inputs to be applied or simulated and expected outputs to be confirmed. 4. Test Reports a. Format (1) The PCSS shall develop, maintain, and update a test report for each test. (2) Test data sheets shall be used to record applicable drawing numbers, test equipment, including serial numbers and calibration dates where applicable, discrepancies, corrective action required, and test data. Data entries shall be referenced to the applicable procedures and allowable limits for each entry shall be indicated on the data sheets. The test data sheets shall be arranged in tabular form. (3) All discrepancies and/or anomalies shall be recorded on Discrepancy Report forms and entered into the Project DR Book. After commencement of Site Demonstration Testing, Discrepancy Reports shall be submitted weekly. (4) Test reports shall contain: (a) All test data sheets as completed at the time of test. Page 4 of 15 SCADA&INSTRUMENTATION AND COMMISSIONING—40 90 03 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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. (f) A general summary for the item tested indicating any open items that are yet to be resolved and any test that is yet to be conducted. b. Requirement (1) The PCSS shall submit test reports within 15 days after the completion of each scheduled test. The Owner/Engineer reserves the right to delay or suspend follow- on project activities if an acceptable test report has not been provided in the required time period. 1.3 SYSTEM CHECKOUT AND START-UP A. The Contractor, PCSS, and Instrument Suppliers, as applicable, shall perform the following: 1. Check and confirm the installation of all instrumentation, control components and all cable and wiring connections between the various system components prior to placing the various processes and equipment into operation. Installation shall be in accordance with the contract documents — Plans and Specifications and in accordance with the manufacturer's requirements. 2. Conduct a complete system checkout and adjustment, including calibration of all existing instruments, tuning of control loops, checking operation functions, and testing of final control actions. All problems encountered shall be promptly corrected to prevent any delays in startup of the various unit processes. B. PCSS shall provide all test equipment necessary to perform the test during System checkout and startup. C. PCSS and/or system supplier shall be responsible for initial operation of the instrumentation and control system per the Functional Demonstration Test (FDT) requirements and shall make any required changes, adjustment or replacements for operation, monitoring, and control of the various processes and equipment necessary to perform the functions intended. D. PCSS shall furnish to the Owner/Engineer certified calibration/recalibration (for existing Instruments) reports for field instruments and devices specified herein as soon as calibration is completed. 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:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 1 October 2017 Technical Specifications for Construction 3. A typical form shall be as follows: CALIBRATION CERTIFICATE Tag Number/Loo 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 Point Switch Setting Switch Test Upscale Point Deadband Downscal Setpoint 1 Setpoint 2 Setpoint 3 1 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 Revision 1 October 2017 Technical Specifications for Construction and labor to perform the field tests. N. Correction of Deficiencies 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:06B6C387-79E8-42E8-AD4B-42A032610271 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 1/0, 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 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 1/0, 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 1/0 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 1/0 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:06B6C387-79E8-42E8-AD4B-42A032610271 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 1/0, 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. 1. 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 day's test schedule. 4. Unstructured testing period by the witnesses. M. All test data and procedures followed during testing shall be logged and certified copies of Page 12 of 15 SCADA&INSTRUMENTATION AND COMMISSIONING—40 90 03 R1 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 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. Panel interface terminations h. 1/0 interface terminations i. 1/0 signal operation j. Inputs/outputs operational: received/sent, processed, and adjusted. k. Total loop operation— Provide space for comments 1. Each active Analog Subsystem element and each 1/0 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 1/0 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:06B6C387-79E8-42E8-AD4B-42A032610271 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. 1/0 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. 1/0 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:06B6C387-79E8-42E8-AD4B-42A032610271 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:06B6C387-79E8-42E8-AD4B-42A032610271 4122 13.16 GANTRY CRANE MODERNIZATION 1.00 GENERAL 1.01 WORK INCLUDED A. The contractor shall furnish and install modernization upgrades to the 20-metric-ton platform-operated, outdoor gantry crane in accordance with these specifications and as shown on drawings,to include such scope items as: • Clean, inspect, and refurbish all portions • New continuous electrical supply for crane across the entire spillway • New UV protected supply festoons and wiring harnesses • New controls and NEMA 4X controls enclosure including hoist panel,trolley panel, and bridge control panel • Remote control function and pre-programmed pick points and rest points • New drive motors/brakes o Main Hoist Motor/Brake o Trolley Motor/Brake o Bridge Motors/Brakes • Re-leveling of Crane Rail B. Where the singular is used in reference to equipment or features of the crane, such reference includes. if applicable. all such equipment or features. 1.02 QUALITY ASSURANCE A. Installation shall include the provision and installation by the Contractor of modernizing improvements to the drive,trolley, and hoist motors, motor power supply, and motor controls, controls enclosure, as well as braking and rail improvements, ready for operation, completing all electrical wiring and making the crane ready for operation in all respects,which shall include mounting of motors, limit switches, and other equipment which are definite parts of and attached to the crane. It shall also include a complete cleanup of all working parts, including wire ropes and lubrication in accordance with manufacturer's recommendations.The contractor shall furnish the recommended lubricants.The contractor shall provide at his own expense any temporary wiring which may be required for testing the initial operation of the crane. In the event the crane improvements are delivered to the site prior to the time for installation, all electrical equipment shall be stored under cover in a manner to provide full protection. For the duration of any part of the dis-assembly and re-assembly Gantry Crane Modernization 4122 13.16-1 E13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 process, all gearing and mechanical drive equipment shall be adequately protected from damage, moisture, and dust. B. Crane Modernization Design, including stress limitations,factors of safety, bearing life and contactor rating, shall be in accordance with the latest editions of guidance specifications and standards as applicable. 1. Duty Classification: Class C(moderate service). 2. Service Environment: Exterior continuously exposed C. Equipment shall be in accordance with all safety features required by OSHA standards. D. Components of each bridge crane modernization item shall be designed for not less than the rated capacity indicated on drawings and specified herein. E. Components and capacities of crane modernization improvements must maintain or exceed original equipment specifications as indicated in the original crane specification found in the appendix to the bid documents. F. Upon completion of modernization improvements,the 20-Metric Ton crane must be able to lift the weight of a stoplog(>35,350 lbs.) and the lifting beam (>8,400 lbs.). G. Startup and Testing: The services of a technical representative shall be provided for pre- startup installation checks,startup assistance,training of Owner's operating personnel, troubleshooting and other services as required in Specification Section 00 72 00. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 00 73 00 "Supplementary Conditions" and shall include: 1. Product Data: Data sheets for miscellaneous equipment. Data sheets shall clearly indicate the model number being provided. Including disconnect,fuses, cable, pushbutton station, etc. B. Shop Drawings, including: 1. Bridge crane upgrade equipment cut sheets. 2. Project specific electrical equipment wiring diagrams. C. Operation and Maintenance Manuals (O&M) 1. O&M Manuals shall be provided by the contractor in accordance with the bid documents,to include no less than (2) copies if not otherwise specified. 2. O&M Manuals maybe prepared by the bridge crane manufacturer and shall contain the final certified shop drawings, product data submittals, list of Gantry Crane Modernization 4122 13.16-2 E13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 manufacturer-recommended spare parts, schematics, and maintenance procedures. 3. All field changes made during startup and testing shall be included and noted in the O&M Manuals distributed. 4. O&M Manuals shall include all required warranty information and dates, including: a. Warranty start and end date. b. Contact information for service. c. If manufacturer's standard instructions shall be supplemented as necessary to cover any special feature not included on standard models 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: Abbreviations Name of Issuing Authority or Specification AGMA American Gear Manufacturer's Association ASME American Society of Mechanical Engineers ASTM American Society of Testing and Materials AWS American Welding Society CMAA Crane Manufacturer's Association of America NEC National Electric Code NEMA National Electric Manufacturer's Association OSHA Part 1910.179 Occupational Safety and Health Administration - Overhead Gantry Cranes OSAH Part 1926.554 Occupational Safety and Health Administration - Overhead Hoists Gantry Crane Modernization 4122 13.16-3 E13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1.05 Individual Specifications A. Association of Edison Illuminating Companies (AEIC): 1. Specifications for Thermoplastic and Crosslinked Polyethylene Insulated Shielded Power Cables Rated 5 through 35 kV. 2. Specifications for Ethylene Propylene Insulated Shielded Power Cables Rated 5 through 69 kV. B. Anti-Friction Bearing Manufacturers Association (AFBMA): 1. 9-90 Load Rating and Fatigue Life for Ball Bearings 2. 11-90 Load Ratings and Fatigue Life for Roller Bearings C. American Gear Manufacturers Association (AGMA): 1. 6001-C-88 Design and Selection of Components for Enclosed Gear Drives 2. 6010-E-88 Standard for Spur, Helical, Herringbone, and Bevel Enclosed Drives 3. 6034-B-92 Enclosed Cylindrical Wormgear Speed Reducers and Gearmotors 4. 9002-A-86 Bores and Keyways for Flexible Couplings (Inch Series) D. American National Standards Institute (ANSI): 1. B1.1-89 Unified Inch Screw Threads 2. B4.1-67-R74 Preferred Limits and Fits for Cylindrical Parts 3. 817.1-67 Keys and Keyseats 4. B18.2.1-81 Bolts- Hexagon and Square Screws- Hexagon and Hexagon Cap 5. B18.2.2-87 Nuts- Hexagon,Square, Flat,Jam, Slotted 6. B18.3-86 Cap Screws- Hexagon, Socket Head, Flat Head, Shoulder Set Screws- Hexagon, Spline 7. B18.6.2-72-R77 Set Screws-Square, Slotted Headless 8. C80.1-90 Rigid Steel Conduit-Zinc Coated E. American Society for Testing and Materials (ASTM): 1. A36-983 Structural Steel Gantry Crane Modernization 4122 13.16-4 F13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. A123-89 Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed and Forged Steel Shapes, Plates, Bars and Strip 3. A275-94 Standard Test Method for Magnetic Particle Examination of Steel Forgings 4. A325-93 High Strength Bolts for Structural Steel Joints 5. A388-94 Practice for Ultrasonic Examination of Heavy Steel Forgings 6. A500-93 Standard Specification for Cold-formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes 7. A569-91 Steel, Carbon (0.15 Max.) Hot Rolled Sheet and Strip, Commercial Quality 8. A668-93 Steel Forgings, Carbon and Alloy, for General Industrial Use 9. B209-93 Aluminum and Aluminum Alloy Sheet and Plate 10. D2247-92 Standard Practice for Testing Water Resistance of Coatings in 100% Relative Humidity 11. D3359-93 Standard Test Methods for Measuring Adhesion by Tape Test 12. D4060-90 Standard Test Method for Abrasion Resistance Organic Coatings by the Taber Abraser 13. D4541-93 Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers 14. D4587-91 Standard Practice for Conducting Tests on Paint and Related Coatings and Materials Using a Fluorescent UV Condensation Light, and Water Exposure Apparatus F. American Water Works Association (AWWA): 1. C540-93 Power Actuating Devices for Valve and Sluice Gates G. American Welding Society (AWS): 1. D1.1-94 Structural Welding Code-Steel - Latest Edition 2. D1.2-90 Structural Welding Code-Aluminum H. Crane Manufacturer's of America (CMAA): 1. Specification No. 70 2. Specification No. 78 Gantry Crane Modernization 4122 13.16-5 E13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 I. National Electrical Manufacturers Association (NEMA): 1. AB 1-86 Molded Case Circuit Breakers J. ICS 1-88 General Standards for Industrial Control and Systems 1. ICS 2-88 Industrial Control Devices, Controllers and Assemblies 2. ICS 3-88 Industrial Systems 3. ICS 4-83 Terminal Blocks for Industrial Use 4. ICS 6-88 Enclosures for Industrial Control and Systems 5. MG 1-93 Motors and Generators 6. MW 1000-93 Magnet Wire 7. ST 1-88 Specialty Transformers 8. VE-1-91 Metallic Cable Tray Systems K. 5-3.2.9 Federal Specifications (Fed. Spec.): 1. QQ-R-175A Resistance Wire 2. W-C-375 B/GEN Circuit Breakers, Molded Case; Branch Circuit and Service (General Specification) L. L-P-387 Plastic Sheet, Laminated,Thermosetting (for Designation and Plates) M. W-F-406D Fittings for Cable, Power, Electrical and Conduit, Metal, Flexible N. W-F-408E Fittings for Conduit, Metal, Rigid, (Thick-wall and Thin-wall (EMT)Type) O. S-3.2.10 Institute of Electrical and Electronic Engineers (IEEE): 1. 383-80 Standard for Type Test of Class IE Electric Cables, Field Splices, and Connections for Nuclear Power Generating Stations (R-1992) P. Society of Automotive Engineer(SAE): 1. J-429-88 Mechanical and Material Requirements for Externally Threaded Fasteners 2. J-995-79 Mechanical and Material Requirements for Steel Nuts Q. Steel Structures Painting Council (SSPC): 1. SSPC-SP 2-89 Hand Tool Cleaning Gantry Crane Modernization 4122 13.16-6 F13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. SSPC-SP 10-89 Near White Metal Blast Cleaning 3. SSPC-SP 13.01 Epoxy Polyamide Painting Systems 4. SSPC-PS Guide 17 Guide for Selecting Urethane Painting Systems R. Underwriters Laboratories, Inc. Standards (UL Std. No.): 1. UL 6-93 Rigid Metal Conduit (thru Aug. 86) 2. UL 44-91 Rubber Insulated Wires and Cables,Apr. 17, 1986) 3. UL 83-91 Thermoplastic-Insulated Wires and Cables Tenth Edition, (Dec. 6, 1993) 4. UL 360-86 Liquid-Tight Flexible Steel Conduit, (Jan. 22, 1993) 5. UL 467-93 Grounding and Bonding Equipment(Jan. 14, 1993) 6. UL 508-93 Industrial Control Equipment (Mar. 12, 1993) 7. UL 514A-91 Metallic Outlet Boxes, (Apr. 2, 1993) 8. UL 51413-89 Fittings for Conduit and Outlet Boxes, (Mar. 18, 1993) 9. UL 1277-89 Electric-Power and Control Tray Cables with Optional Optical-Fiber Members, (Nov. 5, 1993) 1.06 PURPOSE A. The crane will be used on the hoist deck bridge for the installation. maintenance, and servicing of stoplogs and the gate hoists. Continuous operation will be required during the construction period.This will be the only crane on a 128-meter runway. 1.07 After the crane has been tested in accordance with these specifications and has been accepted by the Owner, it may be used without charge by the Contractor. subject to the following conditions. 1.08 The contractor shall provide all operation and maintenance personnel. all maintenance material. and all required temporary electrical wiring for the operation of the crane. Power for operation of the crane shall be provided by the contractor.The operation and maintenance procedures. materials. lubrication. and personnel shall be subject at all times to the approval of the City/USBR.The contractor shall keep the crane clean of foreign materials and lubricants and shall promptly clean up any lubricants which may drip from the crane.The contractor shall return the crane to the Owner in as good condition as received. reasonable wear excepted.The contractor shall be liable for all claims of injury-or damage from his operations. 2.00 CRANE MODERNIZATION 2.01 General Gantry Crane Modernization 4122 13.16-7 E13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 A. The Contractor shall provide and install modernization equipment for the existing 20- metric-ton gantry crane. All modernization equipment shall be provided in accordance with standard practice and manufacturer's recommendations. B. The Contractor shall provide only components designed and constructed to meet or exceed the specified duty class. C. The Contractor shall provide only components in accordance with the latest edition of the National Electric Code (NEC), Article 610. 2.02 Products A. The Contractor shall provide and install modernization equipment for the existing 20- metric-ton gantry crane,to include, among other items: 1. replacement of existing controls 2. replacement of existing motors B. The Contractor shall provide and install only new Magnetek controls. C. The Contractor shall provide and install only new Magnetek NEMA frame inverter duty motors. D. The Contractor shall provide and install all new power/control festoon cables/trolleys/runway, pre-wired at the factory for the new air-conditioned/heated NEMA 4X enclosure. E. The Contractor shall provide and install a new main hoist control panel to provide flux vector control for the new 15hp squirrel cage motor using a Magnetek 4024-VG+S4 drive, pre-wired at the factory for the new air-conditioned/heated NEMA 4X enclosure. F. The Contractor shall provide and install a new trolley control panel to provide variable frequency control for the new 0.75 hp squirrel cage motor using a Magnetek 4003-G+S4 drive, pre-wired at the factory for the new air-conditioned/heated NEMA 4X enclosure. G. The Contractor shall provide and install a bridge control panel to provide variable frequency control for the (2) 0.75 hp squirrel cage motors using 91) Magnetek 4003-G+S4 drives, pre-wired at the factory for the new air-conditioned/heated NEMA 4X enclosure. H. The Contractor shall provide and install double shielded, 22-ga., 3-pair, 6-conductor Magnetek encoder cable for the main. I. The Contractor shall provide and install encoder for the trolley motors to support preset resting and lifting locations to be pre-programmed into the remote-control system. J. The Contractor shall provide and install new Magnetek mainline contactor. K. The Contractor shall provide and install a door-operated, manual fused disconnect switch outside of the enclosure, pre-wired and mounted in the new air-conditioned/heated NEMA 4X enclosure. L. The Contractor shall provide and install Motors as follows: Gantry Crane Modernization 4122 13.16-8 E13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 1. (1) Main Hoist Motor a. 15 hp b. squirrel cage type c. per NEMA Standards Design D d. with stainless steel identification plates e. with couplings as needed f. in proper alignment per manufacturer's requirements 2. (1)Trolley Motor a. 0.75 hp b. squirrel cage type c. per NEMA Standards Design D d. with stainless steel identification plates e. with couplings as needed f. in proper alignment per manufacturer's requirements 3. (2) Bridge Motors a. 0.75 hp (each) b. squirrel cage type c. per NEMA Standards Design D d. with stainless steel identification plates e. with couplings as needed f. in proper alignment per manufacturer's requirements M. The Contractor shall provide and install steel plates to keep the height of the motors at the same elevation as the existing N. The Contractor shall provide and install new brakes as follows: 1. Main Hoist Brake 2. Trolley Brake a. 31b Stearns IP54 56000 Series 3. Bridge Brakes O. The contractor shall provide and install new power supply cabling as follows: 1. new festoon system for service a. Festooning shall be UV protected 2. Cable festoon conductors for the bridge span to supply to the trolley and hoist. Gantry Crane Modernization 4122 13.16-9 E13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 3. Runway festoon a. SHO Gleason Mono-Spiral reel to supply over the entire 400-ft. runway i. Motor-driven cable reel ii. marine-grade coatings iii. 400 LF of round 4c-2ga. Cable iv. cable grip v.400 LF cable tray P. The contractor shall provide and install a radio remote control system as follows: 1.Telemotive Flex-M radio remote control system a. (2) remote controls/transmitters i. lever switches ii. on/off iii. e-stop iv. horn/warning v. custom engravings vi. (2) rechargeable battery packs vii. (1) battery charger viii. (2) user's manuals b. (1) Flex M receiver Q. The contractor shall provide and install ground based 1/0 interface with custom presets: 1. for log resting location(s) a. (6) locations 2. for lifting beam resting location a. (1) location for primary beam b. (1) location for secondary beam 3. for crane resting location a. (1) location 4. for each stoplog slot a. (7) locations R. The contractor shall provide and install the following additional items: 1. 460-3-60 Power Gantry Crane Modernization 4122 13.16-10 E13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 2. panels wired at factory and mounted in new NEMA 4X-rated enclosure with lift-off doors and air-conditioning 3. Circuit breakers for every motion 4. Class D stainless steel weather louvered dynamic braking resistors 5. Dynamic brake resistors for each motion 6. All motors TENV 7. All motors Class H insulation 8. All motors foot-mounted 9. All motors are continuous duty rated 10.All motors have Class F inverter rise,thermostats, and temperature rise 11. Main hoist motor shall be provided with a 1024 PPR Avtron HS-45 encoder mounted off the rear of the motor and accessible without disassembly of the motors. 12.All motors to be tested at Magnetek using the customer's controls prior to shipment 13.Trolley brakes will be mounted at the factory off the trolley motor 14. 3% impedance line reactors for every motion to protect the drives from any voltage spikes, and housed in the enclosure 15. Lubrication of all moving parts per manufacturer's recommendations. 16.All new electrical record drawings 3.00 CRANE MODERNIZATION ACCEPTANCE TESTS 3.01 General -The contractor shall test the crane when directed to do so by the Owner.All crane equipment shall operate without abnormal noise, vibration, misalignment,speed, overheating, or issues with general operation.Adjustments shall be made in accordance with standard practice or the manufacturer's recommendations. Conduct field tests with the equipment in its installed position. Tests shall include a load test in compliance with OSHA requirements and demonstration to the Owner's Representative that under this load condition,the equipment shall perform satisfactorily throughout the complete range of operation. The contractor shall provide test weights,a crane operator, a safety man to keep the test area clear. and personnel and equipment to rig and haul the test weights.The contractor may use a stoplog section and additional weights for the test weights. Speed and electrical data including volts. amperes. and watts input for each motion at each speed shall be recorded. If meters are connected at the crane supply panel instead of at the individual Gantry Crane Modernization 4122 13.16-11 E13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 motors. power for controls and other devices using power shall be accurately determined and deducted from the total reading. A. The speeds shall be as follows: Load Approximate Travel Speed Ranges (Metric Tons) (Meters) (Meters per Minute) Hoist 20 20 Single Speed 3 to 5 Trolley - 3 Single Speed 3 to 5 Two Speed Gantry 128 4.5 to 6 (low) 13.5 to 18 (high) B. The Controls for the crane shall be full-voltage, magnetic reversing type with overload and undervoltage protection for each motor. Control circuit voltage shall be 120V. Control transformers shall be of the proper size, in accordance with NEMA Standards for Industrial Controls and Systems,to carry the maximum control circuit load imposed. The white conductor of the secondary shall be grounded to the crane. Master Control Equipment,whereby the operator may control the functions of the crane, shall be accessible by a pigtail control module insertable on the operator's platform and by remote control. If deficiencies are disclosed.the contractor shall be responsible for all expenses involved in correcting the deficiencies. If retesting is required. all costs of the retesting. including transportation of the test weights. shall be borne by the contractor. The unit must perform in a manner acceptable to the Owner's Representative before final acceptance will be made by the Owner. C. With rated load on the hoist raising and lowering,the hoist speed shall be determined and recorded.The hoist load shall be transported the full length of the trolley travel and the full length of the gantry travel.The gantry and trolley travel speeds shall be recorded when traveling forward and reverse. D. With no load on the hoist. the test procedures in paragraph 3.02.A.1 below shall be repeated. E. At the completion of these tests.the gantry shall again be inspected for alinement. breakage. and excessive wear. and final adjustments shall be made by the contractor. The following tests shall be made in the order indicated.All final recorded test data. except the data for the overload test. shall reflect final characteristics after all adjustments have been completed. 