Loading...
HomeMy WebLinkAboutC2022-077 - 3/29/2022 - Approved CONTRACT DOCUMENTS FOR CONSTRUCTION OF Whitecap Improvements,,WWTP Project No. 18087A vv � � wwwwwww Lockwood, Andrews & Newnam, Inc 500 N. Shoreline Blvd., Suite 905, Corpus Christi, TX 78401 OF I q �` MM MARK qMa M MMMM pr,ro MbMH9w w.w awsmwd ww ,w JENSEN � �^�zkm MiMif�ili w axw SMA w f 2 M M" M �* VN �m Record Drawing# STL 232 114 f`U 000100 TABLE OF CONTENTS Division Title Section Division 00 Procurement and Contracting Requirements 007300 Su (Rev8-2019) Division 01 General Requirements 014000 Special Inspections 017000 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation and Backfill for Utilities 022021 Control of Groundwater 02 2022 Trench Safety for Excavations 022040 Street Excavation 022100 Select Material 022420 Silt Fence 025205 Pavement Repair, Curb, Gutter, Sidewalk, and Driveway Replacement 025210 Lime Stabilization 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils, and Emulsions 025412 Prime Coat 025424 Hot Mix Asphalt Concrete Pavement Addendum]-Table ofContents 000100- 1 VVhiteoapVVVVTP Improvements(Project No. 18087A) Rev 06/2021 Division/ Title Section 02 56 10 Concrete Curb and Gutter 02 56 12 Concrete Sidewalks and Driveways 02 56 20 Portland Cement Concrete Pavement 02 62 01 Waterline Riser Assemblies 02 62 02 Hydrostatic Testing of Pressure Systems 02 62 04 PVC Pipe—Pressure Pipe for Wastewater Force Mains, Irrigation Systems, and Water Transmission Lines—ASTM D2241 02 62 06 Ductile Iron Pipe and Fittings 02 62 10 PVC Pipe—AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains 02 62 14 Grouting Abandoned Utility Lines 02 64 02 Waterlines 02 64 04 Water Service Lines 02 64 09 Tapping Sleeves and Tapping Valves 02 64 11 Gate Valves for Waterlines 02 64 16 Fire Hydrants 02 72 00 Control of Wastewater Flows 02 72 02 Manholes 02 72 03 Vacuum Testing of Wastewater Manhole and Structures 02 72 05 Fiberglass Manholes 02 76 02 Gravity Wastewater Lines 02 76 04 Disposal of Waste from Wastewater Cleaning Operations 02 76 06 Wastewater Service Lines 02 76 11 Cleaning and Televised Inspection of Conduits 02 80 20 Seeding 02 80 40 Sodding 03 00 20 Portland Cement Concrete 03 20 20 Reinforcing Steel 03 80 00 Concrete Structures 05 02 00 Welding 05 54 20 Frames, Grates, Rings, and Covers Part T Technical Specifications 02 54 10 Leakage Testing of Hydraulic Structures 03 01 30 Structural Concrete Repairs Addendum 3-Table of Contents 000100-2 Whitecap WWTP Improvements(Project No. 18087A) Rev 06/2021 Division/ Title Section 03 11 00 Concrete Formwork 03 20 00 Concrete Reinforcement 03 25 00 Concrete Joints and Embedded Items 03 31 00 Structural Concrete 03 34 50 Concrete Finishing 03 60 00 Structural Grout 03 60 50 Bonded Concrete Topping and Fill 05 12 00 Structural Steel Framing 05 50 00 Miscellaneous Metals 05 51 00 Prefabricated Metal Stairs and Access Platforms 05 52 00 Aluminum Handrail and Railing 06 63 20 Glass Fiber Reinforced Plastic Grating 09 96 00 High Performance Coatings 11 28 10 Weirs and Baffles 13 12 10 Pre-Engineered Metal Buildings 15 05 00 Mechanical General Provisions 15 06 00 Equipment Bases and Supports 15 07 10 Wastewater Piping 15 07 50 Mechanical Identification 15 09 40 Supports and Hangers 15 10 50 Pipe and pipe Fittings—General 15 13 80 Electric Valve Actuators 15 13 90 Wastewater Valves 15 14 00 Domestic Water Piping Systems 15 44 20 Drains, Hydrants, and Cleanouts 22 13 30 Submersible Pumps 26 05 00 Common Work Results for Electrical 26 05 19 Low-Voltage Electrical Power Conductors and Cables 26 05 19.01 Wire Connections and Devices 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Addendum 3-Table of Contents 000100-3 Whitecap WWTP Improvements(Project No. 18087A) Rev 06/2021 Division/ Title Section 26 05 53 Identification for Electrical Systems 26 22 00 Low-Voltage Transformers 26 24 16 Panelboards 26 27 26 Wiring Devices 26 28 13 Fuses 26 28 16 Enclosed Switches and Circuit Breakers 26 29 23 VFDs for 480V Motors less than 100 HP 26 41 13 Lightning Protection for Structures 26 50 00 Lighting 26 64 19 Motor Control Centers 31 23 10 Structural Excavation, Fill, and Backfill 40 05 50 Fabricated Gates 40 20 19 Non-potable Water Booster System 40 22 13.19 Gantry Crane 40 60 00 Instrumentation and Control General Provisions 40 63 00 Control System Operation 40 70 00 Instruments 40 80 00 Commissioning of Process Systems 40 90 00 Vendor Control Panels 40 94 43 Programmable Logic Controllers 43 11 17 Aeration Blower 46 20 20 Continuous Cleaning Mechanical Bar Screen 46 20 21 Screenings Compactor-Washer 46 23 02 Vortex Grit Pump 46 23 23 Induced Vortex Grit Unit 46 23 63 Grit Concentrating and Dewatering 46 43 21 Circular Clarifier Equipment CL-401 46 43 21 Circular Clarifier Equipment CL-402 46 51 17 Jet Aerator 46 51 64 Aeration Diffuser Systems 46 73 20 Floating Supernatant Decanter 46 76 28 Volute Dewatering Press Appendix Title Addendum 3-Table of Contents 000100-4 Whitecap WWTP Improvements(Project No. 18087A) Rev 06/2021 Division/ Title Section Appendix Title 1 Geotechnical Report (Rock Engineering &Testing Laboratory, Inc. - May 18, 2021) 1A Geotechnical Report Addendum No 1 2 Alternate Cut Sheets END OF SECTION Addendum 3-Table of Contents Whitecap WWTP Improvements(Project No. 18087A) 000100-5 100%Submittal Rev 06/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 0 °b�nnwo�Ay"v 1852 00 52 23 AGREEMENT This Agreement,for the Project awarded on March 29,2022,is between the City of Corpus Christi(Owner) and CSA Construction, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Whitecap Wastewater Treatment Plant Improvements Project#-18087A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Lockwood, Andrews & Newnam, Inc. (LAN) 500 North Shoreline Blvd, Suite 905 Corpus Christi,Texas 78401 MAjensen@LAN-INC.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,Texas 78411 retty ccteas.co ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 550 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed Agreement 005223-1 Whitecap WWTP Improvements—18087A Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 580 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. 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 $1000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $1000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 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. Agreement 005223-2 Whitecap WWTP Improvements—18087A Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Total Base Bid Price 12,090,000.00 Total Base Bid+Alternates 12,284,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 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, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. Agreement 005223-3 Whitecap WWTP Improvements—18087A Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Agreement 005223-4 Whitecap WWTP Improvements—18087A Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement 005223-5 Whitecap WWTP Improvements—18087A Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEU CITY OF COdtPUS CHRISTI .Signed by DocuSigne by: 4/28/2022 4/26/2022 1.9 LZn €aE-68FF44G&F4,�u^... Rebecca Huerta Jeff Edmonds, P.E. City Secretary Director of Engineering Services M2022-044 AUTHORIZED 3-29-2022 APPROVED AS TO LEGAL FORM: BY COUNCIL iDocuSigned by: Heay" 4/25/2022 RH/SB eEeac^._. Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR CSA CO stT" 0&vegNc. L!t L-, 4/15/2022 (Seal Below) By: 4°n Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 2314 McAllister Road Financial Officer Address Houston TX 77092 City State Zip (713) 686-8868 Phone Fax rmayfield@csaconstruction.com EMail END OF SECTION Agreement 005223-6 Whitecap WWTP Improvements—18087A Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E WASTEWATER CONSENT DECREE Special Conditions Special Project procedures are required from the CONTRACTOR as specified herein. The CONTRACTOR shall implement and maintain these procedures at the appropriate time, prior to and during performance of the work. The following special conditions and requirements shall apply to the Project: I. Consent Decree Notice Provision — The City of Corpus Christi ("City"), the United States of America and the State of Texas have entered into a Consent Decree in Civil Action No. 2:20-cv-00235, United States of America and State of Texas v. City of Corpus Christi in the United States District Court for the Southern District of Texas, Corpus Christi Division (the "Consent Decree"). A copy of the Consent Decree is available at ht ps://www-c n.cctexas.co /sites/default/files/CC-Consent® ecree.p f By signature of the Contract, CONTRACTOR acknowledges receipt of the Consent Decree. II. Performance of work. CONTRACTOR agrees that any work under this Contract is conditioned upon CONTRACTOR's performance of the Work in conformity with the terms of the Consent Decree. All Work shall be performed in accordance with the Design Criteria for Wastewater Systems under Title 30 Chapter 217 of the Texas Administrative Code, 30 Tex. Admin. Code Ch. 217, and using sound engineering practices to ensure that construction, management, operation and maintenance of the Sewer Collection System complies with the Clean Water Act. Work performed pursuant to this contract is work that the City is required to perform pursuant to the terms of the Consent Decree. In the event of any conflict between the terms and provisions of this Consent Decree and any other terms and provisions of this Contract or the Contract Documents, the terms and provisions of this Consent Decree shall prevail. III. Retention of documents — CONTRACTOR shall retain and preserve all non- identical copies of all documents, reports, research, analytical or other data, records or other information of any kind or character (including documents, records, or other information in electronic form) in its or its sub-contractors' or agents' possession or control, or that come into its or its sub-contractors' or agents' possession or control, and that relate in any manner to this contract, or the performance of any work described in this contract (the "Information"). This retention requirement shall apply regardless of DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E any contrary city, corporate or institutional policy or procedure. CONTRACTOR, CONTRACTOR's sub-contractors and agents shall retain and shall not destroy any of the Information until five years after the termination of the Consent Decree and with prior written authorization from the City Attorney. CONTRACTOR shall provide the City with copies of any documents, reports, analytical data, or other information required to be maintained at any time upon request from the City. IV. Liability for stipulated penalties — Article IX of the Consent Decree provides that the United States of America, the United States Environmental Protection Agency and the State of Texas may assess stipulated penalties including interest against the City upon the occurrence of certain events. To the extent that CONTRACTOR or CONTRACTOR's agents or sub-contractors cause or contribute to, in whole or in part, the assessment of any stipulated penalty against the City, CONTRACTOR agrees that it shall pay to City the full amount of any stipulated penalty assessed against and paid by City that is caused or contributed to in whole or in part by any action, failure to act, or failure to act within the time required by any provision of this contract. CONTRACTOR shall also pay to City all costs, attorney fees, expert witness fees and all other fees and expenses incurred by City in connection with the assessment or payment of any such stipulated penalties, or in contesting the assessment or payment of any such stipulated penalties. In addition to any and all other remedies to which City may be entitled at law or in equity, CONTRACTOR expressly authorizes City to withhold all amounts assessed and paid as stipulated penalties, and all associated costs, fees, or expenses from any amount unpaid to CONTRACTOR under the terms of this contract, or from any retainage provided in the contract. DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ✓ements Report Created On:2/23/22 8:17:43 PM BID TOTALS BASE BID Total General $554,000.00 Bar Screen Facility $1,000,000.00 Influent Lift Station $1,500,000.00 Grit Removal System $2,836,000.00 Aeration System Improvements $1,600,000.00 Secondary Clarifiers and Sludge Pumping Imps $2,100,000.00 Aerobic Digester Improvements $1,400,000.00 Solids Handling Improvements $1,100,000.00 Total $12,090,000.00 ALTERNATE 1 Total Alternate 1 $194,000.00 Total $194,000.00 ALTERNATE 2 Total Alternate 2 $300,000.00 Total $300,000.00 ALTERNATE 3 Total Alternate 3 $562,000.00 Total $562,000.00 ALTERNATE 4 Total Alternate 4 $72,000.00 Total $72,000.00 ALTERNATE 5 Total Alternate 5 ($225,000.00) Total ($225,000.00) BASE BID LINE G2 Total DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ✓ements Report Created On:2/23/22 8:17:43 PM Aerobic Digester Improvements $1,200.00 Total $1,200.00 BASE BID G3 Total Aerobic Digester Improvements $300.00 Total $300.00 General No. Description Unit Qty Unit Price Ext Price Al MOBILIZATION(MAX. 5%) LS 1 $300,000.00 $300,000.00 A2 BONDS&INSURANCE(MAX. 2%) AL 1 $80,000.00 $80,000.00 A3 SLUICE/SLIDE GATE ALLOWANCE AL 1 $165,000.00 $165,000.00 A4 ASBESTOS SURVEYS OF BAR SCREEN AL 1 $2,000.00 $2,000.00 AND SOLIDS HANDLING BUILDINGS A5 BUILDING PERMIT AL 1 $2,000.00 $2,000.00 A6 STORMWATER POLLUTION PREVENTION LS 1 $5,000.00 $5,000.00 PLAN(SWPPP) Subtotal:$554,000.00 Bar Screen Facility No. Description Unit Qty Unit Price Ext Price B1 BAR SCREEN FACILITY IMPROVEMENTS LS 1 $1,000,000.00 $1,000,000.00 Subtotal: $1,000,000.00 Influent Lift Station No. Description Unit Qty Unit Price Ext Price C1 INFLUENT PUMP STATION LS 1 $1,500,000.00 $1,500,000.00 IMPROVEMENTS Subtotal: $1,500,000.00 Grit Removal System No. Description Unit Qty Unit Price Ext Price D1 GRIT REMOVAL SYSTEM LS 1 $2,836,000.00 $2,836,000.00 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ✓ements Report Created On:2/23/22 8:17:43 PM Subtotal: $2,836,000.00 Aeration System Improvements No. Description Unit Qty Unit Price Ext Price E1 AERATION SYSTEM IMPROVEMENTS LS 1 $1,600,000.00 $1,600,000.00 Subtotal: $1,600,000.00 Secondary Clarifiers and Sludge Pumping Imps No. Description Unit Qty Unit Price Ext Price F1 SECONDARY CLARIFIERSAND SLUDGE LS 1 $2,100,000.00 $2,100,000.00 PUMPING IMPROVEMENTS Subtotal: $2,100,000.00 Aerobic Digester Improvements No. Description Unit Qty Unit Price Ext Price G1 AEROBIC DIGESTER IMPROVEMENTS LS 1 $1,400,000.00 $1,400,000.00 Subtotal: $1,400,000.00 Solids Handling Improvements No. Description Unit Qty Unit Price Ext Price H1 SOLIDS HANDLING BUILDING LS 1 $1,100,000.00 $1,100,000.00 IMPROVEMENTS Subtotal: $1,100,000.00 Alternate 1 No. Description Unit Qty Unit Price Ext Price Al REMOVAL AND REPLACEMENT OF NON- LS 1 $194,000.00 $194,000.00 POTABLE WATER SYSTEM PUMP STATION,COMPLETE IN PLACE INCLUDING ELECTRICAL AND CONTROLS Subtotal:$194,000.00 Alternate 2 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ✓ements Report Created On:2/23/22 8:17:43 PM No. Description Unit Qty Unit Price Ext Price A2 PRE-ENGINEERED METAL CANOPY, LS 1 $300,000.00 $300,000.00 COMPLETE-IN-PLACE INCLUDING LIGHTING AND BOLTED REMOVABLE COVER Subtotal:$300,000.00 Alternate 3 No. Description Unit Qty Unit Price Ext Price A3 REFURBISH EXISTING BELT FILTER PRESS LS 1 $562,000.00 $562,000.00 Subtotal:$562,000.00 Alternate 4 No. Description Unit Qty Unit Price Ext Price A4 REDUN DENT CHEMICAL FEED SYSTEM LS 1 $72,000.00 $72,000.00 Subtotal: $72,000.00 Alternate 5 No. Description Unit Qty Unit Price Ext Price A5 DEDUCTION ADDITION FOR USING HDG LS 1 ($225,000.00) ($225,000.00) STEEL INSTEAD OF 316 SS FOR THE CLARIFIER 401 AND 402 RAKES Subtotal:($225,000.00) Aerobic Digester Improvements No. Description Unit Qty Unit Price Ext Price G2 CONCRETE- REPAIR DELAMINATION CF 1 $1,200.00 $1,200.00 AND SPALLING(SEE NOTES 1,2 IN BID FORM) Subtotal: $1,200.00 Aerobic Digester Improvements DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ✓ements Report Created On:2/23/22 8:17:43 PM No. Description Unit Qty Unit Price Ext Price G3 CONCRETE- REPAIR CRACKING(SEE LF 1 $300.00 $300.00 NOTES 1,2 IN BID FORM) Subtotal: $300.00 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ✓ements Report Created On:2/23/22 8:17:43 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE RFB 4022 Addendum 1 Correction 02/23/2022 14:59:39 PM RFB 4022 Addendum 2 02/23/2022 14:59:40 PM RFB 4022 Addendum 3 Correction 02/23/2022 14:59:41 PM DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ✓ements Report Created On:2/23/22 8:17:43 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Invitation To Bid RFB 4022 Specifications 1/17/22 8:15:27 AM Plans 4022 Drawings 1/18/22 9:56:53 AM Addenda RFB 4022 Addendum 1 Correction 2/3/22 11:34:05 AM Addenda RFB 4022 Addendum 2 2/3/22 3:13:32 PM Addenda RFB 4022 Addendum 3 Correction 2/16/22 8:35:02 AM DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 00 3001 BID FORM ._. _...... . . __..._..........._....._._.._______ _._...._....__........._.__._ ._ _ ...,.,.._...._._ PWhitecap WW`rP roject Improvements Project Number: Owner: City of Corpus Christi OAR: Brett Van Hazel(City of Corpus Christi) ... &N nam,Inc.(LAN) Lo.ck_v"_o�o;dm,_A_.n__dr—ews. ........_...................... �,,,,...... .._..,,.......... ..... IVN#p signature below,Bidder accepts all of the terms and conditions of the Bid s I II I' , t Is ,to, enter Into a,Contract ® I r r I' price. r- ftConstruction Inc® o/llegal re e of Bidder) – �. n ­" ; a«• �A„ $� ur •N� Asignoture of person with authority to bind the Bidder) Name: Richard Mayfield (printedname of person signing the aid Form) tle: President (title of person signing the Bid Form) Attest: "" si n t �eor a Arai Se�°eta N State of Residency: Texas Federal Tx ID No: 74-2041560 Address for ties: 2314 McAllister Road HoustonTexas77092 Phone: 71 6 mail: bidmail@csaconstruction.co Bid Form 00 30 01-1 Whitecap WWTP Improvements–18087A Rev 8/2019 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology.....................................................................................................10 1.01 Defined Terms.............................................................................................................................10 1.02 Terminology................................................................................................................................15 Article 2—Preliminary Matters...................................................................................................................16 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................16 2.02 Copies of Documents..................................................................................................................16 2.03 Project Management System......................................................................................................16 2.04 Before Starting Construction ......................................................................................................17 2.05 Preconstruction Conference; Designation of Authorized Representatives................................17 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................17 3.01 Intent...........................................................................................................................................17 3.02 Reference Standards...................................................................................................................18 3.03 Reporting and Resolving Discrepancies......................................................................................19 3.04 Interpretation of the Contract Documents.................................................................................20 3.05 Reuse of Documents...................................................................................................................20 Article 4—Commencement and Progress of the Work..............................................................................20 4.01 Commencement of Contract Times; Notice to Proceed.............................................................20 4.02 Starting the Work........................................................................................................................20 4.03 Progress Schedule.......................................................................................................................21 4.04 Delays in Contractor's Progress..................................................................................................21 Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................22 5.01 Availability of Lands....................................................................................................................22 5.02 Use of Site and Other Areas........................................................................................................22 5.03 Subsurface and Physical Conditions............................................................................................23 5.04 Differing Subsurface or Physical Conditions...............................................................................24 5.05 Underground Facilities................................................................................................................25 5.06 Hazardous Environmental Conditions at Site.............................................................................26 Article 6—Bonds and Insurance .................................................................................................................28 6.01 Performance, Payment, and Other Bonds..................................................................................28 General Conditions 007200- 1 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6.02 Licensed Sureties ........................................................................................................................29 6.03 Required Minimum Insurance Coverage....................................................................................29 6.04 General Insurance Provisions......................................................................................................29 6.05 Contractor's Insurance................................................................................................................30 6.06 Property Insurance......................................................................................................................33 6.07 Waiver of Rights..........................................................................................................................34 6.08 Owner's Insurance for Project....................................................................................................34 6.09 Acceptable Evidence of Insurance..............................................................................................35 6.10 Certificate of Insurance...............................................................................................................35 6.11 Insurance Policies........................................................................................................................35 6.12 Continuing Evidence of Coverage...............................................................................................35 6.13 Notices Regarding Insurance ......................................................................................................35 6.14 Texas Workers' Compensation Insurance Required Notice .......................................................36 Article 7-Contractor's Responsibilities.....................................................................................................38 7.01 Supervision and Superintendence..............................................................................................38 7.02 Labor; Working Hours.................................................................................................................38 7.03 Services, Materials, and Equipment ...........................................................................................39 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................39 7.05 Patent Fees and Royalties...........................................................................................................40 7.06 Permits........................................................................................................................................41 7.07 Taxes...........................................................................................................................................41 7.08 Laws and Regulations..................................................................................................................41 7.09 Safety and Protection .................................................................................................................42 7.10 Safety Representative.................................................................................................................43 7.11 Hazard Communication Programs..............................................................................................43 7.12 Emergencies................................................................................................................................43 7.13 Contractor's General Warranty and Guarantee .........................................................................43 7.14 INDEMNIFICATION......................................................................................................................44 7.15 Delegation of Professional Design Services................................................................................45 Article 8-Other Work at the Site...............................................................................................................46 8.01 Other Work.................................................................................................................................46 8.02 Coordination...............................................................................................................................47 8.03 Legal Relationships......................................................................................................................47 General Conditions 007200-2 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Article 9—Owner's and OPT's Responsibilities...........................................................................................48 9.01 Communications to Contractor ..................................................................................................48 9.02 Replacement of Owner's Project Team Members......................................................................48 9.03 Furnish Data................................................................................................................................48 9.04 Pay When Due.............................................................................................................................48 9.05 Lands and Easements; Reports and Tests...................................................................................48 9.06 Insurance.....................................................................................................................................48 9.07 Modifications..............................................................................................................................48 9.08 Inspections,Tests, and Approvals...............................................................................................48 9.09 Limitations on OPT's Responsibilities .........................................................................................48 9.10 Undisclosed Hazardous Environmental Condition......................................................................49 9.11 Compliance with Safety Program................................................................................................49 Article 10—OAR's and Designer's Status During Construction ..................................................................49 10.01 Owner's Representative..........................................................................................................49 10.02 Visits to Site.............................................................................................................................49 10.03 Resident Project Representatives...........................................................................................49 10.04 Rejecting Defective Work........................................................................................................49 10.05 Shop Drawings, Modifications and Payments.........................................................................50 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................50 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................50 Article 11—Amending the Contract Documents; Changes in the Work ....................................................50 11.01 Amending and Supplementing the Contract Documents.......................................................50 11.02 Owner-Authorized Changes in the Work................................................................................51 11.03 Unauthorized Changes in the Work........................................................................................51 11.04 Change of Contract Price ........................................................................................................52 11.05 Change of Contract Times.......................................................................................................52 11.06 Change Proposals....................................................................................................................52 11.07 Execution of Change Orders ...................................................................................................53 11.08 Notice to Surety......................................................................................................................54 Article 12—Change Management ..............................................................................................................54 12.01 Requests for Change Proposal................................................................................................54 12.02 Change Proposals....................................................................................................................54 12.03 Designer Will Evaluate Request for Modification...................................................................55 General Conditions 007200-3 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 12.04 Substitutions...........................................................................................................................55 Article13—Claims.......................................................................................................................................56 13.01 Claims......................................................................................................................................56 13.02 Claims Process.........................................................................................................................57 Article 14—Prevailing Wage Rate Requirements.......................................................................................58 14.01 Payment of Prevailing Wage Rates.........................................................................................58 14.02 Records....................................................................................................................................58 14.03 Liability; Penalty; Criminal Offense.........................................................................................59 14.04 Prevailing Wage Rates.............................................................................................................59 Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................59 15.01 Cost of the Work.....................................................................................................................59 15.02 Allowances..............................................................................................................................63 15.03 Unit Price Work.......................................................................................................................63 15.04 Contingencies..........................................................................................................................64 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................65 16.01 Access to Work........................................................................................................................65 16.02 Tests, Inspections and Approvals............................................................................................65 16.03 Defective Work.......................................................................................................................65 16.04 Acceptance of Defective Work................................................................................................66 16.05 Uncovering Work....................................................................................................................66 16.06 Owner May Stop the Work.....................................................................................................67 16.07 Owner May Correct Defective Work.......................................................................................67 Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period........................................67 17.01 Progress Payments..................................................................................................................67 17.02 Application for Payment.........................................................................................................69 17.03 Schedule of Values..................................................................................................................71 17.04 Schedule of Anticipated Payments and Earned Value............................................................72 17.05 Basis for Payments..................................................................................................................73 17.06 Payment for Stored Materials and Equipment.......................................................................73 17.07 Retainage and Set-Offs...........................................................................................................74 17.08 Procedures for Submitting an Application for Payment.........................................................74 17.09 Responsibility of Owner's Authorized Representative...........................................................75 17.10 Contractor's Warranty of Title................................................................................................76 General Conditions 007200-4 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 17.11 Substantial Completion...........................................................................................................76 17.12 Partial Utilization.....................................................................................................................77 17.13 Final Inspection.......................................................................................................................77 17.14 Final Application for Payment.................................................................................................77 17.15 Final Payment..........................................................................................................................78 17.16 Waiver of Claims.....................................................................................................................78 17.17 Correction Period....................................................................................................................78 Article 18-Suspension of Work and Termination.....................................................................................79 18.01 Owner May Suspend Work.....................................................................................................79 18.02 Owner May Terminate for Cause............................................................................................79 18.03 Owner May Terminate For Convenience................................................................................80 Article 19-Project Management...............................................................................................................81 19.01 Work Included.........................................................................................................................81 19.02 Quality Assurance ...................................................................................................................81 19.03 Document Submittal...............................................................................................................81 19.04 Required Permits ....................................................................................................................81 19.05 Safety Requirements...............................................................................................................82 19.06 Access to the Site....................................................................................................................82 19.07 Contractor's Use of Site..........................................................................................................82 19.08 Protection of Existing Structures and Utilities........................................................................83 19.09 Pre-Construction Exploratory Excavations..............................................................................83 19.10 Disruption of Services/Continued Operations........................................................................84 19.11 Field Measurements ...............................................................................................................84 19.12 Reference Data and Control Points.........................................................................................84 19.13 Delivery and Storage...............................................................................................................85 19.14 Cleaning During Construction.................................................................................................86 19.15 Maintenance of Roads, Driveways, and Access......................................................................86 19.16 Area Access and Traffic Control..............................................................................................87 19.17 Overhead Electrical Wires.......................................................................................................87 19.18 Blasting....................................................................................................................................87 19.19 Archeological Requirements...................................................................................................87 19.20 Endangered Species Resources...............................................................................................88 19.21 Cooperation with Public Agencies..........................................................................................88 General Conditions 007200-5 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Article 20—Project Coordination................................................................................................................88 20.01 Work Included.........................................................................................................................88 20.02 Document Submittal...............................................................................................................88 20.03 Communication During Project...............................................................................................89 20.04 Project Meetings.....................................................................................................................89 20.05 Requests for Information........................................................................................................91 20.06 Decision and Action Item Log..................................................................................................91 20.07 Notification By Contractor......................................................................................................92 20.08 Record Documents..................................................................................................................92 Article 21—Quality Management...............................................................................................................94 21.01 Contractor's Responsibilities ..................................................................................................94 21.02 Quality Management Activities by OPT..................................................................................95 21.03 Contractor's Use of OPT's Test Reports..................................................................................96 21.04 Documentation.......................................................................................................................96 21.05 Standards ................................................................................................................................97 21.06 Delivery and Storage...............................................................................................................97 21.07 Verification Testing for Corrected Defects..............................................................................97 21.08 Test Reports............................................................................................................................97 21.09 Defective Work.......................................................................................................................98 21.10 Limitation of Authority of Testing Laboratory........................................................................98 21.11 Quality Control Plan................................................................................................................98 21.12 Implement Contractor's Quality Control Plan ......................................................................100 Article 22—Final Resolution of Disputes..................................................................................................101 22.01 Senior Level Negotiations.....................................................................................................101 22.02 Mediation..............................................................................................................................101 Article 23—Minority/MBE/DBE Participation Policy................................................................................102 23.01 Policy.....................................................................................................................................102 23.02 Definitions.............................................................................................................................102 23.03 Goals......................................................................................................................................103 23.04 Compliance............................................................................................................................104 Article 24—Document Management........................................................................................................104 24.01 Work Included.......................................................................................................................104 24.02 Quality Assurance .................................................................................................................104 General Conditions 007200-6 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 24.03 Contractor's Responsibilities ................................................................................................104 24.04 Document Submittal.............................................................................................................105 24.05 Document Numbering ..........................................................................................................105 24.06 Document Requirements......................................................................................................106 Article25—Shop Drawings.......................................................................................................................107 25.01 Work Included.......................................................................................................................107 25.02 Quality Assurance .................................................................................................................107 25.03 Contractor's Responsibilities ................................................................................................107 25.04 Shop Drawing Requirements ................................................................................................109 25.05 Special Certifications and Reports........................................................................................109 25.06 Warranties and Guarantees..................................................................................................110 25.07 Shop Drawing Submittal Procedures....................................................................................110 25.08 Sample and Mockup Submittal Procedures..........................................................................112 25.09 Equal Non Specified Products...............................................................................................113 25.10 Requests for Deviation..........................................................................................................113 25.11 Designer Responsibilities......................................................................................................114 25.12 Resubmission Requirements.................................................................................................116 Article26—Record Data...........................................................................................................................117 26.01 Work Included.......................................................................................................................117 26.02 Quality Assurance.................................................................................................................117 26.03 Contractor's Responsibilities ................................................................................................117 26.04 Record Data Requirements...................................................................................................118 26.05 Special Certifications and Reports........................................................................................118 26.06 Warranties and Guarantees..................................................................................................119 26.07 Record Data Submittal Procedures.......................................................................................119 26.08 Designer's Responsibilities....................................................................................................120 Article 27—Construction Progress Schedule............................................................................................121 27.01 Requirements........................................................................................................................121 27.02 Document Submittal.............................................................................................................121 27.03 Schedule Requirements........................................................................................................121 27.04 Schedule Revisions................................................................................................................123 27.05 Float Time..............................................................................................................................123 Article 28—Video and Photographic documentation ..............................................................................124 General Conditions 007200-7 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 28.01 Work Included.......................................................................................................................124 28.02 Quality Assurance .................................................................................................................124 28.03 Document Submittal.............................................................................................................124 28.04 Photographs..........................................................................................................................125 28.05 Video Recording....................................................................................................................125 Article 29-Execution and Closeout.........................................................................................................125 29.01 Substantial Completion.........................................................................................................125 29.02 Final Inspections....................................................................................................................126 29.03 Reinspection Fees.................................................................................................................126 29.04 Closeout Documents Submittal ............................................................................................127 29.05 Transfer of Utilities ...............................................................................................................127 29.06 Warranties, Bonds and Service Agreements.........................................................................127 Article30-Miscellaneous........................................................................................................................128 30.01 Computation of Times...........................................................................................................128 30.02 Owner's Right to Audit Contractor's Records.......................................................................128 30.03 Independent Contractor.......................................................................................................129 30.04 Cumulative Remedies ...........................................................................................................129 30.05 Limitation of Damages..........................................................................................................129 30.06 No Waiver.............................................................................................................................129 30.07 Severability............................................................................................................................129 30.08 Survival of Obligations ..........................................................................................................130 30.09 No Third Party Beneficiaries .................................................................................................130 30.10 Assignment of Contract.........................................................................................................130 30.11 No Waiver of Sovereign Immunity........................................................................................130 30.12 Controlling Law.....................................................................................................................130 30.13 Conditions Precedent to Right to Sue...................................................................................130 30.14 Waiver of Trial by Jury...........................................................................................................130 30.15 Attorney Fees........................................................................................................................130 30.16 Compliance with Laws...........................................................................................................131 30.17 Enforcement..........................................................................................................................131 30.18 Subject to Appropriation.......................................................................................................131 30.19 Contract Sum.........................................................................................................................131 30.20 Contractor's Guarantee as Additional Remedy....................................................................131 General Conditions 007200-8 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi(City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid —The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Documents. 7. Bidding Documents — The solicitation documents, the proposed Contract Documents and Addenda. 8. Bidder—An individual or entity that submits a Bid to Owner. 9. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 10. Change Order-A document issued on or after the Effective Date of the Contract,which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 11. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 12. City Engineer - The Corpus Christi City Engineer and/or designee as identified at the preconstruction conference or in the Notice to Proceed. General Conditions 007200- 10 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 13. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. Claims must be initiated by written notice, signed and sworn to be an authorized corporate officer, verifying the truth and accuracy of the Claim. 14. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5101 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous,toxic, or dangerous waste, substance, or material. 15. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 16. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract but does not make changes in the Work. 17. Contract Documents - Those items designated as Contract Documents in the Agreement. 18. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications,and increases or decreases in unit price quantities, if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. 19. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 20. Contractor-The individual or entity with which Owner has contracted for performance of the Work. General Conditions 007200- 11 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 21. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 22. Cost of the Work -The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 23. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion 24. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 25. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 26. Effective Date of the Contract -The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 27. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 28. Hazardous Environmental Condition -The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. 29. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner. These costs include fees for engineers, architects, attorneys, and other professionals. 30. Laws and Regulations; Laws or Regulations-Applicable laws,statutes, rules, regulations, ordinances,codes,and orders of governmental bodies,agencies,authorities,and courts having jurisdiction over the Project. 31. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. General Conditions 007200- 12 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 32. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 33. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 34. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 35. Notice to Proceed -A notice to Contractor of the Contract Times and the date Work is to begin. 36. Owner -The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and designee, the City Engineer (the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 37. Owner's Authorized Representative or OAR -The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 38. Owner's Project Team or OPT - The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals or entities directly or indirectly employed or retained by them to provide services to the Owner. 39. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 40. Progress Schedule -A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 41. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 42. Project Manual — That portion of the Contract Documents that may include the following: introductory information,solicitation requirements and responses, proposal, Contract forms and General and Supplementary Conditions, General Requirements, Specification, Drawings, Project Safety Manual and Addenda. 43. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. General Conditions 007200- 13 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 44. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 45. Schedule of Documents -A schedule of required documents, prepared and maintained by Contractor. 46. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 47. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 48. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 49. Specifications -The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 50. Subcontractor -An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 51. Substantial Completion -The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 52. Supplementary Conditions -The part of the Contract that amends or supplements the General Conditions. 53. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 54. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 55. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 56. Unit Price Work-Work to be paid for on the basis of unit prices. General Conditions 007200- 14 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 57. Work - The construction of the Project or its component parts as required by the Contract Documents. 58. Work Change Directive -A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense,"or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms"day"or"calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or General Conditions 007200- 15 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement (either electronic or printed) and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Project Management System A. Owner shall administer its design and construction management through an internet-based project management system known as e-Builder. B. Contractor shall conduct all communication through and perform all project-related functions utilizing this project management system. This includes all correspondence, General Conditions 007200- 16 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E submittals, requests for information, payment requests and processing, contract amendments, change orders, delivery orders and other administrative activities. C. Owner shall administer the software and provide training to Contractor's Team. 2.04 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule, which must be a Critical Path Method (CPM) Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.05 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions and Supplementary Conditions apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract,Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. General Conditions 007200- 17 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations,whether specific or implied, are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. General Conditions 007200- 18 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. The exactness of existing grades, elevations, dimensions or locations given on any Drawings issued by Designer, or the work installed by other contractors, is not guaranteed by Owner. Contractor shall, therefore, satisfy itself as to the accuracy of all grades, elevations, dimensions and locations. Any errors due to Contractor's failure to verify at the site all such grades, elevations, dimensions or locations relating to such existing or other work shall be rectified by Contractor without any additional cost to Owner. 3. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 4. Do not proceed with affected Work until the conflict,error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 007200- 19 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 5. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 6. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual/administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 007200-20 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process. 4.04 Delays in Contractor's Progress A. No Damages for Delay: Contractor shall receive no compensation for delays or hindrances to the Work,except in the case of direct interference with means and methods by the Owner. In no event shall the Contractor be entitled to any compensation or recovery of any special damages in connection with any delays, including without limitation: consequential damages, lost opportunity costs, impact damages, or other similar damages. Owner's exercise of any of its rights or remedies under the Contract Documents (including without limitation ordering changes in the Work, or directing suspension, rescheduling, or correction of the Work), regardless of the extent or frequency of Owner's exercise of such rights or remedies, shall not be construed as active interference in the Contractor's performance of the Work. An extension of Contract Time, to the extent permitted, shall be the sole remedy of the Contractor for any acknowledged delays.Contractor agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed,disrupted or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph.These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners performing other work at or adjacent to the Site; 3. Acts of war or terrorism; and 4. Rain days in excess of the number specified in a calendar year. General Conditions 007200-21 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and 3. Hazardous Environmental Conditions. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site,adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume General Conditions 007200-22 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; C. Damage to other adjacent land or areas; and d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data,Contractor may not rely upon or make claims against Owner with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. General Conditions 007200-23 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site,and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect to the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 15.03. General Conditions 007200-24 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Investigating and field-verifying the location of underground facilities before beginning Work; 2. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 3. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 4. Locating Underground Facilities shown or indicated in the Contract Documents; 5. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 6. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately, but in no event later than 3 days, if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. General Conditions 007200-25 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents or was not shown or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 15.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary General Conditions 007200-26 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data,Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor's safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered or revealed at the Site unless this removal or remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition, and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. General Conditions 007200-27 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 6—BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice or take other action to claimants under the Payment Bond. General Conditions 007200-28 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 18 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. 6.03 Required Minimum Insurance Coverage A. Obtain and maintain insurance as required in this Article and in the Supplementary Conditions. B. Deliver evidence of insurance in accordance with the Supplementary Conditions to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. 6.04 General Insurance Provisions A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with this Article 6 and the Supplementary Conditions. B. Provide endorsements to the policies as outlined in this Article. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the General Conditions 007200-29 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 18 if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 6.05 Contractor's Insurance A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury,sickness or disease,or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and General Conditions 007200-30 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Article and the Supplementary Conditions. Insurance is to remain in effect for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by the Supplementary Conditions, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. General Conditions 007200-31 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds$5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owner as defined in Article 1; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Article must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Article or the Supplementary Conditions or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, General Conditions 007200-32 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 6.06 Property Insurance A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Article and the Supplementary Conditions or those required by Laws and Regulations and must comply with the requirements of Paragraph 6.09. This insurance shall: 1. Include the OPT,Contractor,and all Subcontractors,and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. General Conditions 007200-33 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days' prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Article and the Supplementary Conditions. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 6.07 Waiver of Rights A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in the Supplementary Conditions. B. All policies purchased in accordance with this Article are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contain provisions that the Subcontractor waive all rights against Owner,Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them,for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 6.08 Owner's Insurance for Project A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds,or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. General Conditions 007200-34 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6.09 Acceptable Evidence of Insurance A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds"for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 6.10 Certificate of Insurance A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 6.11 Insurance Policies A. If requested by the Owner, make available for viewing a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 6.12 Continuing Evidence of Coverage A. Provide updated, revised, or new evidence of insurance in accordance this Article and the Supplementary Conditions prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 6.13 Notices Regarding Insurance A. Notices regarding insurance are to be sent to the Owner at the following address: General Conditions 007200-35 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E City of Corpus Christi— Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi,TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. 6.14 Texas Workers' Compensation Insurance Required Notice A. Definitions: 1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project-includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and General Conditions 007200-36 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the Contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project,for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project,for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by this section, with the certificates of coverage to be provided to the person for whom they are providing services. I By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of General Conditions 007200-37 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. Regular working hours are between sunrise and sundown Monday through Saturday unless other times are specifically authorized in writing by OAR. C. Do not perform Work on a Sunday or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Martin Luther King Jr Day Third Monday in January Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November General Conditions 007200-38 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Holiday Date Observed Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 17.01.13 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Documents. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. Under no circumstances shall any Subcontractor debarred under Chapter 41 of The Code of Ordinances, City of Corpus Christi, be deemed acceptable to Owner. D. Contractor is not required to retain Subcontractors,Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. General Conditions 007200-39 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 days of Owner's notice to replace a Subcontractor,Supplier,or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, General Conditions 007200-40 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. B. Contractor's obligation to indemnify Owner for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. This Project is not exempt from City permits and fees unless expressly stated otherwise. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. General Conditions 007200-41 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining,and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. General Conditions 007200-42 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR to pay or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or General Conditions 007200-43 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 INDEMNIFICATION A. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner from and against claims, damages, losses and expenses, including but not limited to attorney's fees or dispute resolution costs, arising out of or resulting from performance of the Work and/or failure to comply with the terms and conditions of the contract, violations of Laws or Regulations, or bodily injury, death or destruction of tangible property caused by the acts, omissions or negligence of the Contractor's Team, regardless of whether such claim, damage, loss or expense is alleged to be caused in part by an Owner hereunder, subject to the Owner's defenses and liability limits under the Texas Tort Claims Act. However, nothing herein shall be construed to require Contractor to indemnify an Owner against a claim, loss, damage or expense caused by the sole negligence of an Owner. B. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner from and against Indemnified Costs, arising out of or relating to: (i) the failure to control, contain, or remove a Constituent of Concern brought to the Site by Contractor's Team or a Hazardous Environmental Condition created by Contractor's Team, (ii) Contractor's Team's action or inaction related to damages, delays, disruptions or interference with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site, or (iii) the correction of Defective Work. Nothing in this paragraph obligates the Contractor to indemnify the Owner from the consequences of the Owner's sole negligence. c. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner from and against Indemnified Costs resulting from infringement on patent rights or copyrights by Contractor's Team. General Conditions 007200-44 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. The indemnification obligations of this Paragraph 7.14 are not limited by the amount or type of damages, compensation or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner by an employee or the survivor or personal representative of employee of Contractor's Team. The indemnification obligations of this Paragraph 7.14 shall not be deemed to be released,waived or modified in any respect by reason of any surety or insurance provided by Contractor. E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner does not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10-day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner as to its defense of the claim within 10 days after being notified of the indemnification request. Owner may assume and control the defense if Contractor does not assume the defense. Pay all defense expenses of the Owner as an indemnified loss. 2. Owner may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner to comply with restrictions or limitations that adversely affect Owner; b. Would require Owner to pay amounts that Contractor does not fund in full; or c. Would not result in Owner's full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these General Conditions 007200-45 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. B. The Contract Documents specify performance and design criteria related to systems, materials or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8—OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. General Conditions 007200-46 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT or other contractor retained by the City: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors if damages, delays, disruptions, or interference occu r. General Conditions 007200-47 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Contractor's obligation to indemnify Owner for claims arising out of or related to damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9—OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Article 17. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections,Tests, and Approvals A. OPT's responsibility with respect to certain inspections,tests, and approvals are described in Paragraph 16.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions 007200-48 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. 9.12 Plans and Specifications A. Owner does not warrant the plans and specification. ARTICLE 10—OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. General Conditions 007200-49 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work or accept the Work under the provisions of Paragraph 16.04 if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11—AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions 007200-50 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. If negotiations under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05 are unsuccessful, Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications or directions are provided in the Modification. 11.02 Owner-Authorized Changes in the Work A. Owner may order additions, deletions,or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 16.05. General Conditions 007200-51 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price for authorized Work can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 13. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 15.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 15.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 15.05 when the Work involved is not covered by unit prices in the Contract Documents and the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute, whichever is greater. Owner may decrease the Work by up to 25 percent of the Contract Price. 11.05 Change of Contract Times A. The Contract Times for authorized Work can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 13. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal in accordance with Article 12 to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. General Conditions 007200-52 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Notify the OAR within 3 days if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times, which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; 2. Changes in Contract Price resulting from Owner set-offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 16.04 or Owner's correction of Defective Work under Paragraph 16.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 13. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Change Order, nor a warranty that the Change Order will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. If the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07, the Change Order is deemed to be in full force as if executed by Contractor. Contractor may file a Claim for payment and/or time, pursuant to Article 13. General Conditions 007200-53 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents,or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. ARTICLE 12—CHANGE MANAGEMENT 12.01 Requests for Change Proposal A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 12.02 to the Designer for evaluation by the OPT. 12.02 Change Proposals A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. A Change Proposal must be submitted to the OAR no later than 30 days after the event initiating the Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; and 9) Other items of cost. General Conditions 007200-54 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 15 for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the OAR to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Article 25. 12.03 Designer Will Evaluate Request for Modification A. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 13. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 12.04 Substitutions A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow these procedures for a substitution. B. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 12.02 along with a Shop Drawing as required by Article 25 to request approval of a substitution. General Conditions 007200-55 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. D. Provide a written certification that, in making the substitution request,the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. E. Pay for review of substitutions in accordance with Article 25. ARTICLE 13—CLAIMS 13.