3.01 Tests A. With 1.25 times rated load on the hoist it shall be determined that the hoist brakes operate satisfactorily and that the load does not lower, even momentarily, while on "Raise".The load shall be raised and lowered several times and hoist speed recorded Gantry Crane Modernization 4122 13.16-12 E13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 raising and lowering.The tooth alignment of the open hoist gearing shall be noted while handling the load. 1. With 1.25 times rated load on the hoist.the hoist load shall be transported the full length of the trolley travel and the full length of the gantry travel.The gantry and trolley travel speed shall be recorded when traveling forward and reverse. 4.00 GANTRY CRANE RAILS 4.01 General -The contractor shall re-set the 20-metric-ton gantry crane rails on the spillway gate structure with all anchor bolts. tiedowns. clips. crane stops. and bearing bars as shown on original drawing 175(1012- D-150) and in accordance with these specifications. 4.02 Installation -All embedded anchor bolts shall be reused.The surface to be embedded in concrete or grout shall be thoroughly cleaned of all rust. dirt. grease. loose scale,grout. mortar. or other foreign substance immediately before placing new concrete or grout.The rails shall be placed in position and adjusted by means of the adjusting nuts on the anchor bolts. Final grouting will take place when the rails have been shimmed to level and with rail offsets within industry tolerances. 5.00 MEASUREMENT AND PAYMENT 5.01 Measurement for furnishing and installing modernization upgrades for one 20-metric-ton gantry crane will be made per Specification Section 0129 01 'Measurement and Basis for Payment'. 5.02 Payment for furnishing and installing modernization upgrades for one 20-metric-ton gantry crane will be made per Specification Section 0129 01 'Measurement and Basis for Payment'. END OF SECTION Gantry Crane Modernization 4122 13.16-13 E13050—Choke Canyon Dam Infrastructure Improvements DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 APPENDIX DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 ORIGINAL GANTRY CRANE SPECIFICATION DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Par. 10.4.4 The equipment shall consist of two f. Payment.—Payment for furnishing and temperature sensing bulbs, two sets of three- installing water temperature recording conductor cable, one two-pen, strip-chart equipment will be at the lump-sum price bid recorder, and one wall-mounting panel for therefor in the schedule. housing the recorder. The equipment shall be capable of measuring between 0 to 50 'C, SlEc,nON 10.5—HANDLING EQUIPMEN'T The distance between the temperature sensing bulbs to the recorder is approximately 1 0,5A GANTRY CRANE 30 meters. The water ternperature recording equipment a. General.—The contractor shall furnish and shall be painted in accordance with paragraph install the 20-metric-tonne, platforrn- 12,1�1. The equipment shall operate from a operated, outdoor gantry crane in accordance, 11 6-voft, 60-hertz power supply. with these specifications and as shown on drawing 1 74 (101 2-D-149). Where the b. Temperature sensing bulb.—The singular is used in reference to equipment or temperature sensing bulb shall be the RTD features of the crane, Such reference includes, (resistarice-tem[,)erature,-detector) type, equal if applicable, all such equipment or features. to model DB-21 B as manUfaCtUred by Foxboro Co., 38 Neponset Avenue, Foxboro Installation shall include erecting the crane on MA 02035. The contractor shall provide 60 the crane rails ready for operation, completing rneters of three-conductor cable of the proper all electrical wiring, and making the crane size for installation between temperature ready for operation in all respects, which shall sensing bulbs and the recorder, include mounting of motors, limit switches, and other equipment which are definite parts c. Strip-chart recorder.—The strip-chart of and attached to the crane. It shall also recorder shall be the direct-reading type, include a complete cleanup of all working uniforrrily graduated in degrees Celsius, The parts, including wire ropes and lubrication in recorder shall have two pens, red for the 93- accordance with ma nufactu rer's inch pipeline and green for the 20-inch recoMrnendations. The contractor sl,,hall pipeline, The chart drive shall be synchronous furnislu the recori-imended lubricants. The electric motor at 25 rnillirneters per hOW". Tl'-me contractor shall provide at his own expense chart shall be a 30-day, scan-fold strip chart any ternporary wiririg which may be required with hourly time divisions marked from 'I to for testing the initial operation of the crane. 24. The strip-chart recorder shall be equal to h') the everit the crane is delivered to the site model 4032 as rnanufacti.,mred by Foxboro Co, prior to the tirne for installation, all electrical d. Recorder paneL—One wall-niounted metal equipment shall be, stored under cover in a panel shall be provided for housing the manner to provide full protection. All gearing recorder'. The panel shall be of the instrument and mechanicai drive equipment shall be adequately protected from damage, moisture, manufacturer's design, approved by the and dust. contracting officer. The panel shall b�e designed to allow easy removal of the The crane will be used on the hoist deck recorder for maintenance and adjustment. Minimum sheet metal thickness used in the bridge for the installation, maintenance, and panel shall be 14 gage. servicing of stoplogs and the gate hoists. Continuous operation will be required during e. Installation.—The contractor shall install the the construction period. This will be the only equipment in an approved manner and in crane on a 128 meter runway. accordance with the instructions of the manufacturer. The recording and temperature After the crane has been tested in accordance sensing bulbs shall be installed where shown with these specifications and has been on the drawing. All expansion anchors for accepted by the Government, it may be used installing the recorder panel shall be furnished without charge by the contractor, subject to and installed by the contractor. the following conditions. 206 Docu3ignEnvelope 0:06e6C387-79E8-42e*AD4o-42a32610271 —` Par. 1O.5.1 The contractor shall provide all operation and Load in Approximate Speed ranges maintenance personnel, all maintenance metric travel in meters per material, and all required temporary electrical tonnes in meters minute wiring for the operation of the crane. P0vvgr for operation ofthe crane shall beprovided by Hoist 20 20 Single speed the contractor. The Operation and ~ maintenance procedures, materials, Trolley 3 Single speed |ubrioation, and personnel mhmU besubject et all times to the approval of the contracting Gantry 128 Two speed 4.5 officer, The contractor shall keep the crane to 6 low _ clean of foreign materials and lubricants and 13.5 to shall promptly clean up any lubricants which 18 high may drip from the crane. The contractor shall (5) Power mupp|y.—Thro* phase, 480volts, return the crane tVthe Government inmegood 50 hertz' from power rmomptao|8o located condition as received, reasonable wear along the upstream curb tOthe cable reel excepted. The contractor shall be |ia,b|e for all on the gantry crane. claims of injury Or damage from his operations. (8) Operator's platform.—Located on one Ofthe two upstream legs of the gantry The gantry crane aho|| be painted in crane. accordance with paragraph 12.1.1. (7) CDntrm|e.—Puahbutton station |Osted b. Design summary.— above the operator's platform. Control voltege, l 16 vo|to. OO hertz. All control (1) General.—The design requirements circuits shall befail-safe mothat the brakes /-- state the maximum a|!Ovvab|e stresses for will set automatically in case of |8sG of -- various parts of the creno. Hovvmver, the control voltage or loss of power 1Vthe contractor shall assume full responsibility motors. for ecoordinated and adequate design and shall use |ovv8r stresses whenever Pushbuttons shall be of the momentary necessary to conform to the beat contact type. All control and motor-starting engineering practice for the operating equipment shall be installed in NEMA type conditions specified. The contractor shall 3 enclosures. also be responsible for satisfactory operation of the crane in all respects. The The enclosures shall have provisions for crane shall meet the provisions of the locking. Pushbuttons shall be provided for OSHA (Occupational Safety and Health gantry and trolley drives (left-right), the /\ct>. part 19 1Doftitle 2B. Code OfFederal hoist (raise-lower), and a pushbutton to Regulations. override the main cable reel limit switch. The gantry drive pushbuttons shall be two (2) Type of crane.—The crane shall be of position switches. The trolley drive ~ the electric p|atfVrm'Operated, outdoor- pushbuttons shall be two position switches gantry type. The crane shall be equipped with the first position a drift point that will with motors, omntro||era, circuit breakers, release the brakes. brakes' limit switches, hoisting ropes, and all other parts required for a complete (8) Trolley arrangement.—Hoist drum at ~ installation. right angles to the bridge girders. (3) Capacity, travel, and speeds.—See next (S) Access to trolley.—Will be byway ofa column. ladder and platform On the crane. (4) Governing clearances and dirnen- (10) Bumpers.—Spring-type bumpers are siows.—Seedrevving 174 (l012-D-149). required for the trolley and gantry. 207 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Par. 10.5,1 (1 1 ) Brakes.—Hoist and trolley motor stated in subparagraph c.(3) may be brakes shall be fast-acting, magnetic- increased 25 percent for this condition, releasing, spring-setting types. The gantry Stiffeners or diaphragms shall be provided brakes shall be hydraulic, applied by foot as needed to distribute concentrated loads pedal on the operator's platform. Two to the webs of members. Floor plates and brakes are required for the hoist. webs of beams and channels shall be not less than one-fourth of an inch thick. All (12) Safety requirements,--Handrails, other structural material shall be not less screens, and safety guards shall be than 5/16 of an inch thick. provided wherever necessary for the protection of the operators or others from (2) Loading.—All structural loads shall be injury, and all safety regulations shall be computed as follows: observed. All guards and cases shall be easily drained and cleaned and shall have (a) The dead load shall include the mass inspection openings with easily removable of the gantry, gantry drive mechanism, covers secured by chains or other means. platforms, control equipment, and Handrails shall be at least 1070 millimeters trucks. The effect of the eccentricity of high. the equipment shall be considered in the c. Structural design.— design. (1) General.—Care shall be used in the (b) The live load shall include, in design of the crane to produce a pleasing addition to the rated load, the mass of appearance. Drawing 174 (101 2-D-149) the hook, lower block, and the trolley. indicates the general architectural (c) The live load shall be increased 10 treatment that is considered an essential percent for impact. feature of the gantry. Drawings submitted for approval will be evaluated on the basis (d) The gantry tractive forces shall be of good structural appearance as well as considered as 5 percent of the total dead structural integrity. and live load. All fabricated structural members shall be (a) The windload on the gantry shall be of welded steel construction. The design taken as 0.5 and 1 .4 kilopascals in shall be such that field assembly will be by accordance with subparagraph c.(5). The means of turned bolts in reamed holes. Holes for turned bolts shall not be more wind area of the gantry shall be taken as than 0.02 inch larger than the external the projected area of the structure. The diameter of the bolt. The bolt shank shall wind area of the load shall be taken as provide full bearing. Ladders, walkways, 20 square meters, effective at the hoist and brackets may be attached to the main drum axis. structural frame with rnachine bolts in holes not more than 01.06 inch larger than the (3) Unit stresses.—The stresses in structural bolt. Computation of stresses shall take into parts shall not exceed the values given account all dead and live loads, which loads below except as noted: shall be increased for impact, acceleration, and retardation, in accordance with Unit Stresses subparagraphs c.(2) and (3). The stresses [MPa (megapascal)] shall not exceed the values given in subparagraph c.(3). 110 MPa base In the design of all affected parts, proper (a) Tension, net allowance shall be made for collision with section . . . . . . . . . . . . . . . . . . 110 track stops when the gantry or trolley is traveling with rated load at full speed with (b) Compression in columns and struts: the power off. The allowable stresses 208 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Fear. 10.5.1 Cross section . . . . . . . . 1 10-0.5L/r (bb) Where the With a maxi- clear distance mum of . . . . . . . . . . . . . . . . . . 92 between flanges exceeds 60 (c) Bending in extreme fibers of rolled times the shapes and built-up members: thickness of the web plate (aa) Tension and stiffeners flange, net are not 110 — 1 + 110 provided . . . . . . section . . . . . . . . 7200t (bb) Compression (f) Shear in pins and flange, turned bolts . . . . . . . . . . . . . . . . 83 gross sec- tion except (g) Bearing on pins and turned bolts: as noted Single shear . . . . . . . . . . . . . . 131 under (cc) . . , . . . . . . . 131-2 L/b Double shear . . . . . . . . . . . . . . 165 (cc) Compression flange, (h) Bearing on out- gross sec- standing legs of tion in stiffener angles beams and and other parts in contact . . . . . . . . . . . . . . . . . 165 girders with top (i) Welded connections—minimum covers of section of weld metal: channel sections Fillet welds in and in shear, ten- double web sion, or com- girders . . . . . . . . . . . 131-1.5 L/b pression . . . . . . . . . . . . . . . . . 69 Maximum Butt welds in stress shear . . . . . . . . . . . . . . . . . . . 69 under Butt welds in either tension . . . . . . . . . . . . . . . . . . 76 (bb) or Butt welds in (cc) . . . . . . . . . . . . . . . . . . . . 110 compression . . . . . . . . . . . . . . 9 (d) Bending in Symbols used in above table (all in extreme fibers millimeters): of pins . . . . . . . . . . . . . . . . . . . 165 L = unsupported length of member (e) Shear in webs of rolled shape and h = clear distance between flanges built-up members, gross section: r = radius of ration t = thickness of web plate (aa) Where the b = width of compression flange clear dis- tance between (j) The unit stresses shall not exceed the flanges does values given in this paragraph, except as not exceed 60 follows: times the thickness of (aa) Collision with track stops.— the web plate . . . . . . . . Allowable stresses for collision with . . . . 74 209 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Par. 10.5.1 track stops may be increased as The maximum stress in the extreme fiber of specified in subparagraph c.(1). any flange, resulting from any of the specified load combinations shall not (bb) Increase of working stresses for exceed the unit stresses specified in windload.—In members subject to subparagraph c,(3). stresses from wand combined with other loads, the unit stress may be (6) Gantry legs.—The gantry legs shall be increased 25 percent: Provided, That, connected to the beams by heavy gussets the sections thus found are riot less in a manner that will prevent skewing and than those required for all loads other insure strength. Diaphragms or stiffeners than windloads, shall be provided to properly distribute the loads from the beams to the legs. (cc) Reversal of stresses.—Members Additional diaphragms shall be provided at 1500 millimeters maximum centers to subject to occasional reversal of prevent distortion of the legs. If the stress, caused by wind or conditions centerlines of the legs are not directly over other than moving loads, shall be the centerlines of the crane runway rails, designed for the stress requiring the the eccentricity shall be considered in larger section, and the connections determining the stresses. shall be proportioned for the larger stress. (7) Double web girders and bearns.— Continuous welds running the full length of (d d) Increase of stresses for the cover plates are required. overloads.—Stresses produced by the rated breakdown torques of the (a) Flange plates.—Flange plates shall be motors shall not exceed 80 percent of in one piece throughout the length of the the yield point of the material. girder unless approved by the contracting officer. The thickness shall (4) Limiting lengths of members.-The ratio be not less than 1/50 of the distance of L/r shall not exceed 120 for main between web plates, compression members and 160 for bracing (b) Web plate.—The thickness of each and secondary members. The ratio, of L/b web plate shall be not less than 1/200 for beams or girders shall riot exceed 50. of the maximum unsupported distance between flange plates. Where spliced, (5) Gantry frame,—The gantry beams and the webs shall develop the full strength legs shall be designed so as to be adequate of the member for both shear and for each of the following load bending moment. combinations: (c) Diaphragms.--Full-length diaphragms (a) Dead load, live load, impact load, shall be provided at intervals of not over plus 0.5 kilopascal windload on the 1 500 millimeters. Where the clear crane and load being lifted, distance between the 'flange plates is greater than 60 'times the thickness of (b) Dead and live loads plus gantry the web, the spacing of the diaphragms tractive forces. shall be as determined by the formula: (c) Dead loads with no load on hook and 1 .4-kilopascal windload. (d) Breakdown torque of motors as specified in subparagraph c.(3)(j)(cicl). (e) Collision with track stops as specified in subparagraph c.(1). 210 Docu3ignEnvelope 0:06e6C387-79E8-42e*AD4o-42a32610271 ` Par. 10.51 10 S D=85t � =�= S where D = distance tOcenter Ofdiaphragms (with maximum Ufdepth Qfginded. millimeters t = thickness of web plate' millimeters - S = the greatest unit shear in the panel under any condition of loading, me0mpeaoa| In addition to the required full-length diaphragms, short diaphragms shall be inserted where required to transmit the trolley wheel load to the web plates and to limit the stress inthe trolley rail tn 124 nneQmpaaum[ based Qnformula: Stress =wheel� load i k 980665 distbetween support Immillimetersmillimeters— — 5 x section modulus of rail in cubic millimeters Any splices in the trolley rails shall he continuous line, and on compression welded and She|| be located directly members such spacing shall not exceed 18 above diaphragm. times the thickness of the thinnest mete[ and in no case less than 50 nni||irnetero^ All diaphragms shall bear against the top exclusive of the craters. cover plate. Diaphragms shall have Square corners and parallel edges. (1 l) Gantry trolley cover.—The gantry trolley shall be enclosed with e heavy sheet (8) Rolled sections.—All rolled aen1iDnG steel cover. Hinged weatherproof doors used asbeams shall have adepth Qfnot less ohe|| be provided in the cover for easy than 1/24 of the span and, where used in access to the equipment for lubrication and /-- ' p�ir� shall have full depth separators maintenance, Screened louvers shall be \ } ' ~ spaced not more than 1500 millimeters povided for cooling where rgquir8d, from center to center. Stiffeners shall be provided On the webs Of rolled-steel beams (1 2) Walkways, ladders, and handrai|o.— atthe ends and at points ofconcentrated |oads, ifnecessary, LQ resist buckling. (a) Genero|.—Laddero, platforms, and vva|ha necessary to give safe access to (9) Bolts in tension.—All bolts in tension the operator's platform, trolly, hoist, and shall have net section, at the root of the all parts requiring attention and thread, 15 percent in excess of the net |ubricotiOn, shall be provided for the section required in tension, crane, They shall be designed for live |Ond of at least 2.4 ki|opaoca| and shall (18) Design of welded connections.—The be made of steel shapes and plates maximum fiber stresses due to-bending welded securely together and securely shall not exceed the allowable unit stresses attached to the steel framework. The for tension and compression. In designing walkways shall consist Qfsuitable nonslip ~ welded connections, allowance shall be steel plates. TQop|etaa^ 150 millimeters made for bending stresses due to in height, shall be provided for all open eccentricity. So far as possible, joints shall edges of the vvmlkvveya and e 1070- be designed O70- bmdeuigned to eliminate overhead welding millimeter-high handrail with two rails and shall bearranged aOthat the welds will shall be provided to enclose walkways _ be in shear. Connection members, such as and platforms. All handrails and ladder gusmeto, bars, and anQ|aa' welded to form aide rails aho|| be constructed Of 1-1/2- joints between members, shall be designed inch standard black pipe. Ladders aho|| to transmit the calculated stresses without conform to ANSI A 14-3. exceeding the working stresses in the members. Where continuous welds are not (b) Gantry crane vva|kvvmy.—Awalkway required, the welds shall be spaced not shall be installed along one side ofthe more than 450 millimeters apart in any trolley runway and shall be atthe same 211 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Par. 10.5.1 elevation throughout its length. The of 0.25 millimeter. Maximum wheel walkway shall be fitted around all loading in kilograms shall not exceed 1 .16 irregularities and shall provide a times the wheel tread diameter in clearance of not less than 600 millimeters times the effective tread width millimeters between any irregularities in millimeters. The truck axles shall be made and the handrails, The handrail shall of forged carbon or alloy steel. The axle completely enclose the walkway. diameter shall be larger than the diarneter of the hole in the wheel hub in the amount (1 3) Stoplog lifting bears bumpers.-- of 0.0006 millimeter per millimeter of axle Bumpers shall project from the upstream diameter and the driving wheels shall be gantry legs as shown on the drawing to keyed to the axles in addition to the force steady the stoplog lifting beam and stoplog fit. All gantry and trolley wheel bearings when traveling the gantry. The bumpers shall be dripproof roller bearings with high.- shall be hinged and provided with latching pressure grease lubrication and shall be set, devices to hold the bumpers in the stored in a step or similar construction to take the position. shear loads. The trucks shall be designed to facilitate removal of wheels, bearings, and d. Mechanical equipment design.— gears from the truck bodies. The trucks (1) General.—All mechanical equipment shall be equipped with suitable track shall be simple and substantial in design, sweeps at each end of the trucks. Lugs shall easily erected, inspected, adjusted, be provided on the truck frames to permit a drop of not more than 25 painted, and taken apart. All fastenings millimeters in case of a broken axle, to minimize the shock shall be adequate to hold the parts in place under all conditions of service. All steel to the crane structures and operating parts. castings, steel forgings,and rolled or forged (3) Gantry drive.—At least one of the steel wheels and sheaves shall be annealed wheels on each rail shall be connected for properly. All torsional loads shall be driving. The driving shafts and all transmitted by suitable keys, splines, or connections from the motor to each truck pins. The transmission of torsional loads by shall be designed to transmit at least 60 press fits only will not be permitted, percent of the driving power. Rigid shaft Wlierever practicable, n-rachinery shall be couplings shall be of the safety flange type mounted on cornmon bedplates or on rigid and shall be keyed and shrunk into place strUCtUral steel supports. A factor of safety and then accurately faced. At the truck of five, based on the ultimate strength of drive end, if necessary to 'facilitate repairs, the material and on the rated capacity of the crane (but exclusive of impact, the shrink fit may be omitted and the acceleration, and retardation), shall be used couplings secured by taper keys. Plain in the design of all mechanical parts, flange couplings, if properly guarded, may Computations of stresses shall take into be used in place of safety flange couplings. account all dead and live loads, In the A hydraulic foot brake, operated from the design of all affected parts, proper operator's platform, shall be provided to allowance shall be made for collisions control the crane travel in both directions. between the bumpers and track stops. Each drive motor shall have a hydraulic brake and all brakes shall operate (2) Trucks and wheels.—The truck bodies simultaneously when pressure is applied to shall be of cast steel or structural steel the foot pedal on the operator's platform. welded construction. All wheels shall be Each brake shall have a capacity equal to double-flanged, rolled, or forged steel. Cast the rated full-load torque of the driving or welded wheels will not be accepted. motor and shall not require morethan Minimum hardness at any point on the 222N operating force to develop the rated tread shall be 250 Brinell, and this may be braking torque. The brake bleeding system obtained by heat treating if necessary. The shall be so designed that all hydraulic lines wheel treads shall be smooth and can be completely purged from the concentric with the bore with a tolerance operator's platform, The gantry crane 212 oo"u3ignEnvelope 0:onenooar-7seo-4zeo+yz4o-4zaonzn1nz71 Par. 10.5.1 � brakes shall bmequippedithenautomatic, preheat is applied when welding a1ea|a of spring-applied, parking feature. over 0.25 percent carbon content. All welded gears shall be stress relieved and (4) Trolley drive.—The trolley shall be certification of heat treatment shall be driven by motor mounted On the trolley furnished to the contracting offioer. The frame and connected through gearing and gear shall be pressed onto the shafts with _ shafting toone driving wheel Oneach side a metal interference Of at lest 0.0002 Of the tro||ey. An automatic electric brake millimeter per millimeter ofshaft diameter, having a capacity Of not less than three- and press fits shall not overstress any part. fourths Ofthe full-load torque ofthe driving All gearing, except the gears Onawheel Or motor shall be provided on the trolley drum and their mating pinions, shall be - motor. enclosed in 8ihigh1gear cases. Except for commercial gear reducers, the top halves (5) Hoist.—The motor-driven geared hoist of gear cases shall be removable without Of 20'me1ric'tonne capacity eho|| he disturbing the bottom halves. The top mounted on the trolley framework. The halves shall he equipped with means for general arrangement of the hoist shall be lifting and shall have covered inspection such aotQ maintain rope fleet angles Ofnot openings. Gearing not enclosed in gear more than 3.5o' in order to minimize the cases shall he guarded. The guards shall aide wear ofthe sheaves and rope. The have cover inspection opening large hoist shall be equipped with two automatic enough for easy lubrication Of the gears. electric brakes. (7) �o�� drum.—The rope drumshallb� (0) Geara.—Stresaea, torque, and modeOfo�g� a�S8| orc�atirOnvvi�hh8�vy horsepower ratings Of all gearing shall be section Or welded st�g|. and �h�|| b� determined in accordance v«ithapplicable AGK44 standards as fo||0vva� reinforced to withstand the concentrated /-- � ) � loads Dfthe rope pulls. The pitch diameter � -- of the drum shall be not less than 30 times8�ur gearing, � 1 ��0� and �2O�02. the nominal diameter Of the ropes. The continuous rating grooved length of be Helical and h�rringbon� ��ering ' sufficient to take the full length of the rOpem 2T1 �2 �nd 2I1 02 oDntinuVom � � ' for the specified lift, plus two extra turns at rating each end' without overwinding. Right- and VVorrn gearing will not be permitted on left-hand helical grooves shall be machined hoist or travel drives. On the surface of the drum to receive the hoisting ropes. The grooves shall be Overhung pinions and gears will not be m finiahedoQth�t�heomrfac��8»�ur�d�� nQt permitted unless approved by the exceed 125nmicroinoh8m. The depth ofthe contracting officer. Gear teeth mhe|| be grooves shall not be less than 40 percent finished so that the surface textures shall of the diameter ofthe rope. The combined notaxeed 63 miorOincheofor teeth orna||er crushing and bending stress in the drum than 2 diametral pitoh and 1 2 5 eho8 not exceed 40 megopeoCm|s for cast ~ rnicroinohea for teeth 2 diametral pitch and iron drums and 83 meg@pmsoe|s, for oemt larger. Pinions shall be made Of forged steel drums o[ 96rnegapaaca|Qfor welded- carbon steel or heat-treated alloy steel, and plate-steel drums. The rope attachments to gears shall be made of cast Orforged steel the drum shall be located on the outside with all teeth out from the solid. Steel for surface of the drum shell and shall be ^ the drum ring gear shall conform tOthe simple and secure eOthat the ropes may b8 minimum requirements of ASTM readily adjusted and r8p|aced. The drum designation: A29O' and the drum pinion gears shall be pressed Or shrunk onto the shall conform tOthe minimum requirements drum and provided with adequate keys or of ASTM designation: A29 1. Atthe option dowels. The drum spiders supporting the of the contractor, large steel gears may be ring gear shall be so deeigned, and the rims of welded construction, provided suitable thereof mQ maohined, that the gear pitch 213 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Par. 10.5.1 surfaces shall remain truly cylindrical after bearings, or two separate roller bearings, installation. having inner and outer races except that bronze sleeve-type bearings may be used in (8) Rope sheaves.—All rope sheaves shall the equalizer sheaves. All other bearings be rolled or forged steel with turned rope shall be of the roller, ball, or sleeve type with grooves with suitable tolerance. Cast or removable bronze linings. The shaft welded sheaves will not be accepted. The bearings shall be placed as close as possible pitch diameter of the rope grooves for all to the points of loading. The design shall be moving rope sheaves shall be riot less than such that any shaft may be removed 24 times the nominal diameter of the rope. without disturbing adjacent parts and so The pitch diameter of equalizing sheaves that each shaft may be removed with its shall riot be less than 18 times the nominal pinions and gears in position. In all cases diameter of the rope. The rope grooves where divided bronze bearings are used, shall be finished so that the surface texture the bearing caps shall be doweled and does not exceed 126 microinches, secured with not less than two turned bolts, the holes for which shall be reamed to a (9) Shafting and pins.—Proper provision close fit unless the caps are recessed into shall be made to prevent longitudinal the base. Cap screws shall not be used for movement of shafting. Set collars shall not this purpose. Base castings or weldrinents be used for this purpose. The allowable for support of bearings shall be made in a bearing pressure for sheave and equalizer manner to insure accurate alinernent and pins in steel frames shall not exceed 62 spacing of shafting and gears. They shall be rnegapascals for fixed portions and 40 held securely In place by turned bolts and megapascals for the movable portions. dowels. Provision shall be made to hold all sleeve bearings against rotation or (10) Hook and block.—The hook shall be changing position under load. All grease- equpped with a removable safety keeper lubricated split bearings shall be provided and shall be swiveled on antifriction thrust with an adequate boss in the center of the bearings of the guarded type with pressure top half drilled and tapped for lubrication. lubrication. The bearings shall be totally Where possible, all bearings shall be sealed enclosed, dUSHight, and arranged to with replaceable nonmetalltic grease seals, prevent grease leakage. The hook shall be shall be dripproof, and shall be protected made of forged and annealed alloy or fully against the entrance of dust and carbon steel or may be Cut from rolled steel foreign matter. 0-rings will not be permitted stock by a method approved by the for this purpose. All bearings shall be contracting officer. If the hook is cut from designed so that they can be easily a plate, both longitudinal and transverse replaced. Bushings at ends of shafts shall be tests of the material shall be made, and the sealed by an approved method so as to be results shall be submitted for the approval dripproof if oil lubrication is used. Open of the contracting officer. The sheave pins ends of bushings shall be sealed with shall be made of annealed carbon or alloy approved grease retainers. All antifriction steel. Lubrication of the sheaves shall be by bearings shall have a minimurn life means of high-pressure grease fittings and expectancy (B-10) of not less than 5,000 individual grease passages drilled in the hours at the maximum loads and speeds to sheave pin. The bbttom block shall guard which they are subjected. Where bronze the hoisting ropes fully and prevent them linings are used, the bearing area shall be from leaving the sheaves when slack. The such that the product of the bearing guards shall be made of steel and shall be pressure in kilopascais, and the square root greasetight and fitted close to the of the rubbing velocity in meters per periphery of the sheaves. A drain hole(with second, will not exceed 3425, but in no pipe plug) shall be provided in the bottom case shall the bearing pressure exceed of the lower block. 9000 kilopascals. The thickness of bronze linings shall not be less than 6.4 millimeters (11) Bearings and linrhgs.—Each sheave for shafts less than 64 millimeters in and each wheel shall have double-row roller diameter; 9.5 millimeters for shafts from 64 214 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Par. 10.5.1 to 100 millimeters in diameter, and 13 nuts shall be of standard thickness. Bolts in millimeters for shafts over 100 millimeters tension shall have a net section, at root of but less than '140 millimeters in diameter. thread, 15 percent in excess of the net section required in tension. (12) Shaft couplings.—All shaft couplings used on the crane shall be in regular (16) Setscrews.—All setscrews shall have production by a recognized manufacturer cast-hardened cup points. When installed, of couplings and shall be of adequate heads shall be flush with surface. Setscrews design for the torques to be transmitted, shall not be used for transmitting torsion. Rigid couplings will be permitted only between bearings which are more than (1 7) Lubrication.—Means shall be provided 1800 millimeters apart. Full flexible for lubrication of all bearings. Oil lubrication couplings for offset and angular shall be provided for all enclosed gear trains misalinement shall be used between motors and the first speed reducer. Flexible and motor sleeve bearings. Open gears may be lubricated by direct application of couplings shall be of the all-metallic(except grease. Lubrication for all other mechanical for grease seals), geared, grease-lubricated operating parts shall be by means of high- type. pressure grease. Industrial button-type (13) Hoisting rope.—The stress in the ropes fittings of uniform size shall be used so that shall be taken at the maximum point and the same grease gun will serve all fittings shall include the overall efficiency of the on the crane. The lubrication fittings of hoist tackle in the lines leading from the bearings and journals shall be readily drum, the weight of the load, hook, accessible and, where necessary, shall be sheaves, etc. In no case shall the stress be piped to convenient points with copper or greater than one-fifth of the nominal brass pipe of ample size, adequately breaking strength of the rope. The ropes fastened and protected. Grease grooves shall have sufficient length to permit the shall be cut in bearing linings for the specified lift, plus two turns on the drum, satisfactory distribution of the lubricants. in addition to adequate length for attaching The edges of the grooves shall be rounded, to the drum. and the grooves shall not come within 10 (14) Keys and keyways.—The size of the millimeters of the end of the bearings. keys shall be such as to be within safe (18) Drip pans and covers.—Suitable drip bearing and shear limits for the materials in pans shall be provided to collect oil and contact. Where round end keys are used, grease which may drip from open gears and the total cross-sectional area may be considered in effective shear, but in other operating parts, including all bearings calculating bearing stresses on keys and which cannot be made dripproof. It is essential that every precaution be taken to keyways. the projected area of the rounded meet this requirement.All drip pans shall be ends shall not be included in the effective provided with means for cleaning and bearing area. Feather keys shall have draining where their removal for this rounded ends and shall have a tight fit in the seats. purpose would require dismantling. Dust covers shall be provided, where necessary, (15) Bolts and nuts.—Except where closer to protect sliding and rotating parts and to tolerances are required, all bolts for prevent dust from mixing with the lubricant. mechanical equipment shall be semifinished and shall have hexagonal (1 9) Bumpers.—The gantry trucks and heads and nuts. Bolt heads and nuts shall trolley shall be equipped with spring bear on seats at right angles to the bolts. On bumpers. The bumpers shall be capable of castings, the seats shall be finished bosses bringing the unloaded crane and trolley to or spot-faced surfaces. Nuts subject to a cushioned stop from rated speeds vibration and frequent changes of load shall without causing excessive stresses in the be secured by effective locknuts. Double structure or equipment. 215 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Par. 10.5.1 a. Electrical equipment design.— A pushbutton shall be provided for emergency tripping of the breaker. (1) General.—AII electric equipment and wiring shall meet all of the requirements of Undervoltage and inverse time overload the NEC (ANSI Cl), the ANSI Safety Code protection shall be provided for each motor for Cranes, Derricks, and Hoists, the either by means of individual motor starters adopted electrical code of the state in or, where applicable, by a protective panel which the construction will be performed with a common contactor and individual and the latest standards of the NEMA, overcurrent Ways. Overload protection unless otherwise specifically stated in the shall be provided in all three phases in each specifications. The power supply will be 3 starter. Overload relays shall be a magnetic phase, 480 volts, 60 hertz. Electrical type (thermal type not acceptable) equipment shall be designed for providing inverse time current protection weathertight (NEMA type 3) outdoor for the motor and shall reset automatically service. within 2 seconds after operation. Overload relays shall provide sufficient time delay to (2) Controls.—The controls for the crane permit motors -to draw starting current shall be full--voltage, magnetic-reversing during a normal starting period with test or type with overload and undervoltage lesser loads applied to the crane without protection for each motor. Control circuit causing the relays to trip. Operation of an voltage shall be 1 20 volts. Control overload relay shall deenergize the motor transformers shall be of the proper size, in associated with that relay and the accordance with NEI`IA Standards for pushbutton associated with that motor Industrial Controls and Systems, to carry must be released before the motor can be the maximum control circuit load imposed. restarted. Similarly, when power is restored The white conductor of the secondary shall to the control panel after a period of be grounded to the crane. Master control interruption, each pushbutton rn'ust be equipment, whereby the operator may released before the associated rnotor can control the functions of the crane, shall be be started, Undervoltage relays shall be placed on the operator's platform and shall provided with an adjustable resistor in be arranged to give the operator maximum series with the coil to insure that the relay convenience and view. High and low speeds shall be by a single pushbutton will drop out before other control relays or contactors upon decrease in supply which must: be held in operating position voltage. The resistor shall be shunted by a and which changes from low to high speed normally closed contact of the relay to by additional depression of the button. insure positive pickup upon restoration of Speeds shall be as required by normal supply voltage. subparagraph b.(3). The operator shall be able to stop the motors, without time delay, A double-pole, molded case circuit breaker during any motion, by release of the or a double-pole switch shall be provided pushbutton. If relays are used in the brake for the control circuit for each motor. Each circuits, no more than two shall be control circuit shall be protected by fuses cascaded. of the proper rating. A spare set of fuses of each size shall be furnished. All switches, A main supply air circuit breaker shall be contactor, and primary relays shall have provided between the power supply and short-time current-carrying capacity the crane electric equipment.The air circuit sufficient to insure the opening of the breaker shall have an interrupting capacity device, or the opening of the protective of at least 10 000 amperes symmetrical at interrupter ahead of the device, to prevent 600 volts NEIVIA rating and shall be of the damage to the device by heating, and shall 3-pole, 600-volt, alternating-current type. have a rating of 600 volts and capacity The air circuit breaker shall have a shunt trip ratings in accordance with the standards of coil, and thermal and magnetic trip the NEIMA, based on an ambient elements shall be furnished in each phase. temperature of 40 OC. 216 Docu3ignEnvelope 0:06e6C387-79E8-42e*AD4o-42a32610271 —` Pec 10.5.1 All hreakers, switches, contactors, and Totally enclosed motors shall have a drain relays shall be enclosed in suitable cabinets plug located so it will be accessible and will and Gh@ || be arranged s0 as to be permit draining all water from the conveniently accessible for inspection and enclosure. maintenance. (4) Cable reel for povve,r10 crane.—An ~ (3) Motors.—The motors shall be squirrel- automatic spring-actuated bakeup cable cage-induction type and shall conform to reel for the main power cable, designed for NEMA publication No. MG1 ' including two-way payout, shall be mounted omthe ratings, unless otherwise specified. The crane approximately as shown on the horsepower rating Of each motor shall be drawing. The cable r88| shall be provided with not less than 46 meters of flexible adequate for all operating conditions cable, at least 43 meters of which shall and thon�me�|atere�ing vvimdOnan� Qffthgr��| Th� cab|� �heUb� andvvithUutuse mfthe motor aSn/icefeotor ' � NQ. 0 /\VVG or |e/ger, four conductor, Or � The motors shall be rated 480 volts, 3 —� ~conductor, three conductor plus grounding 600-volt, extra-flexible, portable, rubber or phase, 60 hertz �D0-vD| e�n�|� up��d for hoist rubber-like insulation and neoprene ��ok�t and trolley drivetwo-speedv8two-speed for the gantry for service temperatures up to 60 nC' Each drive' with 1800'revo|utiona-peprninute o0nductarShaU bestranded copper, extra maximum synchronous speed, Sho[| be flexible. The plug for the supply end and the suitable for full voltage starting,and shall be receptacles aho|| be furnished under totally enclosed. Minimum time ratings for paragraph 1 1 .2.4. The contractor shall bridge and trolley motors shall be 30 furnish and install ananchor chain with minutes. The hoist motor ehe|| be snap fastener Qn the supply end of the continuous rated and shall be designed for power cable tO prevent tension from being (^ /> hoisting and regenerative lowering at 125 taken by the plug and receptacles. - percent rated load without damage. (5) Electrical connections to trolley.—A The winding inau|e1iDm shall be class B' F' flexible, looped conductor cable shall be Or H and shall be treated to prevent injury used to supply pOvv8r to the trolley. The from exposure to dampness. cable requirements shall be the same as those under subparagraph g.(4[ The cable The motors will Operate in anambient air shall b9Ofe suitable length to permit the temperature Of 40 oC. The maximum trolley to travel over the full length of the temperature rime ofthe windings when the bridge. motor is subjected to the operating VV conditions specified, shall not exceed (�) Wiring.—All wiring between equipment B0 o� by resistance. Th� t�mp8re�urgris� shall be in rigid metal conduit conforming Gf other parts of the motor shall be in toFederal SpeoificodonVVVV-C-581�'dnC- �oc�njanoevvith \he �t�m��rdafOro|aoa B coated, or in sheet steel vvirevvays with screw-attached nn�te| covers. Runs whichinmu��tiOn� ' � will be underfoot, as on the deck Of the Th� rnot�rmahm|| bee�ui�pe�vvith �g�ringm trOUeyorDfthe bridge vva|kvvay' shaUbein designed for the specific duties specifiedrigid conduit. pipefittings will not be � permitted inconduit systems. Suitable The bearings mhe|| be oil or grease grommets Drbushings shall be installed at shall lubricated and ah� be sealed against |Ome all openings in conduit DrvvirB ~~~ and all of the lubricant Orentrance Dfdi� ''~/~ � sharp edges be removed. Wiring shall be kept straight and orderly invvirevv@ys The internal ferrous surfaces Qfthe motors, without stretching or entanglement 3Q that including the rotor,shall befinished with en osing|e conductor may b8easily withdrawn applied protective covering Of such or replaced. VVhen9 required, especially on composition as to effectively inhibit vertical rmn8, wiring in vvirevvayS shall be | corrosion. tied and supported to avoid crushing Ofthe � 217 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Par. 10.5.1 insulation or excessive strain on the load torque exerted by the motor on the conductors. Wiring in cabinets shall be trolley drive. All brakes shall be rated on a neatly grouped, tied, and supported. minimum 60-minute intermittent basis. The torque rating shall be in accordance with All conductors for power and control the manufacturer's published rating; circuits shall be insulated for not less than however, in no event shall the rating be 600 volts, The insulation shall be moisture- based upon a lining pressure of more than resistant thermoplastic equivalent to UL 200 kilopascals, nor upon a friction type TW or THW appliance wiring, except coefficient of more than 0.6, nor upon a conductors exposed to temperatures in lining area exceeding one-half the surface excess of 90 'C shall be rheostat wire with area of the brake drum. The brakes and asbestos insulation suitable for the frames shall be of ample, heavy temperature involved. The conductors to construction. The brakes shall be equipped the motors shall have NEC continuous, with a manual release, which must be held current-carrying capacity of not less than by hand and cannot be left in the released 125 percent of the rated full-load primary position or one which will automatically current of the motors and shall be stranded reset when power is applied. The hoist copper not less than No. 10 AWG in size. rnotor shall be equipped with two brakes All lighting conductors and control conductors external to cabinets shall be mounted on opposite ends of the motor or stranded copper not less than No. 12 AWG on the outer end of the motor shaft and on in size. Internal control cabinet wiring shall the outer end of the pinion shaft coupled be a minimum of No. 14 AWG in size, to the motor. Brake wheels shall not be mounted on flexible couplings. Approval (7) Limit switches.--A limit switch of the data submitted for magnetic brakes shall block-actuated, totally enclosed type shall include the bore, the diameter,and the face be provided to limit the hoisting travel of width of the brake drum as well as the the hook and a positive, screw-type limit torque rating of the brake. switch shall limit the downward travel. f. Materials.— A limit switch shall be provided on the power cable reel to deenergize the gantry (1) Structural steel.—Federal Specification drive rnotor, light an amber warning lamp, O&S-741 D (ASTM designation: A 36). at the operator's controls, and set the parking brakes before the reel is completely (2) Cast steel Federal Specification 00-S-, empty, The lamp shall remain lit until,, the 681 E, class 65-35.--All castings shall be limit switch is reset. The limit switch shall annealed as required therein. Radiographic be adjustable within the last 3 meters of examination or other nondestructive tests cable. A momentary contact pushbutton to determine the acceptability as to shall also be provided for overriding the soundness of steel castings will not be limit switch. The pushbutton shall energize required. In granting permission to repair a control relay which shall remain energized defects in steel castings, the Government following release of the pushbutton until reserves the right for the purpose of the limit switch is reset. The control relay examination, to require the contractor to shall allow operation of the gantry drive make any nondestructive test such as X-ray, motor for reverse movement of the crane. gamma ray, or rnagnaflux, required to (8) Magnetic brakes.—Magnetic brakes of determine the full extent of the defects and the spring-set, solenoid-release shoe type the adequacy and suitability of the repairs. shall be furnished for all motors, except the gantry drive. Each brake shall be equally (3) Cast iron.—Federal Specification 001-1- effective in both directions of travel and 652b, class 30 or stronger. Castings shall shall be capable of overcoming at least the be stress-relieved in, a furnace. Repairing full-load torque exerted by the motor on the defects in castings by welding will not be hoist and at least three-fourths of the full- permitted. 218 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Par. 10.5.1 (4) Bronze for bearings and bushings.---SAE evenly across the entire tooth faces. Center- standard specification 64 for phosphor to-center distances of mating gears and and bronze. their shafts shall be accurate to a tolerance of 0.42 millimeter per meter. Shims used in shop (5) Wire rope.—Federal Specification RR- alinement shall be left bolted or welded in W-41 Oa, type 1, class 3, 6 by 37, improved place. The hoist, trolley, and gantry drives, plow steel, uncoated, fiber core. Special shall be operated by power to check the rope of greater strength than the nominal operation of the gearing. The trolley shall be breaking strength specified in the above traveled under power the full length of its specifications will riot be acceptable. travel to demonstrate linear travel and good tracking. The gantry need not be traveled, but g. Fabrication.—The fabrication of the the driving wheels shall be rotated under structural steel shall be performed strictly in power to demonstrate satisfactory operation. accordance with these specifications and Concentricity of all wheels shall be checked sha I I otherwise conform to A I SC by dial gage. "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings." i. Acceptance tests.— h. Shop assembly and test.—The crane need (1) General.