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. Seeking an adjustment of Contract Price or Contract Times; 2. Contesting an initial decision by OAR concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; 3. Appealing OAR's decision regarding a Change Proposal; 4. Seeking resolution of a contractual issue that OAR has declined to address; or 5. Seeking other relief with respect to the terms of the Contract. B. Contractor shall be entitled to an extension of Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Contractor shall bear the entire economic risk of all weather delays and disruptions. Contractor shall not be entitled to any increase in the Contract Price by reason of such delays or disruptions. Upon Contractor reaching Substantial Completion, Owner and Contractor shall look back at the entire duration of the calendar day Project and review the totality of what Contractor claims were unusually severe weather disruptions. If the Project was delayed or disrupted due to unusually severe weather in General Conditions 007200-56 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E excess of weather normally experienced over the entire duration of the Project, Contractor may make a Claim for an extension of the Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Anytime extension granted shall be non-compensatory. 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Except for Claims resulting from unusually severe weather, notice of a Claim by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 14 days after the start of the event giving rise to the Claim. Failure by Contractor to submit written notice of a Claim within 14 days shall constitute a waiver of such Claim. C. Submit the complete Claim with supporting documentation to Owner no later than 60 days after the start of the event giving rise to the Claim(unless Designer allows additional time for claimant to submit additional or more accurate data in support of such Claim). The Claim must be signed and sworn to by Contractor, certifying that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief,the relief requested accurately reflects the full compensation to which Contractor is entitled. Failure by Contractor to submit the Claim within 60 days shall constitute a waiver of such Claim. D. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. E. Claims by Owner must be submitted by written notice to Contractor. F. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR or Designer. 2. Claims seeking an adjustment of Contract Time must include a Time Impact Analysis and native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR or Designer. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation. H. Designer will review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or General Conditions 007200-57 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the Claim shall be deemed denied 30 days after receipt of the Claim. J. Following receipt of Designer's initial recommendation regarding a Claim,the Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. If the entity receiving a Claim approves the Claim in whole or in part or denies it in whole or in part, this action is final and binding unless the other entity invokes the procedure described in Article 22 for final resolution of disputes by filing a notice of appeal within 30 days after this action. L. If the Owner and Contractor reach a mutual agreement regarding a Claim, the results of the agreement or action on the Claim will be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times. M. Both parties shall continue to perform all obligations under the Agreement during the pendency of any dispute or disagreement relating to this Agreement, unless performance would be impracticable or impossible under the circumstances. N. Any failure of Contractor to comply with any of the foregoing conditions precedent with regard to any such Claim shall constitute a waiver of any entitlement to submit or pursue such Claim. O. Receipt and review of a Claim by City shall not be construed as a waiver of any defenses to the Claim available to the City under the Contract Documents or at law. ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS 14.01 Payment of Prevailing Wage Rates A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor and its Subcontractors are required to pay Davis-Bacon Wage Rates. C. Contractor and its Subcontractors are required to pay laborers and mechanics an overtime rate of not less than one and one-half times the basic rate for all hours worked in excess of forty hours in a given workweek. 14.02 Records A. In accordance with Tex. Gov't Code §2258.024,the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. General Conditions 007200-58 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 14.03 Liability; Penalty; Criminal Offense A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.023(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258,shall pay to the Owner,on whose behalf the Contract is made, $60 for each worker employed on each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058—Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or C. Both a fine and confinement. 14.04 Prevailing Wage Rates A. Use the Prevailing Wage Rates specified in the Supplementary Conditions. ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK 15.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 15.01, except those excluded in Paragraph 15.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 15.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time-and-materials, or other cost-based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. General Conditions 007200-59 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 15.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits,which may include: 1) Social security contributions, 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Sunday or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers'field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining,with the OPT,which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 15.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; General Conditions 007200-60 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E c. Costs of hand tools not owned by the workers consumed in the performance oft he Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. For Contractor-and Subcontractor-owned machinery,trucks, power tools or other equipment, use the FHWA rental rates found in the Rental Rate Blue Book ("Blue Book") multiplied by the regional adjustment factor and the rate adjustment factor to establish hourly rates. Use the rates in effect for each section of the Blue Book at the time of use. Payment will be made for the actual hours used in the Work. 1) Standby costs will be paid at 50% of the FHWA rental rates found in the Blue Book if Contractor is directed by Owner in writing to standby. Standby costs will not be allowed during periods when the equipment would otherwise have been idle. For a six-day work week, no more than eight hours per a 24-hour day, no more than 48 hours per week and no more than 208 hours per month shall be paid of standby time. Operating costs shall not be charged by Contractor. e. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; 1) The hourly rate shall be determined by dividing the actual invoice cost by the actual number of hours the equipment is involved in the Work. Owner reserves the right to limit the hourly rate to comparable Blue Book rates. 2) If Contractor is directed to standby in writing by Owner, standby costs will be paid at the invoice daily rate excluding operating costs, which includes fuel, lubricants, repairs and servicing. f. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; g. Deposits lost for causes other than negligence of Contractor's Team; h. Royalty payments and fees for permits and licenses; i. Cost of additional utilities, fuel, and sanitary facilities at the Site; j. Minor expense items directly required by the Work; and k. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed General Conditions 007200-61 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 15.01.C.1 or specifically covered by Paragraph 15.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 15.01.C. E. The Contractor's fee for profit and overhead is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis; 2. A mutually acceptable fixed fee; or 3. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 15.01.C.1, 15.01.C.2 and 15.01.C.4; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 15.01.C.3; C. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 15.01.C.1 and 15.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; 2) The Subcontractor's fee is 5 percent for costs incurred under Paragraph 15.01.C.4 for the Subcontractor that actually performs the Work at whatever tier; and 3) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor. d. No fee is payable on the basis of costs itemized under Paragraph 15.01.D; General Conditions 007200-62 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and 4. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 15.05.13.1 through 15.05.13.5, inclusive when both additions and credits are involved in any one change. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 15.01. 15.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 15.02.13.1 and 15.02.13.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 15.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Contract. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 15.03.E. General Conditions 007200-63 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Contractor may submit a Change Proposal,or Owner may file a Claim,seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 15.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Contract; 2. There is no corresponding adjustment with respect to other items of Work; and 3. Contractor believes it has incurred additional expense as a result of this condition or Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 15.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Contract. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 15.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Contract. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. General Conditions 007200-64 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ARTICLE 16—TESTS AND INSPECTIONS;CORRECTION,REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK 16.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 16.02 Tests, Inspections and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re-inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 16.03 Defective Work A. It is Contractor's obligation to ensure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. General Conditions 007200-65 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work;and 4. Costs of repair or replacement of work of others resulting from Defective Work. 16.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 17 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 17 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 16.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others resulting from the Defective Work if it is found that the uncovered Work is Defective. General Conditions 007200-66 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 16.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 16.07 Owner May Correct Defective Work A. Owner may remedy deficiencies in the Work after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off-Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 16.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 16.07 are to be charged against Contractor as a set-off against payments due under Article 17. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 16.07. ARTICLE 17—PAYMENTS TO CONTRACTOR; SET-OFFS;COMPLETION; CORRECTION PERIOD 17.01 Progress Payments A. Progress payment requests are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in this Article 17. General Conditions 007200-67 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 17.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 15.03. 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 15.01, 15.02 and 15.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses,or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 16.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; g. Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. Failure to submit up-to-date record documents as required by the Contract Documents; j. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; k. Failure to provide Project photographs required by the Contract Documents; I. Failure to provide Certified Payroll required by the Contract Documents; General Conditions 007200-68 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E m. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re-inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; n. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; o. OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; p. Other items entitling Owner to a set-off against the amount recommended; or q. Payment would result in an over-payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 17.02 Application for Payment A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the Supplementary Conditions, the Agreement, and this Article 17. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; General Conditions 007200-69 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; General Conditions 007200-70 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Record Documents per Article 20. 2. Progress Schedule per Article 27. 3. Project photographs per Article 28. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. 5. Documentation required to substantiate any approved Project deviation, including overruns of Designer's estimated quantity. 6. Documentation required by funding agency, if applicable. 17.03 Schedule of Values A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form attached to the Application for Payment - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. If unit prices are included in the Contract, use each unit price line item in the Contract as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. General Conditions 007200-71 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other costs associated with the item in the Contract. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. 17.04 Schedule of Anticipated Payments and Earned Value A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. General Conditions 007200-72 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 17.05 Basis for Payments A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 17.03 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 17.06. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Contract. b. Payment for stored materials and equipment will be made per Paragraph 17.06. 2. Measure the Work described in the Contract for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 17.06 Payment for Stored Materials and Equipment A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment shown in the Application for Payment and attachments will be made for the invoice amount,up to the value shown in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on the Application for Payment and attachments. Include invoice numbers so that a comparison can be made between invoices and amounts included on the Application for Payment and attachments. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for General Conditions 007200-73 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value, and that Contractor provides documents, satisfactory to the City,that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 17.07 Retainage and Set-Offs A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. B. Reduce payments for set-offs per the General Conditions. Include the appropriate attachment to the Application for Payment. 17.08 Procedures for Submitting an Application for Payment A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Contract for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set-offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. General Conditions 007200-74 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line items for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set-offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the set-off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents,that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 17.09 Responsibility of Owner's Authorized Representative A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. General Conditions 007200-75 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 17.10 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 17.11 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work within 30 days after Contractor's notification to determine if the Work is substantially complete. OAR, within 120 days after receipt of Contractor's notification, is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions 007200-76 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1-year correction period. 17.12 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to fol low the procedures of Paragraph 17.11 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 17.13 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 17.14 Final Application for Payment A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set-offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. General Conditions 007200-77 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 17.15 Final Payment A. Make final Application for Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 17.16 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 22 and specifically noted in the Certificate of Final Completion. 17.17 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or, in the event of a latent defect, within 1 year after discovery thereof by City. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 17.17.A and 17.17.13 corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. General Conditions 007200-78 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Contractor's obligation to indemnify Owner for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or system is placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. Contractor's obligations under this Paragraph 17.17 are in addition to other obligations or warranties. The provisions of this Paragraph 17.17 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 18—SUSPENSION OF WORK AND TERMINATION 18.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 18.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; 6. Contractor's repeated disregard of the authority of OPT; 7. Contractor's failure to prosecute the work with diligence; or General Conditions 007200-79 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 8. Contractor's other material breach of the contract. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 18.02.A.4. Owner may terminate Contractor's performance under this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. C. Owner may declare Contractor to be in default, give notice to Contractor and surety that Contractor's performance under the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 18.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated Contractor's performance under the Contract for cause. E. Owner may elect not to proceed with termination of Contractor's performance under the Contract under this Paragraph 18.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 18.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. The cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination of Contractor's performance does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. H. In the event the Owner terminates the contract for cause, and it is later determined that cause for termination was lacking, the termination will be deemed a termination without cause under Paragraph 18.03. 18.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 15.05; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. General Conditions 007200-80 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. ARTICLE 19— PROJECT MANAGEMENT 19.01 Work Included A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth. 19.02 Quality Assurance A. Employ competent workmen,skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 19.03 Document Submittal A. Provide documents in accordance with Article 24. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes,sketches, recordings,and computations made by the Contractor in Record Data. 19.04 Required Permits A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. General Conditions 007200-81 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 19.05 Safety Requirements A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per Article 26. 19.06 Access to the Site A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per Article 26. 19.07 Contractor's Use of Site A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately-owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. General Conditions 007200-82 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 19.08 Protection of Existing Structures and Utilities A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action and coordinate Work with local utility companies and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles,guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 19.09 Pre-Construction Exploratory Excavations A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. General Conditions 007200-83 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Prepare a Plan of Action indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the OAR. E. Unless specifically indicated otherwise in the Bid Form, no separate payment will be made for pre-construction exploratory excavations. Include the cost for pre-construction exploratory excavations in the unit price for the pipe construction or other applicable feature. When necessary, pavement repairs associated with exploratory excavations that are beyond the limits of the new pavement will be paid for at the unit prices for pavement repair when an item is included in the Bid Form. When an item for pavement repair is not included in the Bid Form, the cost should be included in the unit price for the pipe construction or other applicable feature. 19.10 Disruption of Services/Continued Operations A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner of utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action if facilities must be taken out of operation. 19.11 Field Measurements A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines,grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Data as required in Article 26. 19.12 Reference Data and Control Points A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. General Conditions 007200-84 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms,tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 19.13 Delivery and Storage A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather-tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. General Conditions 007200-85 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 19.14 Cleaning During Construction A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 19.15 Maintenance of Roads, Driveways, and Access A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: General Conditions 007200-86 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction,with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 19.16 Area Access and Traffic Control A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 19.17 Overhead Electrical Wires A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 19.18 Blasting A. Blasting is not allowed for any purpose. 19.19 Archeological Requirements A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. General Conditions 007200-87 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 19.20 Endangered Species Resources A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 19.21 Cooperation with Public Agencies A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. ARTICLE 20—PROJECT COORDINATION 20.01 Work Included A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 20.02 Document Submittal A. Provide documents in accordance with Article 24. General Conditions 007200-88 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre-construction conference. 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The OAR will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre-construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. 20.04 Project Meetings A. Pre-Construction Conference: 1. Attend a pre-construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per Article 27. b. Schedule of Values and anticipated Schedule of Payments per Article 17. C. List of Subcontractors and Suppliers. General Conditions 007200-89 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents,Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre-Submittal and Pre-Installation Meetings: 1. Conduct pre-submittal and pre-installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 20.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. General Conditions 007200-90 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 20.05 Requests for Information A. Submit Request for Information (RFI) to the OAR to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. OAR will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per Article 12 if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 20.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 20.06. 20.06 Decision and Action Item Log A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 20.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. General Conditions 007200-91 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action item if appropriate. The Contract Documents can only be changed by a Modification. 20.07 Notification By Contractor A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor"form provided. 20.08 Record Documents A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. General Conditions 007200-92 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. C. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions,traps, and tanks. 5) Services entrance. 6) Feeders. 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work(lines added) in yellow; C. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. General Conditions 007200-93 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. ARTICLE 21—QUALITY MANAGEMENT 21.01 Contractor's Responsibilities A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implementthe Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; C. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; General Conditions 007200-94 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work through Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the OAR and the Designer. F. Provide an update on quality control activities at monthly progress meetings. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan,the OPT's Quality Control Program, or the Contract Documents. H. Owner will withhold payment for additional testing fees incurred due to Contractor noncompliance with OPT's Quality Control Program, including retesting fees, standby time, cancellation charges, and trip fees for retesting or cancellations. I. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed or might be damaged by corrective actions. 21.02 Quality Management Activities by OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 21.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 21.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: General Conditions 007200-95 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 21.03 Contractor's Use of OPT's Test Reports A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these test results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implement the Contractor's Quality Control Plan resulting from these deviations. 21.04 Documentation A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per Article 25. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, General Conditions 007200-96 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per Article 25. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents and why it does not comply. Submit these test reports on forms provided per Article 24. 21.05 Standards A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 21.06 Delivery and Storage A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, and processing test specimens as required by test standard to maintain the integrity of Samples. 21.07 Verification Testing for Corrected Defects A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 21.08 Test Reports A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; General Conditions 007200-97 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E b. Name of the laboratory, address, and telephone number; C. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the sample was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 21.09 Defective Work A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 21.10 Limitation of Authority of Testing Laboratory A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 21.11 Quality Control Plan A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per Article 25. Use Contractor's Quality Control Plan Checklist provided to review the document before General Conditions 007200-98 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control,verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, C. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 21.11.13.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 21.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. General Conditions 007200-99 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 21.12 Implement Contractor's Quality Control Plan A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Include the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. General Conditions 007200- 100 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work with the OPT one month prior to the expiration of the correction period. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. ARTICLE 22—FINAL RESOLUTION OF DISPUTES 22.01 Senior Level Negotiations A. Each party is required to continue to perform its obligations under the Contract pending the final resolution of any dispute arising out of or relating to the Contract, unless it would be impossible or impracticable under the circumstances then present. B. All negotiations pursuant to Article 22 are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. C. Before invoking mediation, Owner and Contractor agree that they first shall try to resolve any dispute arising out of or related to this Contract through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. Both Owner and Contractor agree that this step shall be a condition precedent to use of any other alternative dispute resolution process. If the parties' senior management representatives cannot resolve the dispute within 45 calendar days after a party delivers a written notice of such dispute to the other, then the parties shall proceed with mediation. 22.02 Mediation A. In the event that Owner and/or Contractor contend that the other has committed a material breach of the Contract or the parties cannot reach a resolution of a claim or dispute pursuant General Conditions 007200- 101 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E to Article 13, as a condition precedent to filing a lawsuit, either party shall request mediation of the dispute with the following requirements: 1. The request for mediation shall be in writing and shall request that the mediation commence not less than 30 calendar days or more than 90 calendar days following the date of the request, except upon agreement of the parties. 2. In the event Owner and Contractor are unable to agree to a date for the mediation or to the identity of the mediator within 30 calendar days following the date of the request for mediation, all conditions precedent shall be deemed to have occurred. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs.Venue for any mediation or lawsuit filed under this Contract shall be in Nueces County,Texas. Any agreement reached in mediation shall be enforceable as a settlement in any court having jurisdiction thereof. 4. Nothing in this Contract shall be construed as consent to a lawsuit. No provision of the Contract shall waive any immunity or defense. ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY 23.01 Policy A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, low income persons and Minority/Disadvantaged Business Enterprises (M/DBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 23.02 Definitions A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority/Disadvantaged Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) or socially and economically disadvantaged individual(s). Minority/Disadvantaged person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). General Conditions 007200- 102 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect,to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. D. Minority: Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Socially and economically disadvantaged individual: Any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who has been subjected to racial or ethnic prejudice or cultural bias within American society because of his or her identity as a member of a group and without regard to his or her individual qualities.The social disadvantage must stem from circumstances beyond the individual's control. F. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman,a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. G. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 23.03 Goals A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be 1. Minority participation goal is 45%. 2. Minority Business Enterprise participation goal is 15%. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority General Conditions 007200- 103 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 23.04 Compliance A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project,the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. ARTICLE 24—DOCUMENT MANAGEMENT 24.01 Work Included A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 24.02 Quality Assurance A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 24.03 Contractor's Responsibilities A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by Article 27. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. General Conditions 007200- 104 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 24.04 Document Submittal A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. d. Submit color PDF documents where color is required to interpret the document. e. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. 24.05 Document Numbering A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor General Conditions 007200- 105 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Prefix Description Originator RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference to the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 24.06 Document Requirements A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions 007200- 106 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Document Type Section Suppliers and Subcontractors Articles 20 and 26 ARTICLE 25—SHOP DRAWINGS 25.01 Work Included A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 25.02 Quality Assurance A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents or will be if deviations requested per Paragraph 25.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 25.03 Contractor's Responsibilities A. Provide Shop Drawings as required by Paragraph 25.03 of the Supplementary Conditions. B. Include Shop Drawings in the Schedule of Documents required by Article 24 to indicate the Shop Drawings to be submitted,the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by Article 27. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14-day review cycle for each time General Conditions 007200- 107 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials,catalog numbers,and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawings; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawings are complete for their intended purpose; and 5. Conflicts between the Shop Drawings related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 25.09. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. General Conditions 007200- 108 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general,conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights,gauges, materials of construction,external connections,anchors,and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 25.05 Special Certifications and Reports A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable General Conditions 007200- 109 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 25.06 Warranties and Guarantees A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1-year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 25.07 Shop Drawing Submittal Procedures A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable,enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format(PDF). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. d. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 25.08.A. e. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. General Conditions 007200- 110 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. C. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, C. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per Article 12 to request modifications to the Contract Documents, including those for approval of"or equal"products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will General Conditions 007200- 111 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14-day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 25.03. 25.08 Sample and Mockup Submittal Procedures A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. General Conditions 007200- 112 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 25.09 Equal Non Specified Products A. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or"or approved equal." 1. Submit a Shop Drawing as required by this article to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 25.10 Requests for Deviation A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. General Conditions 007200- 113 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 25.11 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. C. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Article 26. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. General Conditions 007200- 114 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. General Conditions 007200- 115 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 25.11 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 25.12 Resubmission Requirements A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay costs for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. General Conditions 007200- 116 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. ARTICLE 26—RECORD DATA 26.01 Work Included A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents require for record purposes. 