—The contractor shall test the not be completely assembled as a unit; crane when directed to do so by the however, all connections shall be fitted in the contracting officer. All crane equipment shop. A subassembly consisting of the trolley, shall operate without abnormal noise, trolley rails, trolley girders, and end ties shall vibration, or overheating. Before starting be made. Also, each sill beam shall be the tests, the hoists and drives shall be assembled complete with trucks, operator's operated under light loads for at least 2 platform, and all other associated parts. hours to run in the gearing and to insure proper lubrication. During and after this As much permanent wiring as possible shall be run-in period the crane shall be inspected completed at shop assembly. Rigid conduit to determine that all parts are in correct shall be permanently installed and firmly alinement and that no excessive wear has supported insofar as practicable. Portions occurred and that all components are which must be removed for shipment shall be functioning properly. Adjustments shall be shaped, installed,and alined at shop assembly. made in accordance with standard practice or the manufacturer's recommendations. Surfaces of metal which will be in contact shall The contractor shall provide test weights, be cleaned before the parts are assembled. a crane operator, a safety man to keep the The parts shall be adjusted to line and fit and test area clear, and personnel and shall be well pinned and bolted so that the equipment to rig and haul the test weights, surfaces are in close contact before reaming, The contractor may use a stoplog section drilling, or welding is commenced. Drifting and additional weights for the test weights. done during assembly shall be only that The Government will furnish the required necessary to bring the parts into position and meters and personnel for obtaining and not sufficient to enlarge the holes or distort recording the test data. Speed and the member. If any hole must be enlarged to electrical data including volts, amperes, admit a fastening, it shall be reamed. After and watts input for each motion at each accurately alining all shafts, couplings, speed shall be recorded, If meters are bearings, and gears, the bearings, motor connected at the crane supply panel bases, gear cases, and structural supports instead of at the individual motors, power shall be solidly doweled with at least two for controls and other devices using power No. 10 taper pins in each unit, Smaller taper shall be accurately determined and pins will be acceptable when space limitations deducted from the -total reading. The make No. 10 pins impracticable. Shear blocks speeds and controls shall be in accordance may be used in addition to dowels, where with subparagraphs b.(3) and e.(2). If additional strength is required. All mating deficiencies are disclosed, the contractor gears, including the open gears, shall bear shall be responsible for all expenses 219 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Par. 10.5.1 involved in correcting the deficiencies. If 101.5.2 GANTRY CRANE RAILS retesting is required, all costs of the retesting, including transportation of the a. General.—The contractor shall furnish and test weights, shall be borne by the install the 20-metric-tonne gantry crane rails contractor. on the spillway gate structure including anchor bolts, tiedowns, clips, crane stops, and (a) With rated load on the hoist raising bearing bars as shown on drawing 175 (1012- and lowering, the hoist speed shall be D-1 60) and in accordance with these determined and recorded. The hoist load specifications, shall be transported the full length of the trolley travel and the full length of the Painting of the gantry crane rails shall conform gantry travel. The gantry and trolley to paragraph 1 2.1.1. travel speeds shall be recorded when traveling forward and reverse. b. Installation.—All embedded anchor bolts shall be installed as shown on the drawing. (b) With no load on the hoist, the test The surface to be embedded in concrete shall procedures in subparagraph i.(2)(b) shall be thoroughly cleaned of all rust, dirt, grease, be repeated. loose scale, grout, mortar, or other foreign substance immediately before placing (c) At the cornpletion of these tests, the concrete. The rails shall be placed in position gantry shall again be inspected for and adjusted by means of the adjusting nuts alinement, breakage, and excessive on the anchor bolts. wear, and final adjustments shall be made by the contractor. c. Payment.—Payment for furnishing and installing 20-metric-tonne gantry crane rails The following tests shall be made in the will be made at the lump-sum price bid in the order indicated. All final recorded test data, schedule. except the data for the overload test, shall reflect final characteristics after all SECTION 10.6—MOTOR-DRIVEN SUMP adjustments have been completed. PUMPING UNIT (2) Tests.— 10.61 SUMP PUMPING UNIT (a) With 1.25 times rated load on the a. General.—The contractor shall furnish and hoist it shall be determined that the hoist install one sump pumping unit complete in brakes operate satisfactorily and that the accordance with the requirements of these load does not lower, even momentarily, specifications and as shown on drawing 163 while on "Raise". The load shall be raised (1012-D-14 1). The sump pumping unit shall and lowered several times and hoist be equal to Peerless Bulletin B-41 10- (type speed recorded raising and lowering. LGL2) as manufactured by the FMC Corp., The tooth alinement of the open hoist Pump Division, Indianapolis, Indiana; or gearing shall be noted while handling the Bulletin 71 66 (type 1 - 1 /2 TSH) as load. manufactured by the Berkeley Pump Co_ Berkeley, California. With 1.25 times rated load on the hoist, the hoist load shall be transported the full The pumping unit shall be painted in length of the trolley travel and the full accordance with paragraph 12.1.1. length of the gantry travel. The gantry and trolley travel speed shall be recorded b. Pumping unit.—The sump pumping unit when traveling forward and reverse. shall be of the automatic, electric motor- driven, vertical-shaft, wet pit, sump type j. Payment.—Payment for furnishing and suitable for operation in a damp location. The installing one 20-metric-tonne gantry crane unit shall have capacity of not less than 2.52 will be made at the lump-sum price bid liters per second nor more than 3.79 liters per therefor in the schedule, second when operating against a total head 220 6 .14 n a a , `° sa�inaas 6ui�aaui6u3 }o ;uaw�aoda❑ 00 los9-19s MO- SVX31 dVW 1.iINIOIA ONV 133HS 3 111 ��o � g o a1 IlSINHD sndN0.7 ja X io 3 i 00991Q1 al.^S'P B qua �1533� mindS1N3W3AOddW1 3dni:)ndiSVdJNI C o C a 10 �� WVa NOlNVO 3110H0 N 3 NOIM18DS30 7T77731tla 77NOiSN3tl NO-1-3a ♦9 31tla 'ON N0613tl ,claac y60[po W645 6141 1 o y>u1 auo lou 11•eulno�p 0 NO'iDn8iSNO0 803 03NSSi 1115 IZ-01-11 1ou181ia u0 yaul 6u0 cl tog 31— A3ii13A s WWI z61 �ao WP ios Oz� Ca nj� QOI CC IOz Z�I cnU� 0< Qum �Q m@ LjZtp [30a N O jL,joo owe �m � s a W O¢ Fw� 0 7 z W 2 0 0 z Wo — M m o aw o IS zz Lu o � Qa m Q gU � � W W a w 0 LU F--- 1 Of a a TZ 0 Z) 2 U 0. �z LL - z O - O os s o N.Iz v a - v m a - °a, w _ w v U UO U Wp _ �U N W U) O z 6 .14 , `° sa�inaas 6uisaaui6u3 }o ;—a -dao 00 ose-les MO-.03 SVX31 0N303� ?? X30N1 ONIMvdo IlSINHD sndN0.7 ja X1110 3 i O 1 qua ��53�� mindS1N3W3AOddWI 3ani:)ndiSVdJNI C o 0 a �� WV0 NOlNVO 3110H0 N 3 NOIM18DS30 7 31tla 77NOiSN3tl NO-1-3a ♦9 31!:f ON—13tl .clan WO�pa'Ncyc c141 �� o y>ul auo lou 11•Eulno�p 0 NO'iDn8iSN00 803 03NSSi 1115 IZ-01-11 1ou18�ia u0 yaul eu0 cl tog 31— SEEM 1—OOM 3 3 GGGGGG� poasaa- N3�3 ❑ p�p�yaa ��r� z aim _ago .nnnnnnn- g000 3 Se Eaa .2.=z 8�08z~ - - hz�„ 3333 _ - --955��o a� ---- �5�oa ppm _____ oGa ooGzFFaoG wmr . a GGG ❑ ��o--__-- 7- < - - __ mho - -05555¢¢ z3333Jaa o333333� vl D Oao�paz Via" - ------------ --- - - - MMaGGr a33F--------- - --------`-'�����0_33333uo rrrr....rr�_�tinww��wwwwwwwwww__w�uwwwwwwwww-----��ti���NNn��ry-_ANN n � w 4- o T -0 m a 0 0 0 o a n o r .I ai I T a s N sw 7N T r V t o N z o w w m M2 "v W W W w o o S w e� aha a Mo # ® # • 00 { 000 X � � / w�=c� � W m 9 j w Via?Zj 0 4_rv8o - s= oz 0 w 30 0 z 4 n a a , `° sa�inaas 6uisaaui6u3 }o ;uaw�a oda❑ 00 los9-19s MO-.03 SVX31 S310N �Vd3N30 0 i IlSINHD sndN0.7 jo Allo 3 i 00991Q1 al.^S'P B SNS'N 009 ; qua ��53�� mindS1N3W3AOddW1 3dni:)ndiSVdJNI C o C a �� WVO NOlNVO 3110H0 N 3 NOIM18DS30 7 31tla 77NOiSN3tl NO-1-3a ♦9 31!:f ON—13tl .clan WO�pa'Ncyc c141 �� o y>ul auo lou 11•Eulno�p 0 NO'iDn8iSN00 803 03NSSi 1115 IZ-01-11 1ou18�ia u0 yaul eu0 cl tog 31—A3ii13A o? 03� �r _�3s GJ -z� - 30 _ sw °>k N GGaGw G 3 z332 G - G azz2 Vo3z Ga Go �Go ka _ oG 3 - N - Y az ogo - Q w - o ok3o �G w - aGr cUo �G?GGG� �G _� co 0 o < OZ 2 ro a w 0 4 n a a , `° sa�inaas 6uilaaui6u3 }o ;uaw�aoda❑ Ln 00 lose-1s3 M0-xo3 SVX31 33f143H0S ON 1S31 ONV o� r,- o g ........ �...���`�-���' I1S121H7 S(id2107 �a 1110 IldvnWf1S 531111NVf10 031VWIlS3 0 00 1 alp.^S P B .s5o S'N 1008 ; qua ��53�� mind 3dni:)ndiSVdJNI C o �� WVa N0lNV0 3110H0 N NOOd18DS30 7[=7:[=7'ON N06N3tl NOM111131 18 31tl0 'ON N0 13tl ,1�1x Wn�p1 N14s 8141 �� NouDndANOJ dOd a3aSSl ldb lZ-OI-IL zo yl 1uo lou p no1 •8u1p o Z'ON vmON30OV lds lZ/oz/Ol 1 1ou>u15111 uo 4111 1u1 c1 1,e 31VOS A-3n o rc� a G CGS$ W: -- L 'eE �w .8 Z8 E t «E S E W a L E E � 8 �e � a a W... a o - w p a �e v 6 E W E w N r C m mT a F n un w _ F E E F F # F E F E E F FE5 t5 E v a . 3 w w z C ❑ N W U) O 4 n a a , `° sa�inaas 6usraaui6u3 }o ;uawfaoda❑ Ln 00 ose-les M0-xo3 SbX31 V1V4 1NIOd 3O�J1NOO o�� r,- „moo /i/.-.oea X053 s19LE-� IlSINHD sndN0.7 ja �111O dVW NOIlVOO� 1O3f O2jd o 00 1 alp.^S P B .s5o S'N a00e ; Ln °a ��53�� mind 3dni:)ndiSVdJNI C o �� WVa NOlNVO 311OH0 N NOIM18DS30 r.9 31tl0 'ON N0613tl NONtlI—O ♦9 31tl0 'ON N0413tl '-Iaac y [po'W-4--141 o y>u1 auo lou 11•".'—p 0 NOUJII81SN00 803 03NSSi 1115 IZ-01-11 1ou181ia u0 yaul-u0 c1 tag 31—A3ii13A r P — ! � Ih41' rl fmss�l-, Yvr i Ih �hui���l� u�u�� I a 0 I o — �, o/ 1 1 tt / a¢ w I a m a m /� ;i Lj a o °m E3 po ao ao w E v � y a m z O l i 1 v 0 4 n a a , `° sa�inaas 6ui�aaui6u3 }o ;uaw�aoda❑ 00 ose-les MO-.03 SbX31 Wd 3115 ONIMIAB 3ONVN31NIVW of i r,- g o a� `������� IlSINHD sndaoi ja X1110 3 i Oo 11 al.^S'P B X35'N OOe ; S1N3W3AOddW1 3dni:)ndiSVdJNI D o a �� Ma NO),NVO 3�10HO N NOIM18DS30 79 31tl0 ON NO-39 NONtliM— ♦9 31tl0 'ON NOiS13tl ,c11x WO�p1 Nc4c c141 �� o 4111 auo lou 1�•8ulno�p 0 NOOJNNISNOJ 803 030951 909 IZ-01-11 1ou15111 11 4111 eu1 c1 iog 33b05 A3ii13A nn xp -w a LL w s 8 �o G 'as_ og'eomm �� o s� UH.. ��a6 i 8 Amy f.- ssma o e x pas n �w� xe=jam '>L tiu JS JS !S 15 15 15 !S y 9'6L 86 09 z ,9'6 rc Zp6 - 3 moa 3 3" ry ZmW ry � rv�'N Z J dAl 6" Z W O O - O N W _ v ry mrzry 0 0 w o 0 z 4 n a a , `° sa�inaas 6uisaaui6u3 }o ;uaw�aoda❑ 00 ose-les MO-.03 SVX31 S�IV13a Sf103NV730SIW of i g �o a� `������� IlSINHD sndaoi ja Aio 3 i O 1X35 qua HIM, S1N3W3AOddWI 3dni:)ndiSVdJNI C o a �� Ma NO),NVO DOHO N NOIM18DS30 7[=7F77 ON 1111131 NONtliM0 ♦9 31tl0 'ON N0613, ,claac ycn[pa'N-4--141 o y>u1 auo lou 11•eulno�p 0 NOUJNNISNOJ 803 030951 909 IZ-01-11 1ou181i0 u0 yaul-u0 c1 iog 31—A3ii13A �n LJ s W o o LJ '�Poa �aR lz - l0 J N W 0 e Ld m r - W av I= m �o — IIII Q a= - a �o - - = o Ln NU � cp o X� 1 1 z w wp III1=1 J 0 U Z Z U', -111 — Y _ >Z ¢ 8 — w — a - - 3 > _ = R Li rn FFo= dN~� 0§I� 2 _'9 w o9> 'odoN Y s H p w Ciop 'isp mt? W U i........ ao W _ 9 _ o....z oo Q ip j s3 =W moo„pZ. d W N 0 w wms= "o J of Z 0 $ U 0 § 4 ~s= 0 1 - — V) -0�3 1 I w =”qo� u$W x W a wN RE �Q A J L J � pmp Fo '3o J W �yox _ — m z 'Y?<'d~3 weiop i J w u'a u`,�oo�W a� � w < a ,. UU? rc W - _ ��3ww u :, .. IIII III IIII d - - =a=oma }0 �a000 sp ug g 3= J 83 g ZmosS�<=�~ w oo- O wN 7Y�� o a - ry o _ LJ U < W o _�� wE w N ba"a 'p w " 8g Y y¢o �o Z o$ 8 L` wUJ & § J a rvm III -. Mai - W W w&"o� w « o dI 0 u-K w ...... am.$ U a � v s ¢ � w� '_ `x�mo w _ Baa= dd s� Rz" Z " x _ o = z: - z Az a oS� _ — o �Ey_ m _ - �+ a`98s8. o :W w ��oi5Y 0 z 6 .14 n a a , `° sa�inaas 6uisaaui6u3 }o ;uaw�aoda❑ 00 ose-les MO-.03 SVX31 STV130 31VO aNV 30N33„ r- moo o a� `������� IlSINHD sndaoi ja X1110 3 i O 1X35 u qa HIM,�� S1N3W3AOddW1 3dni:)ndiSVdJNI co o D a �� Ma NO),NVO 3�10HO N NOIM18DS30 7[=7F77 ON 1111131 NONtliM— ♦9 31tl0 'ON N0613tl ,claac ycn[pa'w-4--141 o y>u1 auo lou 11•eulno3p 0 NOUJNNISNOJ NO3 030951 909 IZ-01-11 Iou18130 u0 yaul-u0 c1 iog 31— RES- Z- 1—_ Iwo rc� W ua� 30 &=�som Q ti p s Z� W o� m` Ld w Sl s _ cuo N � Xpmag'p� W m w d x,308 W � z W u) rcp U rcmd m�$ NiN,f M IoW Wowm LLJ LLJ w m oza z o� mhm= O z w o z o W 5 co W o. LLo aK uo -o =6W W�oopu 53iYtlA nW �{ a � s" LX 3 < W� „ m r, m Z o nx o "-a o a a�wW w a � (n WEN- .—H Z U G W"& I / l MOSS x a' / LLJ / * 9N31 1 } J1YJ d r o .9 _-z N Z �W g O Z U W w - g 1n W 3 � - (/) xx xxxxx 2 8 0 < u _ � OW a ZO \ l rc U =s U -- VI p?` md00 N <Yoxi✓s '�, 8 N - Q LLJ 3 RE `off .9 m g� Z 80� x xx �� xxxX p :$. _8 R ~ w - n .wo HaW LLJ iso Zng000d.i 5 = 00" 10 ~ om o8'am�� y u: z Q mp�o w - oJ " z UIQYio< oM <3�s�3m�5Waoa:.m p n11 X y� wl d z o < .—da cUo - m o 0 m - m w 0 6 .14 n a a , —,—S 6--5u 3 }o ;—a -dao Ln 00 los9-19S MO-xo, SVX31 (LO) s31oN -lVdn10nd1S go a� `��_���� I1s21Ho SndNoo ja Allo 00991Q1 al.^S'P B "a ��53S� mindS1N3W3AOddW1 3dnlOndlSVd3NI 00 3 �� WVa NO),NVO 3AOH3 N a 3 NOIM18DS30 7 31tla 77NOiSN3tl NO-1-3a ♦9 31tla 'ON N0613tl ,claac y60[po W645 6141 o y>u1 auo lou 11•eulno�p 0 NOu0n815N00 803 03NSSi 1115 IZ-01-11 1ou181ia u0 yaul 6u0 cl tog 31— A3ii13A 00 nga� . o m o mo o otW� - o 3� 4 lF� „-Y m m8g m z' - 8 0 z� °gyp �g m opo �o ko= o $ as $No no Y W3' oo _ ?9 Wa '❑ 8$ g Til Z. 8 8 oqq eY - o :s t�8yit- t m &i zmuz $' 2 SP _ � a mWm m 3 p �`- z3 W z r �� Y"" w �$ g V0$ h-o gm�m =yo w <w sift _� - ao P - m=oo 8a p �� Sri 3' SAY „`� &3Oz p �z. & W, m aa�� m & „$ Qe 4 6'iwo Nva m$ _ __ No ��_ " =,a � a __ " m s�8 < s&js oN oo�a w s �aW 5z I NOW= �` s'p = so � i=o epNp sW� �s= �� a. s o � e .a � o = 3 = ", 6< < <m H. >t. 3 � _ a x .8 G=3 oy-m .� w omm ' W m m _ m 3 =8 ew I y N m� - §$� s _ � -oma o��o -� = W 8 ;�§ �m w o� sosm _ _" X40. 8 W '_" sN 4 �8�`"< a _�� o w97' a m J o = - W= G o m & m �Saa . $off =a. o oa N m"g - pm "'pSW' m:m o �Y sNi -mW o o �azoo� 8 z o m „z 88'3 W3 S$'"=8 3 g 8 gz N - €w ob, Gm 3 07 oo ��b3==as W r N oda _ G wW a m �. NoW$s4e o a 8 zb m = 6a � o==rom,o < m 8N N o N "a ,s o p N. Ww� � a r z aW odW o o �^ 3=ywsn=:p�<ao8 = Gm �a Y"Y 'so a e9so=mff ! m : dm mss eW € $ gaWa=-W ed _ N _ =� _ o „� w m p 3. pzo ea az �eWm =w zz9 <„�=8 g'2�� w z 7 s= `,d:= my o g g "Ek a oGYg -' 'z _,„ g8z oSw _8 ma ~ 68 w"W g�w�rm o � 8 s ; ate -�` _ Y $w8 8' ?moo..:g 88a.o $ €og w _]-= a SSR-0-8-zn a w o _ oyo _ - wm t$ '.wm= o ==o - Nam "_ �p Syph _ "� _ o o 3 mg Npo m "Yw w� - Ro $ mW3 "m $Z m "- §o Wes m ,= a m��� � �� mw �'��7a m „ ' � ="m=a M6 o �M p� x " m s' m yam u � =o�=s� ' �<V = eo e w TIN� zso - "Z. �� w s "<� yp as � , _ w $ =..n =W �_ 8� so3 WWW" m p =. xp " �W o_o�W 80 - gm oa�s � Ws= Y #"map �g waoWaW am m w m w .w a" �� " <m"mw4m " 3�m33oo3 �' w <m� 19 s j m N 3�a=a� uo ga uw "tz ad a< a dm N�ommti n < n�� mi'no n - _ 1 go _ p „o-1 zXsay w _ � o p wg g s R m o � - mo w o� ogq y p= =W$ sS oy mm j� "8= - - � o 0 ZZ6 0_ AVN = N $$ o 4 Y m o=o - _ oNw omo - gS aE N o mu8 0&. z a3 - Qm= Y, a 26= `-z— Y '2y B. \YW m m ms W w� ' o'- "'Y= < mN 3? 3 N «3 o mw s � ao g' o= n” mo W e - x� z" 3" _ Y E �o m 'i4 e " m- = zs � w � W mW � "8 _ sw .R Q w 3� °o o -sg' R$ 5 -sw o= 08G�Qd N - 5� w "wa os x� mo,8$6 24 ze 30 3 a _ = s �� _ s'= 0 6= -wgm d = o- _ o - p ' oW Y83 < m Woo �m� _" m W W mo o� $ m s $ p� „ ag x�m� zp" _g sm o Vizz, - s= w 3 W oda sw� fu o� = y mws w _ oa 3 go _ o 0 � � ig w 0_"3 a jsm„ pg _ ��' '$x eW �8 0 o � ps paw s s �Fo �$ s e s="omm "r c � w os o o boa �`_ ="saa n Q� _ j d Y a 9a "N a Y;ao Z� - � _ - w7= €s 1 rw - .o Np c; c t= �g m o�p "s�� p � 7� m $ p $w1. og peo _ _am n <m m " <s� =" " s <m ry 0� � o nag P p f f Y�z - 0 w 0 6 .1N n a a , `° sa�inaas 6ui�aaui6u3 }o ;uaw�a oda❑ Ln 00 los9-19S MO-xo, SVX31 (ZO) s31oN -lVdn10nd1S go a� `��_���� I1s21Ho SndNoo ja Allo 0091 al.^S'P B ONS'N 009 O c "G �I end a �� 3�� d S1N3W3AOddW1 3dnlOndlSVd3NI C� WVa NO),NVO 3AOH3 N .-loac ycnlpo'N-4--141 o youl auo lou 11•eulno�p 0 NOUJIliI15y0a 803 43fI55i 1115 IZ-al-ll 1ou181ia uo yaul-uo c1 tog 31—AJii13A Q o4 Z Z U. z�w w ua ~ = _ wi d uMz. Z ZZ 3 a' U - U ¢Fw UO 'z d T� o _yzoz oi�„�o �mmz 1151", Lj WmUuaONwrcQo004 wr d U UJ awZU waww la</lo pF J _� wo, m w aNOZNaO�K w d uaaUa7 ww ala o-W w $ " zE ~ 3ryp amJ�E LL 3� � p�o�cYirvw U w n"oo�" Q m S d�0 4a o o�a z W3< w 3 o w� awop= o o w-J €a mo uo tlIg z 6z �p " 8N p z 4V W Wzg a z a =s o0 8G pe 000ma - rn 5 'p owG Bm N"H �4t _ s - m o No W ___ 30� o � _ <''Y o o< u< as w � %W $�i o W �p aR5 zz� Nom= ozp Z. W 0 4 n a a , `° sa�inaas 6ui�aaui6u3 }o ;uaw�aoda❑ Ln 00 lose-les xo3 SNO 1O3S (INV NV NV3d MO- SVX31 � r,- g ...I19£ a ovd I1S121H7 sndbo� Jo 1110 NOIlV4NnO3 ONIMine 3ONVN3INIVW o 00 1 a00e ; Na ��53�� mind 3dni:)ndiSVdJNI C o �� WVa NOlNVO 311OHO N NOIM18DS30 7 31tla 77NOiSN3tl NO-1-3a ♦9 31tla 'ON N0613tl ,claac_1po'N.4..141 o y>u1 auo lou 11•eulno�p 0 NO'iDn8iSN00 803 03NSSi 1115 IZ-01-11 1ou181ia u0 yaul.u0 c1 tog 33b05 A3ii13A b oS D m o UiZ o v �3@ ma �3� mom oa ado amF II II Lj N �o m a mu S53J3k1„L 9 o-a oom coo w w� (AIN LJ L 9 0 U 9 „0-,09 ..0 2 a - IE IE --- g li �- ili i a I'll I 'll o I II II I a I II II I o I II II I w I } I I I I I Z I II - II I m L——————————JL———----————JL——————————J w aU o I Q f I I ----� ----- I I I w W a I II II I a I II II I _ "v I II II I o I II II I v — —hal U m a N W U) O 4 n a a , `° sa�inaas 6ui�aaui6u3 }o ;uaw�aoda❑ Ln 00 ose-I9s MO-xo3 SbX31 SNOI1HA333 ONV NV3d o�i r,- ....... ,- o g ...s-ioea--I19L�-� IlSINHD sndN0.7 ja X1110 2i00-3 ONla�lfl8 30NVN31NIVW o 00991Q1 adln�P B .s�o S'N x008 �� baa ��53�� d�� S1N3W3AOddW1 3dni:)ndiSVdJNI C �� WVa NOlNVO 3110H0 N NOIM18DS30 7T77731tla 77NOiSN3tl NO1MI-3a ♦9 31tla 'ON N0613tl ,claac_1po'N.4..141 o y>u1 auo lou 11•eulno�p 0 NO'iDn8iSN00 803 03NSSi 1115 IZ-01-11 1ou181ia u0 yaul.u0 c1 tog 33b05 A3ii13A Z Z O O w w z _ z Ld w. 0Ld O~ O w w Z S V) w ui 3 8 0 O p o = Z - o a LLJ a�N p oa 0 - - w m ❑ 03 Jam. O a o K p ? K O 6 O o O o = ti.1.yo 3 �a 3 ❑ O P,o9 IL 2 ¢� Z 5 a 0 0 I � z � o I J I � I m I I W V R I Z I Q Z I W c I ~ � I O Q I � I p z ¢ a v p o m g - ww / o o wl v p ll o U m co N W U) O z 6 .1y,N P a sa�inaas 6uixaaui6u3 }o ;uaw�aoda❑ (Hlfl05) 00 ose-les M0-xo3 SVX31 N011D3S(INV NVId 211VdRl go a� ^��� IlSINHD sndN0.7 ja X1110 -4Vd lWddnS 3NVUD $ i 009QQ1X35'N OOe3�� mind ; Na ��5S1N3W3AOddW1 3dni:)ndiSVdJNI C o a �� WVa NOlNVO 3110H0 N NOIM18DS30 ON NOiSN3tl N-111130 I 31tl0 'ON NOiSN3tl .coax Wnlpa'Ncyc c141 �� o y>ul auo lou 11•Eulnolp 0 �ou18�1a u0 yaul eu0 cl 1og 31—A3ii13A o� a� J wF r ¢Q r rc x w� z w � � W F ZIa- Z ` � 0 H w - N m Q N J of a 0 ao m - a In 3 1Nior nr3 Z - U) { o d w N 2 w o� a 3 w Ul U 5 lwor 1 � ,JA' 1 w. 1Nior ax3 o i i v F m � a X ❑ a � w wcams vms oNm - co ® a3 N a W U) O 6 .1y,N P a sa�inaas 6ui�aaui6u3 }o ;uaw�aoda❑ (HAON) 00 ose-les MO-xo3 SVX31 N011D35(INV NVId 2JlVdld go a� ^��� IlSINHD sndN0.7 ja X1110 -dVd AOddns 3NVUD $ i 0091 al.^S'P B X35'N OOe V o NG a �� 3�� mind ...... S1N3W3A02idWl 32if110f12ilSV2i3Nl g �� WHa NOlNV0 3110H0 N NOIM18DS3O 7 31tlO 77NOiSN3tl NO-1-3O ♦9 3— 'ON N1113tl -.1. W[po'Wo48 8141 o y>u1 auo lou 11•".'—p 0 �ou181ia uO 4>u1 euO c1 log 31—A3ii13A h pg w a LLJo 00 m J J p N 1n ED r � r p b � i—I d. d - 0 CL CL ED Lei s Om U ~ 5 Z U w x w - a El� o � I I v m a ❑ a w _ w v m 0 g N o w 0 4 n a » , `° sa�inaas 6ui�aaui6u3 }o ;uaw�aoda❑ Ln 00 lose-1s3 ass)-xo, Sb"X31 SlIVl34 aNV SN01103S dlVdld 0� g .�« �.. /1S2/HD sndN0.i jo X1110 — aVd 1?JOdd 15 3NVa0 0 0 1 alp.^S P 9 .e5�S'N x008 o Ln Na ��1533� mind S1N3W3AOddW1 3dniz)ndiSVdJNI C� WV(l NO),NVO D10HO N 10 NOIM18DS30 7 31tla 77NOiSN3tl NO-1-3a ♦9 31tla 'ON N0613tl ,claac y60)po W645 6141 o y>u1 auo lou 11•eulno�p 0 NOaDI181SNOD NO3 03NSSi 1115 IZ-01-11 1ou181iO u0 yaul 6uO cl tog 31— A3ii13A hm U �)w Q� - r o Nrv�Fa w0f e tea= is �tpm0 `2., o w ww oz mi a z wz QS'"ciono 0 u aio�x_ FoW - mm o"d�wm o a a m ¢ - _;\ _ z r w p W' O J W Iz P7- ¢ Zr N U r Q Z zzzz���� - W W W N 2 O a , a _ Um a W---------------- ': -- > m moa V) J m Q r _____ X U a zsz V) w¢ I �o w W r U) z Z� 5 0 � 1 „z/I z - .r/1 s o3,z 7 S31aVA _-rcM r Ws mica »s 03»z w J S31WA J '" - �o W w o.... Z ¢ K � U, m9 � d a u vmg o�� U- 10pon Z J ZW 4 1¢ waK bmo'3 Woo U a=e`er w a' (n J WOWa 5 a � o r � w +FA a o d a ' 7 Qo N U r Q & o x qo dory a G Wtgp iVw \ m - - w - O v _ -mg x a aim U_ QQ m \ O OUm Q vQ w tt U N w U) O 6 .1 „.n a . , `° sa�inaas 6uY�aaui6u3 }o ;—a -dao O� 00 ios9-.9s M0-xo3 SVX31 (TO)9NIMV214(MOD 21 ADVa HSV211 0 g o a� ������� I1S121H7 S(id2107 �a 1110 3 i 00991Q3�� mind 1 al.^S'P B �a ��5S1N3W3AOddW1 3dni:)ndiSVdJNI o a �� WVa NOlNVO 3110H0 N 3 NOIM18DS30 7T77731tl0 'ON N07 NO1MI-30 ,8 31tl0 'ON NOiSN3tl ,�+cx K01vp N1.48 8141 �� o y>ul auo lou 1+•Eul—p 0 �oul8+ia u0 youl—cl log 31—A3ii13A TO O K 3 O ry O_ r, Ld / a t Iray it 1 1 ; iL 6 ",„,.''-'"""� �t i• fit_ -1r r•,rin . a; R 11 1 to /•' f ,��”; 1 ...�tl yY .a Mr�l �vo�q,+n"^ I m � i. ,� .:� e � � �°�ii^ n„`- • "¢I ,,. r, `* p0 fls m N 111 �`''40, ,� ( )•. Ya.. hti*-..._.."""`"w"", ,{. iz/r '� Y w�1 S{ � � `; uy ',.',+,�, •�GM�.�t( �_ � �� �, n nl vim, t " „„«^""-•� / t..,{t a u � I. U'f m to K C 12 tCgy" W r� w a - > 1v in 0 6 .14.n a ° , `° sa�inaas 6ui�aaui6u3 }o ;uaw dao 00 Ios9-I9s MO-xo3 SVX31 (ZO)9NIMMI 421073?)AOV2JHSVU o g o a� ������� I1S121H7 S(id2107 �a 1110 3 i 00991Q3�� mind 1 al.^S'P B �a ��5S1N3W3AOddW1 3dni:)ndiSVdJNl C o a �� WVa NOANVO 3110H0 N NOIM18DS30 7T77731tl0 77NOISN3tl NOI1 1-30 ♦9 31tl0 'ON NOISN3tl ,c�cx Wn)p� No48 8141 �� o y>ul auo lou 11•Eul—p 0 1ou18�ia u0 youl—cl"s 31—A3Ii13A - '� Y„kl±4R"F J °n d:'iT,V.MW`tc MfNa*uzai iD TIl!", � we a n 3 : � n $apZ Qy jkj gyp{( oWWp�gs zk 4 ° H W a z =�g3o1go$ 3m ' Z. " neo"=off MwW,oJ Wyke baa" UL a �s� ��j� a "W ':� xb w o +c a: "s 9;n w3 a;; r S. � mw �� o�ap5g3zW 1d a r o sdyg --------.. Ph �w a o" w'a VI 2 E – _ eY Y x A w ; v ( w I � W In I I q � v 0 y p e ._...___—_.._L..__..__. ......._.--- a Y m e M � m ❑ l y L- . T _ - — ............ . - - - d � - W U) O 6 .14.n a a , `° sa�inaas 6u}Jaaui6u3 }o ;uaw�aoda❑ Ln O� C0 ose-les MO-,03 SVX31 (50)9NIMVW]0210J321 S13NVd N9Va HSVNl o � g ........ .. �� /lS/NHD sndNO"7 ja X1110 3 i 009QQ13�� mind00 ; �a ��5S1N3W3AOddW1 3dni:)ndiSVdJNl o a �� WVa NOlNVO 3110H0 N 3 NOIM18DS30 7T77731tl0 'ON N07 NOI1 1-30 >,9 31tl0 'ON NOISN3tl ,c�cx KO�pp No48 8141 �� o y>ul auo lou 11•Eulno,p 0 1ou18�,a u0 youl—cl,og 31—A3Ii13A s :_ m y s , IN ' �' er ,e Wows_ Exit W a p 8 so�o��ma«s iq q 1•/ w J rn oro" m __ \ p L_ r Lj } Il TC r - m m � I � 4 ti n L rc O �• �'^' T .r ff o m — m N „ _I _ o - o - g 0 w in 0 z 6 .1 ".n a a , `° sa�inaas 6ui�aaui6u3 }o ;uaw�aoda❑ O� 00 ose-les M0-xo3 SbX31 (170)9NIMMI(210J3 I SN01D3S N:)V2J HSVUi o � go a� ������� IlSINHD sndN0.7 jo Aio 3 i � 009QQ1X35'N OOe3�� mind ; �a ��5S1N3W3A0ddW1 3dni:)ndiSVdJNI o a �� WVa NOlNVO 3110H0 N NOIM18DS30 —0 ON N0613. N.-I—O ♦9 M. 'ON NOISN3tl ,c�cx Wn(p� No48 8141 �� o youl auo lou J1•e'—p I 0 Iou1511-u0 youl eu0 cl"s 31—A3Ii13A li 0 �+ IQ w � � I� xwkti IT 6 U, T g5a o b,y C u =z w �„o m - - _ ...... I d; rz ti n n e I I J 0l\ Fb 4 y =w I I m I I ' I I m' I wo n C (All._k 71 m _ ti to 1 0 1 p: ” s y - W 0 6 .14.n a a , `° sa�inaas 6ui�aaui6u3 }o ;uaw�aoda❑ �� 00 ios9-.9s M0-✓03 SVX31 (SO)9NIMV210(12100321 3Nf1SOl0 NOV21 HSV211 0 go a� ������� IlS21H.0 sndN0.7 ja X1110 3 i OO991Q1 al.^S'P B 0✓S'N 009 ; �a ��53�� mind 3dni:)ndiSVdJNI o a �� WVa NOlNVO 3110H0 N 3 NOIM18DS3O 7T77731tlO 77NOiSN3tl N01MI 53O >,9 3— 'ON NOiSN3tl .cic>c W[po'Wo48 8141 o y>u1 auo lou 11•".'—p 0 �ou181La uO 4>u1 euO c1"s 33bO5 A3ii13A W w �QQ v %.411 _ w a Fr � n� h No < � F » i C `\ m zt 'Y�^ \,r\-c— 4 tt W (�— m 1 --= v L zt UNS k 8a° ffi- a , r v e m ty Io n 1 ; M _. •.n 26w1 $ R N — W — U) O z 4 n a ^ , `° sa�inaas 6u(�aaui6u3 }o ;uaw�aoda❑ Ln 00 ios9-i9s MO-xo3 Sb"X31 (90)EJNIMV210 0 IODRI O� o g ����(i9f(-�^��� I1S121H7 S(id2107 ja 1110 31V1d 3SV8 4NV'N011035'3Nf1SOl0 N�VU HSVNl o OO99I alp.^S 18 �a �I5MIS� mindS1N3W3AOddW1 3dni:)ndiSVdJNI C o a �� WVa NOlNVO 3110H0 N 3 NOIM18DS3O Ag 31tlO 77NOiSN3tl NO-1-3O A9 3— 'ON N1i113tl .c111c-[p1'Wo48 8141 0 4111 au1 lou 11•".'—p 0 �ou18111 11 4111 eu1 c1 fog 31—A3iif3A m >! O a w m $ $ QQ 1 ^ z o c $ oknW (31 4N �5� '�y dpygy� m -s - w m 4d c/ E.a e• e l - �� z� 41 � a 41 LU s o,f > ^ v \ s J 2 _ __— -._... m n 1 _ Q C e^ W z � a � W w _ K a N W.a -` ma - r — Q:" doz wl Q U � E m m ° a a 0 w 0 z 4 n a a , `° sa�inaas 6uisaaui6u3 }o ;uaw�aoda❑ 00 ose-les MO-.03 SbX31 NOI1VA313 aNV NVId NOVd HSV?ll of i r- ........ - oaIlSINHD sndN0.7 ja X1110 3 i 009QQ1 �a ��53�� mindS1N3W3AOddWI 3dni:)ndiSVdJNI C o a �� WVa NO),NVO 3�10HO N NOIM18DS30 7 31tl0 77NOISN3tl NO-1-30 ♦9 31tl0 'ON NOISN3tl .c111c WnIp1 N14s 8141 �� o 4111 1uo lou 11•fiul—p 0 NOILWSISNUO LOf O31S9 .5 IZ-OI-II 1ou181i1 11 4111 111 11 I'S 31—A3Ii13A Ed Ed Ed Ed Ed rc O O j 0 0 p d d W N O N a aUa aUa U U aUa U m I m Z O w N 77-1 El I Q Z O w -- co ¢¢ O D U U Z w w ¢ a m i 0 a tJ - 0 w o 4 n a a , `° sa�inaas 6ui�aaui6u3 }o ;uaw�a oda❑ Ln 00 Io£9-Is£MO-xo, SVX31 SlIV130 NOI10310dd of o .I«-Io°a=093 -� I1s21Ho SndNoo jo Aio 000H1V0 l# �10Va HSV?Jl o OO9QQ1 1008 ; �a ��53�� d�� S1N3W3AOddWI 3dni:)ndiSVdJNI C o �� WVO NOl.NV0 DIOH0 N NOIM18DS3O 7 31tlO 77NOISN3tl NOI11-3O ♦9 31tlO 'ON NOISN3tl .,111c W[po'Wo48 8141 o y>u1 auo lou 11•6ul—p 0 NOILWSISNUO LOf O31S9 .5 IZ-OI-II 1ou181i1 11 4111 1-1 11 I'S 31— -gA3Ii13A Ci a m y» � w m W� L5 wF-1 sl =I J Now — 3W ,6'S I I I I I , , I II I I M I I I I I I I r I a 11 I I S 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 M - I I I I I w o I f{ I I I a I I a I I I I I I I I I I I I I I I „ „ I I I � I I LL---------V---------J a 0 v ll] J V O W Q Z w Q - a LL v o U J W o ¢o Q Q Zm � N W U) O 4 n a a , `° sa�inaas 6ui�aaui6u3 }o ;uaw�a oda❑ Ln 00 ose-les MO-xo3 SbX31 S�IVl34 N01103102id o�� - g „moo .i.e-ioea X093I19L�-� IlSINHD sndN0.7 ja X1110 OIQOHIVO Z >Jf/?J HSVbl o OO 1 alp.^S P B .s5o S'N aOOe ; �a ��53�� mind 3dni:)ndiSVdJNI N o �� WVa NOlNVO 3110H0 N NOIM18DS30 7T77731tla 77NOiSN3tl NO-1-3a A9 3— 'ON o y.oPwlal ns1l[opuo 1'lW•1e4usln8o141 NO1Jf1i15OBOJ U311-11 oulelia 1 1 yaul euO ,e �33bO5�A33A s� tl ba H 3 BE a m a o. z � I — Z W LJ No� O� fC aQz 65 .99 I I I I I I II I M I # I J I I a III I I I I II L —————————————————— J 77 M TT n J o S ♦II � a N Z9� LO J W O Q w i v w r111 � F. 0 0 w 0 4 n a a , `° sa�inaas 6ui�aaui6u3 }o ;uaw�aoda❑ Ln 00 ose-les M0-xo3 SbX31 S�IVl34 N01103102id o�i r,- ....... g moo .i.e-io°a X093 -�� IlSINHD sndN0.7 ja X1110 O QOHIVO �' >IJf/?J HSVbl o OO 1 alp.