26.02 Quality Assurance A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 26.03 Contractor's Responsibilities A. Submit Record Data in accordance with SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. Include Record Data in the Schedule of Documents required by Article 24 to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. General Conditions 007200- 117 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 26.04 Record Data Requirements A. Include a complete description of the material or equipment to be furnished, including: 1. Type,dimensions,size,arrangement, model number,and operational parameters of the components; 2. Weights,gauges, materials of construction,external connections,anchors,and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 26.05 Special Certifications and Reports A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. General Conditions 007200- 118 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26.06 Warranties and Guarantees A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 26.07 Record Data Submittal Procedures A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable,enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. d. Submit color PDF documents where color is required to interpret the Record Data. e. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. General Conditions 007200- 119 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. C. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, C. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per Article 12 to request modifications to the Contract Documents, including those for approval of"or equal"products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 26.03. 26.08 Designer's Responsibilities A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 26.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 26.02. Document will be given the status of "Filed as Received" and no further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per Article 25. General Conditions 007200- 120 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required, and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is the Record Data applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required, and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE 27.01 Requirements A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Schedule Work based upon a six day work week. 27.02 Document Submittal A. Submit Progress Schedules in accordance with Article 24. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre-construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedule updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 27.03 Schedule Requirements A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and General Conditions 007200- 121 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revised when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with Article 24 indicating: 1. Specific date each document is to be delivered to the Designer. 2. Specific date each document must be received in order to meet the proposed schedule. General Conditions 007200- 122 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re-submission of each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet Specification requirements. 27.04 Schedule Revisions A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 27.05 Float Time A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. General Conditions 007200- 123 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION 28.01 Work Included A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way)including but not limited to streets,curb and gutter, utilities,driveways,fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 28.02 Quality Assurance A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 28.03 Document Submittal A. Submit photographic documentation as Record Data in accordance with Article 24. B. Submit two DVDs of the video recording as Record Data in accordance with Article 24. General Conditions 007200- 124 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 28.04 Photographs A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date,time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photographs in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8-by-10-inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 28.05 Video Recording A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. H. Pipeline projects should be recorded linearly from beginning to end. ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the OAR that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. General Conditions 007200- 125 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. OPT will visit the Site to observe the Work within 30 days after notification is received to determine the status of the Project. C. OAR will notify the Contractor, within 120 days after notification, that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. OAR will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the OAR when the items of Work in the OAR's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. OAR will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the OAR of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 29.02 Final Inspections A. Notify the OAR when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within 30 days after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has been corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. OAR will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 29.04 if notified that the Project is complete, and the Work is acceptable. 29.03 Reinspection Fees A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. General Conditions 007200- 126 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 29.04 Closeout Documents Submittal A. Record Documents per Article 20. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per Article 28. 29.05 Transfer of Utilities A. If applicable to the Project,transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 29.06 Warranties, Bonds and Service Agreements A. Provide warranties, bonds, and service agreements required by the Contract Documents. B. The date for the start of warranties, bonds, and service agreements is established per the Contract Documents. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Provide a log of all equipment covered under the 1-year correction period specified in the Contract Documents and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or service agreement; e. Indicate the start date for the correction period specified in the Contract Documents for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty, bond, and service agreement; General Conditions 007200- 127 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds, and service agreements within 10 days after equipment or components are placed in service. ARTICLE 30—MISCELLANEOUS 30.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Sunday or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 30.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee,which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four(4)years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Examples of Contractor written and electronically stored records include, but are not limited to:accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Contract Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities, and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and General Conditions 007200- 128 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Paragraph 30.02 in any Subcontractor, supplier or vendor contract. 30.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership or formal business organization of any kind. 30.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of,the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 30.04 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty,obligation, right and remedy to which they apply. 30.05 Limitation of Damages A. Owner is not liable to Contractor for claims, costs, losses or damages sustained by Contractor's Team associated with other projects or anticipated projects. B. Contractor waives claims for consequential damages, incidental or special damages arising out of or relating to this Contract, whether the damages are claimed in contract, tort or on any other basis. 30.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision or affect the enforceability of that provision or the remainder of this Contract. 30.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions 007200- 129 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 30.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 30.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 30.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the prior written consent of the Owner. 30.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. B. This Contract is to perform a governmental function solely for the public benefit. 30.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County,Texas. 30.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary,Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 30.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 30.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. General Conditions 007200- 130 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 30.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. B. No qualified person shall on the basis of race, color, religion, national origin, gender, age or disability be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity which receives or benefits from federal financial assistance. C. Comply with all applicable federal, state and city laws, rules and regulations. D. Each applicable provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein,and the Contract shall be read and enforced as though each were physically included herein. 30.17 Enforcement A. The City Manager or designee and the City Attorney or designee are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 30.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason, funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demo bilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 30.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not-to-exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated,this Contract shall immediately be terminated with no liability to any party to this Contract. 30.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. 30.21 Notices. A. Any notice required to be given to Owner under any provision in this Contract must include a copy to OAR by mail or e-mail. General Conditions 007200- 131 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 30.22 Public Information A. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract, and Contractor agrees that the contract can be terminated if Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. END OF SECTION General Conditions 007200- 132 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 TERMI NOLOGY SC-1.01 DEFINEDTERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following orga nizations: City of Corpus Christi,Texas Lockwood, Andrews &Newnam, Inc. B. Paragraph 1.01.A.54"Substantial Completion"is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. BarScreen Facility b. Influent Lift Station c. Grit Removal System d. Aeration Basin e. Blower Building #2 f. Secondary Clarifiers 1 &2 g. Secondary Sludge Pump Station (RAS/WAS) h. Aerobic Digester i. Solids Handling Facility 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 Paragraph4.04.D areto 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 Supplementary Conditions 00 73 00-1 Whitecap WWTP Improvements-18087A Rev2/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 1 3 3. A total of 30 rain days have been set for this Project. An extension of time due to rain days will be considered only after 30 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 SUBSURFACEAND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph5.03.Awhich describe subsurface and physical conditions. 1. Geotechnical Reports include the following: Subsurface Investigation, Laboratory Testing Program,and Foundation Recommendation for the Proposed Whitecap WWTP Improvements, Rock Engineering RETLJob No, G121212,dated May 18, 2021. 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities)include the following: a. Construction Plans for the Expansion of the Whitecap WWTP (1.0 MGD to 2.5 MGD),Shearer, Plog &Associates, 1995;Record Drawing#STL 98. b. Whitecap and Laguna Madre WWTP Clarifier Rehabilitation, Urban Engineering, 2011; City Project#E09006; Record Drawing#STL 184 c. Whitecap WWTP Ultra-Violet Disinfection (UV) System Upgrade, Freese and Nichols,2016; City Project#E10179; Record Drawing#STL 211 d. Whitecap WWTP Odor Control and Bulkhead Rehabilitation, LJA Engineering, 2019, City Project#E10053; Record Drawing#STL 227 Supplementary Conditions 00 73 00-2 Whitecap WWTP Improvements-18087A Rev2/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Third-Party Inspection Reports relating to existing conditions of the equipment and structures at the Site (except Underground Facilities)include the following: SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS ATSITE-None ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCECOVERAGE 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,OOO,OOOCombined Single Limit Owned, Rentedand 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(AII Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges Supplementary Conditions 00 73 00-3 Whitecap WWTP Improvements-18087A Rev2/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E X Required ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment X Required ❑ Not Required ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates forvarious 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) SEE GENERALDECISION NUMBERTX20210021,BELOW: Supplementary Conditions 00 73 00-4 Whitecap WWTP Improvements-18087A Rev2/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Ceneral. Decision Number: TX2.0214621. 01/01/2.021 Superseded General Decision Number. 7120260021. state; "rexas Construction "'Type; Heavy Counties: Nueces and San Patricio Counties in "Texas. HEAVY coNs"rRucrTON PR03ECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under, Executive Order, (EO) 136,58, an hourly minirrium 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 wais, issued) on or after, Januany 1, 2015. If this contract is covered by the EO, the contractor must pay all workers, in any classiFication listed an this, wage deter,mination at least $10.95 pet, hour (or', the applicable wage rate listed on this wage cleter,mination, if it is bigher) for, all h,our,s spent performing on 'the contract in calendar year 2021. If this contract is covered by The PO and a classification considered necessary for performance of work on ,the contract does not appear on this wage determination, 'the contractor must pay workers in that classification at least th,e wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or, the, EO minirmum wage rate, if it is higher Than the conformed wage rate). "T'he FO minimuri wage rate will be adjusted annually. Please note that this, EO applies 'to the above-mentioned types of contracts entered into by 'the federal government that are subject ,to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at, 29 CFR Additional information on contractor requirements and worker protections under, "the EO, is availabile at www.dol.gov/whd/govcot'i'tracts. Modification Number Publication Date 0 01/01/2021 SUTX.19,87-001 12/01/1987 Rate's Fringes CARPEN'ra (Excluding Form Setting)............. . ...... .....$ 5.05 Concrete Finisher..._.. ..$ '7.5,6 ELECTRICIAN... ................. ....$ 13.37 2_58 Laborers: Common.. . . ....$ 7.25 Ut i I i ty.. ..... . ............$ '7.68 Supplementary Conditions 00 73 00-5 Whitecap WWTP Improvements-18087A Rev2/2020 DocuSign Envelope ID: F42F1504-D745-48DO-B600-48A37A78953E Power equipment operators: Backhoe.... .. ..---_ 3 9.21 Motor Grader. .....—...... .$, 8.72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is, incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for, which the contract is awarded (and any solicitation was issued) on, or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave, for every 30 hours they, work, up to 56 hours of paid sick leave each, year, Employees must be permitted to use, paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like, family to the employee) who is ill, iuIjLjred, 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.lwhd/govcontr,act,s,. Unlisted classifications needed for work not included within the scope of the claiss,ifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates, that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""'identifiers,"" that indicate whether the particular rate, is, a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or, a union average rate (weighted union average rate). Union, Rate Idlentifiers, 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: PL00198-005 07/01/12014, PLUM is an abbreviation identifier of the union which prevailed in the suirvey 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. Supplementary Conditions 00 73 00-6 Whitecap WWTP Improvements-18087A Rev2/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Survey Rate Identifiers Classifications listed under the "'SU"" identifier indicate that no one rate prevailecl 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. FXafllp1e: SULA2012-007 x/13/2014. SU indicates, the rate's are survey rates based on a wei.phted 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. "T"he 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-04H-00110 08/29/2914. UAVG indicates that the rate is a weighted union averape rate. OH indicates the, state. The next number, 0,810 in the example, is an internal number, used In producing the wage determination. 09/29/201.4 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 Prov which the rate is, based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESSr 1.) Has there been an initial decision in the, matter? T'his can be: • an existing published wage determination • a survey underlying a, wage determination • a Wape 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: Supplementary Conditions 00 73 00-7 Whitecap WWTP Improvements-18087A Rev2/2020 DocuSign Envelope ID: F42F1504-D745-48DO-B600-48A37A78953E Branch of Construction Wage Determinations Wage and Hour Divi,sion U.S. Department of l abor 200 Constitution Avenue, N,W. Washington, DC 20210 L) If the answer to the question in 1,) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage, and Hour Administrator (See 29 CFR Part 3-8 and 2R CFR Fart 7) Write to: Wage and Hour Administrator ll. . Department of M abor 200 Constitution Avenue, N,W. Washington, DC 20210 The request should be accompanied by a fiAII statement of the., interested party's position, and by, any information (wage payment data, project description, area practice materi,11, etc,) that the requestor considers re1evant to, the issue. 3.) if the, decision of the Administrator is not favoralb,le, an interested party may appeal, directIy to the Administrative Review Board (formerly the, Wage Appea]s Board). Write to: Administrative Review Board LJ.S. Department of M abor 200 Constitution Avenue, N,W. Washington, DC 20210 4.) A11 decisions by the Administrative Review Board are finaI END OF GENERM DECISION ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. Fort he Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Lockwood,Andrews&Newnam(LAN) 361-792-7225 Mark A. Jensen, P.E. 361-792-7234 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/Wastewater/Stormwate r 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks& Recreation Department 361-826-3461 Street Department 361-826-1875 Supplementary Conditions 00 73 00-8 Whitecap WWTP Improvements-18087A Rev2/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Public Agencies/Contacts Phone Number City Street Div.for Traffic Signals 361-826-1610 Solid Waste&Brush 361-826-1973 IT Department(City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications (Network Operations Center) 1-888-632-0931 CenturyLink 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 WASTEWATER CONSENT DECREE—SPECIAL CONDITIONS The Contractor shall implement and maintain the special conditions and procedures included in Exhibit A, below: Supplementary Conditions 00 73 00-9 Whitecap WWTP Improvements-18087A Rev2/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E WASTEWATER CONSENT DECREE Special Conditions Special Project procedures are required from the CONTRACTOR as specified herein. The CONTRACTOR shall implement and maintain these procedures at the appropriate time, prior to and during performance of the work. The following special conditions and requirements shall apply to the Project: I. Consent Decree Notice Provision — The City of Corpus Christi ("City"), the United States of America and the State of Texas have entered into a Consent Decree in Civil Action No. 2:20-cv-00235' United States of America and State of Texas v. City of Corpus Christi in the United States District Court for the Southern District of Texas, Corpus Christi Division (the "Consent Decree"). A copy of the Consent Decree is available at https://www-cdn.cctexas.com/sites/default/files/CC-Consent-Decree,.,,pdf By signature of the Contract, CONTRACTOR acknowledges receipt of the Consent Decree. II. Performance of work. CONTRACTOR agrees that any work under this Contract is conditioned upon CONTRACTOR's performanceof the Work in conformitywith the terms of the Consent Decree. All Work shall be performed in accordance with the Design Criteria for Wastewater Systems under Title 30 Chapter 217 of the Texas Administrative Code, 30 Tex. Admin. Code Ch. 217, and using sound engineering practices to ensure that construction, management, operation and maintenance of the Sewer Collection System complies with the Clean Water Act. Work performed pursuant to this contract is work that the City is required to perform pursuant to the terms of the Consent Decree. In the event of any conflict between the terms and provisions of this Consent Decree and any other terms and provisions of this Contract or the Contract Documents, the terms and provisions of this Consent Decree shall prevail. III. Retention of documents — CONTRACTOR shall retain and preserve all non- identical copies of all documents, reports, research, analytical or other data, records or Supplementary Conditions 00 73 00-10 Whitecap WWTP Improvements-18087A Rev2/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E other information of any kind or character (including documents, records, or other information in electronic form) in its or its sub-contractors' or agents' possession or control, or that come into its or its sub-contractors' or agents' possession or control, and that relate in any manner to this contract, or the performance of any work described in this contract (the "Information"). This retention requirement shall apply regardless of any contrary city, corporate or institutional policy or procedure. CONTRACTOR, CONTRACTOR's sub-contractors and agents shall retain and shall not destroy any of the Information until fiveyears after the termination of the Consent Decree and with prior written authorization from the City Attorney. CONTRACTOR shall provide the City with copies of any documents, reports, analytical data, or other information required to be maintained at any time upon request from the City. IV. Liability for stipulated penalties — Article IX of the Consent Decree provides that the United States of America, the United States Environmental Protection Agency and the State of Texas may assess stipulated penalties including interest against the City upon the occurrence of certain events. To the extent that CONTRACTOR or CONTRACTOR's agents or sub-contractors cause or contribute to, in whole or in part, the assessment of any stipulated penalty against the City, CONTRACTOR agrees that it shall pay to City the full amount of any stipulated penalty assessed against and paid by City that is caused or contributed to in whole or in part by any action, failure to act, or failure to act within the time required by any provision of this contract. CONTRACTOR shall also pay to City all costs, attorney fees, expert witness fees and all other fees and expenses incurred by City in connection with the assessment or payment of any such stipulated penalties, or in contesting the assessment or payment of any such stipulated penalties. In addition to any and all other remedies to which City may be entitled at law or in equity, CONTRACTOR expressly authorizes City to withhold all amounts assessed and paid as stipulated penalties, and all associated costs, fees, or expenses from any amount unpaid to CONTRACTOR under the terms of this contract, or from any retainage provided in the contract. END OF SECTION Supplementary Conditions 00 73 00-11 Whitecap WWTP Improvements-18087A Rev2/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Whitecap Improvements,,WWTP Project No. 18087A 00 w 18514 DIV 01 - GENERAL REQUIREMENTS DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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. Improvements to the screening facility,influent lift station,aeration basin,secondary clarifiers, return activated and waste active sludge(RAS/WAS) pumping systems, aerobic digester,and solids handling facilities and addition of grit removal. 2. In general,work includes structural improvements,equipment replacements, process/piping modifications,and electrical and instrumentation improvements to the above-mentioned process facilities. 3. Installation of new bar screen with the new washercompactor. Building masonry wallsand roof will be demolished. 4. The pumps and piping will be replaced at the influent lift station. 5. A new grit removal system consisting of stacked tray vortex grit removal system with two(2)centrifugal grit pumps and a concentrator/classifier/washer system. 6. Air piping and diffusers will be replaced in the aeration basins. An additional blower will be installed in Blower Building 2. 7. The interior mechanisms on both secondary clarifiers will be replaced and a new scum pump will be installed to Secondary Clarifier#2. 8. Four (4) new RAS/WAS pumps will be installed in the secondary pump station along with the necessary piping modifications to allow one set of RAS/WAS pumps to perform both functions of pumping both RAS/WAS. 9. The existing aerobic digester structure is being reconfigured to incorporate pre-and post-digestion thickening and thejet aerationsystem. 10. A new volute screw press will be installed in the spare bay of the solids handling building, including polymer feed system. Summary ofWork 01 1100-1 Whitecap WWTP Improvements-18087A Rev 10/2018 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 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 BYOWNER 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 con nection fees,and permits. 1.06 USE PRIORTO FINALCOMPLETION 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 suretyto 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. Summary ofWork 01 1100-2 Whitecap WWTP Improvements-18087A Rev 10/2018 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION(NOT USED) END OF SECTION Summary ofWork 01 1100-3 Whitecap WWTP Improvements-18087A Rev 10/2018 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate,and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per Article 19 of SECTION 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. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. C. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Addendum 3-Alternates and Allowances 012310- 1 Whitecap WWTP Improvements—18087A Rev 5/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per Article 12 of SECTION 00 72 00 GENERAL CONDITIONS to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. C. Provide actual invoices for the materials. 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 A. Alternate A1— Removal and Replacement of Non-Potable Water System Pump Station 1. This alternate provides for the removal and replacement of the existing non-potable water pump and addition of a 4" PVC NPW loop. Complete-in-place including all electrical and controls for the pump station, and labor& materials for the loop. B. Alternate A2— Bar Screen Facility—Pre-Engineered Metal Canopy 1. This alternate provides for the addition of a pre-engineered metal canopy at the Bar Screen Facility, compete-in-place including lighting and removable bolted access hatch large enough to be able to remove the mechanical bar screens. C. Alternate A3— Refurbishment of Existing Belt Filter Press 1. This alternate provides for the refurbishment of the existing belt filter press at the solids handling facility including all materials and labor Refurbishment includes replacing all components including rollers, belts, and other and converting the pneumatic guidance system to hydraulic and a new electrical power and control panel. D. Alternate A4— Redundant Polymer Feed System at Solids Handling Building 1. This alternate provides for a redundant identical polymer feed system at the solids handling facility including all materials and labor, including connecting all electrical and controls, and process piping, location to be determined in field. E. Alternate A5— Deduction/Addition for using Hot Dipped Galvanized (HDG) instead of 316 SS for the Clarifier 401 and 401 Rakes Addendum 3-Alternates and Allowances 012310-2 Whitecap WWTP Improvements—18087A Rev 5/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.04 DESCRIPTION OF ALLOWANCES A. Bid Item A-3—Sluice Gate/Slide Gate Allowance 1. The sum of$165,000 will be used for the purchase and installation of new sluice or slide gates throughout the plant, including all labor and materials. 2. See 0123 10 Alternates &Allowance for Basis of Payment. B. Bid Item A-4—Asbestos Surveys of Bar Screen and Solids Handling Buildings 1. The sum of$2,000 will be used to conducting survey to identify presence of asbestos where existing building demolition work is required. 2. Demolition work is required in the existing Bar Screen and Solids Handling buildings. 3. See 0123 10 Alternates &Allowance for Basis of Payment. C. Bid Item A-5— Building Permit 1. The sum of$2,000 will be used for any required building permits. 2. See 0123 10 Alternates &Allowance for Basis of Payment. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Addendum 3-Alternates and Allowances 012310-3 Whitecap WWTP Improvements—18087A Rev 5/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E This Sheet Intentionally Blank Addendum 3-Alternates and Allowances 012310-4 Whitecap WWTP Improvements—18087A Rev 5/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 GENERAL A. Bid Item A-1—Mobilization (Maximum 5%): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment. b. Transportation and/or erection of all field offices, sheds, and storage facilities. c. Salaries for preparation of documents required before the first Application for Payment. d. Salaries for field personnel assigned to the Project related to the mobilization of the Project. e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. Addendum 3-Measurement and Basis for Payment 0129 01- 1 Whitecap WWTP Improvements—18087A Rev 5/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. B. Bid Item A-2— Bonds and Insurance (Maximum Allowance of 2%) 1. Payment shall include all bonds and insurance required under the Contract Documents. 2. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique insurance as required and obtained specifically for this Project, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. C. Bid Item A-5—Storm Water Pollution Prevention 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 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. BAR SCREEN FACILITY IMPROVEMENTS D. Bid Item B-1—Bar Screen Facility Improvements 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required for the structural modifications including demolition of the existing bar screen building and site work, installing complete in place continuous cleaning mechanical bar screen, screening compact washer, electrical &control improvements, electric gate actuators and retrofit the existing odor control equipment. INFLUENT LIFT STATION IMPROVEMENTS A. Bid Item C-1— Influent Lift Station Improvements: 1. Lump Sum. 2. This item shall be measured for payment on a lump sum basis.This shall include but not limited to the by-pass pumping,demolition/removal of existing pumps and piping in the dry well,complete in place new submersible pumps and base, pipe,fittings,valves,trolly & hoist, portable gantry crane, concrete loading dock, stairs, and removable handrails and all electrical &control improvements at the Influent Pump Station. Addendum 3-Measurement and Basis for Payment 0129 01-2 Whitecap WWTP Improvements—18087A Rev 5/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E GRIT REMOVAL SYSTEM A. Bid Item D-1—Site Preparation/Clearing and Excavation & Driveway Improvements: 1. Lump Sum 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required to excavate and prepare/clear site and construct reinforced concrete grit structures including foundation, walls, and protective coatings, install equipment includes stacked tray grit removal unit, classifier, separator, grit pumps, dumpster, piping, fittings, valves, hand-rail, RFP covers, yard piping, site-work, driveway grit basin construct and ins. This also includes improves to the driveway, 20-inch magmeter, and equipment required for electrical & controls needed for the grit removal system. AERATION SYSTEM IMPROVEMENTS A. Bid Item E-1—Aeration Basin Distribution Box-Replace Manual Actuators: 1. Lump Sum 2. This item shall be measured for payment by the lump sum.This shall include but not limited to all materials, labor, and equipment required to replace manual actuators for the Aeration Basin Distribution Box, replace gaskets in existing flanged SS pipe, install thermal mass flow meters, replace existing diffusers and distribution piping and drop pipes, valves, new blower dissolved oxygen control system and SCADA Control System. Included is work replace pedestals and manual actuators for the Aeration Distribution Box and removal of existing equipment from Blower Building No 1 including existing MCC and two (2) existing blowers. SECONDARY CLARIFIERS& SLUDGE PUMP IMPROVEMENTS A. Bid Item F-1—Secondary Clarifiers &Sludge Pump Improvements 1. Lump Sum 2. This item shall be measured for payment by the lump sum.This shall include but not limited to all materials, labor, and equipment required to remove and replace mechanical equipment in both Clarifier 401 &402, protective coatings, including electrical and controls, replacement of pedestals and manual actuators for the Clarifier Distribution Box. Package scum pump station will be constructed to pump scum from Clarifier 402 to the Aerobic Digester including piping, fittings and valves. Clarifier No 1, including electrical and controls. Sludge Pump improvements includes removal of existing pumps and piping, install complete in place new dual-purpose WAS/RAS submersible pumps, piping, fittings, valves, magmeter, complete in place new submersible pumps at the Sludge Pump Station. AEROBIC DIGESTER IMPROVEMENTS A. Bid Item G-1—Aerobic Digester Improvements 1. Lump Sum 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required for demolition and site work, Addendum 3-Measurement and Basis for Payment 0129 01-3 Whitecap WWTP Improvements—18087A Rev 5/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E install complete in place aspirating mixers, piping, fittings, valves, decanters, telescoping valves, cracking and spall concrete structural repairs and electrical & controls needed for the aerobic digester improvements. B. Bid Item G-2—Repair delamination and spalling on the Aerobic Digester 1. This item is to establish the unit cost to repair a cubic foot of concrete delamination and spalling repair. C. Bid Item G-3—Repair Cracking on the Aerobic Digester 1. This item is to establish the unit cost to repair a linear foot of concrete crack repair. SOLIDS HANDLING IMPROVEMENTS A. Bid Item H-1—Solids Handling Improvements 1. Lump Sum 2. This item shall be measured for payment by the lump sum shall include but is not limited to all materials, labor, and equipment required for demolition of interior control room, roof ceiling material, grating, and handrail; improvements include complete in place screw press,with piping, fittings, valves, portable ladder,walkway around existing Belt Filter Press, improve the foundation in the solids handling facility and electrical &controls needed for the solids handling facility. Site work includes constructing new aggregate access service road. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Addendum 3-Measurement and Basis for Payment 0129 01-4 Whitecap WWTP Improvements—18087A Rev 5/2020 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 0133 01 Submittal Register 02 24 20 Silt Fence 2(D) Record Data 031100 lConcrete Framework 6 Record Data 03 20 00 Concrete Reinforcement 4.01 Shop Drawing 03 20 00 Concrete Reinforcement 4.01 Record Data 03 25 00 Concrete Joints and Embedded Items 1.02 Shop Drawing 03 25 00 Concrete Joints and Embedded Items 1.02 Record Data 033100 Structural Concrete 1.02 Record Data 03 34 50 Concrete Finishing 1.03 Record Data 03 60 00 Structural Grout 1.04 Record Data 03 60 50 Bonded Concrete Topping and Fill 1.01 Record Data 05 12 00 Structural Steel Framing 1.02 Shop Drawing 05 1200 Structural Steel Framing 1.02 Record Data 05 50 00 Miscellaneous Metals 1.04 Shop Drawing 05 50 00 Miscellaneous Metals 1.04 Record Data 055100 Metal Stairs 1.03 Shop Drawing 055100 Metal Stairs 1.03 Record Data 05 52 00 Aluminum Handrail and Railing 1.03 Shop Drawing Sample 05 52 00 Aluminum Handrail and Railing 1.03 Record Data 06 63 20 Glass Fiber Reinforced Plastic Grating 1.01 Shop Drawing 06 63 20 Glass Fiber Reinforced Plastic Grating 1.01 Record Data 07 92 00 Joint Sealants 1.04 Record Data Sample 09 96 00 High Performance Coatings 1.3 Record Data Mockup 11 28 10 Weirs and Baffles 2.1(C-D) Record Data Sample 13 12 10 Pre-Engineered Metal Buildings 1.4 Shop Drawing 13 12 10 Pre-Engineered Metal Buildings 1.5 Record Data 15 05 00 Mechanical General Provisions 1.4 Shop Drawing 15 05 00 Mechanical General Provisions 1.4 Record Data O&M Manual 15 06 00 Equipment Bases and Supports 1.2 Shop Drawing 15 07 10 Wastewater Piping 1.3 Shop Drawing 15 07 50 Mechanical Identification 1.2 Record Data 15 09 40 Supports and Hangers 1.3 Shop Drawing 15 09 40 Supports and Hangers 1.3 Record Data 15 10 50 Pipe and Pipe Fittings-General 1.3 Record Data 15 13 90 Wastewater Valves 1.2 Shop Drawing 15 44 20 Drains,Hydrants,and Cleanouts 1.2 Shop Drawing 22 13 30 Submersible Pumps 1.2 Shop Drawing 22 13 30 Submersible Pumps 1.3 Record Data O&M Manual 26 05 00 Common Work Results for Electrical 1.3 Record Data 26 05 19 Low-Voltage Electrical Power Conductors and Cables 1.3 Record Data 26 05 19.01 Wire Connections and Devices 1.3 Record Data 26 05 26 Grounding and Bonding for Electrical Systems 1.2 Record Data 26 05 29 Hangers and Supports for Electrical Systems 1.4 Shop Drawing 26 05 33 Raceways and Boxes for Electrical Systems 1.4 Shop Drawing 26 05 53 Identification for Electrical Systems 1.2 Record Data 26 22 00 Low-Voltage Transformers 1.3 Shop Drawing 26 22 00 Low-Voltage Transformers 1.3 Record Data O&M Manual 26 24 16 Panelboards 1.4 Shop Drawing 26 24 16 Panelboards 1.4 Record Data O&M Manual 26 27 26 Wiring Devices 1.5 Record Data O&M Manual 26 2813 Fuses 1.3 Record Data 26 2816 Enclosed Switches and Circuit Breakers 1.4 Record Data 26 41 13 Lightning Protection for Structures 1.3 Record Data 26 50 00 Lighting 1.4 Record Data 26 64 19 Motor-Control Centers 1.4 Shop Drawing 26 64 19 Motor-Control Centers 1.4 Record Data Submittal Register 013301-1/3 Whitecap WWTP Improvements Project No.E18087A 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 0133 01 Submittal Register / SO C i 31 23 10 Structural Excavation,Fill,and Backfill 1.3 Shop Drawing 33 05 01.09 Polyvinyl Chloride(PVC)Pressure Pipe and Fittings 1.3 Shop Drawing 33 05 01.09 Polyvinyl Chloride(PVC)Pressure Pipe and Fittings 1.3 Record Data 33 05 01.13 Sanitary Sewer Pipe(PVC)[Civil] 1.3 Record Data 33 12 16.13 Miscellaneous Valves 1.2 Shop Drawing O&M Manual 33 12 16.37 Inline Check Valves 1.3 Shop Drawing 33 12 16.37 Inline Check Valves 1.3 Record Data 40 05 50 Fabricated Gates 1.4 Shop Drawing O&M Manual 40 05 53 Identification for Process Piping and Equipment 1.2 Record Data 40 63 00 Control System Operation 1.1 Shop Drawing 40 70 00 Instruments 1.3 Record Data 40 80 00 Commissioning of Process Systems 1.2 Shop Drawing 40 80 00 Commissioning of Process Systems 1.2 Record Data 40 90 00 Vendor Control Panels 1.4 Shop Drawing 40 90 00 Vendor Control Panels 1.4 Record Data 40 94 30 SCADA System 1.3 Shop Drawing 40 94 30 SCADA System 1.3 Record Data O&M Manual 40 94 43 Programmable Logic Controllers 1.3 Record Data O&M Manual 40 22 13.19 Gantry Crane 1.3 Shop Drawing O&M Manual 431100 Aeration Blowers 1.3 Shop Drawing 431100 Aeration Blowers 1.3 Record Data O&M Manual 46 20 20 Continuous Cleaning Mechanical Bar Screen 1.3 Shop Drawing 46 20 20 Continuous Cleaning Mechanical Bar Screen 1.3 Record Data O&M Manual 46 20 21 Screening Compactor-Washer 1.3 Shop Drawing 46 20 21 Screening Compactor-Washer 1.3 Record Data O&M Manual 46 23 02 Vortex Grit Pump 1.3 Shop Drawing 46 23 02 Vortex Grit Pump 1.3 Record Data O&M Manual 46 23 23 Induced Vortex Grit Unit 1.3 Shop Drawing 46 23 63 Grit Concentrating and Dewatering 1.3 Shop Drawing 46 23 63 Grit Concentrating and Dewatering 1.3 Record Data O&M Manual 46 43 21 Circular Clarifier Equipment CL-401 1.3 Shop Drawing 46 43 21 Circular Clarifier Equipment CL-401 1.3 Record Data O&M Manual 46 43 21 Circular Clarifier Equipment CL-402 1.3 Shop Drawing 46 43 21 Circular Clarifier Equipment CL-402 1.3 Record Data O&M Manual 46 51 17 Jet Aerator 1.3 Shop Drawing 46 51 17 Jet Aerator 1.3 Record Data O&M Manual 46 51 64 Aeration Diffuser System 1.3 Shop Drawing 46 51 64 Aeration Diffuser System 1.3 Record Data O&M Manual 46 73 20 Floating Supernatant Decanter 1.3 Shop Drawing 46 76 28 Volute Dewatering Press 1.3 Shop Drawing 46 76 28 Volute Dewatering Press 1.3 Record Data O&M Manual Submittal Register 013301-2/3 Whitecap WWTP Improvements Project No.E18087A 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 consider the below: 1. BarScreen Facility—existing facility has redundancy and includes two trains; contractorshall ensure that spare/existing train is fully operational while installing proposed screening equipment. 