^S P B .s5o S'N aOOe ; �a �I53S� mindS1N3W3AOddW1 3dni:)ndiSVdJNI C o �� WVa N0),NV3 3�10H0 N NOIM18DS30 731tla 77NOiSN3tl NOMI-3a AB 31tlO 'ON NDISN3tl ..I.-y [po'N-4--141 o y>u1 auo lou 11•eulno�p0 NOaOOtl15NO0 NO3 O—Si 1N5 lZ-al-ll 1ou181ia uO yaul-uO c1 iog 31VOS A-3A i� W 3 §g F 13:h �g o zn a Z $ z o � W W r-1 LJ w ,6'S� ,B'll �,9'S M jw I J tlll � a r ------------------ -1 I I III hill iiiiii iiiiiiiiii IL 111 11 111111111111111111 11 1 I I I I M I } } I I I a I I I I I I I I ,S'S o �Qoa vOZ \ a 2 // a \\ w w \ v wl <o �m m 0 0 w 0 4 n a a , `° sa�raas 6ui�aaui6u3 }o ;uaw�a oda❑ Ln 00 1o£9-1s£MO-xo, SVX31 SlIV130 NOI10310Jd of .1«-10°a X093 -� I1S21H.0 sndN0.0 jo X1110 000H1V0 b �10Va HSV?Jl o — 009QQ1 alp.^S P B .s5o S'N 1008 ; �a ��53�� d�� S1N3W3AOddWI 3dni:)ndiSVdJNI W o �� WVO NO),NVO 3�10H0 N NOIM18DS30 7T7773Jtl0 77N015N3tl NO-1-30 A9 3Jtl0 'ON N015N3tl .c111c W[po'Wo48 8141 o y>u1 auo lou 11.".'—p 0 NW00tl1SN00 WJ 0311551 i& I IZ-01-II I 1ou181J1 u1 4111 1-1 11 Jog 31—A31i13A p[� e s ae u=off p¢ ff a :W a o = w 0 1 D 0 3 m eI cI m u z o Z W r, w � J I I cga LJ J a 3 1-Z 0 o j- .z.a -� - v m a °a, 1 \ W r [1 v � J W r �m a 9 0 w 0 sa�inaa5 but aawbu3 {o juawpodap IQ gg 1f10AVl1V213N3D old R loss 195149£) "°tl SVX31 cross ss(tsrl a. 52101Vni:Jv 31V9 3Dinis?13AAOI DIV1NI a-to,ec.a.al .Is,so a d,°o I1SIdM,? S(IddOO }O A.LID a N0091 R-S png au,mays N 009 S1N3Y43AO8dN11 38nio nisi 213N1 WVO NOANVO 3AOHO NOInW]939 aB 31Y0 'ON IIOBN]N NOIatl0539 aB 31Yd 'ON N014N]tl 'Mow WIIin'MWa sIW �� �e ywl�w Iw 11•E�l+wp o IaMM+o w yoW 9ua fl log 3Yg5 aib9l, z 'W CS� '4 h p boa o p O z •bw 911 '� yl � o _ v w ¢LLO d Q zx �d o p zo3 p x p N p � � x a °o N pm z h p Q6 W Z� _ z� zp • � as I k. Zai _ dz'P WO �o -- _ wz x as az w� = p a¢ ux _... a 56S'2 w d'7J71�Y N _ o oQ a� pow Go GQ ao ar Go w zo zG zg �Nua u u ¢� ao z z �o r O wl C•� 4N`� fYI G � �. � 17 M� AS �•Y� _Y Z ., Sr' .. ., •V uj wz 0 z o w Z 14 z n m 4 Wq. z- ovi o ,$ 0 w N w U) O sa�inaa5 but aawbu3 {o juawpodao wn SlIV134 ONV of co c IOS9-195 149£)-.otl SVX31 —111119[1 .. IlSRIH� SI1d210� } lll� 'SN011035 'Ntlld - ONI11080 901dO1S n ucr-�wac:°.al•.w,�o��e,°a o a N0091—S PnQ au,a.a 5 N 009 -1 clime S1N3Y43AO8dV41 3Mf110f 8lSd213N1 � 33 [WVII s S it WV4 NOANtl0 3NOH0 NOIIiW]930 aB L.M 'ON N06N3s NOIatl0530 AB 31Y0 'ON NOKN3N 'Moos W9Iio•pays sIW r—� Ne ywl sw Yw 31•6sl+e,p o NDu00b191AJ b0i 030% /!s3 1i-01-11 IaMM+s No yoW sus fl,08 3Yg5 iib30 O Z t� A p n� - ao �- 3� oa �N �3aQ J O it ® 5 w� d m w --------------- W _ W --------------- LLP ® n w J LL - z z i ZO - 0 o o - z � - x 0 ® z z -------------- to ___________ ______ n W W o El, LLI ---------------- .L. ZZ ads a 0 6 v FQ Q a ------ --® p - r ' 0O - o n H - ry N z a x p m ® 'U. mk - zp ow "p o pa zz e_ ❑ .Y'.I .0'.I .6'.Z m W in 0 5aZinaa5 bu!aaau.,bu3 {o )uawpodao 10 c „z- 5j y.N a° OS9-195 149£)-.pa SVX31 SM31A 01813W0SI — ONlIV80 OOIdO1S 0059 191(195) a i na-m,e�.a.al•as,y�a�d,aa I1SRM,? S(IddOJ }O AAI a 1 N0091.l!^1 pn�au,a�ay1 N 009 —I S1N3VUAO 1dV41 38nio 8lSV213N1 v Q� WO NOANVO 3NOHO N011nW]930 aB L,M '011 NOBN3N N01atl05301 aB 31Y0 'ON NoK •Mmw WIIio'MWs sIW �� Ne ywl�w pN 31•E�l+eap o NDu01M191AJ boa 030% pls3 1i-01-11 IaM01�No yaYl sua fl log 31 —M Z 0 tH / V a q I W z a 0 m R u� P pp I 0 C I iil:N: 'I C W 0 V w (F 0 a Z G z C LLP L 0 Y co N R R v m R R v - ❑ a w .. v U ro co : W _ in 0 saZinaa5 p but aawbu3 {o juawpodawn Inaw 1VN3N30 NOIIVZIN830OW of g 0 00 loss 195149£) "ptl SVX31 0099 "�I19" IlSRIH� S(id210� { lll� 3NV80 AdINVO ON113AV81 NOl 31813W-OZ o ucr-�wac:°.al•.w,�o.�e,°a o a N0094 1!^S au,a,ayS N � 33� HIM ,Ed S1N3Y43AONdV41 3Mf11Of 8lSV213N1 vYII WO NOANVO 3NOHO NOlibp93p aB 31Y0 w91:wp:11W-+swlbp o NDu0Nb19Npp bpi Q3f19& BOB li-pl-ll IaMM+o No ypYl Sup fl log 3Yg5 iibM O LLP 0. LLP 1 r LL I Y r x Go o I�¢r X✓ O zo > NLLP 03 � ,! ; am N OF 6pw do 03 to r��Ifl1 M R G G E IL z w � oz o0 � �za / � o z � z❑ z a� n R / 4 W o a j 1r QUI / x 2 r_ Z 0 LLP x 0 8 w - 0 buua .buj 1, �,�podo(j to 00 3 VX31 SILON -T ON3031 WJIaIJ3-13 r- 01 ry SI 11 NO sntll......iu IISIHHJ snd800 JO AIIJ .—d "NO '1202 nON NO S8 68 adww ON SVI31 Id S110WINgLIA 3or a C 31b73N-SV,., SiNIMMddh I 3dni3naisvdJNI IN3wn3Ua s111 NET D'N'I'—dY 3s3amd 1111-17610 113S 311 nVCI NOMV0 3>10HO �p 2�� 'D 3: R 1� -1 777 7-111"r NOU-)— 1,9 31tlU UN N-AIII .no Z'. n5 Z. �2 m —-------- Mgz U) V) 0 2 .0 g (D , R Lj A Z- X8T"- 90 0 W R�, �;� 1 8 Z2 'o L T�*' 0 s zo z Z� 12 -w .Z , 10 . ��- — '.w i-, z c LLJ oo �8z w g? Iw W wo g�z C/) -S Z,A gV 6a wy 1 X, I wpE Q R8 Iz 4 PO P, Z5 06 o hy 't�z Z* Z o un -!5 Pq 2 a . 5 3 Z. 6 -gH- # g z z 0 0 t2 H H (D (D I G 0 E El o o 0 1A epp 15 fig 9 9 §2 9 U� z LU .4 0 LU T V) t8 4 7 2� 96. 5 sw I bi T o A� z L'i 9K lit Ew I P- M I �o 7 0 s Wn 91 R 'i 0, oT T v z ZI buuaau.buj 1, �,�podo(j to 00 NIIINA-NIATT-3... ;1'1�161SNOd 38 11 NO 1—N NVId 311S 37V83A0 W01813313 o .—d ...... IISIHHJ snd800 JO AIIJ __I�-1 IN3.—O I d0 N.1-- —1-11 N 00©I '1202 nON NO 58E68 ad<vu ON SVI31 d SlOH3lNgLlj 3or'a C 3321aO...73N-SV'.' SiNIMMddh I 3dni3naiSVdJNI IN3wn3Ua Siwl N hNOMV0 3>10HO V(l �p 2 3: R < < E < LLo as C) C') $oo °& e� wi c z o U, ... ......... 5 .algn . ........... 0. ........... CD < < L'J crJJ < w lj— CJ L 'J F7 �6z u Z 1.x.1f Z 1, U I V) i2 cu "as 43' Cf) 3: cc: `filllw 0 za I Li C", CX' ui uj cr ui Li LU .0 Ln 00 S3anijid 0 .1 buu�.buj 1, �,�podo(j N,IVIZI.—3-11. !--", r- 01 _33WN3"IWMd M SVX31 NOIIIIOYV30 AW�Icjs .—d i—N ..N°oovi IISIHHJ snd800 JO AIID '1202 nON NO S8 68 ON SVI31 Id SlOH3lNgLlj 3 c .3or e C 31a73N-SV,., SiNIMMddh I 3dnionaisvdJNI IN3wn3Ua s111 NET D'N'IlV3ddV 3s3amd 1111-1761O 113S 311 nVCI NOMV0 3>10HO �p 2�� 'D 3: R 1� -1 777 7-111"r NOli-D— 1,9 3- 1 DN NOISIAM i—P !x-ef Eu ".R.A —A, Ni2g R g 9 duW-Ni 8 Be 203 LU 0 < ly, a. z ww CN LL < C) Pa LU Z < II CL > CD cL U) CL: UJ z CL C) LIJ < CL j EP p . . . S 71 ry j. ? rc -1 JP Q gy I. z -0 < 0 Z, ;z 0 rc IL I z Pz >tg�5 g 5�2 R'- A co Be 6 5w < 01-8 0 -Z C) Ln 00 S3anijid 0 .1 buu�.buj 1, �,�podo(j N,IVIZI.—3-11. !--", r- 01 _33WN3"IWMd M SVX31 NOIIIIOYV30 AW�Icjs �—N .—d ...... IISIHHJ snd800 JO AIID '1202 nON NO S8 68 adw� ON SVI31 Id SlOH3lNgLlj 3 .3or �C 31�73N-SV,., c SiNIMMddh I 3dnionaisvdJNI IN3wn3Ua Sl 32 NET D'N'l'—dY 1111-17610 113S 311 nVCI NOMV0 3>10HO �p 2�� 'D 3: R 18 31YO 1 ON NOISI-JI NOli-D— 3- 1 DN NOINI-� Cl) 0 cr < z11 0 C) LLJ W VI I C) Lli F S �'f+NKk§,� VIII j����� ��� _ < p cr 2 U- x 0 co >) U) 6< 19 u'i � j m ��j/i �� � =z p _ �a < 2� '5 IMF/ Z. I s, v 2, LLJ Ne < 99 - m- Lli Li --8 M 5 �w �H I cc: z m w < (D Sao @@ 0 0 MH 0 �a tu; LL G lP ti NO F— < % L----- U p > m UI Z<O b z U) 0 z < < cn (h 0 z L'i M Li z 0 m J0y( Egg <0 U) < Ul El .2 I > sa>�n�ag 6uuaau�6u3 }o yuawy.�odaQ VI VO V � 00 1 P, "3tl 3J3'....9NIa33N19N3 _ _ NV{d L 31VO /SVM771dS iS ... 3x1 a3UN0. .JJ0 _ _ Sb'X31 o \ Ntl SI b33N19N3 3391SNOaS3a 0959 195 N011V'77b'1SNI AV'M771dS 7V'01N10373 i 3x1 O^NOI1tlJ1311R1 so.a1'ilsis�,p snNs9�N0991 w a3d9ad 9rv31n rv3W0300 p�1e au9aa�s N�99N IlSIZHJ S 1d2100 �® A110 ,. 033n3i tl 30 NOIltlb3lltl '1202�T 21 NO SBE68 {u� ww,, $$ V 'ON Sn%31"3'd'Z3NI1btlW SIOn,',r� a 'e 39r a3 03ZIa0rvmn snn 10 ^� � S1N3W�02idWl 3a 11012i1SVb3Nl 3N3{nJ99 sIW3 rv9 9rvlatl3aan �53�b� t4�{ AV(1 NOI.NVO 3>10H0 _ 33nrv191a9 3n3s 3W1 7 NOadiaJS30 �.B 31tl0 =77F NOildiaJS30 �.B 31n0 'ON NOiSN3a cc Icnfpo•Iccyc elyl o you;c o{cu{I'�ulwp�p I 0 Pu18110 uo yau;auo iog 31—1dia3n ad 0 illll waa�a _ z zs �� Yi z r �W 3 �_ _ vw W A 3 0 w W = a a so � n x_ a _ _ ° -- o� 3�� w w o No its is x3 � hs im: lot wig � J� U A & toX30 .11 "1 a 7w W 000 00 0 00000 0000 O � o M. �w _ o� < rc o w w jig wow �ooy� rc'�o rc � � num �ircaz s "� ON ,.•prc = wwp .rc ow;o vl Wx�wm a S��ww= w= zw< oa o<W! 1' 3� `? p�s� i0 lin PRO O Tw.=w .P.M. peal wl ON id! 2601 ' a J ow <�a3o pi;oS �w w �o o z OZworcO �oO kmwszg Q3 (� z z�dz'n= Hui 1u BIDS! in is is SIM wo xw oa � �0 00 r, z w 'MHzw �07w Zp0] w � r—pledEgg � a 00 �i o IIS oo„ o a ��a w w � W assaaaa i o aa�aaaa J -old �� taaattytye�ia max= a o 2B ���d0000 m� �P Y rc cCC..iC�C 3 �I w w W 3 3 3 3 3 3 3 tww � LL n _ V >EiSi i5 r rr g 8 W W W W W W W 0 g -Stl 30110tlb.ONIb33N19N3 S2 J��J2S 6U J22U�6Uj ;O jU2Wj.lDC[2Q NV 7d 9# J31VJ /NVM771dJ O w i. Stl%31 3W1 b3UNN 3SN3dd0 SVX31� \ Ntl 31 a303NINN01 3lalSNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ v, a3aoaa inoN3in'�irv3irn3ou �axai"a�'aus 5n0�"°��N 091 (ISIaHO Snciaoi jo Allo NOIlV'77b'1SNI .lb'M771dS 7b'ORI1J373 0 �aW V 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N ooB � g ~ '1202 SON 21 NO SBE68 � M 0 F DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naoW3ntl svn S7ON��N�" S1N3WA021dW 32if110f1�i15V�i3N � 3N3'n�oa sIW3 No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 N-183530 31tl0 'ON NOi5N3a as Icn[po'laeya.lyl o y1`•o you{I Jp 1 0 �ou15110 ua yau;auo i.e 31bO I-. Mo m r�[=4�� a he> ml,w 5d�a ilia � w LIE o m ORP 4' w _ - Qo 0 Q Q J 0 a z Q J [ Q f fi=b 00 �I w WW J W �1 LL - c� z Q � °a, w i osW ro �1 I I a m �t [II r f ¢ N W N O -19tl 30110tlbtl 9NIa33N19N36UJ22U�F6Uj ;O 4-4-d.(7Nd7d k# 'O L S31VO /NVM771dJ w SO%31 3N1 b30Nn 3SN3dd0 SV IISIZIHO Snd21O� �® — Ntl SI b33N19N3 3191SNOdS3b 0059-195� - 3N1 03 No11tl91dI1R1 AlliNOlIV71VISNI AVM771dS W01810373 w 19E� auoeP ya3doad 3noN31n 3N3wn3ou �a»i ���"'��n°a°�'No091 o31tl3s tl do Noutla3nv gains oaie aunaaous N 0.SlOnu,',r laoz noN zl No secre ww,, u DN Stl%31 "3"tl'Z3NI1btlW � M LL e 3or ne a3naow3ntl svn 3S33a�" S1N3WAOddW 3df11Of1d15Vd3N C 1N3M,1VN1911bO 1�3SN3w1]tldtl � AVG NOJ.NV:) 3AOH0 NO-1-30 NONdibOS30 •aloas Ic9[po'laeye-141 o 4—•o you 11'b'1^IP I 0 �oul8yo uo yau;auo i.e 31—1-. �wsa>m w cn a � o w Q Q J 0 � a w�� z � _ z w `y � �p NN � w U. lz U e J W Q w d I,. n w w z rc° Q °a ioW m m W in 0 g vtla,W iVF_. N3-HStla0D33'33a1N3nn231�0tl�S32a3oatl i3u3%S33blNtlOsm1 N IioNXdbXiN"O2331 1"dlrvNO3NoOtl'lOZI�al33tllSryNS3bBlI3aNr3E1wXtlb161�d3tl38Soatl Wau3atl 35a331n3SDos'Zp1s0n15-19t9dssauSNasscEo9yES-J a'NuooeoB S2 J��J2S 6U J22U��6Uj ;O jU2Wj.lDC[2Q MO0C 8�g0 wNV7d Zf I J31VJ /VM771dJ.30110tlbtl3NIb33N.ON3 tl%31tlX1a3UNNsSN3dd0 SVX31 N�911SOHo Sn20o jo AllNOIlV77b1SNI .bM771dS 7bOR1J37311051OHNI�� S1N3W�02dW 32f10f�15V��N !L'VL ~ AVG NOJ.NHO 3>IOHO NO-1-30 NONtlib0530 31tl0 'ON NOi5N3a as Isn[po'laeye.lyl o you;•o you{I '1^IP 1 0 �ou15110 ua yau;auo tl.e 31bO I-. =� rw aem 3 � �WG ilia o w _ mp 0 N z 0 " Q Q -oleCL cn Q 0 � a [ z Q w o Q r 3 �n w Q' z cn n of " �a w w o o J z t 1 J t � y > �f n F r w ail v a p w � ztza Y ` w o O t J I I o 0 W` in 0 x NNUNtlaa OwaNNN19NN ear,-S 6uuaau�6u3 }o yuaw4—f.Q � 00 g PVV80b70 3N17-3N0 0 i. Stl%31 3w1 a.arvn 3SN333O - - SVX31 Ntl 31 a3o N1 NN01 ala lSNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ w Wd210b10 1bM771dS 7bOI810373 y � a3doad inoN3lm 1N3wn3ou �°"ai"��"'��^��"��'N0091 IlSIZIHJ Snd210O �� Alli 03Ntl3i tl d0 NOIltlb3l Ntl a31nS'pn19 auNasoyS'N o08 � g 1202%ON 21 NO SBE68 � M 0 W F ON Stl%31 "3"d Z3I.— e Nor nb a3naowlntl svn S7ON��N�" S1N3MOddWl 3dni3ndiSVdJNl 1NN'nNoa slwl No oNlatlNddtl 3S33Z1d Ma NO),NVO 3AOH0 ~ _ NNtlNl�lao NO'. NO-1-30 AB 31tl0 'ON NOi5N3b N-183530 AB 3— 'ON NOi5N3b as,cn[po'1--.,NI o 40 u;•0 you 11 IP I 0 �ou16110 ua yau;au0 A.e 31YJ I-. NOI1d183S30 A9 31tlU ON NOI SIA321 LNawlavaaa aaStlM _ WVHC)Vla 3NIl-3NO 6 NOliVIIVlSNI AVAMIdS IW)NiD3l3 �W w �_ SVX317'",' o"c_ Allll4lwg ��x lisl2JHO SndHOO 30 ALIO S1N3WAOHdIN1 0 ry `1W bpq 32inion iSVZENl WHO NOANVO 3A0H0 w § po8 8 gWa sem,. - �pW Sts Day p�� , � 83� 88: p�W "^fie igw _- 3 N n q3 03 ngW ^dW =gip 8� S 2Wa 9W any � I I 2 2 I I I I "z �=W n=o �S �R c I I m3� � a3$ I I W�8 b sire �Im n�W I I n I W3 a& � ••1 a3� € bs$ € - wl of � n i (E RON) gl Q o of I "1 z «aro (.NN rra=� a _ g odi o I Sh I Z I _ I 1 r I I Q u� o <zL -zl yy r P = a ffinl I U L J U y w S 8 til I �yl I M � Q w V Y iw�� i WF m I I I I M I I 0] $u O gjq V § w` in 0 ear'-s 4uaw4—f.Q L�.i,rr >>�N(^ Ln 00 g "Ntl 3NI.Ntlatl ONItl33N19N3 IlVW�H✓J O i. Stl%31 3W1 a3UNn 3SN3330 SVX31 rl- Ntl 31 a303NllN01 ala lSNwdS3a Doss-tss�ISE�-auoyd 9� w 70211N0O ldM�lldS 7bO12110373 v, 0 a3aoaa inoN3in''Lrv3irn3ou �a>ai"��"'+��^°'°�'n°oo9i IISIZIHO Snd210O jo Alli 03Ntl3i tl JO NOIltlb3l Ntl a31nS'pn19 auNasoyS'N o08 Q g 1202%ON 21 NO SBE68 � � 0 W F ON Stl%31 "3"d Z3I.— e Nor nb a3naoWLntl svn S7ON��N�" S1N3Wn0ddWI 3dn10ndiSVdJNI LNN{nNoa sIWL No oNlatlNddtl 3533!1= Ma NO.NVO 3AOH0 ~ _ NNtlNl�lao NO'. NO-1-30 AB 31tl0 'ON NOi5N3b N-183530 AB 31tl0 'ON NOi5N3b as 1cn[p.'laeya.141 EX w o you;•o{au Jp I 0 x_1511;ua yau;auo A.e 3NYJ5 I-. NOI1d18NS30 A9 31tl0 ON NOISIAM ��lu i 6 LNawiavaaa aaitlM _ WVHC)VIU 3NIl-3NO I'd-4� NOIlVIIVlSNI AVAMIdS IHORJl0313 �W w �_ SVX317'".' o"c_ Allll4lwg ��x lisl2JHO SndHOO 30 ALIO S1N31NA0HdW1 0 ry `1W bpq 32inion iSVZENI WHO NOANVO 3A0H0 w 1§ oW 3a3 a - - �s yo 0 �S9W _- W a HM as 4 "s$ s �Fm o3 aaa'=aws �"� a s s s 2 z a b& �3 ffi LIlII-------------- ---------- __ 0 mrI__ _ _______ ____ __ _____________3_€_a_______________________i §Rd -€a 861 2fl WJW O I _ $8 z ee I I J IN3W I I - i - � I Q L-ry--------- __ J o i i < I I � w I i I � I I I I O b tl klRI5I I� I I - - I Q 71 7s I } L----------- -- p 4 m V Z I I 1W�1 1 ^1 1 IQ s� I ;wZ I I G M " $ (n I I I I o J v v U S i o iia� z ffa g i i � I I z ~ -J Z -- U f___________ __ I>><W^ I I o I I I I W l a W OL___________ __ _ I N o n ❑ I I api I o a r-c---------- -- I I I w �--- ----=J I YW I�Fry I 1 1 1 133W(IL 1 1 r____tl 1 IW " I I I B I I m L----------- -- J ------------------------------------------------------------- � I I U I I I m I o I I N W U) O 33u3tlad O:33NN380N3 ear'-s 6uuaau�6u3 }. yuawy.�odaQ ������� O 00 sex31 3W1 a3arv33O 3oss- 5 r3sEr->oj Sb'X31 Ntl 31 a333NINN01 3dS3a Doss-tss risE�-auoyd 9� a3aoaa inoNlin' 3ou d,a, '�_'� °9-'N091 Il SKINS SHd2100 jo A11i S�3Ned Ab'M771dS 7b'�Ril�3l3 0 y— 033tl3i tl 30 N3tl a31nS�pn19 auNasoyS'N�ooB g ~ '1202 SON 21 N8 N Stl h 3"a tlW a3.. vnS7ON��N�" S1N3WA021dW 32if11Of1�i15V�iHNN3sIW1 NO3ddVWb'0 NO),NdO 3AOH0�1ao 3 NOad1b0530 AB 31tl0 'ON NOi5N3b Ngldib0530 AB 31tl0 'ON NOi5N3b as Icn[po'Iaeya.Iy1 o y"•o you 11'111^Ip I 0 �oul6yo ua yau3 auo ..e 33b05 A3ib3n NOI1d183S30 A9 31va'ON NOIS1A3a �Ilu 6 3uvaan—IND-uuux ruaa baa rn ILv3wiave3a a31vrrn S3in(33HOS-13NVd ® S73NVd kVMIIIdS-WMAIO3Ml SVX31 o Aumll, g � I1SI2HHO snd1100 JO A. SLN3wnOadwl 3HnionHiSVHJNI WVO NOANVO 3710HO m� S Sq o a ry_u k ... x W N ! r n r u7 U 4 a u, � v< u K7 a u v n m n � u �k u ,1 4 4 q u yr A ..i n• d m' S1 a t1 P. G uu a �t IP ❑ R ^ off. � � �. w a m a m w` in 0 buua .buj 1, �,�podo(j to 00 37n03HJS r- 'o 11 NO �—N SVX31 S3�GVJ AVM37/dS 7VO/aID373 .—d "NO ..io.... IISIHHJ s0d800 JO AIIJ 1 f0 N.1-- NO 58E68 ON SVI31 Id SlOH3lNgLlj 3 .3or �C 31�73N-SV,., cadw� SiN I MMd d h I 3dnionaiSVdJNI IN3wn300 5111 32NO... .IN-- 113S 311 hV(l NOMV0 3>10HO �p 2 3: R 18 -1 777 7-111"r NOli-D— 1,8 3- 1 DN NOISIAM ----------- o z 2 --------------- 0 --------------------------------- --------------- ---------------- ---------------------- ------- Z 0 0 u gg O ----------- ----------------------- -------------- -------------- --------------- Z rn A A A A A m v A A A A A, A 11 A -------------------------------------------------------------------------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------- z 0 J w W, DO A 2 0 A Al A I <1 -6 - < < < A A A I A A buua .buj 1, �,�podo(j to 00 37n03HJS r- 'o 11 NO �—N SVX31 S3�GVJ AVM37/dS 7VO/aID373 .—d "NO ..io.... IISIHHJ s0d800 JO AIIJ 1 f0 N.1-- '1202 nON NO 58E68 ad W c3 ON SVI31 Id SlOH3lNgLlj 3 .3or �C 31�73N-SV,., c SiN I MMd d h I 3dnionaiSVdJNI IN3wn300 5111 32NO... .IN-- 113S 311 hV(l NOMV0 3>10HO �p 2 3: R 18 -1 777 7-111"r NOli-D— 1,8 3- 1 DN NOISIAM ----------- Z IS w �l 55 5 5 C-1 11 C-1 11 11 11 C, 21 11 8 6 8 6 J, aj ul Cn .......................................................................... ............................................................................................................................................................................ .................................. LLA LLJ A Al A co C> cf, O 99 9� 9� pq Cq 2 2 2 ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- p 7, A A A A 7, iP � - - : sem > ,-v� qa ���> m \ & : » /s s » 2 0 6�J + 6¥ abs 2 } | \ \ \ S off mIMIA smnmam angnwwam _ | . ■s■a� A: NGAa »m, _� , _ __. _8 . _ 2 % Rem // \ ;= /\ h- ) . v> , I d \\ 19 G »w! » < : ay ^ ro§ : rrrr22g « : \ q ? O ` IL LL �62 j li4: ) _ [ \ \ buuaau.buj 1, �,�podo(j to 00 NIIINA-N'19N�1'1�161SNOd 38 'o 11 NO �—N NOIII7OkUG 3aniinals 83MOI 3MVINI .—d IN3.—O ...... IISIHHJ snd800 JO AIIJ 1 d0 N.1-- '1202 nON 21 NO 58E6868 S3lON SVI31 3d73N-SV,. lOHNg 30r eC32NO... , Llj SiNIMMdh I3dni3naiSVdJNI IN3wn300 5111 IN-- 1O 113S 311 hVl NOMV0 3>0H �p 2 3: R 18 -1 777 7-111"r NOli-D— 1,8 3- 1 DN NOISIAM z z g4!- 'z z z -Z z Z, -S 5 WU @�2 THA -h I< Z.w M. Z3 a a& AE z Z oa 10 Hca C, CD 8806 0 cc o J 0cc �o < cc: We 0 F— LU 08 iwz:) L now 3nodo,nii o Cc LL ow fax o C) 1 F W� ' Y po � Z o z Ch LL oc J�t f ff < < Z A" C) .2 I > sa�!n�ag 6uuaau�6u3 }o yuawy.�odaQ �� 00 g J 3JLL]tlbtl ONIb33N19N3 Sbx31 NOIlIlOW30 32101002115 2i3M01 3�61NI Stlx31 3x1 bIONN 3SN3110 o Ntl 31 a303NINN01 3lalSNwdS3a 00555955 515�E5c1 auoyd v, a3aoaa inoN3in'J3rv3irn3ou �a»,"��'-"� 'n°o0i IlSIaHO Snciaoi jo A110 033tl3i tl d0 NOIltlb313tl a31nS'pn10 auNasoyS'N 091 g '1202%ON 21 NO SBE68 � � 0 W F DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naoW3nv svn SIOHNNI" S1N3WA021dW 32if110f1�i15V�i3N 3N3'nJoa sIW3 No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3v3s 3W1 NO-1-30 N-183530 /.B 31tl0 'ON NOi5N3a as 1cn[po'laeya.1y1 o you;•o you{I'111^IP 1 0 �oul6yo ua yau;auo i.e 33b05.ldia3n �u6 Rem �Z-z��wa�� w aa a w aaw :wp� Y�wr- S-po as z -s G:off` Wei002 ow %Voo�W6 �a= WN w 5z o - < _ - z _ - ws M 0 U 000 � 0 w 0 w w w u w Ej 0 w� w i Q .. H Z f y �»ill�� I� IIS III II II I I III', / a iii�i w °��iiillllll II i um11110�1m�nI�V�V�q„y�� 1 � Ow = F I J ¢ Hf 1, 0 W 0 0 —a —S b,u,—i6u3 ;o ;—.w-daown CD 'i�d 3�u�dad�Nca33NmN3 N❑d N❑1❑1VISNI O oos9-59s SVX31 0 I1SI2 HS Snd210S d� 1115 3b 1Nn 1S �3AVINl fib❑ 1N�❑ 3533 �� S1NIWHOHdWI iHW❑WH1SdHHNI CL Nda NOS V3 1710HO 8 N011d ISI�S34 7 31Y0 'ON NOI1— NOILd IH�S30 A9 31Y1 'ON NOISIA3M a�oas ysnfpo•yaays siyy 10 zp ry yon o 00$3 r3 w�z - _ - pAd 9waa_ c�3o v�wtt3r�Ettz _r�c>c�3 v3 Q U o U - - - 3p z � x534 W rc.w_c�_ _w•.. _ _ren p a rc_¢ _ all V ua'ou W V CJ _ Q w W W V Ln W Z a J W W J OO um wm D W z � O ~ U o. oil a cO Z_ M Q � J Y — Q w w w J m o U m 0 w 0 buuaau.buj 1, �,�podo(j In 00 N,o "AWN�"IWMd M SVX31 NOIInOYV30 3aniDnais �081NOJ r- 01 �—N snag...... IISIHHJ snd800 JO ADD .—d IN3.—O '1202 nON NO S8 68 oo� ON SVI31 Id SlOH3lNgLlj 4 3or �C 31�73N-SV,., SiNIMMddh 3dni3naisvdJNI D DNI-3— IN3wn3Ua Sl 32NO... 1111-17610 113S 311 nVCI NOMV0 3>10HO �p 2�� 'D 3: R 1B 311, 77N 7��=11 NOli-D— .N z 0 < LLJ z < zoo < 0� Z LLJ < uozom C)Ln < U) < LL (F1 Gn r CD cl� 41 0 �o �z R ow c E �Z. g- p va 8., 8.-- z i K�z 1 Z, d 5' 5 az 2:w. T,- 0 10 _9 0, gg g rr U D O O O O O e CD e e cr) s .1 Z' X'Z, v 's �o 6 819 W Z-- o -v z P L5 .0 w g�rd V z W-z R I - z 0 z �z 'z "D C) 1.g 5 �i- P- C) s I 8 nr o C) C) M � H 2 H2 h 2 H C) 6 0 See 6 0Q sa�!n�ag 6uuaaul6u3 }o ruawy.�odaQ �� 00 g J 3JLL]tlbtl ONIb33N19N3 Sbx31 N011170W30 321n1On211S 702i1N00 Stlx31 3x1 bIONN 3SN3110 o Ntl 31 a303NINN01 3lalSNwdS3a 00555955 515"c9EJ auoyd v, a3aoaa inoN3in'J3rv3irn3ou �a»r"��"'+� n°oo9i 11SOHO Snciaoo jo A110 033tl3i tl d0 NOIltlb313tl a31nS'pnl0 auNasoyS'N 091 g '1202%ON 21 NO SBE68 � � 0 W F DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naoW3nv svn S7ON��N�" S1N3WA021dW 32if110f1�i15V�i3N � 3N3'nJoa sIW3 No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3v3s 3W1 NO-1-30 r.B 31tl0 'ON NOISN3a N-183530 r.B 31tl0 'ON NOISN3a as Icn[po'laeya.1y1 o you;•o you{I"11^IP I 0 1ou16yo ua yau;auo i.e 33b05.ldla3n @male r -Z gill LL w �d X0<3 o F s o S w �w o .w o Nw 3Y �� of a Ile Lu 3W & �`:� �� w 3 �7 �3z o m z > J wp $ rco 0 Is 8 .NV llrrli//� o ;m o�w 21 Z. o - ` fl/ - O O O O r, [ Lu n i Lu 0 . oz o w � u W U W � �dl Ln N (n o P w EL � O� w Lu w , o � W G 0 u. .. W Lz i" ✓ Er tri, W O w ll/ cr i 5 Z Lu 0 M � III z LU T �� � OLu Q y II (III �Mli`. W in 0 -1x 33u3tlaa 9wa33N19N3 ea�'n s 6uuaau�6u3 }o yuaw4—f.Q � 00 g NV7d NOIIV77VISN1 0 00 1. Stl%31 3X1 30.0 3SN3dd0 XO S Y'X31 b ��.. — Ntl SI a33N19N3 3la1SNOdS3a oo555t�55 SISE9EJ auoyd w X1 O1 NO11tl01d11R 38(110(12115 1081N00 IV01810373 a3doad moX11n 1N3Wn3ou °>a1'�as�a� a o�'N0091 I1SOHO S(1d210O jm A11O 033tl3i tl dO NOIltlb313tl a31nS'pn19 auNasoyS'N o08 Q g '1202 SON 21 NO SBS68 {u� ww,, W F DN Stl%31 "3"d'Z3NI1btlW S�On,',r� LL 1H33n��ou esiai lrvo�rvlatl�aatl 3533Z1d�A S1N3W�021dW 32if110f1�i15V�i3N C n33tlNlmao 3tl3s 3X1 AVG NO),NVO 3AOHO NO-1-30 NONtlib0530 1 31tl0 'ON NOi5N3b as Isn[po'WB4'-•141 �X w o y-u;•o you#1 Eulwplp I 0 �oul6yo ua yau;auo log 33b05 Adib3n Rem �u6 § � Yry `1uW`ma -N . d a 3;� = W zw o5 g o _�mocE m=fie a'€s �o 6=- im�yZ-x two o �WW� i E _�� �w�a5„o 292! w= a = W z p R u� W=_= ow g� � w - e tWo Y� �� �'y zaj HE 3's?E tleNTw5 3 0 5 pY - K'-�=Y� ��� :p w= uz �� S =�W � � 3LLa B z ��.���"� o w w pE� _z z z zW Via» z&AWLSzW o Nl a o 0 p o o a o OY A � ❑ - =a= w a ❑o � No No s� oaw� 0 .Y...� Q �= z o z 4_ ' 6Z3 0 r rc<Q M 1 O N W z N o 0 z r.4 r p , O OFZW n OZrcc Opp w- z O 0 W Q Q W Z O w O O Z w w a m QmwOYOLr) �❑� cs M Q J O U Q m a m w ❑ — w !n z w r � � o z `ate 1 e b x�6 U � N rcw°a co w Ja� wzNm' ❑ p, 1 3) w m � a 0 N y N > C s= W 0 r 00 [::N `O:33NN389N3 YVV80VIC 3N11 3N0W1 a30rvdd0 doss- 5 nsc�- j Sb'X313NINN01 3Sia inoN3in' 3ou i "'-' N 01 IlSIZIH� Snd21oO �� AlliAV8,90G 70N1N00 4NV' 3�1V'1N1 1Y01N10373 tl 30 N3tl � au �SON 21 N8 hN 3"d Ne 430. svnS1ON��N�" S1N3Wn02idW 32inlOn�ilSV�iHN SIWl NO3ddVWb'0 NO),NdO 3AOH0l�lao 3 NOOd1a053O AB 31tl0 'ON N015N3a Ng1d1a0530 AB 31tl0 'ON N015N3a Os,cn[po'1--.141 o 4—0 0 11 11'111^IP 1 0 �0u,6y0 u0 yau;au0 3DB 33b05 A31a3n NOI1d183S30 A9 31tl0 ON NOI SIA3a LNawlavaaa aairM _ WVHC)VIO 3N113NO 61 -4� ziHn13n is 1OHiNO0(INV 3])WiN1 dwi,w R_m SVX31o"c_ Allll4lwg ��x ilsiaHo sndaoo JO) io S1N31NA0HdW1 ry `1W"INa apq 321nlon iSVil3Nl WVO NOANVO 3A0HO w § t;3, _ EN naW �His O Q 0 �iz z O ,�3 SS L � ss I %AI 1x��j6y 1 Sr ii � O I J 1 n ' (3410 Onusix3 35034) 2'nF3 C I I Z� �I m, 1 n,(3410 ONN4x3 35034) ff i w �I -7 I S I I SIA I n I �I I I 2u I I I � W SIA I I a I N I ` I a a I I N W 3I W I u I 1 (n3W (n3n) '= O s1 'o V I MI n I 3��e � MI NI Y7035) m I I w I I 91 ; a W 1 WN) o o_ w i aIA i W Q 1 tn3N) oa�E � m O ❑ N W N O g - y W F_ 1eNaoD33N3'aN3nz3ootl�Sr3z 3oatl sa3%An3eltlos�1 N IoaWdaN3"1oz3lnl"dNNOa3Nooolo ZuW1ao3l3tllsrvNnS3aelItlNa3c1tlbnesd33tlevSodv Wnu3d a tl 35a3xin3sDosZps0�15-1e9td ssau5�niasaOco�9yE-sJ aNu'oo�yo'da sa�!n�ag 6uuaau=�6u3 }o yuawy.�odaQ S31n03H N�0 go 0~0 x33u.tlad3Mb33N10N3 e%31tlW1a.arvnsSN333O SVX31 91 1 11"I'll b3NlN ' 091 S73Ndd 7021N0J aNV 3NY1N1 YJ210373g .1 N011SOHO sndaoo jo A11� Slow1 .Lij SiN3AAOddAI 32f1Ofd15VdHN W0 NO),NdO 3AOH0 � NO-1-30 AB 31tl0 'ON NOi5N3a N-183530 AB 311 'ON NOi5N3a as 1cn[po'laeya.1y1 o y"•o you 11'111^IP 1 0 �ou15110 ua 4au3 auo log 31bO 19a3n NO1ldl8]S30 A9 31va'ON NOIS1A3a 3uvaon—IND-ease ruaa a3a rnn 1ss z liv3wiaveaa aalvnn S3in(33HOS d3NVd no.eo ® Sl3NVd 10HIN00(INV 3HV1NI IVOIHIO3Ml a' dwi,w dRem SVX31 o Auo,w� �a I1SI2HHO snd1100 JOA. f" SLN3wnOadwl 3HnionHiSVHJNI WVO NOANVO 3710HO m� - z�� p I: s m � S1 4k w n v o u Z z � �- - y{ a ,N...--- __ ---- ._, _,.____--- v z r t u p x Y' r aoW u z p la n � v_ ;K m x w rr p K w NIry aaa �I �i l� „gym �rv.0 0 9 h iP m o v v a W, w r 11 Im N< h o � .r M s'.�W 6 -t W` in 0 Ln 00 37n03HJS r- 'o buu�.buj 1, �,�podo(j —31——Nn—311. 01 S ,f SVX31 a33NIMNO 31'1��161SNOd 38 11— io S379VO 10aIN03 ONV 3YVINI WJ010373 .—d11 "NO ...... IISIHHJ s0d800 JO /.117'1202�O NO S8 68 adw ON SVX31 Id SlOH3lNgLlj Lo 3or.a C 31d73N-SV,., SiN]MMddh I 3dnionaiSVdJNI IN3wn3U0 Siwl 32NO... .IN-- I—3HI hV(l NOMV0 3>10HO 2 3: R T 0 F5 b, I Z Z Z Z 0 o 11 z Z-1 0 U 0 ............................... 0 z rQ z Ou w o 0 1p w 6p 0 1 2 2 o 0 .............................................................................................................................................. .......................................................................... ................ 91 '-l' 0 V ........... ............... 0 ....... ....... ............ o --z g -x 33u3tlaa Owa33NlON3 sa�!n�ag 6uuaau�6u3 }o yuawy.�odaQ 00 i. .. ...a3arvn 3SN3dd0 Yova 1NOddnS o Ntl 31 a303N1NN01 . .Nwd.3a Doss-tss�isE�-auoyd SVX31 9� w S71b130 7b�Ri1�373 v, � a3aoaa inoN3in''3rv3irn3ou �a>ai"��"'+� n°oo9i IlSIZIHO Snd2100 jo Alli 033tl3i tl d0 NOIltlb3lltl a31nS'pn19 auNasoyS'N o08 � g '1202 SON 21 NO SBE68 {� w, uF DN Stl%31 "3"d Z3NI1btlW SIOHNNI � LL e 3or ne a3naoW3ntl svn " S1N3W�021dW 32if110f1�115V�13N 3N3'n�oa sIW3 No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 N-183530 31tl0 'ON NOi5N3b as Icn[po'laeya.lyl o y1`•o you{I'111^IP 1 0 �ou15110 ua yau;auo i.e 31bO 19b3n ego o §ad4i p ps � iu�d�wa> �2 �a «w o H 3�pa s o wa7 = �o �sg �;o:o= i 6p LL== H o <_� - yea=� z a p� aoW o = W-2o, =oda �se� 'soa ,wV j6 o �oN� �� j p a"< 3 2� ;� e$�W mo.� s3��7 oozaa =� E 0 Dov mow o �9o. � <��. _ ;s 3=��_ W. _ p�Qw wn s m 8 _ www. w s _ _ w_< f U 0 o O w0=<w=0 :O = d r F fdnil 3inarvoO O g J � Q r �. z ozS iii 3 3 s s - w p wwwwwww =��9 0� Q - c7 O vnr - W o rc u EL4 z r a a s s s a p o w i�MW rw W, QIz o 01a� o w rc w o 0 0 wIE w o +. nwnnn n n W 0 Ln g -x 33u3tlaa Owa33NlON3 ear'-s 4uaw4—f.(7 11 b'W3H0S O 00 se%31 3W1 a.arvn 3SN3330 SbX31 Ntl 31 a303NINN01 3lalSNwdS3a Doss-tss�ISE�-auoyd 9� w 570211N00 3Nb1N1 7b01&10373 v, a3aoaa inoN3in''3rv3irn3ou �a>ai"��"'+� ^°'°1INoo91 11S1aHo Snd210o jo Allo 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N o08 g '1202 SON 21 NO SBE68 {� w, 0 I'V W F ON Stl%31 "3"d Z3NI1btlW s1OHNNI � LL e 3or ne a3naoW3ntl svn " S1N3W�021dW 32if110f1�i15V�i3N 3N3'n�oa sIW3 No oNlatl3ddtl 3533Z1d Wb'0 NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 N-183530 �.B 31tl0 'ON NOi5N3b as Icn[po'laeya alyl EX w o y1ul•o you{I'Zl^IP I 0 �ou15yo ua yaul auo i.e 31bO I-. NOI1d183S3O .a 31tl0 'ON NOISIh3a � P w3wiave3a a3ivn� 31iVW3HOS 3Hnionais 3HV1N1 'C", MYD 4011III� �AI�IIN w tl-'Rem SVX31 SNI o v `11111111,w ga I1SIHHO snd2100 d0 1110 SLN3MOddwl p 3Hnio(1 isvHJN1 AVO NOANVO 3NOHO w 1f§ 3333 5 vivid. vivid. ago: IT7 IT I I W a w Q z J Q 0 W I I 0 EL 0 _o c0 1...1... W a _ Q U Q �FaT_y T 4 W c) D s Ln U m m W 0 g -x 3Ju3eaa Owb33N10N3 sa�!n�ag 6uuaau�6u3 }o yuawy.�o daQ 11 b,{N3H�S O 00 sex33 3W1 a.arvn 3SN3330 Sb'X31 Ntl 31 a3o Nl Noi ala lSNwdS3a Doss-tss�ISE�-auoyd 9� y g 091 11SOH3 sn a3aoaa inoN3in''3rv3 n3ou "' �'�''" daoo jo A11S Slow1 S10211N0� 321(il�(kI1S 70211N0� 7t�J211�373 0 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N�ooB '1202 SON 21 NO SBE68 � Ln W F ON Stl%31 "3"d Z3NI1btlW e 3or ne a3naoW3nv svn LI.J S1N3W�021dW 32if110f1�115V�13N 3N3'nJoa sIW3 No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3v3s 3W1 NO-1-30 N-183530 �.B 31tl0 'ON NOi5N3a as,cn[po',aeya.,yl EX w o y1u;•o you{,l.' IP I 0 �ou,6yo ua yaul auo i.e 31bJ I-. NO11 dla JS3a .a 31tl0 'ON NOISIh3a z 6 W11-11110 a331 c'.I w3wiave3a a3ivn� OIlVW3HOS-idn1ionalS SlOdINOO 'C", MYD dwuo, Rem 40, SVX31 A1 o v 1111,`1w� a I1S SIHHO snd2joo 40.1110 NJHA0'ddwi o awp 3Hnio 1 isvHJNI AVO NOANVO 3N0H3 w § Ya ao p3 '4� p3 ____________F I - --___________H________________ ,1 ems, ' 2 84s u I I u spa 00 =imp i i I �TII , , 11'er �TII , I`- - 1 'ai I�i�I I Iii�I 'a IiiI II�iI r---J L— -_j I sSog I - I � s s , _ , I n I ------------------------ I I U o i I , 91,r- I Im ' I9T 9T11 , I IN v I I� r___J J I a HH9 = I I I o$ I aSo3 I I I o I Q I I -------------------------------- w z avg- �o 0 8 0 41o�s. 9�� W apo o opg 262 Q I I � aNc§ao �S�izm �� sir gg@� IF=� V1 = Qwzm3W - u 'o ¢e$ a , aT S. =ojo �10-� m=o z 819 . zjw��ia x3 �sW � 40 =gLL�; 1 8 w J �w�rc a'wf(g i � gwo: w w 92 - = m rwrc Pi rcZr�Qio rci�_ _ Oio O - N W N O NVd N0lIV7WISNI Ln 00 .1 6 buu�.buj 1, �,�podo(j N,"AWN�"IWMd M 01 ..... 0MG d0HS WJIaID3�3 .—d �—N snag..Noovl IISIHHJ snd800 JO AIIJ '1202�O NO S8 68 ON SVI31 Id SlOH3lNgLlj Ln c3 .3ar �C 31�73N-SV,., SiNIMMddh I 3dni3naisvdJNI IN3wn3Ua Sl 32 NET D'N'IlV3ddV 1111-17610 113S 311 nVCI NOMV0 3>10HO �p 2�� 'D 3: R 1B 311, 77N 7��=11 NOli-D— .N EA ACION-1 NH( 1Z 1)0 .............................................................. o Z (ONIJSIXI HOJVV4)10N3J M3N ............ vj m j Z- j z z z o Q O Z, v. T� M ------- J7777 .................... < z 0 z Z' 0 z z z o V) we -D o m m z C) -L V) < *0138 ONtl A009 I w3 UJ z IL zw z Big g2 g < Wv 4 CO < < x z 57z, id UJ 1� 9 -ti Z w lI LU o Z, d Cf) wc) Nm z .2 g - OS x 33u3tlaa Owa33NlON3 sa�!n�ag 6uuaau�6u3 }o yuawy.�odaQ ������� O 00 se%31 3W1 a.arvn 3SN333o oss- 5 rrsEr-.11 SVX31 Ntl 31 a303NINN01 3lalSNwdS3a Doss-tss riser-auoyd 9� w S73Ndd 0478 dOHS 7VOI81J373 v, 0 a3aoaa inoNlin'�1rv3irn3ou �a>ar"��'-"��^°'°�'n°oo9i IlSIZIHO Snd2100 jo Alli 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N o08 11,20 g '1202%ON 21 NO SBE68 In 0 W F DN Stl%31 "3"d Z3NI1btlW e 3or Ae a3naoWlntl svn SIOHNNI" S1N3WA021dW 32if11Of1�i15V�iHN 1N3'n�oa sIW1 No oNlatl3ddtl 3533Z1d Wb'0 NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NOad1b0530 AB 31tl0 'ON NOi5N3b N-183530 AB 31tl0 'ON NOi5N3b as Icn[po'laeya.lyi o y1u3•o you 11'111^Ip 1 0 �ou15110 ua 4au3 auo i.e 31bO 19b3n NO1ldl8]S30 A9 31va'ON NOIS1A3a 3uvaan—IND-%%ux ruaa baa rn ILv3wiave3a a31vr"n S3in(33HOS-13NVd ® `JNIOIIl18 3ONVN3INIVW SVX31 o Aumll, g � I1SIHHO snd1100 JOA. SIN3wnOadwl 3HnionHiSVHJNI WVO NOANVO 3710HO pew ,z u F s a 4; a. + x r ffi LIJ ry Y ❑ w a A P N a q� « t a �% i w 1 FI Y I Y 1 y d 0 -iv 0 ID W 9 m u i, w r g u U " 3 Fa '. S r. fi •- " n. � m .:- e. �. Fi F Y, r I;n 'A - -- . m W 0 sa�!n�ag 6uuaau�6u3 }o yuawy.�odaQ �� 00 g "Jtl 3JLL]tlatl ONIa33N19N3 sb'x31 S310N N aN3037 N011b'1N3WnLI1SNI Stlx31 3x1 aIONN 3SN3dd0 o Ntl 31 a303N1Noi 3lalSNwdS3a Doss-tss� - � 9� � a3doad inoN3in"iH3 n3ou �d»i"5�' ^°' 'N091 IlsIZHJ S(1d2100 jo Alli 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N o08 g '1202%ON 21 NO SBE68 SIOHNN � Ln F DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naoW3nv svn I" S1N3W�021dW 32if110f1�115V�13N 3N3{nJoa sIW3 No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3v3s 3W1 NO-1-30 N-183530 3— 'ON NOi5N3b as Icn[po'laeya.lyl o you;•o{au{I'�ulwp'p I 0 1811;ua yau;auo iog 33b05.ldib3n �u6 p � MUM o s � R P �wWmgo' illl�waa=m ry „= o =g=m-=n� =uJ Yiws _ s W p, _ N � uNaa �s a s a<=aaW �€ a oaf a=- g„� p �i ”` Twp 90H.'Aa sw _< o $ _.meq '� s oxI pa �`a �� W<pp� �� o m a'€o � o r:W«p o <$ 91h =w --- V) zxo o a sj s P- =3e off -`. '� pa =m _2'z z - ��w$ gy =y " - jwso �� a,w�ap a� s� ow a =sem o gte �a ro =Az a" o a - op'<p " w o� - �opo o <0� 7�p - '� � z - �A $ ten �wW` "� -' ak' pai N.< �WpW�s ps aU Ga = _� �b 0 o � ��< <�o7W � w�: W� <'& ;o ��o°r�s8p 8 p € w� - 'S �n 070-" >h' Y` z. op - �9 '�� a< W$�Ixp� - �S so �� :_ �U -Wa: - - m o8 - � s�, " = p Mr 0- w 3 88 Ru z 11 DOG 4w,-m of _ aoN� sa Samoa _ -M; S-ft spa <m� so aW < o< 05 am tt v 88 3w z�Ql _ s�soa=s z� o s Wo <=a spe yy yy3 3 gg gg ®aa ®$$ z a g a s 0 $ ® ® ® a a e gy§ z aa � aa o - z a a '$ �'$ �' E�9ia s�zb �W M � A ag gg J ®11 ®11 CIA as®11 GIA s as s z eta gg JA w¢ �r 1 as as as as a 9 QN tiw Wae3 Hs IN! w e N go N a,R, @gi�gf B�d EbtleB�y yyb°esj@ JE 8b 8�8�ffi 8b8 � S a'tlA n, 'a tl a Y ry 29 a §Z53--�gqy 9 sgW 95 '12 et e8 Baa 8 �� ..e�.tl ff�a��<�tl l�atl.YYlr�Y C'�a��tl C'k°Y41+ _�+ �BEB�t�: aY _ggY a�aCs` �E4 E� � 3 z g n e 8n; ra str and ��1 IttaEIImz gE1 E1p;- @a--e gm g . Ir CO wC) aagT®�a I1 g(/1 Ilk E siB4: In a s a a 1 1 g a l a g a Za a 1 a 1 J �e a .. - 6 Eeb�` Ee3g s � = w 1 _ S g g lg g g g g ffi g g g g g g g 1 gb � l a g�a�a a To ¢a �a ¢a ¢a ¢a ¢a a #a �a a s �a 4a 1 ¢a iy a s T �s o-T 0 M a O Q Y m ❑ 8 I p a Y z i I 8 • OW M W mq z m � N N a� z p Wa a,g a8g 1 1 1 0, a a w` in 0 00 g -x 33u3tlaa ONR133NION3 sa�!n�ag 6uuaau�6u3 }o yuawy.+odaQ b7d NOIIVJO7 IN3WnN1SNI L# 31VO o� i. Stl%31 3w1 a.arvn 3.N3ddo - - Sb'X31 Ntl 31 a303NINN01 3lalSNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ w N011b77b'ISNI IN3WndiSNI .lW71dS y a3doad inoNllm 1N3wn�ou °xa1 ���"'� ^°�"°��N0091 IlSIZIHJ Snd2100 jo Alli _ 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N o08 Q g '1202%ON 21 NO SBE68 � � 0 NF DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naowlntl svn S7ON��N�" S1N3WA021dW 32if110f1�i15V�i3N � 1N3{n�oa slwl No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3w1 NO-1-30 N-183530 1 311 'ON NOi5N3b as Icn[po'laeya.lyl EX w o y-u;•o{au{I'B,.!.1p I 0 �oul6yo ua yau;auo log 33b05 Adib3n 0. Rem �6 a ��a m8. A IIw � � Wuml� `1wg��a N - 00 Ngo o J DE �Ro �zWo O w y ��_ 3a =o wp J z t ��U o 0 a � o � u p5 o so�N o � zap a _- w W o .Pa oho z�o 3o iG M3 awa o - Q 3 R.81 8g gN N o IS z o6 �3:m E s 000 O O a - < � Qe ERo o Np RCW w <o �a iz '<'� i 0 Q w r d d €off H AY w I � � a� o w o CD [ o Q a o o � J w CD mm <4 In z Ei i � r. Q fLn - INN Q °a, o3e� rcN O r= ooh u N O g n -x 33u3tlaa ONro33Nl.N3 sa��n�ag 6uuaau;6u3 }o yuawy.+odaQ Nv7d N011b007 1N3PVndiSNI 9�Y � 91 S31YO o� � i. Stlx31 3x1 a3arvn 3sN3ddo - - SVX31 Ntl 31 a3o N1NN01 3lalSNwdS3a Doss-tss - 9� 1059 55cE9EJ auoe[ v, a3aoaa inoNlin'"irv3irn�ou �axa1"a�'aus 5n0�"°��N os� IISOHO Snd210o jo .1113 N011b'l�b'1SN1 1N3Wn2I1SN1 .lb'Ml71dS o yM1F 033tl3i tl d0 NOIltlb3lltl a31nS'pole auNasoyS'N0091 '1202%ON 21 NO SBE68 � � � 0 DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naoWlntl svn S7ONNNIMIA SiN3AAOddVNl 32if110f1d15Vd3N � 1N3{n�oa sIW1 No oNlatl3ddtl 3533Z1d Wb'0 NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 N-183530 1 311 'ON NOi5N3b as Icn[po'laeya.lyl EX w o you;•o{au{I'�ulwplp I 0 �oul6yo ua yau;auo log 33b05 Adib3n 0 `aN � 000 0 W� W11Pw sa> �w =� �s "_ �� a o w w �� w i� s o p 4W w oz �p3 w 0 �. ooh � � _if"I: �_ �;�� a �J0 ¢Imp y z Yg i o3 Y3tl`; m 0 B o zo n 'A � yQo =�= =j o w 8 sy z a ~ �w � �s$€ o� .� a s< g o aW F� �% J s W� ego w a= sa w „=aX 9zZ. W Hr <F > « zW 98 V, � m Wa cn a� qb ter$ -oma= � w zf � � a�' ado o <d z w =� = o .� € o Ha = V co o o �� 8� �= Q za o p p� 3 # �w Z, zz W o SE :S: ;o .. J cn CMM �q z w cn cl F [ e �o o - f Q Oh Y �z w �t f f ¢ ❑ N W N O 00 g n -x 33u3tlaa Owa33N10N3 sa��n�ag 6uuaau�6u3 }o yuawy.+odaQ Nd7d N011b007 1N3W1k11SNI 1'// ;R fl S31YO p� i. Stl%31 3W1 a.arvn 3SN3ddo - - Sb'X31 Ntl 31 a3o N1 NN01 ala lSNwdS3a Doss-tss - 9� 1059 55cE9EJ auoe[ v, a3aoaa inoNlin'"irv3irn�ou �axa1"a�'aus 5n0�"°��N os� Il SOHO snd21o0 jo .11lo N011b'l3b'1SNI 1N3Wn2I1SN1 .lb'Ml71dS o _ 033tl3i tl d0 NOIltlb313tl a31nS'p�10 au0aaoyS'N0091 g Nzoz noN zl No secee = � o f F DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naoWlntl svn S7ON��N�" S1N3WA021d W 32i f110f1�115V�13 N � 1N3{n�oa sIW1 No orvlatl3ddtl 3533Z1d Ma N0l.Nd0 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 N-183530 1 311 'ON NOi5N3b as Icn[po'laeya.lyl �X w o you;•o{au{I'B,.!.1p I 0 �oul6yo ua yau;auo log 33b05 Adib3n $pz o �z � zp =p o O wo III�I W� oo�p9 0 �. o $<� p Ig = p o =a = yg =gi2 o o w 8 3r z a N pW W _ 0 _ _ mm- - w a= s< w 0 <F a� qb g_$ o8z _ " w 8 a�' ado'" "� � ed ` z S 8s w 3o w rc� W r7 w 8s z ocn ooODo w Q _e 4b 8 a 00; hipcj � w oo = ow i �a o Ecn z J �I cn w gxo a Q S o i�8 w ma ¢3�r x � o rcwo I N W N O 00 g n -x 33u3tlaa Owa33N10N3 sa��n�ag 6uuaau�6u3 }o yuawy.+odaQ Nd7d N011b007 1N3PVndiSNI ZO ;R I/ S31YO o� i. Stl%31 3W1 a.arvn 3SN3ddo - - Sb'X31 Ntl 31 a303NINN01 3lalSNwdS3a Doss-tss - 9� 1059 55cE9EJ auoe[ v, o a3aoaa inoNlin'"irv3irn�ou �axa1"a�'aus 5n0�"°��N os� 11SOHO Snd210o jo .11lo N011b'l3b'1SNI 1N3Wn211SN1 .lb'Ml71dS o mY1� 033tl3i tl d0 NOIltlb313tl a31nS P�10 au0aaoyS'N0091 M g Nzoz noN zl No secee = � o DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naoWlntl svn S7ON��N�" S1N3WA021dW 32if110f1�i15V�i3N � 1N3{n�oa sIW1 No orvlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 N-183530 1 311 'ON NOi5N3b as Icn[po'laeya.lyl �X w o you;•o{au{I'B,.!.1p I 0 �oul6yo ua yau;auo log 33b05 Adib3n rcw rN � �I�=6e� o <o zop o � = w w =w o o g z weo m �aw � 0 e 0 ww � W ti y �g o3 ��„ m� a _= o 0 w w 0 4 o W r o o so z a � 0 0 38$€ o� q. s W& ego a s o = z o Wo Qo <&a ZR DO ado'° "_ �" <d We zw �w jw J j � Z;o11 zz w w 8s �a oda :S: jg o CM z a p O a cn EL oa o o� o cn � w= � e �I cn z 0 w z Co) c Il � \Ll z II: o 10- t 1 � J t f r � - I t4 cl Ji 3mW w a w� Y i 0 ¢30 o N W 0 x 33u3tlaa Owa33NlON3 sa�!n�ag 6uuaau�6u3 }o luawy.�odaQ n 00 g 1nOAV7 321nsmN3 0121 0 i. Stl%31 3W1 a.arvn 3SN3ddo - - SVX31 Ntl 31 a303NINN01 3lalSNwdS3a Doss-tss - 9� I'll SscE9EJ-"I w 31VO Ab'M771dS X0£0-0121—ZZ v, a3aoaa inoNlin'"irv3irn�ou �a»1"��'-'N5 ^°�"°�1N0091 11SOHO Snd21o0 jo A110 gab 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N o08 M.. g '1202%ON 21 NO SBE68 F DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naoWlntl svn SIOHNNI" S1N3WA021dW 32if110f1�i15V�i3N 1N3'n�oa sIW1 No oNlatl3ddtl 3533Z1d Wb'0 NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 N-183530 1 311 'ON NOi5N3b as Icn[po'laaya•141 EX w o y-u;•o you{I'B,.!.1p 1 0 �oul6yo ua yau;auo log 33b05 Adib3n < N6 �W wsRem =opw= m -m J Auulw���a Wilia � o # = e o00 T s3= z fop 3o jW =`sw �•E 3 - o x x A L - ZNH -z- w = w=< w w� <� ^ tr I 0 <w wo p �ody o 3333333 Cl z s o8 � a o w o 3 3 w� �� Y:": <b � <� �a 9334439 d6 —ze bg=� <so9 o s x �� <q - = Jw z p zw Id 0 2 g o p� � SoB� o o `\i w w w w w w w z e8 w3! _ s� 8<<v "__ Ea 0 oO OO M O —M r N W w = N N � J N v Z M N < rc U g g § m _ twa' /n P - cn X �� o 0 - mx _ �= J - 0. 0 - O Q - 0 — �g —n Q oa= °ao _ W3Iz ,gnu; _ ��o��o g oo&oma o a �� to o III III III III III III III III III III III – s> gw.e� 3>___ 3�"Deo 08�.8a m b;= ` a�WCa'a'8 w �A�' lul rciw=�= N m .o v nl YmY%O�VYN^ m m a NYo an ^ ax--- - A x y z�rviw oo¢ rc-'^ Q43wi 8 . Dna?« 80000 0$ " t ryo_m 'fie ____ wxxwx xxxmx mp =M o J swwswwwww_w w= M W u woow O000�o����� N d mxx LLLL III I n m4 x x aaa - —N N J J U O � �y — — - N —M r „ LLNNi0000 g8g.M0 z.z0 0 6yppg o88o888OR5555 E �H ON z wwww � a�� .AM-22M. j ajjj3mh xxxxxxxx� aaanaaaaa, n 0 l -- o a----- -- --- - N m O Z, Izz Ox Y � 8• 8 � sg ry0$ m -M awa n — N N U M — o N I I'C'I' pl,"'vrl — p N m N M M N N N N N W m O x 33u.ead OMa33N10N3 sa�!n�ag 6uuaau�6u3 }o yuawy.�odaQ 00 g Nollnalvlslo odAozi o i. Stlx31 3W1 a.arvn 3SN3330 - - SVX31 Ntl 31 a3o N1 NN01 ala lSNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ v, a3aoaa inoN3in'�irv3irn3ou �a»i"��'-'N5 ^°�"°11N 091 11SOH3 Snd210o jo Allo ����-021 Ol l of o-021 /�b'/Y1771dS o _ 033tl3i tl d0 NOIltlb313tl a31nS'pole auNasoyS'N�ooB g ~ '1202 SON 21 NO SBE68 � � 0 n F ON Stl%31 "3"d Z3NI1btlW e 3or Ae a3naoW3nv svn S1OHNN?" S1N3WAOddW 3dnlOn�i15Vd3N 3N3'n�oa sIW3 No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3v3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3b N-183530 AB 31tl0 'ON NOi5N3b as Icn[po'laeya.lyl o y1`•o you{I Jp 1 0 �ou15110 ua yaul auo i.e 31b0 I-. NOUdId OS3O A9 31 tl0 'ON N01 SIA 3a rlluz 6 _ _ WV?JOVIO ONIHIM NOI1n8Ri1s10 OVA0e3 �MYD 40 „�3w5atld3na35Vnn �wsa>m sVX31 LOCO-ON 01 60£O-Oki),VMnnldS c CI11 _ p ma^ iisiHHO sndaoo do olio aw g HIOA83S3H NOANVO 3J10HO w - � �Qy� Hs�p 5 Soo W Uoo `jdw;r8 97,z, SNC 5 ;3 ��a€o8wz � N s ry N pew _ `�=oop am zl- o" w - e6 - Nae aw�Q �aU�N�3 `Wlz s'= .9 zow v ONN 2P, R R R R R R R Si - - - - - - - - s` m �� 33333 W P S a Ig Jg Jo Jo g - A om wry W; �o ib ab o a6 0 5 0 a b I = -ooh F, m 0 I� w {� � V � � � � LSi 7 1 1 1 o - 8888880000000000o80ooa0000 W 0 0 x 3DUDead DMa33N19N3 sa�!n�ag 6uuaau16u3 }o yuawy.:odaQ 00 g NOIln81211514 j0/�tiZ o i. Stlx31 3W1 a30Nn 3..3330 - - SVX31 Ntl 31 a3o N1 NN01 3181SNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ v, a3aoaainDN3in'"irv3irnJou �a»i"a�"us ^°�^°�1N091 IISIaHO Snciaoi jo Allo ZOfO-SRI Ol lOf'0-ORi .lb'M771dS s yam F 031tl3i tl dD NDIltlb3l ltl a31nS'pole auNasoyS'N�ooB '1202 SDN 21 ND 96E66 � � 0 ON Stl%31 "3"d Z3NI1btlW e 3Dr ne D3naDWlnv svn S1OHNNI" S1N3WA021dW 3�if110f1aJ.5V�13N 1N3'nDDD 51W1 ND DNIaV3ddV 3533Z1d Wb'0 NO),NdO 3AOH0 ~ _ _ 11tlNIDlaD 1v35 3W1 NO-1-30 AB 31tl0 'ON NOISN3b N-183530 AB 31tl0 'ON NOISN3b as 1cn[po'laeya.1y1 o you;•o you 11 Jp 1 0 Ioul6yo ua yaul auo io8 31bD5 Adlb3n NOI1d1aJS30 AB 31V0 ON N01 S1A3a rlluz 6 nvewsavd3a a35vnn WVHOVIO ONIHIM NOIl[18RHSIO OOnbZ 4 St/X31 JOCO-OIa OL LOCO-01H AWMIdS M iii w �: If� lm� �" a �uNr�`aw°g I1SI21H0 Sf1d2i00 d0 A110 ", HIOAHi ]S3IH NOANVO ANOK) � w9 �E o 0 0 0 o a o 0 0 - - - SWo g ag p o W _ a _ 8N oN - Ho Z. - pr p a Vx_ o 3Q �, W�p oa'~p10 W — � 5 U. U. m m m m m m m m �w 5a azo No's bow I I I I a s _ _ r z �p - e�` �agig s i rl al 01 wl ml I I I mv�Ivo mvd N a n o n S o: g rc g v�a vVi f 1615 w o Otla JWVZ'N91'NdNI ODTONtl ry g _ D91311911 x100110 MDD A310 -N31N - y� z no/%-'. o/%-'. L 1D15 ������ uvi a 03M'0091'NdND TY=LOq - 10cM�0 F xwIDD11JtldI10J A3lJR6-11015 1918,-N53'1'W 181-N63911N1 O- ory- Qry- "Ni'q1' %Tq w10-600 D0dM1DJ A3R-N1N N zx ��i � yco � Q _ o� is qAlddns a3MOd - p3 Wd-fl oa 3 Qg XI0O110Vd190D A310Va8-N31W - - - - - - - _ a a " � � � � � � "W _ 1:1ols s w d`� - o:yJva oma<< W - 31n001tl AM0313Nd3W13 �r; ; ; ; ; ; ; �3 oNo 81N3V-69L1 -< \w�H _ _ _ _ _ _ - Y ^' XIOO11DVdMD A310W8-N311Y n - rc T m r w N3 O s woU m O 0 O 0 O O O O O O O O O O O O O O 0 O O O O 0 O O W in 0 g -.30110tlb.ONIb33N19N3 S2 J�J2S 6U J22UF6,Uj ;O jU2Wj.lD C12Q 3�n4oW llldNl 1V11^Ia ^aALJ O (� i. Stl%31 3N1 b3UNn 3SN3330 S Y,X31 II 1 I I J J Y Ntl 31 a303N1 NN01 ala lSNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ v, a3aoaa inoNlin'"irv3irn�ou �a»1"��'-'N5 ^°�".11N 091 11SOH3 Snd210o jo Allo ZOfO—SRI Ol l Of'0—ORi .lb'M771dS s _ 033tl3i tl d0 NOIltlb3l ltl a31nS'pole auNasoyS'N�ooB ^ g ~ 1202%ON 21 NO SBE68 0 m r ON Stl%31 "3"d Z3NI1btlW e 3or ne a3nO'N svn S1ON��N�" S1N3Wn02idW 32inlOn�i15Vd3N 1N3'n�oa sIW1 No oNlatl3ddtl 3533!1= Wb'0 NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3a N-183530 1 311 'ON NOi5N3a as Icn[po'laaya•I41 EX w o y-u;•o you{I'Bulwplp I 0 oul6yo ua yau;auo log 33b05 Adia3n NOI1dMS30 A9 31tl0-ON NOISIA3a LvawlaHaaa aaStlM 1431n00W 1ndNI IV1J01000MIC � L0£0-ORi Ol 60E0-Old),VMllIdS dwuo, Rem SVXdl (q" o uml w Ide USI2JH0 SndHOD�o J 110 "" �0 ?JI0A2i3S3?J NOANVO 3N0H0 �a s8 og _ I I z z z z z o as 7 R ��zo. � ° ; oa=j.1 --=j. oM. o�=a. oS�D1 032 ° 'o S��o � �° 'w Ww3 3 no"� 3%c3== a3:: 'w wW w E ; a�V� z z o�sio ."HI 01H mesas O UH m'Sig Haoho pw� WWW__ WWW__ JAW°° uWWoo uWWoo u�Woo �W°o z-H -Uz !.,o LL�� 33353 35333 33333 88888 83888 HUH 53elew 355 _ �4 J5 91 91 o '°' 320, 600 $a. 5 z.sz foo .� °0044 00044 00044 0004° 00344 00044 W$� ° ySo jK2 €W 0003000�A 0000-9 0003 ��a 3B 00000 �p _ � g o<�� Q gag QVQ-- 000 §o _ —RR o Z O rcr z° rct1 ¢o rcw t1�F Z a w N wu 9. Iry45 a I I I I I I I I fir I m I I^ I I in I^ I^ - - €1 4 4 T f - Y YY QY Q QY 1111111111111111 � � 1 1111111111111111 s-� 1111111111111111 =fir I I I I I I I I IIIIIIIIIIIIIIII 1111111111111111 =apo 1111111111111111 1111111111111111 oT I°T I°T I°T I'T I'T I'T I'T I °r IST IST IST IST IST IST IST I LJ U U U U U U U LI LI LI LI LI LI LI LI 53�3 �a2-72-a 2. a Wh r��Tom'Tgp 0 w ° Y w ro U ro O O O 0 O O O O O 0 O O O O 0 O O O O O 0 O O O O O 0 m w 0 gv, iUF_. N1-eNStla0D33'3'3a1N3n231o0tl�Sr32a3oatl i3a3%no%3elNtlOs�1 N 1IoaNWdaN3N0"1023ln1 1"dNNOa'"alloOtlolO ZIWia lo3l3tllSNNnS3bBlItlNar3E1wtlbl6sda3tll8vSodtlWnu3d a tl 35a331n3SDos'Zp1s0o15-let9d ssauSNasscE°o9�yE°S-J�a'1Nuooeo[B 9�g0 00l37nQOW lldlo lIJIa JaALj}30110tlbtl3NIb33N19N3 tl%31tlW1a3UNnsSN3330 SVX31 ZOfO—SROl 10f0-018 .bM771dS N0091 IlSIaHO Snciaoi jo Allo 110S7ONNNIMIA SiN3AA0ddVNI 3df10fd15Vd3N W0 NO),NdO 3AOH0 �~ ~_ 3W1 NO-1-30 AB 31tl0 'ON NOi5N3a N-183530 1 311 'ON NOi5N3a as Icn[po'laaya•lyl EX w o yau;•o you{I'Bulwplp 1 0 �oul6yo ua yaul auo ,dog 33b05 Adia3n NOI1dl83S3O A9 31tlO'ON NOISIA38 road aid u�ss1 M uz,lu,u1 > of 3rnaOW lndlno Wilola oaAPZ 1N3wlavd3a a31vM ° IMNl�4 VIO LO£0-01H Ol 6OEO-OIJSVX31 IlSRiHO Snd2�0030J 110 LlIOAHJ]S3IH NOANV0 3NOHC a 2� � w 9� 3 � $ E? < zi zi zi zi o�z zi zi p t � Z� too t1� 1 � 3 oW � W � w � W N- w oW � W - 3 00 oo oo Doo ooap a as' ,gip esa=W - �W o wa „D oo w oo wp oo W oo w��oo - _ IoW__ _ T- _ - W__ _ poW__ -SB77 _ 10 - "<` eases eases eases eases eases eases eases w Dos 33333 33333 33333 33333 33333 33333 33333 o a woe an= o Sao 8869a Sao Sao Saga Baa W - -- - - -- -- - rzN LVI o " z " 3 3 3 38 3$ Z' 15 xG xLo wDi i w w w w Fll Fill IIIIiIiIid pfl g`? = I TTrrrrr i i i i i i i i -- 3 �y _- _<o m� ua 711 J it .11 my a a a a a a a a a a a a a a p s� � _� _ __ w _ ;§_ }_ � o p46 " z6 go P. baa N<H u a w 82< _ 8. ewe --I. zu _ <ea ? U 4 .i e M N ❑ O O 0 O O O O O O O O O O O O 0 O O O O O 0 O O O O N W N O g v,_iF_. N3-eNStla0D33'3'3a1N3n211o0tl�Sr32a3oatl s393%no%3elNtlOs�1 N 1Io9NWJ9N3N"3o233n1 1"dNNOa3Nootlo1O ZlW9lo333tl15NNnS3a9lItlNar3E1wtlbl6sd33tll9vSodtlWn93d a tl 35a33ln3sDos'Zp1s0o15-let9d ssauSnasscEo9yEs-J a'1Nuooeo[B S2 J��J2S 6U J22U���6U�j ;O jU2Wj.lD Cl2Q 9�g0 li 0037naoW L^dN1 J07VNVJaALZ.30110tlb.3NIb33N19N3 tl%31tlW1a3UNnsSN333O SVX31 ZOfO—SROl 10f0-018 .bM771dS N0091 11SOHO Snd20o jo Allo S7ONNNIMIA SiN3V4AOddVNI 3df10fd15Vd3N Ma NO),NdO 3AOH0 �~ ~_ 3W1 NO-1-30 AB 31tl0 'ON NOi9N3a N-183930 AB 31tl0 'ON NOi9N3a as Icn[po'laeya.lyl o y1`•o you{I Jp 1 0 �ou15110 ua yau;auo A.e 31bO I-. �u6 NOUdMMa A9 31tl0 'ON NOISIA38 wawsavdaa aasvnn L#3i(IOOW indNl lVll01000Abd SVX31 2-O£0-0121 Ol LO£0-0121/.VMAdS c2 m a IlSRdHO snd2d00 d0.1110 G alona3s3a Nonvvo 3>10Ho 3 �oaN g'y� �� N s J ►Tsl moo vo=,jFw$ 3= Vo yo �o � o g <_ =�'w= w e poi U �� uo o ?gw�! ! sg a� � zN a -ns M =s� Wok �<_ w " _ 14 g .o _ ssww- - pwa ?�$" ID € L=os =HU <.<. a < a s s s a = - - - - - - - - _ a My - 3 ; E� s WHY Zi- R R R 00 �o �g w a 3 i w ='s Al �- o ~ O O O 0 O 0 O O O O 0 O O O O 0 O O O O O O O O O O m W 0 g -x 33u.tlad OMb33N.ON3 sa�!n�ag 6uuaau�6u3 }o yuawy.�odaQ 00 i. Stlx31 3x1 bIONN lSNlllO - - 1n0Ab'7 3anS070N3 07d o Ntl 31 b303N1NN01 .Nwd.3a Doss-tss - SVX31 = 9� 1059 5 cESEJ xaj v, a3aoaainoNlin'�irv3irnlou =d,a,'„s,aN,_^°^°=IN091 11SOHS SHd2100 jo A11i 70211N00 .1dM771dS 80£'0-07d—ZZ o �U 033tl3i tl d0 NOIltlb3lltl a31nS'pn19 auNasoyS'N�ooB '1202%ON 21 NO SBE68 F DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naoWlntl svn S7ON��N�" S1N3WA021dW 32if110f1�115V�13N � 1N3'n�oa sIW1 No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 N-183— 1 311 'ON NOi5N3a as Icn[po'laaya•141 EX w o y-u;•o you{I'Bulwplp 1 0 �°u16yo ua yau;auo log 33b05.ldia3n �m6 Q �IIIw a=m • � Allllll�iw ilia o � �: o= Jaz ww o� _nz Q Mg m 'mama =aa� ' :=m? " a a K Weo sP.— -sw.0 �� w�� a w < � as �_ � � 5 0 in waow` w'm'��� �m=�� o sod _; z - _ o a= w o "'Mo o <w o om z pooW� a a��a j o sp o w 6p` :< ps z SH s�aoe o W� pyo __________�_—_---_= o 17 Q w W a ("A' � S N m Jm to e z o oz o � m III II oCD foma $ .off 0x J mx W j W5 rcj N �$ ri a Q m o'oow 'om wQrcjm r� `�1 zz lzLOO Baan s� = zoo q°aWQ.•.� Q <5� .gas iN rc 4;RN U� N � – N — Q Q m N gg N W Z lax _ _ __ _ ^ —N Z – = N Q O o��o��M966 z���`d�v�i� o0 " mmmm mmmm = zzzz m '✓r m co a z Rp 12 � N v U _ N m o —^ N II'�'II 'III'�'I I I'I'I''I'I'I' "�'I''I �'I'9'�'I''I'�'I' N N N N N •-• V N o OJ �0 V N o OJ N V N o CO •0 V N o OJ •0 V N o N W N O sa�!n�ag 6uuaau�6u3 }o yuawy.�o daQ /�(''��/ [' ^�./A I 00 g "Jtl 3JI1]tlatl 9:33NN389N3 N0'll IO101 J1Q JV/10ZY O i. Stlx31 3x1 aION33OSVX31Ntl 31 a333NINN01 3Sia Doss-tss -o =„a o ryog; 1081N00 AVM771dS 80£'0-07d—ZZ innJ9u �1�E-I0 91 I1SOHO Snd210O jo A11S 3S ltl202%ON 21 N8 N Stl%h 3"d NnannS7ON��N�" S1N3MOddWI 3dni3 diSVdJNl N3'n3ddnWMa NO),NVO 3AOH03 NO-1-30 AB 31n0 'ON NOi5N3a Ngldid— AB 31n0 'ON NOi9N3a as 1cn[p°'laeya.1y1 o 4”•o you{I Jp 1 0 �°ul6y°ua yaul au° i.e 33n09 Adia3n NOUdId DS3O A9 31 tl0 'ON N01 S1A3a rlluz 6 LN3wiana3a a3inn� WVaOVI00NIHIM NOLLN8Ia1SI00VA0e3 �MYD 40 10a1NOO I.VMIIIdS 80£O-Old-Z7 CID w �_ SVX31 o c `10111�,w��a� Iis HHO snd2f00 d0.1110 aw HIOA83S3H NOANVO 3J10HO ° w a - :5°G p is Y6 ' �°zp Wad NO° waxo �� 8 2o° ado 48w W2 Se pW =o �ao�a p8o``o o N6Z amu; N<p °wiz „o -no's ;15 -- e _ O 4$ o�° rcj;NO i�4Ntn'.' w 'a oo°& -o95 g�a3 `H E z, w SR G !< Sod Sia boa �S< c� x8 Y� a s� 99 b R b b b f S Ix 666666 000000 666666 s 52 r o g� ° sssfs .0 -3 a oxb o r z oha R. w Q _ g O o h'ao W94.Irvd ry P o b - 00000000000000000000000000 W 0 0 sa�!n�ag 6uuaaul6u3 }o yuawy.:o daQ gv,_iF_. N1"eNStla°D33l3raN3nz119otl]Sr3za39atl s393%nn33e1NY9s91 N 1I99W3aN3N"1oz3lnl"dNrv9a3N9oY9l9 ZuWB 9313vIsNNnS3a9IIYNar3c1Ybn6sd]3tleYS9dYWn93d a Y 35a3xin3sDosZp1s015-iet9d ssau5na-cE�oS�Es-J N xoaoja 9�go 0�~0 JlJI1]tlbtl NIb33N19N3 NOln8121SIO j Atl tl%31tlW1a3UNnsSN333O SVX31 7021N00 AbM71dS 80£0-07d—ZZ N0091 11SOHS S1d200 jo A11i S7ONNNIMIA SiN3V4AOddVNI 32f10fd15Vd3N W0 NO),NdO 3AOH0 � 3W1 NOI1 1-30 AB 31Y0 'ON N019N3a N-183530 1 311 'ON N019N3a as Icn[po'laaya•141 �X w o y-u;•o you{I'Fulwplp 1 0 1ou16yo ua yaul auo log 31b76 Adla3n NOI1d1a0S30 AB 31Va ON NOISIAM rlluz 6 A—iavd3a a35vnn WVHOVIO ONIHIM NOI L091HISIO OOnbZ 4� SdX31 '� IOHINOO AVMI7IdS SOEPOId-ZZ �W w �_ o Ill4i_ �g� I1SI21H0 Sf1d2i00 d0 J 110 � l h; HIOAHi ]S3IH NOANVO ANOK) p _ilia w S. tR �w � �� - � W - �o$ a"` =Jws _ < 4N - _lp _ NQ n 's a `J ped =fie _ �w�w; V FOS rc�a $o HE6�3 Hat iDu Vs a M _ Wg Sod X W% N � f3 9 9 9 9 9 9 9 - I - I I I I I I I - �I nl nl nl al al al nl � n of of of of of of of ow o� wl wl wl wl wl wl wl w li I I I I I I I LL� I I I I I I I oo J ]d161'F91'1MNI 90TIN1' - _ u =vii v o qV6-V� -�V�!2V !2V6 J91 f1-69G1 - - - m n MWIL dFO]A3l0YBB-N311Y 91w u3io�n� n a n n a n n a O:a7Ya Oo n 7616E'0091'111d1110 N1Y]IO _ z i ig ®IBI W g n g 0 0 o d %19p11]YdFOJ+3l0YBB-N31-69L111' Z:1mSINI o^d a^d a^d a^d ons o^�o^� ons O:N7Ya 7d16Z'1091 3910-MILLI ]9101-N31 - %Opll]YdFO]+310Y6B-N3llY w o n n wrc n � O:1016 rc i3rc= no a3110alNOD1N07 - w a3£O1-691O F ox10011OVdW00 A3l0YaB-N311Y a H Z G tzN Alddns dWOd m x10011]YdWO]A3l0YaB-N3lW-N3llY a w - cl Y m = m � m 0 ON 0 O 0 O O O O O O O O O O 0 O 0 O 0 O O O O 0 O O W in 0 g -.30110tlb.ONIb33N19N3 S2 J��J2S 6U J22U�F6,Uj ;O jU2Wj.lD C12Q 37n40W llldNl 7V11^Ia ^aALJ O w i. Stl%31 3N1 b3UNn 3SN3330 S Y,X31 II 1 I I J J Y Ntl 31 a303N1 NN01 ala lSNwdS3a Doss-tss - 9� 1059 5 cESEJ xa3 w 70211N00 lt/M771dS 80£0-07d—ZZ v, o a3aoaa inoNlinrv3irn�ou �°xa1"���-"��^°�"°�'n°o 9i IISIZIH� Snd2100 �� Alli _ o3ntl3s tl 3o Noutla3ntl axins pie auna-o�s N ooa M g OIzoz noN z1 No secee = ^ o F ON Stl%31 "3"d Z3NI1btlW e 3or ne a3nO'N svn S1ON��N�" S1N3Wn02idW 32inlOn�i15Vd3N 1N3'n�oa sIW1 No oNlatl3ddtl 3533!1= Wb'0 NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3a N-183530 1 311 'ON NOi5N3a as Icn[po'Iaaya•I41 ip w o y-u;•o you{1'Bulwplp I 0 �oul6yo ua yau;auo log 33b05 Adia3n �u6 N011dl80S3a A9 31tl0 ON NOISIA3d Ids 4 3vawlaHaaa aastlnn _ 1431n00W 1ndNl IVJEAUOCIAVd Rem SVX31 � 1OHiNOO AVMllIdS 80£O-Old-ZZ CID IiSIHHO SndHOO--Ao),ilo MOAH3S3?1 NO.NVO 3NOH0 c baa 066..ig ;=oaPEN�o as goo �p�e ga - U� �ow�gsNz g X--p-4 3«mow s� m.�`4' u, _ also=oo� am_� =- �� �w S. -N go o ww NNa -��'s Zb4 " gym? �'owFy� s8 <sNa =esu_ - z c� ST - U - - - NX Ir I. I� I`° I� I� I- Ie Im Ir Ir Ir Ir Ir IR In 1 � 1 � 1 � 1 � 1 � 1 � 1 � 1 � sT ABT DoT DoT DoT DoT sT DoT eT DoT SFT �sT �sT DoT DoT DoT LJ LI LI LI LJ LJ LJ LJ LJ LI LI LI LI LI LI LJ �3 r r 3 3 3w o W W W Q Y m 0 w Y w ro U m o _ ❑ O O 0 0 O O O O O 0 O O O O 0 0 O O O O O 0 O O O 0 m w in 0 g -.30110tlbtl ONIb33N19N3 S2 J��J2S 6U J22U�F6,Uj ;O jU2Wj.lD Cl2Q 37nQOW 111d1110 7b'll^Ia ^aALj O w i. Stlx31 3N1 93UNn 3SN3330 S Y•X31 31ncon 11 I I J J Y Ntl 31 a303N1 NN01 3191SNwdS3a Doss-tss - 9� 1059 5 cESEJ xaj w 70211N00 lt/M771dS 80£0-07d-ZZ v, � a3aoaa inoN3in'"irv3irn�ou �°xai"���-"��^°�"°�'n°o 9i IISIZIH� Snd2100 �� Alli 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N o08 � g '1202 SON 21 NO 59E69 � ^ 0 F ON Stl%31 "3"d Z3NI1btlW e 3or ne 93naoWlnv svn S1OHNNI" S1N3Wn02idW 3dnlOn�i15Vd3N 1N3'n3o9 slWl No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3v3s 3W1 NO-1-3O AB 31tl0 'ON NOi5N3a N-183930 AB 31tl0 'ON NOi9N3a as Icn[po'laeya.lyl o you;•o you 11 Jp 1 0 �oul6yo ua yau;auo A.e 33b05 Adia3n �u6 NOI1d[83S30 A9 31tlO'ON NOISIA38 ¢off SNawsaHaaa aastlnn L#31nO0W lndlnO IVADIC]OO/Abd �3 =;d> SVX31 1O2UNOO/.VMIlIdS 80£0-Old-66 III4II CID bg Iis UHO Snd2i0O d .1110 OM� ap TJI0A213S3?J NOANVO 3N0H0 9 rc� ion - ow V � �o ppG Yo =b g n l-Z 3;0 w <w 4N8= m j< < u� _ ogoa `Ui w� -gg naun s02 5'05 ii "'< z o - s� oda oo$H� �bss��'U=: MZ2s ' poz �� Sv haw �= 0:8 �Wgp&mow `4wz z . 3 S 3 r o�F o�F ---g 303= i��i R i��i t i�����Ego$,8$mss ry o' ow9 r 9 o18 '.