2. Influent Pump Station—contractor shall provide bypass pump system between the bar screen facility and the aeration basin influent structure during construction of improvements to influent pump station. 3. During bypass operations of the Influent Pump Station,the contractorshall install the two tee connections and valves,as part of the new yard piping improvements for the proposed grit removal system. 4. Construction of the proposed grit removal system is independent and can begin immediately but will not be tied into the existing process(brought online) until all improvements are completed on influent pump station and to the aeration basin. 5. Aeration Basin—existing facility has redundancy and includes two trains;contractor shall ensure that spare/existing train is fully operational while removing and replacing aeration equipment. Aeration tankwork needs to be scheduled in the winter months (November thru February) when the plant is most able to operate efficiently with one tank in service. Contractorshallensure that both secondary clarifiers are operational during reduction in operations at aeration basin. 6. Secondary Clarifiers—contractorshall keep one secondary clarifier operational while making improvements to the other clarifier. At no time shall both clarifiers be taken out of services. 7. Secondary Sludge Pump Station (RAS/WAS) —contractorshall utilize existing bypass pumping system(provided by City)while completing improvements to the RAS/WAS pump station. Remove bypass system and bring system online only after improvements are complete at secondary clarifiers and aerobic digester. 8. Aerobic Digester—existing facility has redundancy and includes two trains;contractor shall ensure that spare/existing train is fully operational while removing and replacing equipment in the other. New piping can be installed while in operation, however the contractor must shutdown the digester completely to tie-in the proposed piping tothe digester. 9. Solids Handling Facility—existing facility has redundancy, contractor shall ensure that the belt filter press remains operational while installing the proposed screw press. If Alternate is approved, the refurbishment of the belt filter press shall not proceed until the screw press is commissioned and operational. Consider the sequences, duration limitations,and governing factors outlined in this Section to prepare the schedule for the Work. Special Procedures 0135 00-1 Whitecap WWTP Improvements—E18087A Rev 10/2018 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Perform the Work not specifica I ly des cri bed in this Section as required to complete the entire Projectwithin the Contract Times. C. Contractor shall perform the work associated with this project to ensure that the plant remains in compliance with all Federal and State rules and regulations that are applicable to the operation of the plant and discharge of effluent during the entire period of construction. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Secondary Sludge Pump Station and Aerobic Digester 2. Aeration Basinand Secondary Clarifiers 3. Tie-in of Proposed Grit Removal System to Existing System 4. Electrical power, 5. Control power, 6. Pipelines or wastewater systems, 7. Communications equipment, and 8. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping,or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to ca rry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower,equipment, and ancillary supplies; 8. Backupsfor key pieces of equipment and key personnel; 9. Contingencyplan thatwill be used if theoriginal schedule cannot be met;and C. Submit plans 1 month prior to beginning the Work. D. Submit plan for Aerobic Digester shutdown 6 weeks prior to beginning of work. 1.03 CRITICAL OPERATIONS A. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. B. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. C. Provide additional manpower and equipment as required to completethe Work affecting critical operations within the allottedtime. Special Procedures 0135 00-2 Whitecap WWTP Improvements—E18087A Rev 10/2018 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing facilities and pipelines as much as possible. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION(NOT USED) END OF SECTION Special Procedures 0135 00-3 Whitecap WWTP Improvements—E18087A Rev 10/2018 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 01 40 00 SPECIAL INSPECTIONS 1.00 GENERAL 1.01 SPECIAL INSPECTION A. During construction,special structural inspections shall be performed in accordancewith the requirementsof Section 1704 of the 2018 International Building Code (IBC). The Owner shall hire a Special Inspectorwith qualifications satisfactory to the Building Official. 1.02 DEFINITIONS A. PERFORM: Perform thesetasksfor eachweld, fasteneror bolted connection, and noted verification. B. OBSERVE: Observe these items randomly during the course of each workday to insure that applicable requirements are being met. Operations need not be delayed pending these inspections at contractor's risk. C. DOCUMENT: Document,with a report,that the work has been performed in accordance with the contract documents. This is in addition to any other reports required in the Special Inspections guide specification. D. CONTINUOUS:Constant monitoring of identified tasks by a special inspectorover the duration of performance of said tasks. The Seismic Design Categoryforthis project is: ❑X A,❑ B, ❑ C, ❑ D, ❑ E, ❑ F(check appropriate box) 1.03 SPECIAL INSPECTION SCHEDULE A. See following pages. Special Inspection 0140 00-1 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E STRUCTURAL - STEEL —WELDING SECTION ALL OR, IPORTIONS 011f': "III"IH IS SE(,"'III"II011" ARE AII)[)Ll(",'A,13LE If" BOX IS I~'"HEI("KED: IIS STEEL INSPECTION PRIOR TO WELDING =VERIFY THE FOLLOWING ARE IN COMPLIANCE 2018/130 1745,2.1,AISC 360-46:Table C-N544 TASK , INSPECTION TYPE" DESCRIPTION ; 1. Verifythat the welding PERFORM procedures specification (WPS)is available 2. Verify manufacturer PERFORM certifications for welding consumables are available 3. Verifymaterial identification PERFORM Type and grade. 4. Welder Identification System PERFORM The fabricator or erector,as applicable,shall maintain a system bywhich a welder who has welded a joint or member can be identified. Stamps, if used,shall be the low- stress type. 5. Fit-up of groove welds OBSERVE ✓ Joint preparation (includingjoint geometry) ✓ Dimensions(alignment, root opening,root face, bevel) ✓ Cleanliness(condition of steel surfaces) ✓ Tacking(tack weld quality and location) ✓ Backing type and fit(if applicable) 6. Configuration and finish of OBSERVE access holes 7. Fit-up of fillet welds OBSERVE ✓ Dimensions(alignment, gaps at root) ✓ Cleanliness(condition of steel surfaces) ✓ Tacking(tack weld quality and location) STEEL INSPECTION DURING WELDING VERIFY THE FOLLOWINGARE INCOMPLIANCE 2418 IBC 1745.2,1;AISC 364-15�Table'C-N5,4-2 TASK , INSPECTION HYPE DESCRIPTION ; 8. Use of qualified welders PERFORM Welding by welders,welding operators,and tack welders who are qualified in conformance with requirements. 9. Control and handling of OBSERVE ✓ Packaging welding consumables ✓ Electrode atmospheric exposure control 10. No welding over cracked tack OBSERVE welds 11. Environmental conditions OBSERVE ✓ Wind speed within limits ✓ Precipitation and temperature 12. Welding Procedures OBSERVE ✓ Settings on welding equipment Specification followed ✓ Travel speed ✓ Selected welding materials ✓ Shieldinggas type/flow rate ✓ Preheatapplied ✓ Interpass temperature maintained (min./max.) ✓ Proper position(F, V, H, OH) ✓ Intermix of filler metals avoided 13. Welding techniques OBSERVE / Interpass and final cleaning v/ Each pass within profile limitations v/ Each pass meets quality requirements 1 PERFORM: Perform these tasks for each weld,fastener or bolted connection,and required verification. OBSERVE: Observe these items on a random sampling basis dailyto insure that applicable requirements are met. Operations need not be delayed pendingthese inspections at contractor's risk. Special Inspection 014000-2 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E STRUCTURAL - STEEL —WELDING SECTION (CONTINUED) - TEELF�SPECTI©NAFTERWELDIN —VERIFYTI E OLLOWI NG ARE,INC©MPLIANCE 20181 BC 1705.2.1,RISC 3 0-16;Ta b{e C- 5,4- , TASK J SPECTIC)NTYPE? DESCRIPTIO 14. Welds cleaned OBSERVE 15. Size, length,and location of all PERFORM Size, length, and location of all welds welds conform to the requirements of the detail drawings. 16. Welds meetvisual acceptance PERFORMAND ✓ Crack prohibition criteria DOCUMENT ✓ Weld/base-metal fusion ✓ Crater cross section ✓ Weld profiles ✓ Weld size ✓ Undercut ✓ Porosity 17. Arc strikes PERFORM 18. k-area PERFORM When welding of doubler plates, continuity plates or stiffeners has been performed in the k-area, visually inspect the web k-area for cracks. 19. Backing removed, weld tabs PERFORM removed and finished, and fillet welds added where required 20. Repair activities PERFORMAND DOCUMENT 21. Document acceptance or rejection PERFORM of welded joint or member ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, END SECTION 1 PERFORM: Perform these tasks for each weld,fastener or bolted connection,and required verification. DOCUMENT: Document in a report that the work has been performed as required. This is in addition to all other required reports. Special Inspection 014000-3 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E STRUCTURAL - STEEL — BOLTING SECTION ALL OR PORTIONS 0w 11': "III"ISI IS S E(,']11"II011" ARE AII)[)LII(';WABLIE Illlf': DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E STRUCTURAL - STEEL - NON DESTRUCTIVE TESTING SECTION ALL OR IPORTIONS 0w 11': "III'H IS SE(,7III"II0ll" ARE AII)[)LII(';WABLE Il ll" BO IS (WH E(WKED: IIS f ONDESTRUCTIVETESTINGOFWELDEDJOICATS —VERIFYTHEFOLLOWINGARE1NCOMPLIANCE 2018 I BC 1705,2;1,AISC 360-16:Section N5:5, TASK INSPECTI©NTYPE' DESCRIPTION', 1. Useof qualified PERFORM Visual weld inspection and nondestructive testing (NDT) shall nondestructive testing be conducted by personnel qualified in accordance with AWS personnel D1.8 clause 7.2 2. CJPgroove welds OBSERVE Dye penetrant testing (DT)and ultrasonic testing (UT)shall be performed on 20% of CJ groove welds for materials greater than 5/16" (8mm)thick.Testing rate must be increased to 100% if greaterthan 5%of welds tested have unacceptable defects. 3. Welded joints subject OBSERVE Dye penetrant testing (DT)and Ultrasonic testing (UT)shall be to fatigue performed on 100% of welded joints identified on contract drawings as being subject to fatigue. 4. Weld tab removal sites OBSERVE At the end of welds where weld tabs have been removed, magnetic particle testing shall be performed on the same bea m- to-column joints receiving UT ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, END SECTION 1 PERFORM: Perform these tasks for each weld,fastener or bolted connection,and required verification. OBSERVE: Observe these items on a random sampling basis dailyto insure that applicable requirements are met. Operations need not be delayed pendingthese inspections at contractor's risk. Special Inspection 014000-5 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E STRUCTURAL - STEEL - OTHER INSPECTIONS ALL OR PORTIONS 0w 11': "III"ISI IS SE(,']11"II011" AIII"I,E AIPII)LIICABLE Illlf': BOX IS (WI­IIE(WKED: X OTHER STEEL I NSPECTIOS —VERIFYTFIEFOLLOW NGAIREINCOMPLIANCE ` 2018 I BC 1705,2.1,AI SC: 41-1.6:Ta bles J 8,18c,J 10;1 TASK, ' INSPECTION TYPE" DESCRIPTION', 1. Anchor rods and other PERFORM Verify the diameter, grade, type, and length of the embedments supporting anchor rod or embedded item, and the extent or structural steel depth of embedment prior to placement of concrete. 2. Fabricated steel or erected steel OBSERVE Verify compliance with the details shown on the frame construction documents, such as braces, stiffeners, member locations and proper application of joint details at each connection. 3. Reduced beam sections(RBS) DOCUMENT ✓ Contour and finish where/if occurs ✓ Dimensional tolerances 4. Protected zones DOCUMENT No holes or unapproved attachments made by fabricator or erector 5. H-piles where/if occurs DOCUMENT No holes or unapproved attachments made by the responsible contractor END SECTION STRUCTURAL - COLD-FORMED METAL DECK - PLACEMENT SECTION ALL 011l"li, II I„„IIRTl101NS 0w 11':"III"ISI IS SE(,']11"II011" AIII"I,E AII)II)LII(';WABLE Illlf': BOX IS (WI­IIE(WKED: ILI METAL DECK,INSPECTION,PRIORTOL ECKPLACEMENT'-- (ERI FYTHE,FOLLOWICSGARE INCOMPLIANCE, SDIQA/QC-2011,,Appendix l,Table 1.1, TASK INSPECTIONTYPE? DESCRIPTION 1. Verify compliance of materials PERFORM (deck and all deck accessories) with construction documents, including profiles, material properties,and base metal thickness 2. Document acceptance or DOCUMENT rejection of deck and deck accessories METAL DEC K I NSPECTION DURING DECKPLACEMENT—VERI FYTf IE FOLLO INC ARE IN COMPLIANCE SDIC /QC-2011, Appendix',1,Table1.2, TASK INSPECTIONTYPE? DESCRIPTION 3. Verify compliance of deck and all PERFORM deck accessories installation with construction documents 4. Verify deck materials are PERFORM represented by the mill 1 PERFORM: Perform these tasks for each weld,fastener or bolted connection,and required verification. OBSERVE: Observe these items on a random sampling basis dailyto insure that applicable requirements are met. Operations need not be delayed pendingthese inspections at contractor's risk. DOCUMENT: Document in a report that the work has been performed as required. This is in addition to all other required reports. Special Inspection 014000-6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, certifications that comply with the construction documents 5. Document acceptance or DOCUMENT rejection of installation of deck and deck accessories METAL DECICINSPECTIO AF ER,DEC PLACEMENT -VERIFYTHEFOLLOWIC AREIf COMPLIANCE SDIQA/QC-2011, Appendix 1,Table 1.3 TASK INSPECTIO TYPE? DESCRIPTION 6. Welding procedure specification PERFORM (WPS) available 7. Manufactures certifications for OBSERVE welding consumables available 8. Material identification OBSERVE (type/grade) 9. Check welding equipment OBSERVE END SECTION Special Inspection 014000-7 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E STRUCTURAL - COLD-FORMED METAL DECK —WELDING SECTION ALL OR Ilf)(AIR,TIIOlNS 0w 11': "III'H IS SE(,7III"II0ll" ARE AII)II)LII(';WABLE Il ll" BO IS (WH E(WKED: METALDECKINSPECTION DURINGWELDING -VERIFYTHE.FOLLO IC AREIf COMPLIANCE SDI OA/QC-2011, Appendix 1,Table 1,4 TASK , I N PECTI ON TYRE 1 DESCRIPTION , , 1. Use of qualified welders OBSERVE 2. Control and handling of welding OBSERVE consumables 3. Environmental conditions (wind OBSERVE speed, moisture,temperature) 4. WPS followed OBSERVE METAL DECD I NSPECTI ON AFTER WELDING-VERIFY THEFOLLOWI NG ARE IN COMPLIANCE S[ I O.A/ C-2b11., Appendix 1,Table 1. ' TASK , I NSPECTI Ofd TYPE1 DESCRIPTION , , 5. Verify size and location of welds, PERFORM including support,sidelap,and perimeter welds. 6. Welds meetvisual acceptance PERFORM criteria 7. Verify repair activities PERFORM 8. Document acceptance or DOCUMENT rejection of welds END SECTION 1 PERFORM: Perform these tasks for each weld,fastener or bolted connection,and required verification. OBSERVE: Observe these items on a random sampling basis dailyto insure that applicable requirements are met. Operations need not be delayed pendingthese inspections at contractor's risk. DOCUMENT: Document in a report that the work has been performed as required. This is in addition to all other required reports. Special Inspection 014000-8 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E STRUCTURAL - COLD-FORMED METAL DECK — FASTENING SECTION ALL OR IPORTIONS 0w 11': "III]HIIS SE(,7III"II0ll" ARE AIIf [)LIIC';WABLE llllf BO IS C'"'MEC'"KED: IIS METALDECK,IINSPECT!ONBEFOR EMECI�IAI ICALFASTEI If G—VERIFYTI EFOLLOWINGAREIC COM' PLIAf CE SDI CIA/QC-20)11, Appendix 1,Table 1.,6 TASK , I N OECTI ON TYRES 1 DESCRIPTION - 1. ESCRIPTION - 1. Manufacturer installation OBSERVE instructions available for mechanical fasteners 2. Proper tools available for OBSERVE fastener installation METALDECKINSPECfIONDURINGMECI�ANICALFASTENING-VERIFYTk EWI FOLLONGAREINCOMPLIANCE SDI CIA/QC-2011,Appendi;1,T le 1.,7 TASK I NSPECTI Ofd TYPE1 DESCRIPTION - 3. ESCRIPTION -3. Fasteners are positioned as OBSERVE required 4. Fasteners are installed in OBSERVE accordancewith manufacturer's instructions METALDECI�INSPECTIONAFTER ME F�ANICALFA TENIf G —VERIFYTFIEFOLLO IN ARE,INCOMPLIANCE, SDI CIA/QC-2011, Appendix 1,Tab{e 1.,8 TASK I N OECTI ON TYRES 1 DESCRIPTION - 5. ESCRIPTION -5. Check spacing,type,and PERFORM installation of support fasteners 6. Check spacing,type,and PERFORM installation of sidelapfasteners 7. Check spacing,type,and PERFORM installation of perimeter fasteners 8. Verify repair activities PERFORM 9. Document acceptance or DOCUMENT rejection of mechanical fasteners ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, END SECTION 1 PERFORM: Perform these tasks for each weld,fastener or bolted connection,and required verification. OBSERVE: Observe these items on a random sampling basis dailyto insure that applicable requirements are met. Operations need not be delayed pendingthese inspections at contractor's risk. DOCUMENT: Document in a report that the work has been performed as required. This is in addition to all other required reports. Special Inspection 014000-9 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E STRUCTURAL - LIGHT GAUGE STEEL FRAMING AND/OR LIGHT GAUGE TRUSSES SECTION ALL OR, IPORTIONS 0w 11':"III]HIIS SE(,']11"IION ARE AII)[)LII(';WABLE Il 1" BO IS ("'ME("KED: IIS LI HT CAUG'ESTEELCONSTR'UCTIOI At~ DCON ECI"IOILS-VERIFYTHEFOLLOWIf G�ARE]NCOM PLIAI CE I B 1705.2.2,1.705.11.2,1.705.11.3,UFC 4 023 03 TASK ' I NSPECTI ON TYPE' DESCRIPTION 1. Trusses spanning 60- PERFORM Verify that temporaryand permanent truss restraint/bracing is feet or greater installed in accordancewith approved truss submittal package. where/if applies 2. Welded connections OBSERVE Visually inspect all welds composing part of the main wind or (seismic and/or wind seismic force resisting system, including shearwalls, braces, resisting system) collectors(drag struts),and hold-downs. 3. Connections (seismic OBSERVE Visually inspect all screw attachment, bolting, anchoring and and/or wind resisting other fastening of components within the main wind or seismic system) force resisting system, including roof deck, roof framing, exterior wall covering, wall to roof/floor connections, braces, collectors(drag struts)and hold-downs. 4. Cold-formed steel OBSERVE Verify proper welding operations, screw attachment, bolting, (progressive collapse anchoring and other fastening of components within the resisting system progressive collapse resisting system, including horizontal tie where/if applies) force elements, vertical tie force elements and bridging elements(UFC 4 023 03). END SECTION STRUCTURAL - CONCRETE CONSTRUCTION SECTION ALL OR, IP1„„11R,TIIONS 0w ':11 "III]HIIS SE(,']11'IION ARE AII)[)LII(';WAB�LE Il 11: BOX IS ('"'MEQ'"WKED: CONCRETE CONSTRUCTION,INCLUDING COMPOSITE DECK—VE;RI FYTIEFOLLOWI NG ARE IN COMPLIANCE IB tABLE1705, (AC131.8REFEREN+CESNOTEbINIBCTABLE). TASK —If~ SPECTI NTYPE? DESCRIPTION .....:: .......:: ......:: .......:: ......:: ......:: ......... ......... ......... ......... ....... ......... ........ ......... ......... ........ .....:: ......:.. 1. Inspect reinforcement,including OBSERVE Verify prior to placing concrete that reinforcing is of prestressing tendons,andverify specified type, grade and size;that it is free of oil, dirt placement. and unacceptable rust; that it is located and spaced properly; that hooks, bends, ties, stirrups and supplemental reinforcement are placed correctly;that lap lengths,staggerand offsets are provided;and that all mechanical connections are installed per the manufacturer's instructions and/or evaluation report. 1 PERFORM: Perform these tasks for each weld,fastener or bolted connection,and required verification. OBSERVE: Observe these items on a random sampling basis dailyto insure that applicable requirements are met. Operations need not be delayed pendingthese inspections at contractor's risk. Z OBSERVE: Observe these items on a random sampling basis dailyto insure that applicable requirements are met. Operations need not be delayed pendingthese inspections at contractor's risk. DOCUMENT: Document in a report that the work has been performed as required. This is in addition to all other required reports. CONTINUOUS: Constant monitoring of identified tasks by a special inspector over the duration of performance of said tasks. Special Inspection 0140 00-10 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 2. Reinforcing barwelding OBSERVE ✓ Verify weldability of reinforcing bars other than ASTM A 706 ✓ Inspect single-pass fillet welds, maximum 5/16” in accordance with AWS D1.4 ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 3. All otherwelding CONTINUOUS Visually inspect all welds in accordance with AWS D1.4 ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 4. Cast in place anchors and post OBSERVE Verify prior to placing concrete that cast in place installed drilled anchors anchors and post installed drilled anchors have proper (downward inclined) embedment,spacing and edge distance. ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 5. Post-installed adhesive anchors CONTINUOUS AND ✓ Inspect as required per approved ICC-ES report in horizontal or upward inclined DOCUMENT ✓ Verify that installer is certified for installation of orientations horizontal and overhead installation applications ✓ Inspect proof loading as required by the contract documents ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 6. Verify use of required mix design OBSERVE Verify that all mixes used comply with the approved construction documents ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 7. Prior to concrete placement, CONTINUOUS At the time fresh concrete is sampled to fabricate fabricate specimens for strength specimens for strength test verify these tests are tests,perform slump and air performed by qualified technicians. content tests,and determine the temperature of the concrete .............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................:........................ 8. Inspect concrete and/or CONTINUOUS Verify proper application techniques are used during shotcrete placement for proper concrete conveyance and depositing avoids application techniques segregation or contamination. Verify that concrete is properly consolidated. ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 9. Verify maintenance of specified OBSERVE Inspect curing, cold weather protection, and hot curing temperature and weather protection procedures. technique ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 10. Pre-stressed concrete CONTINUOUS Verify application of prestressing forces and grouting of bonded prestressing tendons. ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... CONTINUED ON FOLLOWING PAGE Special Inspection 01 40 00-11 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E STRUCTURAL - CONCRETE CONSTRUCTION (CONTINUED) CONCRETECONSTRUCTION,IC CLLDII OCOMPOSITEDECK,=VERIFYTI EFOLLOWIN AREI COMPLIAf CE, IBCTABLE1705,3(ACI 318REFERENCES NOTED IN'I8CTABLE) TASK INSPECTIO TYPEl DESCRIPTION - 11. ESCRIPTION -11. Inspect erection of precast OBSERVE concrete members 12. Verify in-situ concrete strength, OBSERVE prior to stressing of tendons in post-tensioned concrete and prior to removal of shores and forms from beamsand structural slabs. 13. I nspect formwork for sha pe, OBSERVE location and dimensions of the concrete member being formed. END SECTION 1 OBSERVE: Observe these items on a random sampling basis daily to insure that applicable require mentsare met. Operations need not be delayed pending these inspections at contractor's risk. DOCUMENT: Document in a report that the work has been performed as required. This is in addition to all other required reports. CONTINUOUS: Constant monitoring of identified tasks by a special inspector over the duration of performance of said tasks. Special Inspection 01 40 00-12 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E mEfE°I1CII°°°HVK E - SG1S I IEEII')EC'I'IIOI ' EEE`"Ii"10N ALL OR IPOIIB,TlI(„”NS, 011f':"III"H lS,SE(';W"'III"lI011" ARE AIIf)IIf)El(",'ABEE lIllf': BOX lS, ("'ME(JKEID: SOILS fl+lP> Tfa / F (F ';TIEOLLttKlI1C��s, f MfLIIE I1 SPE TI01 1 P `1 DESok""'r ION 1. Materials below shallow foundations are........., OBSERVE adequate to achieve the design bearing capacity. 2. Excavations are extended to proper depth and OBSERVE have reached proper material 3. Perform classification and testing of compacted OBSERVE fill materials 4. Verify use of proper materials,densities and lift CONTINUOUS thicknesses during placement and compaction of compacted fill 5. Prior to placement of compacted fill, inspect OBSERVE During fill placement, the special subgrade and verify that site has been prepared inspector shall verify that proper properly. materials and procedures are used in accordance with the provisions of the approved geotechnical report E E) SEf0'1IOIIN 1 OBSERVE: Observe these items on a random sampling basis daily to insure that applicable require mentsare met. Operations need not be delayed pending these inspections at contractor's risk. CONTINUOUS: Constant monitoring of identified tasks by a special inspector overt he duration of performance of said tasks. Special Inspection 0140 00-13 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFTBLANK Special Inspection 01 40 00-14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including 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. Donotallowother signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees IDtempat 10 degrees ambient. 2. Cooling: Minimum 75 degrees I D 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 DELIVERYAND STORAGE A. Arrange transportation, loading,and handling of temporary buildings and sheds. 1.04 JOBCONDITIONS 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 readyfor 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 0150 00-1 Whitecap WWTP Improvements—E18087AWhitecapWWTP Improvements-18087A Rev8/2019 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 10 people. B. 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. C. 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 sanitaryconditionatall 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 TEMPORARYHEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attendthe heatingdevices at all timesthey are in operation, including overnight operations. 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. Temporary Facilities and Controls 015000-2 Whitecap WWTP Improvements—E18087AWhitecapWWTP Improvements-18087A Rev8/2019 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2.06 PROVIDE TELEPHONE SERVICE TOTH E SITEAND I NSTALLTELEPHONES I NSI DETH E CONTRACTOR'S AND THE OPT'S FIELD OFFICE.WATER FOR CONSTRUCTION A. Provide temporary water. Potable water maybe purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water maybe 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 Contractorat the pre-construction meeting. The Contractorwill keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES 3.02 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 VISI BLE.TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.03 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.04 ONREMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds,a nd utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs,framing,supports, and foundations upon completion of the Project. Temporary Facilities and Controls 015000-3 Whitecap WWTP Improvements—E18087AWhitecapWWTP Improvements-18087A Rev8/2019 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.05 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 forall office equipment. END OF SECTION Temporary Facilities and Controls 0150 00-4 Whitecap WWTP Improvements—E18087AWhitecapWWTP Improvements-18087A Rev8/2019 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 tem poraryfacilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings,and other constructionfor control of conditions atthe 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 ofthe 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. TXR150000and any other applicable Laws and Regulations. Temporary Controls 0157 00-1 WhitecapWWTP Improvements—E18087AWhitecapWWTP Improvements-18087A Rev8/2019 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part 111,Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. 1.05 PERMITS A. As a pplica ble, submit the following to the TCEQand 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 activitiesand maintainthe 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 TPDESGeneral Permit No. TXR150000 as set forth by the TCEQfor 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 Practicesas established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQas required as a condition of the TPDESGeneral Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with Article 26 of SECTION 0072 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 TCEQto 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 WhitecapWWTP Improvements—E18087AWhitecapWWTP Improvements-18087A Rev8/2019 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Notice of Intent. Provided raft copies of the Notice of Intent, SWPPP,and any other pertinent TCEQsubmittaI documents to Owner for review prior to submittal to the TC EQ. C. Return any property disturbed by construction activities toeithers pec ified 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,norallow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessaryto 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 waterwhich 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 watercourses, 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 usedfor handling contaminated waterorsoilwithin contaminated areas three times with uncontaminated water prior to using such equipment in an Temporary Controls 015700-3 WhitecapWWTP Improvements—E18087AWhitecapWWTP Improvements-18087A Rev8/2019 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E uncontaminated area. Dispose of wash water used to wash such equipment as conta minated 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) NA 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 a II times. B. Lowerthe watertable in the construction area by acceptable means if necessaryto maintain a dry and workable condition at all times. Provide drains, sumps, casings,well points, and other water control devices as necessaryto 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 waterwayas approved by the Owner. Assume responsibility for the discharge of waterfrom the Site. E. Remove the temporary construction and restorethe 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 allowsfor sheetflow prior toenteringa storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheetflowand ponding isto allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not bedischargedto private propertywithout permission. It is the intent that Contractor discharges groundwater primarily into the existing storm Temporary Controls 0157 00-4 WhitecapWWTP Improvements—E18087AWhitecapWWTP Improvements-18087A Rev8/2019 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E water system, provided that the quality of groundwater is equal to or better than the receiving stream,the Laguna Madre. 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 groundwaterfrom a trench to the wastewater system the Contractorshall contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will payforany 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(NOTAPPLICABLE) 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. 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 subsidiaryto 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 waterwith levels of chlorine,which exceed the permissible limits for discharge into wetlands orenvironmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the Temporary Controls 015700-5 WhitecapWWTP Improvements—E18087AWhitecapWWTP Improvements-18087A Rev8/2019 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E current version of the International Building Code (IBC). When applicable, Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows,doors, louvers,etc.to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING,MAI NTAINI NGAND REMOVI NG TEMPORARY CONTROLS A. Construct temporary controls in accordancewith 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 WhitecapWWTP Improvements—E18087AWhitecapWWTP Improvements-18087A Rev8/2019 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED Comply with requirements of the General Conditions and specified administrative procedures in closing out the Construction Contract. 1.02 SUBSTANTIAL COMPLETION A. Submit written notification that the work or designated portion of the work is substantially complete to the Owners Authorized Representative when the work is considered to be substantiallycomplete per the General Conditions. Include a list of the items remaining to be completed or corrected before the project will be considered to be complete. B. Owners Authorized Representative and Engineershall visit the project site to observe the work within a reasonable time after notification is received to determine the status of completion. C. Owners Authorized Representative shall issue notification to the Contractorthat the work is either substantially complete or that additional work must be performed before the project may be considered substantiallycomplete. 1. Owners Authorized Representative shall notify the Contractor in writing of items that must be completed before the project can be considered substantially complete. a. Correct the noted deficiencies in the work. b. Issue a second written notice with a revised list of deficiencies when work has been completed. c. Construction Manager and Engineer shall revisit the site and the procedure shall begin again. 2. Owners Authorized Representative shall issue a tentative Certificate of Substantial Completion to the Owner when the project is considered to be substantiallycomplete. Certificate shall include a tentative list of items to be corrected before final payment. a. Owner will review and revise the list of items and notify the Owners Authorized Representative of any objections or other items that are to be included in the list. b. Owners Authorized Representative shall prepare and send to the Contractora definite Certificate of Substantial Completion with a revised tentative list of items to be corrected or completed. c. Review the list and notify the Owners Authorized Representative in writing of any objections within 10 days of receipt of Certificate of Substantial Completion. 1.03 FINAL INSPECTION A. Submit written requestforfinal inspection when the project is complete and: 1. Contract Documents have been reviewed. 2. Work has been completed in compliance with the Contract Documents. 3. Equipment and systems have been tested per Contract Documents and are fully operational. Execution and Closeout Requirements 01 70 00-1 Whitecap WWTP Improvements Project No. 18087A Rev 11/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. Final Operations and Maintenance Manuals have been provided tot he Owner and all operators training has been completed. 5. Specified spare parts and special tools have been provided. 6. Work is complete and ready for final inspection. 7. Owners Authorized Representative and Engineer shall make an inspection with the Owner and appropriate regulatory agencies to determine the status of completeness within a reasonable time after the receipt of the Certificate. B. Owners Authorized Representative shall issue notice that the project is complete or notify the Contractorthat work is not complete or is defective. 1. Submit the request for final payment with Closeout submittals described in Paragraph 1.07 if notified that the project is complete and the work is acceptable. 2. Upon receipt of notification from the Owners Authorized Representative that work is incomplete or defective, take immediate steps to remedy the stated deficiencies. Send a second certification to the Owners Authorized Representative when work has been completed or corrected. 3. Owners Authorized Representative and Engineer shall re-visit the site and the procedure will begin again. 1.04 RE-INSPECTION FEES A. Pay fees to the Owner to compensate the Owners Authorized Representative and Engineer for re-inspection of the work required by the failure of the work to comply with the claims of status of completion made by the Contractor. B. Owner may withhold the amount of these fees from the Contractor's final payment. C. Cost for additional inspections will be billed to the Owner by the Owners Authorized Representative and Engineer for the actual hours required for the inspection and preparation of related reports in accordance with the rates in the Supplemental Conditions 1.05 CLOSEOUT SUBMITTALSTOTH E ENGINEER A. Record Drawings per Section 0133 01,Submittal-Register. B. Warranties and bonds. C. Evidence of payment or release of liens on the form required by the Section 00 72 00 General Conditions. D. Releases from property owners of land outside the easement which were used by the Contractor. E. Consent from Surety to Final Payment. F. Equipment installation reports on equipment. G. Shop drawings, record data,Operations and Maintenance Manuals,and other submittals as required by the Contract Documents. H. Specified spare parts and special tools. I. Certificates of Occupancy, operating certificates,or other similar releases required to allow the Owner unrestricted use of the work and access toservices and utilities. Execution and Closeout Requirements 01 70 00-2 Whitecap WWTP Improvements Project No. 18087A Rev 11/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E J. Evidence of final, continuing insurance,and bond coverage as required by the Contract Documents. 1.06 FINAL PAYM ENT R EQU EST A. Submit a preliminary final payment request. This request is to include adjustments to the Contract Amount for: 1. Approved Change Orders 2. Allowances not previously adjusted by Change Order 3. Unit prices 4. Deductions for defective work that has been accepted by the Owner 5. Penalties and bonuses 6. Deductions for liquidated damages 7. Deductions for re-inspection payments per Paragraph 1.04 8. Other adjustments B. Engineershall prepare final Change Order, reflecting the approved adjustments tothe contract amount which have not been covered by previously approved Change Orders. C. Submit the final Application for Payment per the Section 00 72 00 General Conditions, including the final Change Order. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Substantial Completion has been issued,final cleaning has been completed and the work has been accepted by the Owner. B. Submit final meter readings for utilities and similardata as of the date the Owner occupied the work. 1.08 WARRANTIES, BONDS,AND SERVICESAGREEMENTS A. Provide warranties, bonds,and service agreements required by the individual sections of the specifications. B. Warrantyperiod for equipment shall,in general, be for two years. Individual section(s)of these specifications shall have precedence over that specified herein, if the stated warranty period exceeds two years. C. The dateforthe start ofwarranties,bonds,and service agreements is established perthe General Conditions. D. Compile warranties, bonds,and service agreements and reviewthese documents for compliance with the Contract Documents. 1. Each document is to be signed by the respective manufacturer,supplier,and subcontractor. 2. Each document is to include: a. The product or work item description b. The firm, with the name of the principal, address,and telephone number c. Scope of warranty, bond or services agreement d. Date,duration,and expiration date for each warranty bond and service agreement e. Procedures to be followed in the event of a failure Execution and Closeout Requirements 01 70 00-3 Whitecap WWTP Improvements Project No. 18087A Rev 11/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E f. Specific instances that might invaIidatethe warranty or bond E. Submit two copies of each document tot he Engineer for review and transmittal tothe Owner. 1. Submit duplicate sets. 2. Documents are to be submitted on 8-1/2" x 11" paper, punched for a standard three- ring binder. 3. Submit each set in a commercial quality three-ring binder with a durable and cleanable plastic cover. The title"Warranties,Bonds,and Services Agreements",the project name and the name of the Contractor are to be typed and affixed to the cover. F. Submit warranties, bonds and services agreements: 1. At the time of final completion and before final payment. 2. Within 10 days after inspection and acceptance for equipment or components placed in service during the progress of construction. 1.09 CLAIMSANDDISPUTES Claims and disputes must be resolved prior to recommendations of final payment. Acceptance and final payment by the Contractorwill indicate that any outstanding claims or disputed issues have been resolved to the full satisfaction of the Contractor. 2.00 P R O D U C T S(NOT APPLICABLE) 3.00 E X E C U T 10 N (NOTAPPLICABLE) END OFSECTION Execution and Closeout Requirements 01 70 00-4 Whitecap WWTP Improvements Project No. 18087A Rev 11/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Whitecap Improvements,,WWTP Project No. 18087A ,mm RPOA 18514 PART S CITY STANDARD SPECIFICATIONS DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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: F42F1504-D745-48D0-B600-48A37A78953E 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: F42F1504-D745-48D0-B600-48A37A78953E SECTION 021080 REMOVING ABANDONED STRUCTURES 1. DESCRIPTION This specification shall provide for the demolition,removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes which are deemed unsatisfactory for reuse by the Engineer may be removed in any manner the Contractor may select. Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor, shall be restored to its original condition entirely at the Contractor's expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored if the members are to be salvaged and reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans, shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method that will not injure the members for re-use and will meet the approval of the Engineer. The removal of rivets and bolts from connections of truss 021080 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E members, bracing members, and other similar members in the structure will not be required unless specifically called for on the plans or special provisions, and the Contractor shall have the option of dismantling these members by flame-cutting the members immediately adjacent to the connections. Flame-cutting will not be permitted, however, when the plans or special provisions call for the structure unit to be salvaged in such manner as to permit re-erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagrams furnished by the Engineer prior to dismantling, and all rivets and bolts shall be removed from the connections in the manner specified in the first portion of this paragraph. Timber Structures. Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the drawings, timber piles shall be either pulled or cut off at the point not less than five (5) feet below ground line, with the choice between these two methods resting with the Contractor,unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least five(5)feet below the permanent ground line and neatly squared off. Salvage. All material such as pipe, timbers,railings, etc.,which the Engineer deems as salvable for reuse, and all salvaged structural steel, shall be delivered to a designated storage area. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour structure, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 "Excavation and Backfill for Utilities" and 022080 "Embankment". All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, levee, or other structural feature shall be placed in layers of the same depth as those required for placing 021080 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the work governed by this specification shall not be measured for pay,but shall be subsidiary to the project. 021080 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water,the Contractor,prior to additional excavation, shall control it. After stable conditions have been achieved,unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height;and to a depth equal to the height of pipe, 6 inches minimum,for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer,and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing,pumping,or by installation of well-points,as conditions warrant. Removal of well- points shall be at rate of 1/3 per 24 hours (every third well-point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets,together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility,such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance,the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. (7) Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement-stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed ten(10)inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans,but not less than 95%Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one(1)foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement),wetted if required to obtain proper compaction,and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95%Standard Proctor density,unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four(24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe)to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement-stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698)following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement-stabilized sand backfill,shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-lb (2.49 kg) Rammer and 12-inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222)Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water-bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures,piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single-stage or multiple-stage well point systems, eductor and ejector-type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms,pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. L Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ)regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent(NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. I. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement- bentonite grout or cement-sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. L Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical,provide grout connections at 50-foot intervals and fill pipe with cement-bentonite grout or cement-sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a I2-inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre-drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre-drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense,prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times,preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of"Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment,proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Ground Receiving Water Water Monitoring Monitoring Maximum Parameter Frequency Frequency Limitation Total Dissolved Once Prior to Solids (TDS) Initial +Weekly Discharge <Receiving Water Total Suspended Once Prior to Solids (TSS) Initial +Weekly Discharge <Receiving Water Total Petroleum Hydrocarbons Initial +Weekly 15 mg/L Total Lead Initial +Weekly 0.1 mg/L Benzene Initial +Weekly 0.005 mg/L Total BTEX Initial +Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial +Monthly 0.01 m /L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator(City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Parry: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes /No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible parry shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls,pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the 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. 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 manmade berm(s)prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials,personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time,replace with suitable material, and recompact(especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond +1% deviation from the required moisture or density requirement. Irregularities exceeding 1/2 inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, 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 and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right-of-Way Line Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right-of- way lines shall be made at a slope of three horizontal to one vertical (3:1) or flatter. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically-stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre-approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18-kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub-base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway- legal rubber-tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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.L)Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth(or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6-gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike,with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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: F42F1504-D745-48D0-B600-48A37A78953E SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 "Excavation and Backfill for Utilities" Section 022100 "Select Material" Section 025223 "Crushed Limestone Flexible Base" Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 "Portland Cement Concrete Pavement" Section 030020 "Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut,and all cuts into the pavement shall be saw-cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 025205 Page 1 of 4 Rev.11-9-2016 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner,with like or better materials or per pavement repair details to be provided on the drawings. Pavement cuts in a street for any utility requires a permit from the Director of Development Services in accordance with City Ordinance 030040, Article III Cuts and Excavations (12-17-2013). The installation of a utility that crosses the ROW at a perpendicular or near perpendicular angle and has an OD of 6" or less will not be permitted to be installed by cutting the road section. Street excavation/cut for a utility in an asphalt roadway shall include a full lane overlay or pavement repair for parallel cuts, or a 12' wide pavement repair for perpendicular cuts. Street excavation/cut for a utility in a concrete roadway shall include full panel replacement. The drawings and/or permit application should include a site specific pavement cut and restoration plan that indicates the general nature of the pavement and roadway (for examples, concrete arterial, asphalt residential)to be cut and restored, the existing pavement section (if known), the location and approximate area of the excavation/pavement repair, including the approximate length and width of the pavement repair in relation to the roadway travel lane(s). 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements,the replacement shall consist of a reinforced Class"A"concrete slab with a minimum thickness of six(6)inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be 44 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements,the replacement shall consist of a reinforced Class"A"concrete slab four (4)inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk Replacement shall,in general,be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid-depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three 44 bars. Adjust grades for positive drainage. Replacement shall,in general,be to original joint or score mark. For jointed concrete roadways,the joints in curb or in curb and gutter should match the concrete roadway joints. 025205 Page 2 of 4 Rev.11-9-2016 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter where a shoulder is disturbed, it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. The requirements of City Ordinance 030040 as stated above apply also to unimproved streets unless a specific variance is granted by the Director of Development Services. 10. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,pavement repair shall be measured by the square yard of the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and shall be full compensation for all labor, materials,equipment,tools,and incidentals required to complete the work. No separate measurement or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill, cement-stabilized sand backfill, flexible base,prime coat, hot-mix asphaltic concrete, etc. 025205 Page 3 of 4 Rev.11-9-2016 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK 025205 Page 4 of 4 Rev.11-9-2016 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 025210 LIME STABILIZATION 1. DESCRIPTION This specification shall consist of treating the subgrade, subbase or base by the pulverizing, addition of lime, mixing and compacting the mixed material to the required density. This specification applies to natural ground, embankment, existing pavement structure or proposed base, and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. 2. MATERIALS (1) The lime shall be a commercially produced "Hydrated Lime" in accordance with AASHTO M216, or in accordance with TxDOT Specification Item 260. The specifications apply specifically to the normal hydrate of lime made from "high- calcium" type limestone. Hydrated lime for stabilization purposes shall be applied as a slurry. (2) Lime to be used for the treated subgrade, existing subbase, existing base or proposed base is determined by preliminary tests and shall be applied at a rate indicated on the drawings, but no less than 6%. 3. EQUIPMENT The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and approved by the Engineer prior to the beginning of construction operations. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. Hydrated lime shall be stored and handled in closed weatherproof containers until immediately before distribution on the roadbed. If storage bins are used, they shall be completely enclosed. Hydrated lime in bags shall be stored in weatherproof buildings with adequate protection from ground dampness. If lime is furnished in trucks, each truck shall have the weight of lime certified on public scales. If lime is furnished in bags, each bag shall bear the manufacturer's certified weight. Bags varying more than 5 percent from that weight may be rejected and the average weight of bags in any shipment, as shown by weighing 50 bags taken at random, shall not be less than the manufacturer's certified weight. 025210 Page 1 of 4 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. CONSTRUCTION METHODS General - It is the primary requirement of this specification to secure a completed course of treated material containing a uniform lime mixture, free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work, to use the proper amount of lime, maintain the work and rework the courses as necessary to meet the above requirements. Application - Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. Unless otherwise shown on drawings, lime shall be applied at a rate in pounds of dry-hydrated lime per square yard, in the form of a slurry. Application rate may be varied by the Engineer, if conditions warrant,but no less than 6%must be applied. Certification of lime quantity and quality shall be provided as required to monitor the application. Certification should be in the form of weight tickets which indicate the actual weight of dry hydrated lime, CA(OH)z. The application and mixing of lime with the material shall be accomplished by the method hereinafter described. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. Mixing - The mixing procedure shall be as hereinafter described. (a) First Mixing: The material and lime shall be thoroughly mixed by approved road mixers or other approved equipment, and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of material and lime is obtained, free from all clods or lumps. Materials containing plastic clays or other material which will not readily mix with lime shall be mixed as thoroughly as possible at the time of the lime application, brought to the proper moisture content and left to cure 1 to 4 days as directed by the Engineer. During the curing period,the material shall be kept moist as directed. (b) Final Mixing: After the required curing time, the material shall be uniformly mixed by approved methods. If the soil binder-lime mixture contains clods, they shall be reduced in size by raking, blading, discing, harrowing, scarifying or the use of other approved pulverization methods so that, when all nonslaking aggregates retained on the No. 4 sieve are removed, the remainder of the material shall meet the following requirements when tested dry by laboratory sieves: 025210 Page 2 of 4 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Percent Minimum Passing 1" Sieve.................................................. 100 Minimum Passing No. 4 Sieve............................................. 85 Old bituminous wearing surface shall be pulverized so that 100%will pass a 2 /z" sieve. During the interval of time between applications and mixing, hydrated lime that has been exposed to the open air for a period of 6 hours or more, or to excessive loss due to washing or blowing,will not be accepted for payment. Compaction - Compaction of the mixture shall begin immediately after final mixing and in no case later than 3 calendar days after final mixing, unless approval is obtained from the Engineer. The material shall be aerated or sprinkled as necessary to provide the optimum moisture. Compaction shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted as hereinafter specified. If the total thickness of the material to be treated cannot be mixed in one operation, the previously mixed material shall be bladed to a windrow just beyond the area to be treated and the next layer mixed with lime as previously specified. The first layer of the material shall be compacted in such a manner that the treated material will not be mixed with the underlying material. The course shall be sprinkled as required to maintain moisture content on the wet side of optimum and compacted to the extent necessary to provide the specified density. Unless shown otherwise on the drawings, all lime treated subgrades, sub-bases, and bases that are not in direct contact with surface or binder course shall be compacted to a minimum of 95% Standard Proctor density (AASHTO T99),unless otherwise specified. In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests, as necessary, will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. Rework, when required to meet pulverization requirements or density requirements, shall include the addition of lime, about 10% to 15% of the initial application rate, or as deemed necessary by the Engineer. A new optimum density will be obtained. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the drawings and to the established lines and grades. 025210 Page 3 of 4 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, lime stabilization for bases, sub-bases and subgrade shall be measured by the square yard of lime-stabilized material in place. Pulverizing, mixing, watering grading, compacting, working material etc., shall not be measured for pay but shall be subsidiary to other work. Payment shall be full compensation for all materials, labor, equipment, tools, and incidentals necessary for the completion of work. 025210 Page 4 of 4 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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: F42F1504-D745-48D0-B600-48A37A78953E (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within+1%deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412"Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material,reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2of2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 025404 ASPHALTS, OILS AND EMULSIONS 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts, performance-graded asphalt binders, and other miscellaneous asphaltic materials required to complete the project. 2. MATERIALS When tested according to Texas Department of Transportation Test Methods,the various materials shall meet the applicable requirements of TxDOT Specification Item 300, "Asphalts, Oils, and Emulsions" (Latest Edition). 3. STORAGE, HEATING AND APPLICATION TEMPERATURES Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage and in application and storage temperatures. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,asphalts,oils and emulsions shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025404 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60° F and falling, but it may be applied when the air temperature is above 50°F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC-30 medium-curing cutback asphalt or AE-P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage-heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. 025412 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-17. Course aggregate shall be crushed such that a minimum of 85%of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40%by weight for the surface course and 45%for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10%uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.1.3 Filler shall consist of dry stone dust,Portland cement,hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement(RAP). Reclaimed asphalt pavement maybe incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course PG 64-22 Base Courses PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the j ob-mix to be used for the project,unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications,and when properly placed the j ob-mix will be durable 025424 Page 2 of 8 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E and stable. The sieve analysis of the job-mix shall be within the range of the Master Gradation and Tolerances specified herein. The job-mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3,use volume method. Plot sieve analysis of job-mix; percent passing versus size on four-cycle semi-log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Type Sieve A B C D Size Course Fine Course Fine Base Base Surface Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6* 1-6* 1-6* VMA minimum 11 12 13 14 025424 Page 3 of 8 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E * 2-8 when TxDOT Test Method Tex-200-F,Part H(Washed Sieve Analysis)is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job-mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than 44. Variations from job-mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing_ Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge-Stora System.SySystem. A surge-storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page 4 of 8 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E delivery vehicles,and produce the surface tolerances herein required. It shall be wide enough to lay a 28-foot street(back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of f Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Dryin_ g of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the job-mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box,such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the j o> b-mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E rising but not when the air temperature is 50 degrees F and falling. In addition,mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412"Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3. Tack Coat. Before the asphalt mixture is laid,the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil is not allowed. 6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section as shown on the plans. 6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer,but shall not be in the anticipated wheel path of the roadway. 6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 025424 Page 6 of 8 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6.7. In-Place Density. In-place density control is required for all mixtures except for thin, irregular level-up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92%and no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens,which shall be either cores or sections of the compacted mixture,will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density,which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es)shall be more than 1/4 inch less than the plan thickness(es). If so,the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600-foot section shall not exceed ninety inches per mile per traffic lane. For each 600-foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria,or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price= (Adjustment Factor)X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor= 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor= 1.287 - 0.0143 M Where M =Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile,prior to applying the above criteria. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten-foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not 025424 Page 7 of 8 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subj ect to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of"Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying,furnishing all materials,freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat,performed where required,will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection,testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor's expense,or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page 8 of 8 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 'Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and cross-section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required, and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical details. Care shall be exercised to keep all reinforcing steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. 025610 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the drawings. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented curing compound unless shown otherwise on the drawings. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing,placing, shaping and tamping backfill; and for all manipulation, labor,tools, equipment and incidentals necessary to complete the work. 025610 Page 2of2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete,constructed as herein specified on an approved subgrade,in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under City Standard Specification Section 030020"Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000"Concrete Structures". Cap seal shall be "Greenstreak" or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings,no section shall be of a length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E The different sections shall be separated by a premolded insert or board j oint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer,placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5-foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk,joints to be spaced longitudinally to match the transverse width. When completed,the sidewalks and driveways shall be cured with Type 2,white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor,tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 025620 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION This specification shall govern for the construction of Portland cement concrete pavement on a prepared subgrade or base course, in accordance with the typical sections shown on the drawings. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water,proportioned and mixed as hereinafter provided. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS (1) Cement The cement shall be either Type I, Type II or Type III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter— TxDOT Test Method Tex-310-D). The Contractor shall furnish the Engineer with a statement as to the specific surface area of the cement, expressed in square centimeters per gram, for each shipment. For concrete pavements, strength requirements shall be demonstrated using flexural (beam) or compressive(cylinder)tests as required in the drawings. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement shall be used when high early strength concrete pavement is specified on the drawings. Different types of cement may be used in the same project, but all cement used in any one monolithic placement of concrete pavement shall be of the same type and brand. Only one brand of each type of cement will be permitted in any one project unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. 025620 Page 1 of 5 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (3) Coarse Aggregate Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar(Grout) Mortar for repair of concrete pavements shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". (8) Reinforcing Steel Unless otherwise designated on the plans, all steel reinforcement shall be deformed bars, and shall conform to ASTM Designation: A615, Grade 60, and shall be open hearth, basic oxygen or electric furnace new billet steel in accordance with City Standard Specification Section 032020 "Reinforcing Steel". Dowels shall be plain billet steel smooth bars conforming to ASTM Designation: A615, Grade 60, and shall have hot-dip galvanized finish. 3. STORAGE OF MATERIALS All cement and aggregate shall be stored and handled in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 025620 Page 2 of 5 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. MEASUREMENT OF MATERIALS Measurement of the materials, except water, used in batches of concrete, shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 5. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design to comply with the requirements herein and in accordance with THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve the Contractor of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. This specification section incorporates the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 6. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water-reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be 025620 Page 3 of 5 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements shall be as specified in Table 1. TABLE 1 Slump Requirements Construction Method Desired Slump Minimum Slump Maximum Slump Concrete Pavement(slipformed) 1.5 inches I inch 3 inches Concrete Pavement(formed) 4 inches 2.5 inches 6.5 inches NOTE: No concrete will be permitted with slump in excess of the maximum shown. 7. QUALITY OF CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". If the required flexural or compressive strength is not secured with the cement specified in Table 2, changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7-day or 28-day) or minimum compressive strength (7-day or 28-day) shown in Table 2. TABLE 2 Class of Concrete for Concrete Pavement Class Minimum Minimum Maximum of Flexural(Beam) Compressive Water-Cement Coarse Concrete Strength Strength Ratio Aggregate P* 450 psi(7 days) 3200 psi(7 days) 5.6 gal./sack No.2(1�/z") 570 psi(28 days) 4000 psi(28 days) 0.50 * 5%entrained air 8. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete-General", shall not be used. Re-tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 10. READY-MIX PLANTS The requirements for ready-mix plants shall be as specified in City Standard Specification Section 030020 "Portland Cement Concrete". 11. PLACING, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. The placing of concrete, including construction of forms and falsework, curing and finishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. 025620 Page 5 of 5 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 026201 WATERLINE RISER ASSEMBLIES 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of(in order): M. J. Plug or Cap, drilled and tapped(2") 2"x 6" Galvanized Nipple 2" Galvanized 90°Bend 2"x Y Galvanized Nipple 2" Straight Coupling 2"x Y Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 Page 1of1 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one-inch (1") safety relief valve set at the test pressure plus ten pounds per square inch(psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L= SD (P)�2 or L=ND P �2 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L=ND P 4,000 PVC Pipe -Uni-bell equation 99 L=ND P 7,400 WHERE: L=Maximum Allowable Leakage(gallons/hour) S =Length of Pipe Tested(feet) N=Number of Joints in Tested Line (pipe and fittings) D =Nominal Diameter of Pipe(inches) P=Average Test Pressure (psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay,but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 026204 POLYVINYL CHLORIDE PIPE (ASTM D 2241 Pressure Pipe for Wastewater Force Mains, Irrigation_ Systems and Water Transmission Lines) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (ASTM D 2241) required to complete the project. 2. MATERIALS PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds as defined in ASTM D 1784 with an established hydrostatic design base of 4000 psi for water at 73.4° F. 3. DIMENSIONS Pipe shall be manufactured to standard steel pipe O.D. (IPS), with dimensions and tolerances in accordance with ASTM D 2241. 4. JOINTS Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel in accordance with ASTM D 3139. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (for High Head). 6. PIPE PRESSURE RATING AND STANDARD DIMENSION RATIO The pressure rating and SDR for PVC pipe (ASTM D 2241) shall be as indicated on the drawings. Pressure rating shall be based on the ISO equation in Section 4.5 of ASTM D 2241 with a maximum allowable hydrostatic design stress of 2000 psi (Safety Factor of 2.0). 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with Section 9 of ASTM D 2241. Unmarked or scratched pipe shall be rejected. 026204 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 8. CERTIFICATION The Contractor shall furnish, in duplicate to the Engineer, a copy of the manufacturer's affidavit of compliance with this specification. Certification shall accompany each delivery of materials, to include gaskets. 9. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, PVC pipe (ASTM D 2241) will be measured by the linear foot along the centerline for each size installed. Measurement of pipe shall be up to, but not include,the fittings. Payment shall include all labor, pipe, and equipment for hauling, bracing, trench excavation, testing, backfilling, and for all cleaning up and other incidentals necessary to install the pipe complete in place,per linear foot. 026204 Page 2of2 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains)shall have a shop-applied cement-mortar lining(40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8-mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have apressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes,unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push-on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor-ten nuts, Cor-ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal,with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX- RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 44 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 104 350 0.26 15 - 45 12 350 0.28 15 - 44 144 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. 