-d �11, Fill Fill Fll Fill Fill Fill Fill Fill Fill Fill �11, �11, �1,1 Fill Fl, $1 n„5 3 - Q § QE m 0 a w Y w ro U m m W 0 g -.30110tlb.ONIb33N19N3 S2 J��J2S 6U J22U�6Uj ;O jU2Wj.lD Cl2Q 1/ 31ncon IndNl ✓07VNV ✓Q/IYZ w i. Stlx31 3W1 93UNn 3SN333O SVX31 Y 31ncon I1 1 Ntl 31 a3o N1 NN01 3191SNwdS3a Doss-tss - 9� 1059 5 cESEJ xaj w 70211N00 lt/M771dS 80£0-07d-ZZ v, � a3aoaa inoNlin'�irv3irn3o9 �°xal"���-"��^°�"°�'n°o 9i IISIZIH� Snd2100 �� Alli 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N o08 g '1202 SON 21 NO 59E69 � ^ 0 F ON Stl%31 "3"d Z3NI1btlW e 3or ne 93naoWlnv svn S1OHNN?" S1N3Wn02idW 3dnlOn�i15Vd3N 1N3'n3o9 slWl No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3v3s 3W1 NO-1-30 AB 31tl0 'ON NOigN3a N-183930 AB 31tl0 'ON NOi9N3a as Icn[po'laeya.lyl o y1`•o you 11 1p 1 0 �oulgyo ua yau;auo ,log 31b3 I-. �u6 NOI1d[83S30 A9 31tlO'ON NOISIA38 ¢off 5Naw5aHaa0 aastlnn L#3in00W 1ndN1 00]VNV 00A176 �d s gd,z SVX31 102UN00/.VMIlIdS 80£0-Old-66 III4II w� p Iis UHO Snd2i0O dO.1110 M� ap TJIOAd3S3?J NOANVO 3N0HO 9 - fsOn 9. xe >2 �� ms ryl I I I I I I r z� o p - oy, -� z o ggW °1 _ S B=_8 �8�8 jaw a 3 x 879 _ ry n� --,;r T— �—T p _ o g � a -12 0 p ai _ w ��o m w � �ffio M O – ry U z m o O O 0 O 0 O O O O O O O O O 0 O O O O O O O O O O O m W 0 3....... Osa�!n�ag 6uuaau�6u3 }o yuawy.�odaQ 00 g x 3u3tlaa wa33NlON3 NVId NOIIVO07 1N3W�1N1SNI o i. Stl%31 3W1 a.arvn 3.N3ddo - - SVX31 Ntl 31 a303NINN01 3lalSNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ w 321(11On2IlS 102i1N0O �N0091 IlSIZIHO Snd2100 jo Alli �U 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N o08 � g ~ '1202%ON 21 NO SBE68 F DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naoWlntl svn S7ON��N�" S1N3WA021dW 32if110f1�i15V�i3N � 1N3{n�oa sIW1 No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tl3tl3s 3W1 NO-1-30 NO-83530 1 311 'ON NOi5N3b as Icn[po'1--•141 EX w o y-u;•o{au{I'Bulwplp 1 0 �oul6yo ua yau;auo log 33b05 Adib3n dw W =� x.08 it- Yla: - ' oa�'� gp'" z=oo oY ' a' o pooropo�o 86, wuQo > oRi7 u, �oipNio �. a$ ai�W o �W n s ms 7rc�o. foo<wa� 'sE.6 a a Doo uo oa �- Wzw ��-"woa'awu,-w c w F`� siim aw 0o�w� e� - o� z - - a Z. X-2z �_�� o a _ = g coo w w � �a Rl 4wi oo �000 x � m . o �gw Ww J� 8 w oa Co o N� 01, a� a� w a C� o) j osw z Q J u e1 a e1 U d V z O U i i z �x- ❑ z p° r zo = w. o Vim, ❑ �w> � w rcwrc n o ¢c r u vi � r�ww 00 Y z r stzn n a� m U ww°e r r i�t6 wa M 'U U o&ap e H.- n _ w a� a�m �wg rcw�a � p o 0 0 ®2 as W 0 0 3....... Osa�!n�ag 6uuaau�6u3 }o yuawy.�o daQ 00 g x 3u3tlaa wa33NlON3 NVId NOIIVO07 1N3W�1N1SNI o I. Stl%31 3w1 a.arvn 3.N3ddo - - SVX31 Ntl 31 a3o N1 NN01 ala lSNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ w 321(11On2IlS 102i1N0O 1,�1d 1 y � a3doad inoNllm 1N3wn�ou �axar'�as�.,�s n°oosl IISIZIHJ Snd2100 jo Alli 033tl3i tl d0 NOIltlb3l ltl a31nS'pn19 auNasoyS'N o08 ^ g '1202%ON 21 NO SBE68 � ^ 0 F DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naowlntl svn S7ON��N�" S1N3WA021d W 32i f110f1�115V�13 N � 1N3{n�oa slwl No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tl3tl3s 3w1 NO-1-30 r.B 31tl0 'ON NOi5N3b N-183530 1 311 'ON NOi5N3b as Icn[po'laaya•141 EX w o y-u;•o{au{I'Bulwolp 1 0 �oul6yo ua yau;auo log 33b05 Adib3n �ff 6 g _ R ra=4 s >m AA 'w `1u1��`g�a� r o � j 1 � ❑ I � Co 0 0� i N � 0 � , M 0 ............ g7 <g wa �� =w o <_ z �a o O P s w wLL o rcp d zags Din � O anoa v. m a of ) ul U7 Ezo ✓i 0 -w owe W� o�� zo�z �,'<w� ", w o �$� ��Wa �3� �4 =UET V0 0 0 00 O U r � oll i p.• F Dow Y=V= � I ,I ; o ®Z £oj < w .o wW ga ff oga� <¢ o NU o 5 p' � ipow =gN NO W, w 0 soo� n M ow n u -lz VP o z & — X04 w` in 0 x 33u.tlad OMa33N.ON3 sa�!n�ag 6uuaau�6u3 }o yuawy.�OdaQ 00 g 1n0.1b'7 3anS070N3 07d o i. Stl%31 3W1 a.arvn 3SN3ddo - - SVX31 Ntl 31 a303NINN01 3lalSNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ v, o a3aoaa inoNlin'"irv3irn�ou �axa1"a�'aus 5n0�"°�N0091 11SOHO snciaoo jo A1io 321(110(12115 70211N00 1090-07d-ZZ o U 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N ooB M.. (10g ~ '1202%ON 21 NO SBE68 � � ^ 0 N r DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naoWlntl svn SIOR�IN=�A S1N3WA021dW 32if110f1�i15V�i3N � 1N3'n�oa sIW1 No oNlatl3ddtl 3533Z1d WHO NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 40ad1b0530 NO-83530 1 311 'ON NOi5N3b as Icn[po'Iaaya•141 EX w o y-u;•o you{I'Bulwplp 1 0 �oul6yo ua yau;auo log 33b05 Adib3n �m6 �AIIISw Rem a :o �W= - o ow aN� qu 3 ms° Wd ��&ow w <W� _ ° - W—EK99 a w < as _ o Uo = m psz%% Ea z �, �jo aR�a sp Q N 6p` s' - ss � om � � � � oWoz :< <��o ps w m` w� z a ig �w_ " eta s me .zmw._ 7� � o W� s��< _ z a pyo = w ° a w ry (S) S 0 0 C- 0 o a III J m 0 II o II � F W j �ii I Lntxs§ z w'sg �.^ilw yaam � �w xwww 0 o 7x LO � z j O 3 o p� yy yy J 3 z3 II �o Q o yy m� r .s � mz � Ll d .. Ww w zS � y-3w �3p 'asw 3 �o� " J �w' s R3w J a �3 - Q -OK wS:�bw �oSa E�S g��3°m8W ma m ,w a O O —M M J rcxxrcx —M o J xzz xzzzzuzz zz mmmmm m zzzzz zu z W ai o�0000�oo�� :o M w p o o�wiso O JJO N ` °% z ma LLmpppa4an" WIN d o s a as a'a'a' rc a'a'O w d w NM III_—ti N � z Z �� �����_���� ������� Jr _NNW Z = xixx ��x xx r'�! o ogaw wwwwwa 1 l a jama���m r = m wwwwwwww� N w _ tHtl O %1 -= o; _ W —� . 0 III_ z. s�gs j R U _ II�o — b a mn n rn mm . m m o �N g Pl'I' II'�I IF r1, – N W N O x 33u.tlad OMa33N.ON3 sa�!n�ag 6uuaau�6u3 }o yuawy.�odaQ 00 g Nollnalvlslo odAozi o i. Stl%31 3W1 a.arvn 3SN3330 - - SVX31 Ntl 31 a3o N1 NN01 ala lSNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ v, a3aoaa inoN3in'"irv3irn�ou �axai"a�"us�n0�"°1�N 091 IISIaHO Snciaoi jo Allo 321n1On211S 302i1N00 lOSO-Old-ZZ o _ 033tl3i tl d0 NOIltlb3l ltl a31nS'pn19 auNasoyS'N�ooB '1202%ON 21 NO SBE68 ^ 0 NF ON Stl%31 "3"d Z3NI1btlW e 3or Ae a3naoW3ntl svn S7ON��N�" S1N3W�Odd W 3df110f1�115Vd3 N � 3N3'n�oa sIW3 No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3b N-183530 AB 31tl0 'ON NOi5N3b as Icn[pm'laeya.lyl o you;•m 11{I Jp 1 0 �mul6ym um yaul aum i.e 33b05 Adib3n NOIldla OS3O A9 31 tl0 'ON N01 S1A3a rllu z 6 w3wiava3a a3ivn� WVaOVIG ONIHIM NOLLNBIaisia OVA0e3 �MYD 40 3aN10nalS-10alNOC W90-07d-ZZ CID w tl- SVX31 o c `10111�,w��a� Iis HHO snd2Joo d0.11lo aw HIOn83s3a NOANVO 3J10HO �' w o ry - �E w=� 0 $3 way. S pt�o Y63iai w r:°zp ��� N foo Way= zF� E wog r wGG mNo e3ao 48wz&z ��zo - - aN� j«ow W— pmN4� rczw �3Ra p� ;Ws zNosoos , -- yy+�7 �Ww�-Z O O 4$ o�u rcj;NO i�4Ntn'.' --z.3 ui 'a oo�& —35zw 4g�a3 `—WLw w iw z ;uH"< oo& �a X03 �e s b f Y b I b m rylg NIx NIg NIg nlg NIg N N 7f S01 00001 00001 10000 10000 10000 _ - oC 3 _ 3333 w - Ri o3 �3 �3 N ut N w_ O Ovid o - z a w o b o - 00000000000000000000000000 W 0 0 gv,�N iUr_. NleNStla0D33'3ra1N3r211ol0tlaSr32a3oatl i3a3%A%3e1NtlOs�1 N 1loBWdaN3N"l023ln1"dNNOa3NoOtlolO ZIWB lo3l3tlI9NNnS3b9lItlNar3E1tlbl6sd33tll9vSoatlWnB3d a tl 35a331n3SDos'!p1s0n15-1Bt91 s-sauS9asscEo9yES-J-a'N u000B sa�!n�ag 6uuaau��6u3 }o yuawy.�odaQ Qos 9�g0 0~0 x13u.tlaa Ma33N19N3 NOln8121514 00nZ tl%31tlW1a3BNnsSN3330 SVX31 10e[ 32(10(215 �021N00 1050—O7d—ZZ °1N091 IISIaHO Snciaoi jo Allo SIOHNNI" 0022ff� � W0 NO),NdO 3AOH0 ~_ 3WI NO-1-30 1.B 31tl0 'ON NOi9N3b N-183530 A9 31tl0 'ON NOiBN3b as Icn[po'laeya.lyl EX w✓ o you;•o{au{I'BUNp�p I 0 P-1511-ua yaul auo iog 31YJ5 Adib3n NOI1dIMOS30 A8 31Va ON NOISIA M rllu z 6 A—iavd3a a3ivlN VIVHOVIO ONIHIM NOIlf18RH1SIO OOnbZ 4 �MYD 40 SdX31 3iHnionHis IOHINOO L090-Old-77 I1SI21H0 Sf1d2i00 d0 J 110 h; ?IO i3S3HO?NOANtlO 310 201 _`l � w9 - R o K h? - yG Ndz z7 7Nx _o _ _ c��p r �o T wo 4Z' - -3 a w Etc 2 ry n oi r m r m w ogFW � 4 4 4 4 4 4 4 4 4 3 Wwo _F?n T:5 ¢;oI a4 - `Y m J6 z QE um I m I w m I m I m I m I m m 0z �w 3 i� _ a oQQ S .4 _ zu_ A1s } L 1015 0 I 3anrz las'Inaln9 ao=lallo �j ADOIIWdNM A3lW B-N3110 wl 9 1015 m I0 N]Ytl 3,'N91'I.NI'OIL I 919-69[1 w00llOtltlN00 A31M.B-NPP S 1015 0 1N], I 00Asz 5091'199190 I 9180-69"G1" I w00llOtltlN00 A3lOptl9-N311V I >1015 OOASL'1091'191190 1Y1p10 i 9180 gw -89G1 n I pWIIWdN Ail 8-NPP E 1015 I O vz 5091'1ndNi W 0 z n�a�a�a�n�yi a�yi Iw= 069%L 1091'1918oIII I 918- m �a I � w00llJtldN00 A3lOWB-WN3I1V 0101B OINOO a3lloalNo� c0 ml Ia3E1 ¢o_� _m �I I xi00110tldN00 A3lOVaG-N311B-N3lltl a iai ry w w I I ry Alddns 83MOd w3 m "-69L - (I -3 _ -------J xi00liJtldN00 A3lOtl - lV $� ❑ R a o�� oa of W, $ o 7 0 o Q W in 0 x 3m3tlad O:33NN38au3 ear'-s 6uuaau�6u3 }. yuawy.�odaQ 00 g 1# 3-i(140W -LndN1 lV'llJIO 04AtiZ o i. S"[ 3W1 a3arv33a - - Sb'X31Ntl 318333NINN01 3dS3a 1059 Sc9EJ oanoNlinaou 1"a'ausN091 IlSIaHO Snciaoi jo Allo321(110(12115 �02i1N00 lOSO—OId—ZZ3itl 30 N3tl �202 SON 21 N8 N_hN 3"d N a3.. vn S1ON��N�" S1N3Wn02idW 32inlOn�ilSVdHNN3SIWl NO3EdVWb'0 NO),NdO 3AOH033tlN�1ao 3 NOad1a0530 AB 31tl0 'ON NOi5N3a Ngldia0530 1 311 'ON NOi5N3a °s Icn[po'Iaaya•I41 EX w °y°u;•°y°u{1 B,.!.1p I 0 �ou16y°u°yau;auo 1°g 33b05 A3ia3n �u6 Nalldl80S3a A9 31tla ON NOISIA3a Iii 4 LvawlaHaaa aaSrM _ 64 31n00W 1ndNl IVJJ0IU OCIAVd �W w;Rem SVX31 32iniomjiS IMJiN00 6050-31d-7 CID IiSIHHO SndHOO�O), io ?J MJ3S3?J NOANVO 3NOH0 c w baa 066..ig ;=oaPEN�o as goo 2 6 = qq g - U� 3mow Z. « -" m.�`4' -��'s sw.;� p;3gG "b4 "'" gym? �'owFy� s8 <sNa des" u_ I I=- ZQIz z c� xr — �1ft ' 000000 � � U - - -A 10 �-z1-9 [Z-- - �-x 19- - - _ _ _ y�r - s ac aC� ACS aC� =C� Ic ACS DCS Ac lal 2c c �C� -,C4c "C� n, my ��7 N�� sl dol dol dol l dol dol dol l l dol dol dol T T T T T T T T T T T T T T T T T T T Li LJ LJ Li Li Li Li LJ Li LJ LJ LJ LJ L-i L-i L-i -- „mak�gk�7a ggk„wg,--w: �wk oak oak 8� .-A?3" " €� €� ?S!at,! �? %ms1. s „ 1.„ Z. „ a 0 M Q Y m ❑ w Y w ro U m o _ ❑ O O 0 0 O O O O O 0 O O O O 0 0 O O O O O 0 O O O 0 m w 0 g -.30110tlb.ONIb33N19N3 S2 J��J2S 6U J22U�F6,Uj ;O jU2Wj.lD C12Q 3�n40W lIIdN1 1V11✓1Q ^aALJ O w i. Stl%31 3N1 b3UN0 3SN3330 S Y,X31 II 1 I I J Y Ntl 31 a303N1 NN01 ala lSNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ v, a3aoaa inoN3inrv3irn�ou �axai"a�'aus 5n0�" N 091 11SIaHO Snciaoi jo Allo 321(110(12115 �02i1N00 lOSO—OId—ZZ s _ o33tl3s tl do Noutla3nv axins Nie auna-sows N�ooa Nzoz noN zl No secee = W o N r ON Stl%31 "3"d Z3NI1btlW e I ne a3naoWlntl svn S1OHNNI" S1N3Wn0ddWI 3dn10ndiSVdJNl 1N3'n�oa slWl No orvlatl3ddtl 3533Z1d Ma NO),NVO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3a N-183530 AB 3— 'ON NOi5N3a as Icn[po'1--.INI o you;•o you 11 JP 1 0 �oul6yo ua yau;auo A.e 33b05 Adia3n �u6 N011dl83S30 A9 31tl0'ON NOISIA31 Iii 4 LvawlaHaaa aastlrm _ 34 31n00W 1ndNl lVADIC]OCIAVd �W w;Rem SVX31 32iniomjiS IMJiNO3 6050-31d-7 u CID i1SIHHO SndHOO--AO Al0 ?J MJ3S3?J NOANVO 3NOH0 c w ;=oaPEN�o as goo 2 a 3qq g - U� 3«mow s m.�`4' u, _ also=Dor" am 'z- .ww ��w 3� iwo 1ww:< -Ngo o ww �� w5� Na -=�'s swu;� p;3gG �b4 'o gym? � wFy� 3 s8 <sdes -Z_ _ Qoo�R ��g��ap3gQl z-= MM2 9 gz 10 z c� ar �e�as NX Ir I. I� I`° I� I� I— Ie Im Ir Ir Ir Ir Ir IR In 1 � 1 � 1 � 1I1 � 1 � 1 � 1 � lIlIlIlIlIlIlIl � sT �sT �sT �sT DT IeT IsT IsT IsT IsT IsT IsT � LJ LI LI LI LJ LJ LJ LJ LJ LI LI LI LI LI LI LJ 0 M Q Y m 0 w Y w ro U m o _ ❑ O O 0 0 O O O O O 0 O O O O 0 0 O O O O O 0 O O O 0 m W 0 g v,N_ir_. N1-eNStla933N3'a3nz31ootl3Sr3za3oatl s393%nn3elNtlos�1 N 1 Io9Wd9N3N"1oz3lnl"dNNOa3Nootlo10 ZuW9o3l3tl1srvNnS3a9lItlNar3c1tlbnesd�3tl9vSodvWnu3d a tl 35a3xin3sDosZNs1-ietd=uSna-cso9wEsJ N ooa S2 J��J2S 6U J22U=�6Uj ;O jU2Wj.lD Cl2Q KOs1 9�go tj 037nQOW lldlo 11JIa JaALj.30110tlb.3NIb33N19N3 1059 utl%31tlN1a3UN0sSN3330 aeSVX31 l0[ 32(10(215 �021N00 lOSO—OId—ZZ °1 N091 IlSIaHO Snciaoi jo Allo 00S1OHNNI" S1N3MOddWI 3dniondiSVd3NlON Ma NO),NVO 3AOH0 ~� 3W1 NO-1-30 AB 31tl0 'ON NOi5N3a N-183930 1 311 'ON NOi9N3a as IEn[po'laayE-141 �X w o y-u;•o you{I'Bulwplp 1 0 �oul6yo ua yau;auo log 33b05 Adia3n �u6 NOI1d183S30 A9 31tlO'ON NOISIA38 ¢off SNawsatlaaa aastlnn _ L#3l(100W indl(10 IVACAU 00/Abd SVX31 ziHnionN1S 10diN00 W90-01d-M �c A 4 w§ a `1u��`� s -YIis UHO Snd2i0O--AO AM 1 w ap TJI0A213S3?J NOANVO 3NOH0 � 9 rc� - ow V � �o ppG Yo =b g �s w <w 4N8= m j< ogoa H� = opioao `Ui w ga Nom- :vi Na nau:�� s�S -'05 z o - s� oda� bss��'U=: Sv �Wgp&mow `4wL? z . _o aN oo oN nod rhN oo 1 o <oNg oNg a^< Veyss � ss ijijiiPjij1iijiiPiPjijiiliiiijij E I„ I. Ie I I I I Ie I� In In I„ Ir Ir IR la I I I I I I I I I I I I I I I I 1 t J I �� e� � b �a Q E _ m 0 a w Y w ro U m o O O 0 O 0 O O O O O O O O O 0 O O O O O O O O O O O m W 0 g -.30110tlb.ONIb33N19N3 S2 J��J2S 6U J22U�F6,Uj ;O jU2Wj.lD Cl2Q 37nQOW 11 kill lo 7b'11^Ia ^aALj O w i. Stl%31 3N1 93UN0 3SN3330 S Y•X31 1 I 11 I I J J Y Ntl 31 a303N1 NN01 3191SNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ v, a3aoaa inoN3in'�irv3irn3o9 �axai"a�'aus 5n0�"°��N 091 IlSIaHO Snciaoi jo Allo 321(110(12115 302i1N00 lOSO-OId-ZZ s 033tl3i tl d0 NOIltlb3l ltl a31nS'pn19 auNasoyS'N�ooB '1202 SON 21 NO SBE68 {� w, 0 I'V Nr ON Stl%31 "3"d Z3NI1btlW s1OHNNI 00 LL e 3or ne 93naoWlntl svn " S1N3W�Odd W 3df110f1�115Vd3 N 1N3'n3o9 slWl No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3a N-183930 AB 31tl0 'ON NOi9N3a as Icn[po'laeya.lyl o y1`•o you 11 Jp 1 0 �ou15110 ua yau;auo A.e 31b3 I-. �u6 NOI1d183S30 A9 31tlO'ON NOISIA38 ¢off SNawsatlaaa aastlnn _ Z#31N00W 1(1d1N0 AVL OIO OO/Abd �dsLdsm SHX31 ziHnionN1S 10diN00 W90-Old-ZZ c A 4 w§ a `ID s Iis UHO Snd610O--AO AM w ap TJIOAd3S3?J NOANVO 3N0HO 9 rc� - ow :_ V -go ppG Yo =b g �s l-Z 3;0 w <w N 48= m j< H� = opioao `Ui w� -gg s02 ii "'< z o - s� oda oo$H� �bss��'U=: MZ2s ' poz �� Sv haw �= 0:8 �Wgp&mow `4wz z . �11, Fill Fill Fill Fill Fill Fill Fill Fill Fill Fill �11, �11, �11, Fill Fl, w w w w w w w w w w w w w w w w Y� b m 7 0 a� a $ S S S a g a g a g a g a A 3 Q [ — Y m 0 a w Y w ro U m o O O 0 O 0 O O O O O O O O O 0 O O O O O O O O O O O m W 0 g -.30110tlb.ONIb33N19N3 S2 J��J2S 6U J22U�F6,Uj ;O jU2Wj.lD Cl2Q li 37^QO,A, I^JNI �l01VNV JQ/\VZ w i. Stlx31 3N1 93UN0 3SN3330 S Y,X31 I I ,t J.I 1U Ntl 31 a303N1 NN01 3191SNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ v, a3aoaa inoNlin'"irv3irn�ou �axa1"a�'aus 5n0�"°��N 091 IlSIaHO Snciaoi jo Allo 321(110(12115 302i1N00 lOSO—OId—ZZ s 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N�ooB g ~ '1202 SON 21 NO 59E69 � � 0 N r ON Stl%31 "3"d Z3NI1btlW e 3or ne 93naoWlnv svn S1OHNNI" S1N3W�OddW 3�if110f1d15Vd3N 1N3'n3o9 sIW1 No oNlatl3ddtl 3533Z1d Wb'0 NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3v3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3a N-183930 1 311 'ON NOi9N3a as Icn[po'laaya•141 EX w o y-u;•o you{I'Bulwplp 1 0 �oul6yo ua yau;auo log 33b05 Adia3n �u6 NOI1d[83S30 A9 31tlO'ON NOISIA38 ¢off SNawsaHaaa aastlnn _ L#3iNOOW indNI 00]VNV 00/�bZ �W =da> SVX31 ziHnionN1S 10diN00 W90-Old-ZZ c C4 w§ a 1u��`� s Iis UHO Snd2i0O dO AM w ap TJIOAd3S3?J NOANVO 3N0HO 9 p 9- 0- 9- 9- 9J $ - - - - - - - - a OR 4= _ F- " -z- ?4 - z& „o =� 3 m z � o �8 B=_8 �8�8 jaw �7 - A zo o �o wW 4'w I pu �< i n w �g oNg Nos m w o a�oo M O 0] o O O 0 O 0 O O O O O O O O O 0 O O O O O O O O O O O ❑ N W N O g -Jtl 3011]tlatl ONIa33N19N3 S2 J��J2S 6U J22U�F6,Uj ;O jU2Wj.lD C[2Q 1# 3-in40W 11 1011 o ^OIVNV GAtJ O w i. Stl%31 3W1 a3UNO 3SN333O S Y,y31 11 I 1 I 1 I J 1 J Y Ntl 31 a303N1 NN01 ala lSNwdS3a Doss-tss - /% 9� 1059 SscE9EJ auoe[ v, a3aoaa inoa3inrv3irn3ou �axai"a�'aus 5n0�" �N 091 11SOHO Snd210o jo Allo 321(110(12115 302i1N00 lOSO—OId—ZZ s �U 033tl3i tl d0 NOIltlb3l ltl a31nS'pn19 auNasoyS'N�ooB '1202%ON 21 NO SBE68 03 p N r DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naoW3ntl svn S7ON��N�" S1N3WA021d W 321n1On�1J-SV�13 N � 3N3'n�oa sIW3 No oNlatl3ddtl 3533Z1d Wb'0 NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3a N-183530 AB 31tl0 'ON NOi5N3a as Icn[po'laeya.lyl o y1`•o you{I Jp I 0 �ou15110 ua yau;auo d.e 31bO I-. �u6 NOI1d183S 30 A9 31tl0 ON NOISIA3a nn-ease'road aid a3nssl W- LvawiaHaaa aaitlrm W TinooW indino OOIVNV OOAbZ 4 ido,s;d>m � ziHnionHis IOHINOO 1050-Old-Z7 Apppli_�0p SVX31 o `ID g�5pg ilsiaHo sndao��o �J i� ?J MJ3S3?J NOIANVO 3NOH3 � w ilia 3�2 S,�o ;o. - a Ug towiz 's "� s <�sg�o� ° _ - Q�< 3ws�' ppo o foo 88t3 -Hopzgw �n �< �o 8<.<0o o g h, h, h, h, h, h, �� � II II II II II II II II a L --L --L --L --L --L --L " D D D D D ❑ a w n� Y $u w — M � U m o _ ❑ O O 0 0 O O O O O 0 O O O O 0 0 O O O O O 0 O O O 0 m w 0 g -x uaa w 333tlOb33NlON3 sa�!n,ag 6uuaau�6u3 }o yuawy.�odaQ 00 .. 3111.. 3sN3ddo - - NVId NOIIVOO7 1N3WnaiSNI o 1- Ntl 31 b303NINN01 . .Nwd.3a Doss-tss - SVX31 9� 1059 55cE9EJ auoe[ w 3an1OnaiS 3XVINI y � a3aoaa inoNllm 1N3wn3ou �°xa1 ���"'� N0091 IlSIZIHJ Snd2100 �� Alli nary F 033tl3i tl d0 NOIltlb313tl a31nS'pn19 auNasoyS'N o08 M.. ^ g 1202%ON 21 NO SBE68 0 p DN Stl%31 "3"d Z3NI1btlW e 3or ne a3naowlntl svn S7ON��N�" S1N3WA021dW 32if110f1�i15V�i3N � 1N31n�oa slwl No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3111 NO-1-30 N-183530 1 311 'ON NOi5N3a as Icn[po'laaya•141 zp w o y-u;•o{au{I'Bulwplp 1 0 �oul6yo ua yau;auo log 33b05 Adia3n Eo§: S�Vo= ;o `11IW`gg " Ew �§ <o" o-o1w:woWo� d c oa � swo w. w �apao o 1-a.w- „; ='�o F w poem a pu 82-Aw oho§po= w " w " o w o W p ja R 7� Quo jzm =ssp. g as 0 0 �O�w 0 0 0 0 w w-=a ryw n a P=foo N=�-589 w = z � r_ ,a Q g �—�� o 0000CD o z F cn da 04 =p O ow 4 _ °p uo -_c 0 s w oy ry � z g m; Q zs � z m Ln z w o > > q � w Ul c m n - w O U - 1� W cn a m Y- o Z Q rn N W N O �g��v.,a.or�1—r_ N1eNtla0D33'3'3a1N3n23o1o0tl�aSr32a3oatl i3a 3%no%i3elNtlOsn�1 N 1loaNWdaN3N0"l023ln1 1"idNnNOa'alloOtlo�lO ZIWla lo3rvl3tllSNNnS3bBilItlNar3E1wntlbl6sd33tll8vSodtlWnu3d a tl 35�a3a3»1n3S1Dos'"Zps10n15-�1199"d 5'5�aus1N1as^sOE°o�9'yE°-SJ�a'NIu'oo�yo'dB sa�!n�ag 6uuaau��6u�3 }o yuawy.�odaQ 1nOAV7 3ansmN3 018 os 9�gp 0�~0 sx33u.tlad Mb33N.ON3 e%31tlW1a.arvns.N3ddo SVX31 N0091 11SIaHO Snciaoi jo Allo32n1On2lS 3Nb1N1 l0b0-0R(-ZZ0110S7ONNNIMIA SiN3AA0ddVNl 32f10fd15Vd3N Ma NO),NdO 3AOH0 �_• 3W1 NO-1-30 1.B 31tl0 'ON NOi5N3a N-183530 31tl0 'ON NOi5N3a as 1cn[p°•laeya•1y1 o y°u;•o you 11 Eulw°lp I 0 1511;ua yau;au° 1.e 31bO Adia3n m1wIng El Rep. -s Y:a9 Ng ssw -- Q o� _ .% -Z. p o o - swNN� oaU< -:;WW a L ,.�W�N z w o wVgip�003 a� w o - =o� _ & = : —off— z " o -Z.d - =I�a ss �op o4No =N o pop M w _ _ € w M 3 w ma's a,w,W r ay z =3�a R o° a s owe °o��o Wa oN au Y g� <3� o �o � �w �s wMG. _ s7o szosi; _88, n �< o z_ 0 0 o O V ., e Mz Q- o ()— D z� v3 --------------------- _J Q I II os ®� ®� �I; 13_ _ II WS p II o y'sww O a� �� III o �� - m� ® O - yo '=-ut 0o Q II z rY s 8'8w Qn so _ - - - - r o�� Pio � II a l;^< :ass=Y�a e e � � AM BE BEN o�waa_�a II o o W3� wee W�> sW s III - J haw =_ =a�,a "�a� J m O bu ini a am��ae rv�a�s mam�dao40 W�;WEw yE�y" Sb� 3���3wm"g^ ' aGGGGGN`s SgN bipp=o' — ryoFu� 1y W 50050 _ u —N Z a as aaaa a a a —N � = �L. —M _ (Y Y� N ti Zx__ ___.� .gym_ Q o - = x =aooao =�o II— I _ W M { o Ufi - - It IW 3 O o c 5 :r oo —� so I— - u5 � N M -• D` ^ N fh Q` ^ N M Q` ^ N M � D` ^ N M -• 03 %0 V N o w OJ V N o V M M M M M N N N N N W N O x 33u.tlad OMa33N.ON3 sa�!n�ag 6uuaau�6u3 }o yuawy.�odaQ 00 g No�lna{vls{o odAozi o i. Stl%31 3W1 a.arvn 3SN333o - - SVX31 Ntl 31 a3o N1 NN01 ala lSNwdS3a Doss-tss - 9� a3doad inoN3in"iH3 n3ou �dxai �����uss�^��.1 N0091 11SOH3 snciaoi jo Alli 3�n17n�115 3�lbinll lob —ol�l—ZZ o � �aM F 033tl3i tl d0 NOIltlb3l ltl a31nS'pn19 auNasoyS'N�ooB '1202%ON 21 NO SBE68 0 p ON Stl%31 "3"d Z3NI1btlW e 3or Ae a3naoW3ntl svn S1OHNNI" S1N3MOddWI 3dniondiSVdJN1 3N3'n�oa sIW3 No oNlatl3ddtl 3533Z1d Ma NO),NVO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3b N-183530 AB 31tl0 'ON NOi5N3b as Icn[pm'laeya.lyl o y1`•m you{I Jp I 0 �mu15110 um yaul aum i.e 31bO I-. N011d1a3S3U A9 31 tl0 'ON N01 S1A3a rllu z 6 w3wiava3a a3ivn� WVaJOVIO ONIHIM NOLLf18IalSIa OVA0e3 13d 40 3anionHiS 3NV1NI Wt,0-01H-c7 CID �_ SVX31 o c `10111�,w��a� Iis HHO snd2J0o do.11lo aw alon83S3a NOANVO 3J10HO w o ry - �E w=� 0 $3 way. se Yw S p�t�o Y6�3ia�i w r:°zp ��� N foo Way= zF� E wog r wGG mNo e3ao 48wz&z 53o - - aN� j«ow WpmN4� rczw — zz � =- - � �� �3Ra I p� w w p o=.o> y�7 �Ww—Z� o -o95 g�a3 `-WLw - w o No; !a oo& lz ks VLL e ry 'a b y� s b y- g -S b Y NIS J 9 J 9 �Ig Jx Jg Jg -I� g01 10000 100 _ m yg o0 00 �g awz � aY ovI N m - w m m sY o b o - w 00000000000000000000000000 0 0 x 3]u]tlaa OMa33N19N3 sa�!n�ag 6uuaau16u3 }o yuawy.�o daQ 00 g NOun81211S1a OanbZ o i. Stl%31 3W1 a39Nn 3SN3110 - - SVX31 Ntl 31 a3o N1 NN01 3lB ISNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ v, a3aoaainoNlin'"irv3irn]ou �a»1"a�"use^°�^°�1N091 11SIaHO Snciaoi jo A110 321n1On2il$ 3Nb'1N1 lobo-012(—ZZ o � M V 031tl3i tl 10 NOIltlb3l ltl a31nS'pn1B auNasoyS'N�ooB Q g ~ '1202%ON 21 NO 99E69 0 F ON Stl%31 "3"d Z3NI1btlW e 3or Ae 93naoWlntl svn S7ON��N�" S1N3WA02Hd W 3�i f110f1a15V�H3 N � 1N3MIJo9 sIW1 No oNlatl3ddtl 3533Z1d WVO NO),NdO 3AOH0 ~ _ _ lltlNl�lao ltl3s 3W1 NOad1b0930 AB 31tl0 'ON N019N3b N-183930 A9 31tl0 'ON N019N3b as Icn[po'laeya.lyl o you;•o you 11'6YN9Jp 1 0 1oul6yo ua yaul auo 108 31b76 Ad1b3n N011d1aJS30 A8 31V0 ON N01 S1A3a rlluz 6 11v3wiavd3a a3ivlu\ NV HOVIO ONIHIM Noiin3RHSIO OOnbZ 4 �MYD 40 SdX31 zi HniDn is 3NV1NI MPO-01H-ZZ �W w tl= I1SI21H0 Sf1d2i00 d0 J 110 ", HIOAHi ]S3]H NOANVO ANOK) � w9 a m m m m m m m m R m & o� a p� H Ps m o p zwa �o 68 Etc 3a -m 3€06 W ry n T r m r m w `Hv ospw _ m€ o, ja" �rc : w o g w�0 QE um I m I w m I m I m I m I m m 0z oQQ '.-.1 b o S a a a'a _ m gin } �I 01 I wl 9 1015 G I I CI ]615Z'N91'I.N1 OOltlNV I 9111-6911 I wWlWdN A31 ffl-N31N S 1015 ]6152'1091'lOdln01N1p10 1 9180-6911 wWINdB A31 8-N311Y 5 1015 I N]tlb 1 I owz'1091'100 1P1p10 v $w I 9180-6911 - N n AWIINdN A31 8-N311Y £1015 V I 1 76162'1091'N 18 IMN' g10 i o I 9181 wO011]tldM1O]Ail B-N31N Z 1018 z n� a�a2.1 a�� ]6151'1091'lIItlN11I01A10 m �¢ I I 9181-6911 rw I I WO0117tldM107 A3160aB-N31W 11018 O ] 111091'NM1101 0 0 iw wl I 9181-6911 _w �I I wO0ll7tldM107 A316Y88-N3110 n r �0 Qn w wl I �w N Y AlddnS-6983MO1 0] -------J x10011JVdINOJ A31049d N31W $ w cl 8_ 0 :NO7Vtl on<< Nw - 00 31n001N AM00 13Nd3HI3 111 81N3V-6911 0-< w o✓a x1OOII7 dAOO A3100a8-N3lltl W, p yF 7 pp m S 0 o Q W in 0 g -3tl 3011]tlatl O:33NN389N3 S2 J�'J2S 6U J22U�F6,Uj ;O jU2Wj.lD C12Q 1# 3-in4oW 1ndN1 WI/9/0 ^aAbJ O w i. S"[ 3W1 a]ON33a S Y,X31II 1I I JJNtl 318333NINN01 3dS3a1059 Sc9EJ oanoN3in' 3ou i"�'-'N5 °1N091 IlSIaHO snd21o0 jo Alli3�Inl.7n�lls 3�1b'lnll l�b�— 121—ZZ3itl d0 N3tl �202 SON 21 N8 N_hN 3"d N a3.. svn S1ON��N�" S1N3Wn02idW 32inlOn�ilSVdHNN3SIWl NO3ddVWb'0 NO),NdO 3AOH033tlN�1ao 3 NONd1a0530 AB 31tl0 'ON NOi5N3a Ngldia0530 AB 3— 'ON NOi5N3a °s Icn[po'1--.INI °N°u;•°11 11 IP I 0 �ou16y°u°y°u;auo A°g 33b05 Adia3n �u6 N011dl80S3a A9 31tl0 ON NOISIA3d Ids 4 LvawlaHaaa aaSrM _ 1431n00W 1ndNl IVJJOIO OCIAVd �W =;d>m SVX31 32iniomiS 3NV1NI LOBO-ON-ZZ CID IiSIHHo SndHOO�O), io ?J MJ3S3?J NOANVO 3NOHO c w baa 066..ig ;=oaPEN�o as goo �p�e gag qq - U� 3mow Z. « -� m.�`4' _ also=oo� am =� .ww ��w 3� two swe;o ww -��'s Zb4 " gym? �'o z 3 �� s8 <sNa �es1° u_ - �g; e�= SH 5 z c� ra xr -x� €a 10 de21s �-Z - [Z-- - �-Z - - - - - y�p s� s� =� o� s� s� oC !(:I2C 'C SC 7C 'C� 7C p n, 4 I6 I6 Ib Ib I6 la 6I bl bl 4 4 Ib sl dol dol dol l dol dol dol l l dol dol dol T T T T T T T T T T T T T T T T T T T IJ LJ LJ IJ L� L� L� LJ L� LJ LJ LJ LJ IJ IJ L� `9 `�$`9 `k a� :mak:�� �o �0 8�0 a3H a�H 098 0�8 8g8 03 0333N 038 S38ec 8�8 <� y § � a � - -� - - - 0 M Q Y m 0 w Y w ro U m o _ ❑ O O 0 0 O O O O O 0 O O O O 0 0 O O O O O 0 O O O 0 m w 0 g -Jtl 3011]tlbtl ONIb33N19N3 S2 J��J2S 6U J22U�F6,Uj ;O jU2Wj.lD C12Q 3-in40W 1ndN1 1V11✓IQ ^aAbJ O w i. Stl%31 3N1 b3UNn 3SN333O S Y,X31 II 1 I I J Ntl 31 a303N1 NN01 ala lSNwdS3a Doss-tss - 9� 1059 SscE9EJ au°e[ v, a3aoaainoN3in'�irv3irn3ou °»i"��'-'N5�^°�"°1�N091 11SIaHO snd21o0 jo Alli 3�Inl.7n�lls 3�1b'lnll lOb0— 121—ZZ o � ,.,,�, o33tl3s tl do Noutla3nv axins N�1e auna-�°ws N�ooa OIzoz noN z1 No secee = o ON Stl%31 "3"d Z3NI1btlW e 3or ne a3nO'N svn S1ON��N�" S1N3Wn02idW 32inlOn�ilSVdHN 1N3'n�oa slWl No oNlatl3ddtl 3533!1= Wb'0 NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3a N-183530 AB 3— 'ON NOi5N3a °s lcn[po'1--•14H °41`•°11 11 JP I 0 �ou1511;u°y°u;auo A°g 31b0 I-. �u6 N011dl83S3a A9 31tl0 ON NOISIA3d Ids 4 LvawlaHaaa aaStlM _ 34 31n00W 1ndNl IVADIO OCIAVd Rem SVX31 32iniomiS 3NV1NI LOBO-ON-ZZ CID IiSIHHo SndHOO�O Al0 ?J MJ3S3?1 NOANVO 3NOHO c w 1§ baa 066..ig 71- ;=oa �N�o as gga —ng - U� �ow�g�Nz ���o 1. 3«mow s� m.�`4' u, _ also=oo� am"Z- .i - .ww �.i �w S. -N go o ww N�� w5- Na -��'s swe;� p;3gG Zb4 " gym? �'o z s8 <sNa �es1° u_ - �g; e�= z c� -a xr [K - -lo - - yy�p 3 01 g s� s� s� oc o� 7CSC7 � IQ� IQ� IQ7 IQ7 IQ7 IQ� IQ� IQ� IQ� IQ� QIP QI7 QI7 IQ7 IQ7 IQ� oT dol dol dol �_l dol dol dol _l �_l dol dol dol 1 1 1 T T T T T T T T T T T T T T T T Li LJ LJ Li Li Li Li LJ Li LJ LJ LJ LJ Li Li Li �gk ogp g�sg� s® o sX5 aX�s®a o®o a s®o 830 83N 3= 3�gn&0�8 038 8�8 83 o� S38 8°�8 �- Gzj -T - - - - 0 M Q Y m 0 w Y w ro U m o _ ❑ O O 0 0 O O O O O 0 O O O O 0 0 O O O O O 0 O O O 0 m w 0 g -.30110tlb.ONIb33N19N3 S2 J��J2S 6U J22U�F6,Uj ;O jU2Wj.lD C12Q 3�n40W �^dN1 1V11✓IQ ^aAbJ O w i. Stl%31 3N1 b3UNn 3SN333O S Y,X31 II 1 I I J Ntl 31 a303N1 NN01 ala lSNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ v, a3aoaainoN3in'�irv3irn3ou �a»i"��'-'N5�^°�".1�N091 11SIaHO snd21o0 jo Alli 3�Inl.7n�lls 3�1b'lnll l0b0— 121—ZZ o � _ o33tl3s tl do Noutla3nv axins N�1e=una-sows N�ooa OIzoz noN z1 No secee = o h r ON Stl%31 "3"d Z3NI1btlW e 3or ne a3nO'N svn S1ON��N�" S1N3Wn02idW 32inlOn�ilSVdHN 1N3'n�oa slWl No oNlatl3ddtl 3533!1= Wb'0 NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3a N-183530 AB 3— 'ON NOi5N3a as Icn[po'1--.INI o 41`•o you 11 JP I 0 �ou15110 ua yau;auo A.e 31b0 I-. �u6 N011dl83S3a A9 31tl0 ON NOISIA3d Ids 4 LvawlaHaaa aaStlM _ 34 31n00W 1ndNl lVADIO OCIAVd Rem SVX31 32iniomiS 3NV1NI LOBO-ON-ZZ CID IiSIHHo SndHOO--AO),ilo ?J MJ3S3?J NOANVO 3NOHO c baa 066..ig 71- ;=oa �N�o as gga —ng - U� �ow�g�Nz ���o 3«mow z 1. Z. –" m.�`4' also=oo� am =� .ww z iwo W 1ww:< �� w5� Na -� s sw�;� p;3gG "b4 'o gym? � -z2 3s� <sNa des" u_ _ gQl z-= MM2 9 z c� �.a ST - - - - - - - - - - - - - NX � I I I I I I I �T T T T I�T I�T I�T I�T I �T I�T I�T I�T I�T I�T I�T I�T LJ LI LI LI LJ LJ LJ LJ LJ LI LI LI LI LI LI LJ 0 M Q Y m 0 w Y w ro U m o _ ❑ O O 0 0 O O O O O 0 O O O O 0 0 O O O O O 0 O O O 0 m w 0 g -.30110tlb.ONIb33N19N3 S2 J��J2S 6U J22U�6Uj ;O jU2Wj.lD Cl2Q 37nQOW lndlno 7b'lI^Ia ^aAbj O w i. Stl%31 3H1 93UNn 3SN3330 SVX31 31ncon 11 I I I J J Ntl 31 a3o N1 NN01 3191SNwdS3a Doss-tss - /% 9� 1059 SscE9EJ auoe[ v, a3aoaainoNlin'"irv3irn�ou �a»1"��'-'N5�^°�"°��N091 IlSIaHO snd21o0 jo Alli 3�Inl.7n�lls 3�1b'lnll lOb0— 121—ZZ o � 033tl3i tl d0 NOIltlb3l ltl a31nS'pn19 auNasoyS'N�ooB '1202 SON 21 NO SBE68 {� w, 0 I'V hr ON Stl%31 "3"d Z3NI1btlW s1OHNNI LL e 3or ne 93naoWlntl svn " S1N3W�Odd W 3df110f1�115Vd3 N 1N3'n3o9 slWl No oNlatl3ddtl 3533Z1d Wb'0 NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 AB 31tl0 'ON NOigN3a N-183930 AB 31tl0 'ON NOi9N3a as Icn[po'laaya•141 EX w o y-u;•o you{I'Bulwplp I 0 �oul6yo ua yau;auo ,log 33b05 Adia3n �u6 NOI1d183S30 A9 31tl9'ON NOISIA38 Ids¢off SNawsatlaaa aastlnn L#31N00W ind1N0 IVJ1010 0G Abd �d s gd,z w Eianion H1S 3JIVINI LObPOIii-ZZ o AII�4II SVX31 _ o `11Iwf�`g�5g Iis UHO Snd2JOO dO AM W a TJIOAd3S3?J NOANVO 3N0HO 9 rc� - :n'3o� ww: ° p o sw a _ boa aW �o 3'tl- u$ 48i < u�s �o w <w N�= m j< �. Nom- 5 -'05 Kzw z po: 9 duu—'g <swLE AHNG ld z . � b € 3 S - o 8 as oo oy oY oG o 8��8��8��8��8��8�_ _ _ 8��8Gp 9; I I Fill Fill Fill Fill Fill Fill I Fill Fill I I I I I E I„ I. Ie I I I I Ie I� In In I„ Ir Ir IR la I I I I I I I I I I I I I I I I �$ 1 t J I I t Y� b $ S _ S S 8 a 8 _ S _ S gN Q [ – Y m 0 a w Y w ro U m o O O 0 O 0 O O O O O O O O O 0 O O O O O O O O O O O m w 0 x 33u3tlaa Owa33NlON3 sa�!n�ag 6uuaau�6u3 }o yuawy.�o daQ 00 g z# 37noOW 1nd1no ivi/o/a oaAbz o i. Stl%31 3W1 a39Nn 3SN3330 - - SVX31 Ntl 31 a3o N1 NN01 3191SNwdS3a Doss-tss - 9� 1059 SscE9EJ auoe[ v, a3aoaainoN3in'"irv3irn�ou �a»i"��'-'N5�^°�"°��N091 11SIaHO snd21o0 jo Alli 3tlnl.�ntlls 3�1b'l�ll lobo—o121—zz o � 033tl3i tl d0 NOIltlb3l ltl a31nS'pn19 auNasoyS'N�ooB g ~ '1202%ON 21 NO 59E69 0 r ON Stl%31 "3"d Z3NI1btlW e 3or ne 93naoWlntl svn S7ON��N�" S1N3W�Odd W 3df110f1�115Vd3 N � 1N3'n3o9 slWl No oNlatl3ddtl 3533Z1d Wb'0 NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3b N-183930 AB 31tl0 'ON NOi9N3b as Icn[po'laaya•141 EX w o y-u;•o you{I'Bulwplp 1 0 �oul6yo ua yau;auo Aog 33b05 Adib3n �u6 NOI1d183S30 A9 31tlO'ON NOISIA38 Ids¢off SNawsatlaaa aastlnn Z#31N00W ind1N0 IVACAU 00/Abd w Eianion H1S 3JIVINI LObPOIii-ZZ 6 AII�4II SVX31 _ o `11Iwf�`g�5g Iis UHO Snd61OO dO AM ) W a TJIOAd3S3?J NOANVO 3N0HO 9 rc� - :n'3o� Raw: ° p sw a _ boa aW �o V� 3'tl- u$ 48=- < u�s �o w <w Nm j< U _ ogoa p3o?�o _ �o Nom- z 5 -'05 i3 -Z s z z. Io - s� o'�a oo$„� �bs�i;�is po: �»�w gu how �<�0�8 �ueg u—'g <swLE n w z . AHNG ld 5 3 S S $ 3. 3! 3! 3-z 3! 3! 9 3 9- 33 o 8 o asgo E ashy n$ �1 F1 F1 F1 F1 F1 F1 F1 F1 F1 F1 �1 �1 �1 F1 F19 E I„ I. Ie I I I I Ie I� In In I„ Ir Ir IR la 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Ti g- 1tJIJIt � 1 ,1 ,1 a1 91 g[ o1 Sof Y� b $ S gN fox o yn�a 1�x4 Q [ — Y m 0 a w Y w ro U m o O O 0 O 0 O O O O O O O O O 0 O O O O O O O O O O O m W 0 g -.30110tlb.ONIb33N19N3 S2J��J2S 6U J22U�6Uj ;O jU2Wj.lDCI2Q li 37naoW L^dN1 ^07VNV ^aAbZ O w i. Stl%31 3W1 93UNn 3SN333O SVX31 I I I 1 J J 31 a3o N1NN01 3191SNwdS3a Doss-ass�isE�-auoyd 9� v,m a3aoaainoN3in'"lrv3irn�ou �a»i"��'-"� ^°'°�IN091 11SIaHS Snciaoi jo Allo 321n1on2i1$ 3Nb'1N1 lOb0-ORI—ZZ o �a r�1r 033tl3i tl d0 NOIltlb3lltl a31nS'pn19 auNasoyS'N X008 '1202%ON 21 NO 59E69 0 ON Stl%31 "3"d Z3NI1btlW e 3or ne 93naoWlntl svn S7ON��N�" S1N3W�OddW 3df110f1�115Vd3N � 1N3'n3o9 slWl No oNlatl3ddtl 3533Z1d Ma NO),NdO 3AOH0 ~ _ _ 33tlNl�lao 3tl3s 3W1 NO-1-30 AB 31tl0 'ON NOi5N3a N-183930 AB 31tl0 'ON NOi9N3a as Icn[po'laeya.lyl o you;•o you 11 Jp 1 0 �oul6yo ua yau;auo A.e 33b05 Adia3n �u6 NOI1d[83S30 A9 31tlO'ON NOISIA38 I[�¢off iNawiatlaa0 aaitlnn L#3iNOOW indN1 00]VNV 00A176 �d s gd,z w EianionHiS 3JIVINI LObPOIii-ZZ o AII�4II w��p SVX31 _ o `11Iw`g5g Iis UHO Snd61OO--AO AM W a TJIOAd3S3?J NOANVO 3N0HOoEs g, 9 - fOn 9. z BE xe >2P ms a° z� o wL - j4 o p - oy, -� z o _ �8 B=_8 �8�8 jaw - u a - s = - I I I I I I I ga � aN o cz gu 0 p ai _ a _ _ �W CW mW o z m o o mpg w 2 z.z. joo O ry U z O O 0 O 0 O O O O O O O O O 0 O O O O O O O O O O O m W 0 —a —S b,u,—)b,3 ;o ;—.w-dao -n CD ��d 3�«�dbd❑N�33N�❑N3 wdvodia SNOUVOINnwnoo oos9-�9s SVX31 0 I1SI2HS S�d210S d� 1115 W�1S:S SMO /IN00 31VO 0 3533 �� S1NIWHOHdWI iHHISHH1SdHHNI O CL Nda NOS V3 1710HO 8 N011d ISI�S34 7 31Y0 'ON NIIIIIM NOI1dl-l] ,U3 31Y0 'ON NOISIA3M a�o as ysnfpo•yaays siyy �� �u 6uo u o lou yluo ulm yip 31v�5 A�,a N II I I II LLwLL �o= I I ❑ I I s, --- ID o -� Vu U U . L =mss I e e ------------- ---------------- y 5 c� • a a ZI o a < PSS I � a z I❑ _ - owl I wo a3� y gw Q d LL ry Z og -- e —O as r a. a3 Nd� � rc 3 O ow ¢ uk o - Q a w - w - 5 z 0 sa�inaa5 but aawbu3 {o juawpodao IQ ONIMVMO ofco loss 195149£) .Ptl .3VX31 0099 I95 a9zl >•a� 02100321 3NV80 AM1NVO NOl 012113W OZ i� na-m>e�.°.al•.w,�o.�e,°a I1SRM0 S(Idd00 }O /1110 N0091 R-S P^19 au,a,ayS N S1N3Y43/W8dN11 38f110f 8lSVM3NI WO NOANVO DIOHO N011nW]539 aB L.M 'ON N0BN3N N01atl0530 AB 31Yd 'ON N0KN3N 'MowWII:11•Elq+wywy9 slb p Ne ywl bw po Nw0Mu5N00 bDe 031155 LS Ii-OI-II IWIOIw No yaYl 9ua fl,08 3185.IabM A a � . ii 333 a a 4 ae m f 1 � , _ . ..il 77�' i I � wl I w m CiM w � M .r_ µ µ. � 4 J' 1� nN i �s ^S r fY u 4. o N 1 u O f y u r i Q •. t�v e N p 3 W „ 12 0 0 saZinaa5 but aawbu3 {o juawpodao IQ00 JNIMV2IO 02100321 SIFV13O loss 19s 1190 .Ptl SVX31 0099 199 a9£I >•a� ONV NOI TMISNI 11V21 3NV80 A81NVJ i� na-m>e�.°•al•.Is,�o.�d,°o IISIdH,? snddOO }O /Illi N0091 R-S P^19 au,a,ayS N S1N3Y43AO8dN11 38f11Of1211SV213N1 WO NOANVO 3AOHO N011nW]530 aB L.M 'ON NOBN3N N01atl0530 AB 31Yd 'ON NOKN3N 'Mow WKio ywya sIW �� Ne ywl�w pN 11•E�l+wp o Nw0Mu9NDJ bDe 031195 LS 1i-01-11 Io1MM+o w yaYl wa fl,08 3Yg5.1ab31, . .....,..-. ..,..» _..__..._..............._ ....._e..,.,.,......, m.-....gym ........gym........................... �-.. ....-.. f I p F h t P^ 0�.1 tP Y .). .o� t � � lar➢ � µyM o, I; 41 �1E K t1 06 ol tI , f n " SJ , * f r , M u fr e p „ , 1 fw 1 > 1 ,r u , v 1, n N m N � ° v / 8 1 y I \ 4 ` M w a .5 I m m 'PP in 0 saZinaa5 but aawbu3 {o juawpodao IQ00 ONIMV210 02100321 SIIV130 loss 19s(190 .Ptl SVX31 0099 19s(19r) >•a� — NOIIVIIVISNI S) IMOMIVI3W AVMIIIdS i� na-m>e�.°.al•.w,�o.�e,°o IISIdH,? snddOO }O /Illi a N0091 R-S P^19 au,a,ayS N S1N3Y43AO8dV41 38f110f12IlSV8JNI WO NOANVO DIOHO N011nW]530 aB L.M 'ON NOBN3N N01atl0530 AB 31Yd 'ON NOKN3N 'Mow WKio ywya sIW r—� Ne ywl�w pN 11•E�l+wp o Nw0Mu9NDJ bDe 031195 LS 1i-01-11 IWIOIw No yaYl wa fl,08 3Yg5.labM i' FF,171 1A a M w. - YF o t 11` � � I I n� " ys , ` r i p 9 I � v �V I r; f^� r I �t 81 1• s I 1 . a f f f 1? " j I F rn I _ •o eb ��. y p r 11 o ^ a J G n r r. r N i m a 0 i w Y' "r g i F m co m W in 0 sa�inaa5 but aawbu3 {o juawpodao IQ00 SIM 30 1SIl — Al8W3SSV of loss 19s 1190 .Ptl SVX31 0099 199 a9£) -- — NOlIV91VISNI VW38 9N11911 901dO1S i� na-m>e�.°.al•.w,�o.�e,°o I1SRM� S(IddOO }O /Illi a N0091 R-S P^19 au,a,ayS N S1N3Y43AO8dV41 38f110f 8lSV213N1 ^I WO NOANVO DIOHO N011nW]530 aB L.M 'ON NOBN3N N01atl0530 aB 31Yd 'ON NoK 'Mow WKio ywya sIW r—o Neo ywl�w - 11•E�l,aw Nw0Mu9NDJ bDe 031195 LS 1i-01-11 I1-04-w y4-Awa fl,08S 3Yg5 aibM wy �F'+ �.;.�-I @ o° ry: t�vii m x < w w w �wz ,J„z3 m� z ❑F ar} �'"`z; bro�i t#�.°,' 3 o '� 7q?Yr a'a o p z w m _ ?• I. zug LLFO O oa �J aQ o° moo° oz wo�> z �,o ;`sP2yk d R p W o a i m o O 0=,�„ v, z : U w r D O LL 6 Vq,1 W NCO w 00 in ain00 �3� wH ■9 Wer qh 2� a m O z O�" "`arc wm?Ku m au o u. 10 ;7wgo z �nxFa zLL w w FzCl F7 i z m N z Z w O i a Z K 3 z O o w h ��w3 a�am o �� oaz awe r z D zv+rc 30 Oti �DOO a¢LL 4 z'v'"Q�v� tiaoo- o a z °ai °u w ou�z z z> w G a v, um�"' wo Oo � �zv,z zuo- zw zFm� atoz rw4 ..•! w zF,w„d o�z� Nz "z a a a �I°��o LLm�w oU�oo i---gq - 1 1 E \ to n h 6 � 4 wl y ,n m � _ e� t b Z ❑ i p- , f ✓ - W O saZlAJRc bu!laau.,bu3 {o )uawpodao '0 0 „z- 5j y.N as 'oss-195(19£)-.Pa SVX31 SlIV13O WV38 ONI1311 901dO1S 0059 l9S(l9i) i� B�.a"al•.Is,y�a�d,aa IlSRIH,? S(id210O {O ADDa N009L OOBI R a1!-S Pnl9 au,a,ay5 N S1NWOA08dMi 38nio 8lSV8JN1 WO NOANVO 3AOHO 'Moos :•pays sIW �� se 4w1 sse Wsll11'Esl o NOSOMu5N00 w,031155 LS 1i-01-11 IWI01�so yoW sus fl jog log 3185.lab3l, 2 au yVU k Irypyp .� 7 -- s <, i _ IF I 6, ji Lil �l n I � u, J n 1 i i I 1 , y i 1 _ 1 w I 1 ti. I I III I I N r� m n i t r y _ s- t 1 __ o � r a : O 4 I _ u 11 p LL k "' # 0 w. � I O 5aZinaa5 bu!laau.,bu3 {o ruawrmdap LO00 0£9-191 rl90-.Pa SVX31 SHOOH WV38 ONI131I OOIdOIS 00 0059 191(19£) •. .�e,ad I1SRM� S(IddO� }O ADDa � � N0091 R-S P^19--12'q2 N sl 5339 SINWOA08dMi 38nio 8lSd213N1 ^I cl WO NOANtlO 3AOHO 'Moos WIIio•3ssys sIW r—� se ywl sw pa 31•Esl+elp o NOs0Mu9NW swe yoW sus fl log 31 —M o AL ------------------ y.G5 L• x p '', 6 U p at � y 82• ® W o �i ny `x T 9 x I w w ...... - aw J. a axei �, I Y ao ;. e v , I---------- Jill I . n � z 1 I 9t i w w U x= _ � Y ..-. .. r. O ❑ v ' e W - O sa�inaa5 bu!laau.,bu3 {o juawpodap Inl 00WI � �'"`-' `°�•�..a a°° soNlMvaa (180038 (z do i) slava .10 1sn o � _ loss os 146£) .P, SVX31 - 1SIOH HIM kIBR3SSV ��yy —11(15£) a dim uc£-mrec•a.al•.Is,�o a�mad I1S18MO snddOO }O .11IJ S3M WSS3ad HOIH a313NIllin VZ61 x VZSl a N0061 R-S P^16 au,mays N 006 d S1N3Y43AO8dV41 38f11on8ISd213N1 ^I U WO NQANtl:) DIOHO 'Mow W6Iio•3wya sIW r—� �e ywl�w Iw 31•E�l+wp o NwOMu5N00 bwe yoW aua fl log 3Y —M N F � tlPb S ea «" q it J VT .,a a v � " { e �r .. pF �I w ,...1m cd V• 6 au.�r m aro CAb EI i,j . .............. • I I , � k k /i 1 � , J � W I r ❑ ``,;. r ISI j I r��k M � I a w 1' ✓ 4 ri rc 2 w R ,y - m in 0 sa�inaa5 bu!laau.,bu3 {o juawpodap ILII 00WI � �'"`-' `°••.a a°° soNlMvaa (180038 (z do z) slava .10 1sn o � _ loss 19s(190 .P, SVX31 - 1SIOH HIM kIBR3SSV ��yy 0059 195(19£) a dl� uc£-Twat•a.al•.Is,�o a�mad I1SRM,? snddOO }O .11IJ S3M WSS3ad HOIH a313NIllin VZ61 x VZSl a kl ins N009I aL'^9 P^19 au,IX., N S1N3Y43AO8dV41 38f11on8ISd213N1 WO NQANtl:) DIOHO 'Mow WKio•3wya sIW �� �e ywl�w pIi 31•E�l+wp o Nw0Mu9N00 bwe yoW wa fl log 3Y —M GI Y° r 1 • ' a po R w r; v a4 w I, �, ! Ro OJ. a yw _--- wa I la f lli �e r a r� - { u w, i � dri G "u �• ..f l a a i r';•3 i Y ° d an �Fo r " � m " n III II Q /w9N�eWx 114-M - n /✓,ur�,rel "� '�;xi no ��r � 9,r^�,t��4,(/ffr�rJ,:_i1..�I I 't+,. /�,/ jnua rV 1 9 C�. ...... �° _ 8 !'PN N C O DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 --"'� H&SCONS-03 FHARTUNG ACORC�" CERTIFICATE OF LIABILITY INSURANCE DA31241202M) 3/24!12022022 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(les)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 c CT Francie Hartung Carlisle Insurance BONN :(3 1)360-7094 a 500 N Water#900 c,No Corpus Christi,TX 78401 .francesh_@carlisloins.com INSURER(S)AFFORDING COVERAGE NAIC 0 INSURERA:Everest National Insurance Company 10120 INSURED INSURER a:The First Liberty Insurance Corporation 33588 H&S Constructors Inc INSURER C:Employers Insurance of Wausau 21458 P O Box 9014 INSURER D:Evanston Insurance Company 35378 Corpus Christi,TX 78469-9014 INSURER E:Westchester Surplus Lines Insurance Companyll0172 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRTypE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXPLIB LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS MADE �OCCUR EN1 GL00001-211 71112021 71112022 DAMAGE TO RENTED 300,000 X Professional 10,000 MED EXP An one person) X Liability-Included 1,000,000 PERSONAL 8 AOV INJURY NEINI'L AGGR AT UM1T APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POUCY yP& n LOC PROD CTS- MP P A G 2,000,000 OTHER: 6'000000 ProjecU ocatlon Aggr $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 11000,000 IxANY AUTO SSZ91469141011 7/1/2021 7/1/2022 BODILY INJURY Per person $ AUTEO�S ONLY AUU�TNNOSyWUyLNNE��DDp BODILY INJURY Per accidentAUTOS ONLY X AUTO ONLY 1FPROPEE%Y AMAGE $ A UMBRELLA U A13 [N OCCUR EACH OCCURRENCE $ 51000,000 X EXCESS LIAB CLAIMS-MADE ENIEX00001-211 7/1/2021 7H/2022 AGGREGATE DED I I RETENTION$ Aggregate Limit 5,000,000 C WORKERS COMPENSATION X I PEROTH- AND EMPLOYERS'LIABILITY Y 1 N STATUTEER ANY PROPRIETOR/PARTNER/EXECUTIVE CCZ91469141021 711!2021 7/1/2022 EACH ACCIDENT $ 1,000'000 FFICER�MEM EXCLUDED' FN NIA �fdandatory IntFF�j 1,000,000 E.L. S E-EA EMPLOYE If es,describe under DESCRIPTION OF OPERATIONS below EL.DISEASE-POLICY LIMIT $ 1,000'000 D Pollution Liability MKLVSENVIO31017!112021 71112022 Occurrence/Aggregate 10,000,000 E Excess Liability 71815511002 711!2021 71112022 Occurrence/Aggregate 5,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) RE:All Operations CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Corpus Christi ACCORDANCE WITH T E PO CY P OTE VISIONSCE 1fJILL BE DELIVERED IN Risk Manager PO Box 9277 Corpus Christi,TX 78469-9277 AUTHORED REPRESENTATIVE P1-I Q ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 AGENCY CUSTOMER ID: H&SCONS-03 LOC#: 0 AC40REP ADDITIONAL REMARKS SCHEDULE Page 1 of i 41%.� - - AGENCY NAMED INSURED CARLISLE INSURANCE AGENCY H&S CONSTRUCTORS,INC. POLICYNUMBER P.O.BOX 9014 SEE PAGE 1 CORPUS CHRISTI,TX 78469-9014 CARRIER NAIC CODE SEE PAGE 1 SEE PG1 07/01/2021 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE POLICY FORMS&ENDORSEMENTS GENERAL LIABILITY: Form#CG2010 1001 Blanket Additional Insured-Owners,Lessees or Contractors(Automatic when required in Written Agreement) Form#CG2037 1001 Blanket Additional Insured-Owners,Lessees or Contractors-Completed Operations(Automatic when required in a Written AgreemenQ Form#ECG24522 0402 Blanket Waiver of Transfer of Rights of Recovery Against Others to Us-Any person or Organization when agreed in writing prior to loss Form#ECG00622 0914 Blanket 30-day Notice of cancellation to Certificate Holders per Schedule on File with Company Form#CG2001 0413 Blanket Primary&Non-Contributory-Any person or organization when agreed in writing in a contract or agreement The General Liability Policy form does not contain wording that excludes Explosion,Collapse and Underground Hazards Coverage. The Contractual Liability coverage provided by the General Liability Policy will cover all liabilities assumed by Named Insured under its contract with the Certificate Holder that Is an Insured Contract COMMERCIAL AUTO: Form#AC8423 0811 Designated Insured-Primary&Non-contributory—to Any person or organization where the Named Insured has agreed in writing to add as an additional insured,but only for coverage&limits of insurance required by written agreement and in no event to exceed the scope of coverage or limits of insurance provided in this policy. Form#AC8407 1117 Blanket Waiver of Subrogation to any person or organization where the Named Insured has agreed,by written contract executed prior to the date of"accident",to waive rights of recovery against such person or organization. Form#AC8407 1117 Blanket 30 Day Notice of Cancellation to any Certificate Holder on file with the company CONTRACTORS POLLUTION:, Form#MEE125910819 Blanket Additional Insured for Any client with whom the insured has agreed to provide additional insured status in a written contract or agreement prior to commencement of work and the date the pollution condition first commenced Form#MEE125920819 Blanket Waiver of Subrogation to Any person or organization with whom the insured agrees in a written contract,signed by both parties and executed prior to the commencement of operations WORKERS COMPENSATION: Form#WC420304B(TX)Waiver of Subrogation-Blanket where required by contract or written agreement prior to loss and allowed by law Form#WC000313 Waiver of Subrogation-Blanket where required by contract or written agreement prior to loss and allowed by law Form#WC000201 B Maritime Coverage Endorsement($1,000,000 each accident/$1,000,000 aggregate) Form#WM90180611 Blanket 30 Day Notice of Cancellation-As required by written contract-per schedule on file Form#WC000301 Texas Alternate Employer Endorsement-Blanket as required by written contract Form#WC000301A Other States Alternate Employer Endr-Blanket as required by written contract Form#WC000106A Longshoremen's and Harbor Workers'Compensation Act Coverage Endorsement Form#WC0001 09C Outer Continental Shelf Lands Act Coverage Form#WC00031 I A Voluntary Compensation and Employers Liability Coverage Endorsement(AJI employees not subject to the workers compensation law.) EXCESS LIABILITY: The Excess Liability Policies provide Follow Form Excess Coverage over the General Liability,Employees Liability,and Commercial Auto Liability policies ACORD 101 (2008101) 0 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 006113 PERFORMANCE BOND BOND NO K40416754 Contractor as Principal Surety Name: H&S Constructors Inc. Name: FEDERAL INSURANCE COMPANY Mailing address(principal place of business): Mailing address(principal place of business): 202B HALL'S MILL ROAD, WHITEHOUSE STATION,NJ 08889 USA 1702 Valero Wav Corpus Christi,TX 78409 Physical address(principal place of business): 202B HALL'S MILL ROAD, WHITEHOUSE STATION,NJ 08889 USA Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Contracts and Procurement Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: INDIANA Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number):(215)640-1000 E13050 Choke Canyon Dam Infrastructure Improvements Telephone (for notice of claim): (215)640-1000 Local Agent for Surety Aon Houston Surety Name: Roger Smiddy Award Date of the Contract: March 22,2022 Address: 5555 San Felipe, Contract Price: $5,534.035.00 #1500,Houston, TX 77056 Telephone:832-799-2516(mobile) Bond Email Address: roger.smiddy@aon.com Date of Bond: The address of the surety company to which any March 29,2022 notice of claim should be sent may be obtained Performance Bond 00 61 13-1 E13050 Choke Canyon Dam Infrastructure Improvements 7-8-2014 ooc"S|gnEnvelope ID:o0n6noor-7ss8-42s8+o4u-42AO3c81Ucr1 (Dote of Bond cannot be earlier than Award Dote from the Texas Dept. of Insurance by calling the of the Contract) following toll-free number:1-800-252-3439 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 fullforce 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. Signatur Signature: Name: Tina McEwan Title: P/Ze-IS Title: Attorney-i n-fact Email Address: :L016,91-L) Email Address: tina.mcewan@aon.com co o-) (A t tach Power of A ttorney and place surety seal belo w) END OF SECTION Performance Bond 006113-2 E13OSOChoke Canyon Dam Infrastructure Improvements 7-8-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 00 61 16 PAYMENT BOND BOND NO. K40416754 Contractor as Principal Surety Name: H&S Constructors Inc Name: FEDERAL INSURANCE COMPANY Mailing address(principal place of business): Mailing address(principal place of business): 202B HALL'S MILL ROAD, WHITEHOUSE STATION,NJ 08889 USA 1702 Valero Way Corpus Christi,TX 78409 Physical address(principal place of business): 202E HALL'S MILL ROAD, WHITEHOSUE STATION,NJ 08889 USA Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Contracts and Procurement Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: INDIANA Corpus Christi,Texas 78401 By submitting this Bond,Surety arms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): E13050 Choke Canyon Dam Infrastructure (215)640-1000 Improvements Telephone(for notice of claim): (215)640-1000 Local Agent for Surety Aon Houston Surety Name: Roger Smiddy Award Date of the Contract: March 22,2022 Address: 5555 San Felipe, Contract Price: $5,534,035.00 #1500,Houston, TX 77056 Telephone: 832-799-2516(mobile) Band Email Address: roger.smiddy@aon.com Date of Bond: March 29,2022 The address of the surety company to which any notice of claim should be sent may be obtained Payment Bond Form 00 61 16-1 E13050 Choke Canyon Dam Infrastructure Improvements 7-8-2014 oo"uSignEnvelope ID:000nCner-7oEa-4cEe+\o4o-4zaoocn1nc71 (Dote of Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the of Contract) following toll-free number.-1-800-252-3439 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 inc" a Surety FEDERAL INSURANCJ", ("'OMI)ANY Signature: Signature: --------------- Title: Title: Attorney-n-fact Email Address: tina.mcewan@aon.corn (Attoch Power of Attorney and place surety seal below) END QFSECTION Payment Bond Form 006116'2 E13U50Choke Canyon Dam Infrastructure Improvements 7-8-2014 DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Power of Attorney Federal Insurance Company I Vigilant finsurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Kama All by"I'liese Presents,that FEDERAL INSURANCE COMPANY,an I nd jarm c orporation,VIG I LAN'r INSURANCE COM PANY,are New Yo r k ro rporation,PACIFIC;INDEMNITY COMPANY,a Wisronsin mipiii codon,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY Commonwealffi of fleansyfvmfia, Don E.Cornell,Sophinie Hunter,Tina McEwan, Robbi Morales, Mikaela Peppers,Tonfe Petranek, Ricardo 1. Reyna, ,Joshua Saunders and Kelly A.Westbrook of Dallas,Texas;Steven Dwain Brockinton of Little Rock,Arkansas------------------------------------------------------ each rkansas------------------------------------------------------ each astheir Irocand lawful Attorney-in Tact to exeniteunder sin h df' ignation In theirmune sand to at fix I heir corporare Seats toand Oicirbehat assurmy thereon Car otherwise,hon&;aIld undertaklngs and other wrhings obligatory ill the nature thereof(other than Infil bonds)given or executed in the course of business,and any instrunlents aructiding oraltering the same,and consents to the modification or alteration of ally Instrument reterred to Ill said bollds ol.obligillions. In Witness Whereof%fill FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each vlo.q.oted mul attested dad se joesents and affixed the it iwak on this 41h day,of February,2022. 6\1 IaAG� -,A—t, ... ...... .............. ............ .. ........... ——---- .............. ............ Al W L STATE OF Nb"W JERSFY County of Hunterdon Y� Oil tb0s400(hiy of February,2(122 Bbefore ine,a Notary PlthhC car New jej-seyr,pltj-sooijjjy Cijtjle b;ovil M (Alloros and Stvphell M.lLiney,to we known to be Assistant Sim-ormy and Vicc, President,respectw(ly,of FFDERAI,INSURANCF COMPANY,VIGH ANT'INSURANCF'COMPANY,PA(AFIC INDEWNITY COMPANY,WESTCHSTER Flkf'HNSURANCE'COMPANYand AC H' ANIBICAN INSURANCF COMPANY,the cmnjnmk�s which em°uovd the foregoing Power or Attorney,and the said Dawn M,Chloros amd StqAwn W Kinky,being by rne duly sworn, Severally and cach for hearse and hinkself did depose and say that they are Assistant Secretary and Vice President,respectively,of 1qq)HRAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INI)EMNITY COMPANY,WHS I'CHESTIiH,FIRE INSURANCE COMPANY and ACLS AMERICAN INSURANCE COMPANY and know the corporate scrubs thereof,that the seals affixed to the foregoing flower of Attorlivy are such col ponlie Soots and Were thereto of by authority of said Companies;and that lhoh,siplatures as such ofticers were duty affixed and subscribed by,like authority. Notarial Sc al KATHEF41NC J.ADELAAR NOTARY PUSLIC OF NEW JERSEY No 2316685 COMMI&Mon VxPnes July le,2024 CERTIFICA'HON Resolutions adopted by the Boards of Pirectors of FEDERAL INSURANCE COMPANY,VIGILANT MSURANCF COMPANY,and PACIFIC INDHMNITY COMPANY on Augusf 30,2016; %NIF"STCHE'STH PHU`INSURANCE'COMPANY on LIeceniber 11,2006;and ACHAW-AOCAN INSURAN(A'.COMPANY on fi/�wch 20,Z(M9: "US01 Vt;D,lho oic tolkilving relate,nr the ex,tulion,foi and On hehal(,d the C44 apt of bcoid,,und,!ltakings Iviignlzavocs,co"Vtits and o0wr vio atell<on""wnvas 0 the Gmtlpmy on,ned nitn m the o0twirymmso o buralcsr, cach alflnuco Ccnsnliulwrn"J: (1) 1a6d1 fif in(,Channuin,in, Fl eldent and ill,,Vlie Presidents or Ou,Company k lervhy aqldmrized w execute any V,pniten Coninotment iriraitd on behalf'ot the:Compavy,ioidv,the seal o1'the Company ol nolk;rmso. (2) Lididulyippointod attorneydn-&tct(A the Coolpany is livre!)y authoi dzvd to exc,cute any%VHUVo Oninliftnieril,161 mtid on lich,flk offliticon4mro,node rt1w.seal M OwConipany orodrem1w, to ffie exteat tha sudl 3,11(in is autlionzed bytjw grant of powors provided km do such persoil'i,,mUen atuijney.m-t,Ict (3 P Fadi ofoue U1 if rma ri,ohPresidoit and the Vic v P i esidenB of the C1,mlLoly is hoid')aw Ilm lead,fin and on b,q)a I r¢f I he Cnin p ry,in a prp5ni int m wriunp, my person the amn nvy.in- ia,l of die ecnil Pa E xy r1v I i i I l I I po%eer arld alit f I In"i Ly to vu cuw,B,jr a P id m ht hh'of thiv Com p,,i ty,u ii,lQr the se,a:of�t[vCm)I p,u[y or m h elv,I so,sudi wrimm C"in m i wie nt s of t he C up"Iny ,ts may ICI such.1 ftivn Ipp YX m rnvm,wle ch vPcqi cit kin n b iy bi,by pen'..ral ty p"oil,[a,i C,N tVi 9u o n Cmn 1 n I unew s or by I)c,i t4,Oi,,m oto o i ie o I myry I,arti,tif ar wed 4ten Cronnninw1us (4) Fach lif till". Chile man, (Ile Ilroh(41lt and the vm. Vresolenu; (if thv Cowpony is for cold oil behalf of thi,Compny,to deligaw in V,raing to air),othei off air of dit, a the Comporly,ender the Company's scol or ndun.wkv,sm-h may he by genvr,fl ty1wor i:Lissoi lVlitwn Conlibiftnivilts or t)v!;IW,i[k:akioll,)I,Iltc,,uaidump,irLKINIIWrittefr(:e,aiwieiVLtTleNltr, (5) pc,',u,lmwthis Re"obution"'Ind ph,"v"4fl afftedby delvgcolon, HIR111HR M,"S01,VF',D, that the fwepoig kosohiunn shal[ not 'M(l'olbehalloftliv C,olllrpr,146y,olid,slab 1Yu�olol tent ih,alN Tint ulna NY.or nada,rae�l;c,atTert th¢"coot c'r^aa oC arty srs t9w prat.y,.zn�sett W14io�Nty otkro^rwl�,r v,aMicldv p„r Err C+cel ear n es LccB.” 1,Dawn M.Chloros,Assistant Secretary of FE.I)HRAL INSORANCH'COMPANY,VNJI,ANT INSIJRANCF COMPANY,PACIFIC INI)ENINITY COMPANY,WHSTCHES'yj:ji J^IJZH INSURANCE COMPANY and ACF AMERICAN INSUkANCF COMPANY(the"Companies")do her(A)y certify that (i) the foregoing kesohitions adopted by the Bom dof Directors of the Companws are Inn%corred and Hn hill fm-co and offect, (IV) liw forogoing llmver ol Attorney is true,Correct "Id du full for(e and offect, 'h& GiV(11 Urdrt MY IMHd"lod SK&erg%aid Clonipannesat WhOvhcoviv Slaron,Nl,flik `2d kivn Y1 hl(q"dAvqmv 14",Iojri IN fIIF FVFNI Y(.)il WIMIl'O VFRIFY'rJif:AVMS Ht 01:1111S BONI)OR NM'IFY 11SOF ANY 01'NI(RMAP 7F1i,111A,,ApLCONI'ACT IN Xr: MIr3Hax ,�9024�, Coftined FED-VIG-til W" [C-ANC(rev 11-19� DocuSign Envelope ID:06B6C387-79E8-42E8-AD4B-42A032610271 Policyholder Information Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacibn o para someter una queja: You may call Chubb's toll-free telephone number Usted puede llamar al numero de telefono gratis for information or to make a complaint at de Chubb's para informacibn o para someter una queja al 1-800-36-CHUBB 1-800-36-CHUBB You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacibn acerca coverages, rights or complaints at de companias, coberturas, derechos o quejas al 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 FAX # (512) 475-1771 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contact the agent first. reciamo, debe comunicarse con el agente primero. If the dispute is not resolved, you may contact the Si no se resueve la disputa, puede entonces Texas Department of Insurance. comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso es solo para prop6sito de informacibn y become a part or condition of the attached no se convierte en parte o condici6n del documento document. adjunto. Form 99-10-0299(Rev. 1-08)