4 Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and j oints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or notpush- on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline,together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905)required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic-design-basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4"to 12" AWWA C900 Over 12" AWWA C905 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to,but not include,the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place,per linear foot. 026210 Page 2of2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste-like consistency immediately prior to placing flowable grout. B. Soil-Lime Mix Design: The following is given as a typical mix design for soil-lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water(approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil-lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned-in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2of2 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 026402 WATERLINES 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and initial backfill around the pipe shall be granular material of low plasticity as indicated on the drawings. Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206. Polyvinyl Chloride Pipe: See City Standard Specification Section 026210. Tapping Sleeves and Valves: See City Standard Specification Section 026409. Gate Valves for Waterlines: See City Standard Specification Section 026411. Fire Hydrants: See City Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 026402 Page 1 of 5 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts,pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. One (1) 20-ft. section of waterline pipe shall be centered over/under gravity wastewater line at all gravity wastewater line crossings. Waterline shall be ductile iron pipe with mechanical joint fittings, in accordance with City Standard Specification Section 026206,wherever new waterline crosses under new gravity wastewater line. Maintain a minimum of six inches (2 feet usual)vertical clearance between outsides of pipes where a new waterline crosses over a new wastewater line. Maintain a minimum of twelve inches vertical clearance between outsides of pipes where a new waterline crosses under a new wastewater line. Alternatively, at gravity wastewater line crossings,the proposed PVC waterline may be encased in a 20-ft.joint of ductile iron pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5) intervals with spacers, or shall be filled to the spring line with clean washed sand, graded as shown in the City Standard Water Details. The casing pipe shall be centered under the gravity wastewater line as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. b) Deviation from Drawings: No deviation from the line and grade shown on the plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. Waterlines 12" and larger located under streets shall have 48 inches of cover at all points. 026402 Page 2 of 5 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (3) TRENCH EXCAVATION AND BACKFILL See City Standard Specification Section 022020, "Excavation and Backfill for Utilities"and applicable City Standard Details for Water. (4) POLYETHYLENE WRAPPING All ductile iron pipe, valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe, valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6-foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement pipe, shall be completely encased with a minimum of eight inches (8") of sand on the bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches (12") over the top of the waterline, unless otherwise indicated on the drawings. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90% Standard Proctor density. Provide twelve inches (12") of sand encasement all around the pipe for 16-inch diameter and larger waterlines. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe (twelve inches for 16-inch diameter and larger waterlines), unless otherwise indicated on the drawings. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance 026402 Page 3 of 5 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E from the bottom of the bell to the bottom of the bell hole. The trench shall then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective, damaged or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. (7) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic testing, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. Temporary thrust blocks are not allowed for long term use. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated with hot coal tar enamel,then wrapped with two layers of polyethylene wrapping. 026402 Page 4 of 5 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint(one pound for each 1,680 gallons of water to give 50 ppm). When the waterline is complete, and before testing, the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take sample for testing two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During the sterilization process, valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of $100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See City Standard Specification Section 026202, "Hydrostatic Testing of Pressure Systems". (12) WATER SERVICE CONNECTIONS See Standard Specification Section 026404, "Water Service Lines". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, temporary thrust blocking, backfill, sterilization, and hydrostatic testing. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 026402 Page 5 of 5 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating,unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze, flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller H-15023 for 1-�/z" & 2" sizes 026404 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for V service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-�/z" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, water service lines shall be measured with the units indicated in the Bid Form for each size of service line. Payment for service lines shall include,but not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site restoration; and shall be full compensation for all labor,equipment,tools and incidentals required for proper installation of the water service lines. 026404 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box,box extension, cover, concrete collar, and all other related items such as bolting,wrapping, cement-stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1of1 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge (C515)with non-rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation—lay over. 4) Stem seals shall be the O-ring type on valves through 12-inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left(counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval,the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2"per cent. 026411 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way, the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches (12")below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gate valves for waterlines will be measured as a unit for each gate valve and valve box installed. Payment shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement- stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026411 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide all bre hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to AWWA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants - Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff- The shutoff shall be of the compression type only. C) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch (6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications -Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Len_ - The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-�/z") inside diameter and the pumper nozzle shall be four inches (4") inside diameter. g) Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one-half-inch (2-�/z")National Standard thread (7-�/z threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lugs -None required. i) Nozzle Cap Gaskets -Required. j) Drain Openings -Required. 026416 Page 1 of 3 Rev.3-25-15 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E k) Tapping of Drain Opening- Tapping of the drain opening for pipe threads is not required. 1) Nozzle Chain-Not required. m) Direction to Open - The hydrants shall open left(counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth inches (1-1/8")point to face at top of nut. p) Nozzle Cap Chains -Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter inches (5-1/4")inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. S) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stem - Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non-corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "O"-ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O"-ring seal area. The sleeve shall be of sufficient length to be in the packing gland "O"-ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 Page 2 of 3 Rev.3-25-15 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E x) Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. Y) Operating Stem Nut - The operating stem nut shall be designed to prevent seepage or rain, sleet, and the accumulation of dust between the operating nut and the hydrant top. Z) Packing Gland or "O"-Rin _g SealSeal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "O"-ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6-inch line and fitting on the main; and shall be full compensation for all labor, materials,tools, equipment and incidentals required to properly complete the work. 026416 Page 3 of 3 Rev.3-25-15 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 027200 CONTROL OF WASTEWATER FLOWS (TEMPORARY BYPASS PUMPING SYSTEMS) 1. GENERAL 1.1 DESCRIPTION A. This specification shall govern all work necessary for designing, installing, implementing, operating, and maintaining a temporary bypass pumping and flow control system, as provided by the Contractor for the purpose of diverting wastewater flow around the work area for the duration necessary to complete the work (i.e., control of wastewater flows). The Contractor shall furnish all materials, labor, equipment, power, maintenance, and incidentals required to maintain continuous and reliable wastewater service in all lines for the duration of the project. 1.2 SUBMITTALS A. Bypass Pumping Plan Form: It shall be the Contractor's responsibility to legibly and thoroughly complete, in its entirety, the attached Bypass Pumping Plan Form and submit it to the Engineer and/or the appropriate City staff for review and approval, prior to the installation of any pumping system proposed for use. Unless the bypass pumping is associated with an emergency work order, the standard approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the Operating Department. Engineer and City will put forth a reasonable level of effort to expedite the review and approval process. No deviation from the procedure shall be allowed. B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the Contractor shall also furnish a sufficiently detailed schematic drawing identifying the approximate location of all bypass pumping system components. The schematic drawing shall clearly label parallel/crossing streets, identify landmark structures, and depict the locations of all pumps and piping. At a minimum, the bypass pumping plan schematic drawing and associated attachments should include the following items: 1) Pump curves showing designed operation point for this specific project 2) Approximate location of bypass system pumping components 3) Location of manhole or access point for suction and discharge 4) Configuration,routing, location and depth of the suction and discharge piping 5) General arrangement/type of additional support equipment. 6) Temporary pipe supports, anchoring and thrust restraint blocks,if required 7) Traffic Control Plan and Traffic Department permit if the bypass is within the right- of-way. 8) Description of the method for removing pressure and all wastewater from existing force mains being taken out of service,if necessary. 9) All other City-department and Regulatory requirements. 027200 Page 1 of 7 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 10) Sewer plugging locations, method, and types of plugs 11) Method of protecting discharge manholes or structures from erosion and damage. 1.3 RESPONSIBILITY/AUTHORITY A. It is essential to the operation of the existing wastewater system that there is no interruption in the flow of wastewater throughout the duration of the project. The Contractor shall be completely responsible for designing, scheduling, providing, installing, operating, fueling and maintaining the temporary bypass pumping system in a manner that does not cause or contribute to overflows, releases, or spills of wastewater from the wastewater or bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. B. Contractor shall provide a responsible employee to man the bypass system 24 hours per day, 7 days per week during operation. The monitoring employee shall be properly trained, experienced, and mechanically qualified such that they can quickly and effectively address any potential emergency and non-emergency situations associated with the bypass system which must remain in operation. The wastewater and bypass systems should be inspected at least once every 2 hours. The Contractor shall be responsible for ensuring that the wastewater collection system is not compromised during bypass installation or operation, and contractor shall ensure that the system operates properly during this period. C. The Contractor shall consider and be responsible for the impacts on the collection system area, both upstream and downstream of the bypass and shall maintain the system in a manner that will protect public and private property from damage and flooding. Upstream impacts may include, but are not limited to backups and overflows. Downstream impacts may include,but are not limited to surcharges and overflows. D. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for wash down, clean-up and disinfection of said spillages or overflows to the satisfaction of the owner at no additional cost to the City of Corpus Christi. E. The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. 027200 Page 2 of 7 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self-priming pumps that do not require the use of foot-valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. Pre-approved manufacturers are Godwin or Rain-for-Rent. Approved equals may be considered by the Engineer if they meet all requirements in this specification but Contractor shall provide submittal package for Engineer's review and approval prior to installation. Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10-feet from pump), a diesel day tank with a minimum 24-hour runtime without refuel, and automatic start/stop controls for each pump. b. Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall provide a minimum of 1.5 times the existing capacity of whatever line or lift station is being bypassed. c. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. In critical installations, as determined by the Engineer, one standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. B. Suction and Discharge Piping: Determined according to pump size, flow calculations, system operating conditions, manhole depth, and length of suction piping in accordance with the pump manufacturers specifications and recommendations. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of heavy-duty pipe with positive restrained joints. a. High Density Polyethylene (HDPE) I. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. Defective areas shall be cut out and butt-fusion welded as per manufacturer's recommendations. ii. Assembled and joined at site using couplings, flanges, or butt-fusion method to provide leak proof joint, as per manufacturer's recommendations and ASTM D- 2657. iii. Fusing must be performed by personnel certified as fusion technicians by manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be watertight and have tensile strength equal to that of pipe. iv. HDPE is required to be used in or adjacent to environmentally sensitive areas. b. Polyethylene Plastic Pipe (PE) I. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic Pipe (SDR-DR)based on outside diameter, ASTM D1248 and ASTM D3550 ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness,holes, foreign material,blisters, or other deleterious faults. c. Quick-Disconnect Steel Galvanized Pipe and Heavy-Duty Flexible Hoses 027200 Page 3 of 7 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E I. Must consist of heavy-duty steel with high tensile strength, x-ray welded, abrasion resistant and suitable for intended service with a maximum pressure rating of at least 174 PSI ii. Bauer quick-disconnect fittings/joints shall be restrained and watertight. Joints shall consist of vacuum sealing O-rings to help pumps prime faster and perform at their designed flow rates with no leaks, even at high pressure ratings iii. Joints shall provide 30-degree articulation at every coupling and shall not require perfect alignment to make each connection. iv. The galvanized couplings shall not be hindered by sand, mud, and grit. d. Valves and Fittings I. Contractor shall provide valves and fittings as necessary and in accordance with the approved pipe materials shown above. e. Plugs I. Selected and installed according to size of line to be plugged, pipe, manhole configurations, and based on specific application. ii. Prior to use,Engineer may inspect plugs for defects which may lead to failure. iii. Contractor shall provide additional plugs in the case of failure f. Miscellaneous I. When temporary piping crosses local streets/roadways and private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. 3. EXECUTION 3.1 SCHEDULING& COORDINATION A. Unless the bypass pumping is associated with an emergency work order, the Contractor shall provide a minimum of 48 hour notice to the Engineer and Wastewater Department for the startup of bypass operations once the completed bypass plan has been approved by the design engineer. Unless needed otherwise for emergency work,no bypassing shall be initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday. B. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. C. Under special circumstances, as identified by the Engineer, where critical lines with large service areas are being bypassed, the Contractor is responsible for setting up a meeting between the Engineer/City/Operating Department to affirm and coordinate the approved bypass plan and to verify the intended site installation conforms to the approved plan. Engineer may also require the bypass system to be in service for at least 24-hours prior to taking existing gravity lines or force mains out of service to demonstrate reliability. D. Before beginning bypass operations, the Engineer/City Operating Department must be notified for field verification of pumps, piping, and equipment, etc., to ensure the site installation conforms to the approved plan. 027200 Page 4 of 7 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact information has been provided to the City and Engineer on the Bypass Pumping Plan Form including emergency cell phone number of bypass operators/monitors responsibly manning the bypass system 24 hours per day along with the project superintendent and pump supplier. F. The Contractor can work extended hours, if approved by the Engineer, to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. G. Once a lift station is taken out of service and bypass operations begun, work shall be continuous on the lift station improvements until all improvements are completed and the lift station is returned to normal service. H. The Contractor shall cease bypass pumping operations and return flows to the new and/or existing wastewater system when directed by the Owner. This may be expected if the bypass system is not in accordance with this specification or if inclement weather is in the forecast. 3.2 INSTALLATION& OPERATIONS A. Installation of Temporary Force Mains a. Force mains may be placed along shoulder of road, medians, and/or outside of pavement. Do not place in streets or sidewalks without Engineers approval. b. When temporary piping crosses local streets/roadways and/or private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. c. When traffic ramps cannot be used, install temporary piping in trenches and cover with temporary pavement, as approved by the Engineer. B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to prevent discharge from contacting manhole walls or benching with as minimal turbulence as possible. C. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. D. The Contractor shall not cut existing force mains or gravity lines until it is determined that the containment area in place is sufficient for handling any wastewater within the pipe. E. Some locations may require multiple bypass systems. If bypass system is provided with air release valves, then the valve drains shall be piped to a manhole for discharge. F. Upon completion of the bypass pumping operations, remove piping, restore property to pre-construction condition and restore pavement. 027200 Page 5 of 7 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall not be measured for pay but will be considered subsidiary to the applicable pay item, to include all material, labor, equipment and supervision necessary to complete the bypass design, planning, coordination,installation, operation, maintenance and removal. 027200 Page 6 of 7 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E BYPASS PUMPING PLAN FORM Date: Project Title: No.: Engineer: Contractor: Service Area: Lift Station No.(if applicable): Start Date & Time: Completion Date & Time: Sewer Line Size being Bypassed: Estimated Peak Flow: Line Plugging Method&Locations: Suction Manhole or Lift Station Number and Depth: Discharge Manhole or Lift Station Number and Depth: Maximum Surcharge Depth Allowed: Bypass Forcemain Size, Material&Length: Pump Description: (Self-Priming,Critically Silenced,and Automatic Level Controls Required) Make, Model, Suction/Discharge Size: Diesel or Electric Total Number of Pumps/Standby Pumps: Total& Firm Capacity (GPM @ TDH): Vacuum Trucks (if required,number and capacity): Contractor Personnel Manning Bypass System (24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: Phone: Name: Phone: Additional Notes: Required Checklist: YES NO ❑ ❑ Schematic drawing providing details of proposed bypass pumping system,routing of bypass lines(using manhole numbers and/or lift station names as applicable),equipment location,and proposed sequencing. ❑ ❑ Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? ❑ ❑ Pumps: Self-priming&Critically Silenced. Provide pump curve with Bypass plan. (Requirement). ❑ ❑ Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. ❑ ❑ Have emergency and/or backup provisions been made for quick pump change out in the case of system failure? ❑ ❑ Contractor has confirmed no rain(less than 1/2-in)in the forecast? Prepared by: Reviewed by: Contractor Representative Date Wastewater Representative Date 027200 Page 7 of 7 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 027202 MANHOLES 1. DESCRIPTION This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete base and concrete walls as shown on the drawings,to the lines, grades and dimensions shown on drawings or established by the Engineer. 2. MATERIALS Concrete for cast-in-place storm water manholes and storm water junction boxes shall be Class C (3,600 psi at 28 days). Manholes for wastewater shall be made from fiberglass only, in accordance with City Standard Specification Section 027205 "Fiberglass Manholes". Mortar for plastering shall be one (1)part Portland cement to three (3) parts clean hard and sharp mortar sand, free of all foreign substances or injurious alkalis. Reinforcing steel, where used, shall conform to the requirements of Section 032020 "Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z1, or pre-approved equal, and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works,Inc.product VI 168 assembly,and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four(4)feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four(24) hours after concrete work has been completed. 027202 Page 1 of 3 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed-in-Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will notbe injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four(24) hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS-20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified,eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner,with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls,the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before j oining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18" of adjustment rings may be utilized. 6. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6") and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two-foot internal head. 027202 Page 2 of 3 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, manholes shall be measured by each individual structure built, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the manholes, excavation,compaction,backfilling,dewatering,concrete foundation,connections,adjustment rings, ring and cover, concrete work, leakage testing,video inspection, and adjust the manholes to finish grade. Extra depth for wastewater manholes over six feet in depth shall be measured by the vertical foot and shall be paid for at the price bid per vertical foot for "Extra Depth for Manholes". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials,tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts,make connections,grout the annular space,backfilling,adjustment rings, ring and cover, concrete work, leakage testing, and adjust the manholes to finish grade. 027202 Page 3 of 3 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer's recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole,the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test,necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E TABLE 1 -Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter(inches) (feet) 42 48 54 60 72 Time(seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 57 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in-place. 027203 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated on the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM D3753-"Standard Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells,"latest edition, and the referenced design criteria as follows: 1. ASTM C581 Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass-Fiber-Reinforced Structures Intended for Liquid Service 2. ASTM D695 Standard Test Method for Compressive Properties of Rigid Plastics 3. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 4. ASTM C923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals 5. ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading 6. ASTM D2583 Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor 7. ASTM D2584 Standard Test Method for Ignition Loss of Cured Reinforced Resins 8. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings 9. ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter 10. ASTM C32 Standard Specification for Sewer and Manhole Brick (Made From Clay or Shale) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified on the drawings,but shall not be less than 1.5 times the nominal pipe diameter of the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a 027205 Page 1 of 6 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push-on joints shall meetthe requirements of ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class `A' Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class `A' in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". Caulk for seal between fiberglass manhole and concrete cast-in-place base shall be Epo-Flex epoxy(gun grade consistency)as manufactured by Dewey Supply of Corpus Christi,Texas, or approved equal. Precast reinforced concrete manhole base shall be in accordance with the requirements of ASTM C478, as shown on the construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight-bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a one(1)psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insertbody with a 64 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Ring and Cover Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3- foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for 027205 Page 2 of 6 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E grade adjustments. A maximum of 18" of adjustment rings may be utilized. F. Flowable Grout Flowable grout(or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand,water, and"Darafill"admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture,as manufactured by Grace Construction Products, or approved equivalent. 4. CONSTRUCTION METHODS General: The limits of excavation shall allow for placing and removing forms, installing sheeting,shoring,bracing,etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power poles, drainage structures,streets,etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Sides: When necessary to protect other improvements, the Contractor shall maintain vertical sides on the excavation. The limits shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment,power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled. Sloping Sides: In unimproved areas where sufficient space is available,the Contractor will be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation will be safe from caving. Safety requirements shall govern the back slope used. De-watering: The Contractor shall keep the excavation free from water by use of cofferdams,bailing,pumping,well pointing, or any combination, as the particular situation may warrant. All de-watering devices shall be installed in such a manner as to provide clearance for construction,removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de-watered condition for a sufficient period of time to 027205 Page 3 of 6 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E insure the safety of the structure,but in no case shall de-watering be terminated sooner than seven(7)days after placing concrete. All de-watering methods and procedures are subjectto the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth,firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over-Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation,the Contractor shall bring the slab, footing, etc.,to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application,pipe penetrations for pipe sizes 4-inch through 15-inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling,the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adiustment: If necessary,utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18" of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement-stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. 027205 Page 4 of 6 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness and mechanically tamped to at least 95% Standard Proctor density(ASTM D698). Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in City Standard Specification Section 027200 "Control of Wastewater Flows". 5. TESTING Manholes shall be tested for leakage by either of two tests as specified by the Engineer. Water Leakage Test: The Contractor shall provide water, labor, and materials for testing. Testing shall be as follows: I. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for 4-foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for 5-foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive,the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with City Standard Specification Section 027203 "Vacuum Testing of Wastewater Manholes and Structures". 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6 inches below the seam where the corbel meets the vertical wall. 027205 Page 5 of 6 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re-united. Replace and align the top. Fiberglass a 6-inch strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by the manhole manufacturer for use in such application. After the putty has set, fiberglass a 6-inch strip on the inside as previously done on the outside. After curing,backfill with cement-stabilized sand,as described above,compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,fiberglass manholes shall be measured per each for each size (diameter) of manhole indicated. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall include, but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole assembly,connections,cast iron frame and cover,adjustment to finish grade,concrete work,backfill, leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole. Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid as "Extra Depth for Manhole (Wastewater)". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials,tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space with flowable grout, backfilling, leakage testing, and adjust the manholes to finish grade. 027205 Page 6 of 6 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 027602 GRAVITY WASTEWATER LINES 1. DESCRIPTION This specification shall govern all work required for furnishing, handling and installing gravity wastewater lines required to complete the project. 2. MATERIALS A. Pipe and Fittings: 1. POLY-VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with the following: 6"Gravity Sewer Pipe ASTM D3034 DR 26 8"Gravity Sewer Pipe ASTM D3034 DR 26 10" Gravity Sewer Pipe ASTM D3034 DR 26 12" Gravity Sewer Pipe ASTM D3034 DR 26 15" Gravity Sewer Pipe ASTM D3034 DR 26 18" Gravity Sewer Pipe ASTM F679 DR 26 24" Gravity Sewer Pipe ASTM F679 DR 26 30" Gravity Sewer Pipe ASTM F679 DR 26 36"Gravity Sewer Pipe ASTM F679 DR 26 PS115 42" Gravity Sewer Pipe ASTM F679 DR35 PS46 48" Gravity Sewer Pipe ASTM F679 DR35 PS46 Pipe and fittings shall have push-on compression gasket joints in accordance with ASTM D3212 and shall be a non-blue color. 2. POLY-VINYL CHLORIDE (PVC) PRESSURE PIPE shall be AWWA C900 or C905 integral green (non-blue color) with a minimum pressure rating of not less than 150 psi, made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784. One (1) 20-ft. section of PVC pressure pipe, with appropriate adapters or as an encasing pipe over the carrier pipe, shall be used for gravity wastewater lines at all waterline crossins, and shall be centered under/ over the waterline as indicated on the drawings. Maintain a minimum of 2 feet vertical clearance between outsides of pipes where a new waterline crosses over a new non-pressurized wastewater line. Maintain a minimum of 6 inches vertical clearance between outsides of pipes where a new waterline crosses over a pressurized wastewater line. In all instances of water crossing wastewater, center a joint of water pipe over the wastewater pipe such that a minimum of 9 feet of horizontal offset exists from each water joint to the wastewater carrier pipe. 027602 Page 1 of 6 Rev.7-1-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Alternatively, at waterline crossings, the PVC gravity wastewater pipe may be encased in a 20-ft.joint of pressure pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot(5) intervals with spacers, or shall be filled to the spring line with clean washed sand. The casing pipe shall be centered under/ over the waterline as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. B. Bedding and Backfill Materials: 1. BEDDING AND INITIAL BACKFILL is that material from beneath the pipe to an elevation 12 inches above the top of the pipe. The bedding and initial backfill material shall be in accordance with Table 1 on Wastewater Standard Details, Sheet 3,unless otherwise specified. 2. FINAL BACKFILL is that material placed on the initial backfill. The material shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and as shown on the standard details. 3. CONSTRUCTION METHODS A. Trench Excavation: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJECTED OR DEFECTIVE materials are those having cracks, flaws or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the Contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer or the designated representative. 027602 Page 2 of 6 Rev.7-1-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Alignment and Grade: 1. All pipe shall be laid and maintained to the required line and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 3. The Contractor shall provide offsets and cut sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the wastewater line to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc., shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay pipe in the trench until the bedding and condition of the trench have been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. All pipe markings shall be placed face up for inspection prior to backfill. 2. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: POLY-VINYL CHLORIDE(PVC) PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F. Bedding and Initial Backfill: POLY-VINYL CHLORIDE (PVC) PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be as specified below: 027602 Page 3 of 6 Rev.7-1-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Sand, Gravel, or Crushed Stone Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone G. Final Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." H. Bypass Pumping: Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows. 4. TESTING AND CERTIFICATION A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer. 2. POLY-VINYL CHLORIDE(PVC)PIPE shall be tested in accordance with Uni- Bell Plastic Pipe Association - Standard UNI-B-6 "Recommended Practice for Low- Pressure Air Testing of Installed Sewer Pipe"; the requirements of which are summarized by the following equation: T=0.00237D2L [Equation 1] Where: T=Minimum allowable time(seconds)for a pressure drop of one (1)psi gage pressure D =Nominal pipe diameter(inches) L=Length of pipe run (feet) The test section shall be plugged and subjected to a test pressure not in excess of five (5)psi. The time required for a one (1)psi pressure drop shall be measured and shall not exceed the value obtained in Equation 1 above. 027602 Page 4 of 6 Rev.7-1-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Deflection Testing: (Required for PVC Pipe) 1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor. Mandrels shall be provided by the Contractor and will be of machined rigid corrosion-resistant pipe with a length not less than 1.5 diameters. Mandrels will be sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard mandrels shall be as follows: Nominal Size (inches) Mandrel O.D. (inches) 8 7.11 10 8.87 12 10.55 15 12.90 18 15.76 21 18.56 24 20.87 27 23.51 30 27.14 2. TESTING shall be done by the Contractor and witnessed by the Engineer. All pipe shall be tested for deflection no less than 30 days after placement of backfill. The Contractor may wish to check pipe immediately after backfilling for job control. However, this shall not qualify as acceptance testing. No pipe can be tested for formal acceptance until it has been in place, complete with backfill, for at least 30 days. 3. Belly: Pipe shall be rejected if belly exceeds 5%based on the readings from the video inspection. C. Retesting: ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable D. Cleaning and Televising: All wastewater lines and manholes installed on this project shall be cleaned and televised in accordance with Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits". 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information, if shown on the drawings or in the appendix, are without warranty as to correctness of fact or interpretation. 027602 Page 5 of 6 Rev.7-1-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6. BRACING AND SHORING Trenching operation shall comply with Worker Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gravity wastewater lines shall be measured by the linear foot for each size and depth of wastewater line installed, as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at the time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured for pay, but shall be considered subsidiary to pipe, unless included as a separate bid item in the Bid Form. Unless otherwise specified on the Bid Form, de-watering shall not be measured for pay,but shall be considered subsidiary unless included as a separate bid item in the Bid Form for well-pointing. Payment shall be full compensation for all labor, materials, equipment, pipe, bedding, de-watering, hauling, trench excavation and backfill, leakage and deflection testing, cleaning, televising, bypass pumping, and all cleaning up and other incidentals necessary to install the pipe complete in-place. 027602 Page 6 of 6 Rev.7-1-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 027604 DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Grit,rubble,dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de-watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de-watered to pass the paint filter test,it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City's de-watering facilities. The City has six drying beds,each with a 1-foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de- watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de-watering fees. If the City's facilities are used for de-watering or disposal of waste,the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT &PAYMENT: Unless otherwise specified on the Bid Form,this work shall be considered subsidiary to the project. 027604 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 027606 WASTEWATER SERVICE LINES 1. SCOPE: This specification governs all work and materials necessary to construct the wastewater service lines required to complete the project. Wastewater service lines are those lines, constructed in public right-of-way,from the service tee on the main up to and including the cleanout at the property line. 2. MATERIALS: Pipe and fittings for wastewater service lines shall be PVC in accordance with ASTM D2665 and ASTM D3311 with a minimum size of 4 inches. Solvent cement for PVC shall comply with ASTM D2564. No co-mingling of different materials except through the use of proper adaptors. Adaptors shall have a stainless steel or fiberglass shear ring. 3. CONSTRUCTION METHODS: Where possible, service tees or wyes shall be placed along the main as required for services (no taps). The minimum size pipe for services shall be 4-inch diameter for residential and 6-inch diameter for commercial. Minimum slope for 4-inch pipes shall be 1/8 inch per foot(S=1%),and minimum slope for 6-inch pipes shall be 1/16 inch per foot(S= 0.5%). Wastewater service lines shall cross under water mains. The Contractor shall be responsible for establishing alignment and maintaining grade for the proposed service. Trenches shall be excavated in such a manner that will minimize damage to surface improvements. After installation,the excavated material shall be tamped into the trench to not less than the density specified in City Standard Specification Section 022020 "Excavation and Backfill for Utilities,"and the surface restored to a condition acceptable to the Engineer. Wastewater service lines shall be bored, jetted or jacked under sidewalks, driveways, and other such improved surfaces, unless otherwise authorized by the Engineer. Service lines shall be leakage tested with the wastewater main. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows 027606 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. MEASUREMENT AND PAYMENT: Unless otherwise specified on the Bid Form,wastewater service lines shall be measured as individual units for each connection made to the main. Payment shall include, but not be limited to, the line from the tee on the main to, and including,the cleanout at the property line. Payment shall be full compensation for all labor, materials, equipment, trench safety, bypass pumping and incidentals necessary for wastewater service lines required to complete the project. 027606 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of"Commercial Seed" required to equal the quantity of"Pure Live Seed" shall be computed by the following formula: Commercial Seed=Pure Live Seed x 10,000 %Purity x % Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 - Sideoats Grama(premier) Bouteloua Curtipendula 0.6 - 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 - Bermudagrass (Unhulled) Cynodon Dactylon - - 30.0 K-R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides - 4.2 - Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture-A: Recommended for clay or tight soil planted between December 1 thru May 1. Mixture-B: Recommended for sandy soil planted between December 1 thru May 1. Mixture- C: Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed-fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt-coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion-resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020 Page 2 of 4 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing—Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading - Refer to City Standard Specification Section 021040, "Site Grading". Tilling - The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking,plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings,topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seedin; - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt-water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2)Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for 'Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt-water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020 Page 3of4 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 Ib./acre on flats, 2000 Ib./acre on slopes up to 3:1, and 2500 Ib./acre on slopes steeper than 3:1. One hundred (100)pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt-water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4 of 4 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod: Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water: Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15-inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking,provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted,the area shall be fertilized and watered. 028040 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Block Soddip& Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Soddin;;: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2-foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2of2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water,proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I,II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer,the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter— TxDOT Test Method Tex-310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as 5O4. Water from municipal supplies approved by the State Health Department will not require testing,but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Agate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof, free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex-411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E TABLE 1 Coarse Agate Gradation Chart Percent Retained on Each Sieve Aggregate Nominal 2-�/z 2 1-�/z 1 3/4 1/2 3/8 Grade No. Size In. In. In. In. In. In. In. No.4 No. 8 1 2 in. 0 0 to 15 60 to 95 to 20 to 80 100 50 2 (467)* 1-�/z in. 0 0 30 to 70 95 to to 65 to 100 5 90 4 (57)* 1 in. 0 0 40 90 to 95 to to to 100 100 5 75 8 3/8 in. 0 0 to 35 to 90 to 5 80 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex-406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Agger Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex-408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex-317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic,the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex-612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No.4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0to5 0to20 15to50 35to75 70to90 90to100 97to100 NOTE 1: Where manufactured sand is used in lieu of natural sand,the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TXDOT Test Method Tex-203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes `A' and `C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar(Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air-entraining,retarding and water- reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water-reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water-reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity,will reduce the quantity of mixing water required to produce concrete of a given 030020 Page 4 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E consistency. (a) Retarding and Water-Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494,modified as follows: (1) The water-reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air-Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well-ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no 030020 Page 6 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water-reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water-reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water-reducing or retarding agents are used at the option of the Contractor,reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements,the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water,the Contractor may use, or the Engineer may require, an approved water- reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics,which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation,the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump Structural Concrete: (1) Thin-Walled Sections (9" or less) 4 inches 5 inches (2) Slabs, Caps, Columns,Piers, Wall Sections over 9", etc. 3 inches 4 inches Underwater or Seal Concrete 5 inches 6 inches Riprap, Curb, Gutter and Other Miscellaneous Concrete 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex-418-A or Tex-420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty-eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty-eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the cement 030020 Page 8 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min.Beam Maximum Coarse of Sacks Cement Strength ft) Strength Water-Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7-Day(psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air(slabs,piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only (except cased drilled shafts). ***When Type 11 Cement is used with Class C Concrete, the 7-day beam break requirement will be 550 psi; with Class A Concrete,the minimum 7-day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article 'Placing Concrete-General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge,the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non-agitating equipment. 11. READY-MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not be 030020 Page 10 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E placed in the structure or pavement. Ready-Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central-Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit-Mix Concrete), subject to the following provisions: (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (3) Mixed completely in a stationery mixer and transported to the job site in approved non-agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. B. Equipment. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. _ (a) General: Mixers shall be of an approved stationary or truck-type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute(rpm)will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready-mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching,mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one-fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only,the loading shall not exceed 80 percent of the drum volume. When Ready-Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing,placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel(Nos. 14 and 18), Grade 75,will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold-drawn from rods that have been hot-rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made,the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese,phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 032020 Page 1 of 6 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter(d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 43, 44, 45 4d 46, 47, 48 5d All bends in main bars and in secondary bars not covered above: Grade 60 Grade 75 43 thru 48 6d 49, 410 8d -- 411 8d 8d 414, 418 10d -- 032020 Page 3 of 6 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Dimon. a 3/4" 7/8*' Bar or Smaller—Plan. Dimon. t I­ Bar or Larger --P+on. D+men. * 1" H= over 6"--Damen.+ Zero or H = 6 a—`nd lass-{}imen. + Zero or -i/4" H 7/8- Bar or Sma/ier--Plan Dimon. = i/Z' r I" Bar or t_arger—Plan Oisnen. : 1'* viral or Circular Tie Tie or giFP41onCO)ime;n.*IY Plan Oin-=a=1/2 5. STORING Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection,provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein,will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E TABLE 1 Minimum Lap Requirements Lia Uncoated Coated Lap in inches > 40d 60d Where: d=bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20-diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one-twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or cotton 032020 Page 5 of 6 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)". 2. Preformed Non-Bituminous Fiber Material shall meetthe requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)",exceptthatthe requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Class 1-a. (Two-Component, Synthetic Polymer,Cold-Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self-leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two-Component, Synthetic Polymer,Cold-Pourable, Self-Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials,when tested in accordance with TxDOT Test Method Tex-525-C,shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77°F.: 150 gm. cone, 5 sec., max., cm.................. 0.90 Bond and Extension 75%, O°F, 5 cycles: Dry Concrete Blocks............................ Pass Wet Concrete Blocks............................ Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200°F................................. None Water Content%by weight, max................. 5.0 Resilience: Original sample min. % (cured)................. 50 Oven aged at 158°F min. % .................... 50 For Class 1-a Material Only: Cold Flow (10 min.)............................ None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016-inch asphalt impregnated paper,filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth,flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex-524-C,the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed- cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D 1752"Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: 038000 Page 2 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E PROPERTY METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft' Min. Recovery ASTM D1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete",Type 1 clear or translucent, or Type 2 white-pigmented. The material shall have a minimum flash-point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm,continuous,uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall,when applied to the damp concrete surface at the rate of coverage specified herein,be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check,peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex-219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E following: 24 hours after application............2 percent 72 hours after application............4 percent Type 1 (Resin Base Only)curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open j oints and j oints to be filled with expansion j oint material,shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber j oint material is used,it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch(1") of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The j oint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall betaken into consideration in determining the depth of the equivalent liquid. For j ob fabricated forms,an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment,shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar-tight,rigidly braced and strong enough to preventbulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one-sixteenth of an inch (1/16"). Deflections due to cast-in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work,the forms show signs of bulging or sagging,the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness,with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B-B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and j oists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-quarter inch (3/4") on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork All moldings,panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch (1/2") from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling,and when removed,shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch(1/2") from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms regarding design,mortar-tightness, filleted corners,beveled projections,bracing,alignment,removal,reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps,pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the City Standard Specification Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I-beams or girders. 7. PLACING CONCRETE-GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F. 038000 Page 7 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing,the required water shall be applied to the surface by fog spray only,and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non-Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature-time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non-agitated concrete. Before starting work,the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms,reinforcing steel placement,and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started,the Contractor shall provide ample covering to protect the work. In case of drop in temperature,the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet,except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors,pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind,if necessary,to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes,troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary,the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold j oint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold j oints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically,at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to butnot againstthe joint surface. The vibration shall continue until thorough consolidation,and complete embedment of reinforcement and fixtures is produced,but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary,to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four(4)full curing days. If carts are used,timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set,at least one(1)curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast-in-Place Concrete. Concrete maybe placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature,the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F,and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (b) The temperature at the surface of all concrete in piers, culverts walls,retaining walls,parapets,wingwalls,bottoms of slabs,and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed,prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms,and is equipped with approved steam curing facilities,may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed,but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for j ob site precast products,the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory,it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom-dump bucket,or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water-tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom-dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel;the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one (1)nor more than two (2) hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article"Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. 038000 Page 12 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted,if desired by the Contractor and approved by the Engineer,and the entire excavation filled with concrete to the elevation of the top of footing; in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off,the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working,the surface shall be approximately leveled,struck off and screeded,carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw-like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer,the Contractor shall perform sufficient checks with a long handled 10-foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one-sixteenth inch(1/16") in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal tining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal-tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal-tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep,with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen,the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for anyone test when tested in accordance with TxDOT Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10- foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch(1/8"), making proper allowances for camber,vertical curvature and surface texture. Occasional variations,not exceeding three-sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations,camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities,therefore,shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four(4) curing days except as noted herein. 038000 Page 14 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E EXCEPTIONS TO 4-DAY CURING Description Required Curing Upper Surfaces of Bridge Slabs and 8 curing days (Type I or III) cement Top Slabs of Direct Traffic Culverts 10 curing days (Type II cement) Concrete Piling (non-prestressed) 6 curing days When the air temperature is expected to drop below 35 degrees F,the water curing mats shall be covered with polyethylene sheeting, burlap-polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subj ectto the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine-ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Pondin;. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one-inch 038000 Page 15 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curin;. This consists of curing concrete pavement,concrete pavement(base),curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement-stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts X X 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap-polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Membrane curing shall not be applied to dry surfaces,but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans,the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed,and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand-powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities,pinholes or other defects,or if rain falls on the newly-coated surface before the film has dried sufficiently to resist damage,an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing,curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E to the work,the Contractor,when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day(24 hours)when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal,all porous or honey-combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired. All fins,runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt,paint or other similar material shall be removed. Repairs shall be dense,well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 038000 Page 18 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,no direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification,but it shall be considered subsidiary to the particular items required by the plans and the contract documents. 038000 Page 19 of 19 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 050200 WELDING 1. DESCRIPTION This specification shall govern for the field welding of structural steel and reinforcing steel. Provisions are made herein for the welding of the types of steel listed in Table 1, using the manual shielded metal-arc process, semi-automatic (manual) gas metal-arc welding and flux cored arc welding processes. Other welding processes may be permitted with the specific approval of the Engineer and with qualification of the welding procedure. 2. STRUCTURAL STEEL GENERAL Final welds including tack welds to be incorporated therein shall be by a certified welder; certified welder being previously certified by tests as prescribed in the "Code for Welding in Building Construction," ASW D1.0-69, of the American Welding Society,to perform the type of work required. Miscellaneous welds may be made by a qualified welder; qualified welder being an experienced welder who is capable of making good welds of sound quality, but does not have certification papers; miscellaneous welds being welds that have no load carrying capacity in the completed structure. Tack welds shall be cleaned and fused thoroughly with the final weld. Defective, cracked or broken tack welds shall be removed. Welds shall be as required by the contract or erection drawings. The location or size shall not be changed without approval of the Engineer. The welder shall place his identification mark with crayon or paint near the groove welds made by him. No welding will be allowed when the air temperature is lower than 20°F,when surfaces are wet or exposed to rain, snow or wind, or when operators are exposed to inclement conditions that will hamper good workmanship. Any moisture present at the point of welding shall be driven off by heat before welding commences. Windbreaks shall be required for the protection of all welding operations. There shall be no temporary welds for transportation, erection or other purpose on main members, except at locations more than one-sixth the depth of the web from the flanges of beams and girders, as approved by the Engineer. On A514 steel, all groove welds in main members and in flanges of beams and girders subject to tensile stress or reversals of stress shall be finished smooth and flush on all surfaces, including edges,by grinding in the direction of applied stress, leaving the surfaces free from depressions. Chipping may be used provided it is followed by such grinding. Parts joined by groove welds connecting plates of unequal thickness or width shall have a smooth transition between offset surfaces at a slope not greater than one in four with the surface of either part. The surfaces shall be ground so that the radii at the points of transition will be four(4) inches minimum. 050200 Page 1 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E All groove welds, except when produced with the aid of backing, shall have the root of the initial weld gouged, chipped or otherwise removed to sound metal before welding is started from the second side, except that back gouging will not be required when welding steel piling or armor joints with E6010 electrodes. The back side shall be thoroughly cleaned before placing back-up pass. When backing for welds is left in place to become a part of the structure, it shall be a single length insofar as possible. Where more than a single length is needed, they shall be joined by full penetration butt welds. The surfaces of this butt weld shall be ground flush as necessary to obtain proper fit-up in the weld joint. Before welding over previously deposited metal, all slag shall be removed, and the weld and adjacent base metal shall be cleaned. This requirement shall apply equally to successive layers, successive beads and the crater area. Arc strikes outside the area of permanent welds must be avoided on all steels. Where they do occur, resulting cracks and blemishes shall be ground out to a smooth contour and checked to insure soundness. Stringer bead technique shall be used where possible for groove welds on all types of steel. Weaving will not be permitted for A514 steel except in welding vertically upward, when a weave not exceeding two electrode diameters is permissible for manual shielded metal-arc welding. In all welding processes, the progression for all passes in vertical welding shall be upward using a back step sequence. Groove welds shall begin and terminate at the ends of a joint on extension bars. Edge preparation and thickness of extension bars shall be the same as that of the member being welded and shall extend a minimum of three-quarter(3/4) inch beyond the joint. Extension bars shall be removed with a cutting torch upon completion and cooling of the weld, and the flange edges shall be ground smooth. Any defects exposed by the grinding shall be cleaned, filled with weld metal, and reground to a uniform finish. All grinding shall be parallel to the flange. Excess grinding of the parent metal shall be avoided. 3. FILLER METAL Electrodes for manual shielded metal-arc welding shall conform to the requirements of the latest edition of "Specifications for Mild Steel Covered Arc-Welding Electrodes", AWS A5.1, or to the requirements of the latest edition of"Specifications for Low Alloy Steel Covered Arc-Welding Electrodes," AWS A5.5. All electrodes and combination of electrode and shielding for gas metal-arc welding for producing weld metal with a minimum specified yield point not exceeding 60,000 psi shall conform to the requirements in the latest edition of, "Specification for Mild Steel Electrodes for Gas Metal-Arc Welding," AWS A5.18, or "Specification for Mild Steel Electrodes for Flux Cored Arc Welding," AWS A5.20, applicable for the classifications producing weld metal having a minimum impact strength of 20 ft.-lb., Charpy V-notch, at a temperature of 0°F or below. For weld metal with a minimum specified yield strength exceeding 60,000 psi, the Contractor shall demonstrate that each electrode and flux or combination of electrode and shielding medium proposed for use will produce low alloy weld metal having the mechanical properties listed in Table A. 050200 Page 2 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E The mechanical properties shall be determined from a multiple pass weld made in accordance with the test requirements of the latest edition of AWS A5.18 or AWS A5.20, as applicable. TABLE A Required Mechanical Properties for GMAW and FCAW Electrodes Impact Tensile Yield Elongation, % Strength GMAW FCAW Strength Strength in 2 inches ft-lb @ 0°F- Grade Grade psi -Min psi -Min Min Min E80S E80T 80,000 65,000 18 20 E90S E90T 90,000 78,000 17 20 E100S E100T 100,000 90,000 16 20 EllOS EllOT 110,000 98,000 15 20 The mechanical property tests for Grades E100S, El l OS, E100T and MOT shall be made using ASTM A 514 base material. Class of electrode required will be as shown in Table 1 (below). Electrodes shall be used with the type of current, the polarity and in the positions permitted by AWS A5.1 and A5.5 for manual shielded metal-arc welding. AWS A5.18 and A5.20 Specifications shall govern for gas metal-arc welding and flux cored arc welding. 050200 Page 3 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E TABLE 1 CLASSIFICATIONS OF ELECTRODES PERMITTED TYPE OF MAIN MEMBERS SECONDARY MEMBERS STEEL Groove& Fillet Welds Groove& Fillet Welds Steel Piling, E6010 E60T-8 E60XX E60T-8 E70S-2 A53 Pipe, E6011 E70S-113 E70XX E7XT-1 E70S-3 A500, E7016 E70S-2 E70S-113 E7XT-5 E70S-6 A501, E7018 E70S-3 E70S-2 E7XT-6 E70S-7 Armor Joints E70S-6 E70S-3 E7XT-8 E-705-7 E70S-6 E70U-1 A36, E7016 E70S-2 E7016 E70S-2 A441, E7018 E70S-3 E7018 E70S-3 A572-Grade 50 E7XT-1 E70S-6 E7XT-1 E70S-6 A588, E7XT-5 E70S-7 E7XT-5 E70S-7 A242 Deck Plates E7XT-6 E7XT-6 API Pipe E7XT-8 E7XT-8 A514 E11018M E110S E11018M E110S 21/2"Thick or Less El 10T El lOT A514 E10018M E100S E10018M E100S Over 21/2" Thick E100T E100T A588, A242, E8018, C-3 E8018, C-3 A618 Weathering E80T(3) E80S(3) E80T(3) Steel E80 S(3) Reinforcing Steel E7016 E7018 A572 Grades E8016 E80T 60 and 65 E8018 E80S for Light Towers 1. Use of the same type electrode with the next higher mechanical properties, in accordance with AWS A5.1 or A5.5,than those listed will be permitted. 2. In joints involving base metals of different yield points or strengths, low hydrogen electrodes applicable to the lower strength base metal may be used. 050200 Page 4 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Before use, all electrodes with low hydrogen coverings conforming to AWS A5.1 shall be dried for not less than two hours between 450 and 500 degrees F and electrodes with low hydrogen coverings conforming to AWS A5.5 for not less than one hour at a temperature between 700 and 800 degrees F. Immediately after drying, electrodes shall be stored in ovens held at a temperature of at least 250 degrees F. E70 electrodes not used within four hours, E80 within two hours, and El 10 within one-half hour after removal from the storage oven shall be redried before use. Electrodes with flux which has been wet, cracked or otherwise damaged, shall not be used. When used for welding A514 steel, electrodes shall be dried at least one hour at temperatures between 700 and 800 degrees F before being used. Electrodes may be redried only once. Suitable facilities for drying and storage of electrodes shall be furnished at the job site, along with thermometers for checking and controlling the oven temperature. In humid atmospheres,the times allowed for use without redrying may be reduced. When gas or gas mixture is used for gas metal-arc welding, it shall be of a welding grade having a dew point of -40° F or lower. The gas manufacturer shall furnish certification to the Engineer that the gas or gas mixture is suitable for the intended application and will meet the dew point requirements. Welding wire coils removed from the original package shall be protected or stored to keep their characteristics or welding properties intact. Rusty coils, or portions of coils,that are rusty shall not be used. Preheat Preheat ahead of welding both groove and fillet welds (including tack welding)will be required as shown in Table 2. Any moisture present at the point of welding shall be driven off by preheating before welding begins. When the base metal is below the required temperature, it shall be preheated so the parts being welded are not less than the specified temperature within three inches (3") of the point of welding. Preheat and interpass temperatures must be sufficient to prevent crack formation. The preheat temperatures shown in Table 2 are minimum and higher preheats may be necessary in highly restrained welds. Preheating equipment shall be adequate to maintain the entire joint at or above the specified temperature. When possible, a joint shall be completely welded before it is allowed to cool below the specified temperature,but shall always be welded sufficiently to prevent cracking before cooling is permitted. Usually preheat and interpass temperatures shall not exceed 400° F for thickness up to 11/2 inches and 450°F for greater thickness. These temperatures shall never be exceeded on A514 steel. The welder shall have and use approved equipment for checking preheat and interpass temperatures at all times while welding is in progress. For all groove welds,preheat temperature shall be measured on the side opposite to which the heat is applied at points about three inches (3") away from the joint. 050200 Page 5 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E TABLE 2 MINIMUM PREHEAT AND INTERPASS TEMPERATURE FOR MANUAL SHIELDED METAL-ARC WELDING,FLUX CORED ARC WELDING OR GAS METAL-ARC WELDING MANUAL OR SEMI-AUTOMATIC Thickness of GAS METAL-ARC WELDING, FLUX CORED ARC WELDING Thickness Part OR MANUAL SHIELDED METAL-ARC WELDING at Point of Welding (Inches) With Low Hydrogen Electrodes ASTM A36; A242; A441 A572 Grades 42, ASTM A514 45 and 50; A588 To 3/4, inclusive 50°F 50°F Over 3/4 to 1/z, inclusive 70°F 125°F Over 1�/2 to 21/2, inclusive 150°F 175°F Over 21/2 225°F 225°F (1) These temperatures are the minimum required for the thinner material shown for each increment, and higher preheat on a step basis will be required for the thicker material within each increment. Preheat and interpass temperatures must be sufficient to prevent crack formation and welding shall be carried continuously to completion or to a point that will assure freedom from cracking before the joint is allowed to cool below the minimum specified preheat and interpass temperature. Temperatures above those shown may be required for highly restrained welds. (2) When E7010 electrodes are permitted for tacking or temporary root pass, the material shall be preheated to 400°F. (3) When joining steels of different strengths or thickness with groove welds, the preheat and interpass temperatures for the higher strength steel and the average plate thickness shall be used. For fillet welds,the preheat shall be used for the higher strength steel and the thickest plate being welded. (4) When the base metal temperature is below 32° F, preheat to at least 70° F and maintain this minimum temperature during welding. (5) Heat input when welding A514 steel shall not exceed the steel producer's recommendations. (6) When moisture is present on the base metal, it shall be preheated to 200°F before welding is started. 4. QUALITY OF WELDS Weld metal shall be sound throughout. There shall be no cracks in any weld or weld pass. There shall be complete fusion between the weld metal and the base metal and between successive passes throughout the joint. 050200 Page 6 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Welds shall be free from overlap and the base metal free from undercut more than one one-hundredth inch (1/100") deep when its direction is transverse to the primary stress in the part that is undercut. Undercut shall not be more than one thirty-second inch(1/32") deep when its direction is parallel to the primary stress in the part that is undercut. All craters shall be filled to the full cross section of the welds. All welds on A514 steel shall be visually examined for longitudinal or transverse cracks not less than 48 hours after completion of the welding. 5. CORRECTIONS When welding is unsatisfactory or indicates inferior workmanship,the following corrective measures will be required by the Engineer whose specific approval shall be obtained for making each correction. When requirements prescribe the removal of part of the weld or a portion of the base metal,removal shall be by oxygen gouging or arc-air gouging. Oxygen gouging shall not be used on A514 steel or A588 weathering steel. All surfaces shall be ground after arc-air gouging. Backgouging of splices in beams and girders or cutouts of defective welds shall be done by a welder qualified to make beam and girder splices. Where corrections require the deposition of additional weld metal, the sides of the area to be welded shall have sufficient slope to permit depositing new metal. Defective or unsound welds shall be corrected either by removing and replacing the entire weld, or as follows: Excessive convexity. Reduce to size by grinding off the excess weld metal. Shrinkage cracks. Cracks in base metal, craters and excessive porosity. Remove defective portions of base and weld metal down to sound metal and replace with additional sound weld metal. Undercutting, undersize and excessive concavity. Clean and deposit additional weld metal. Overlapping and incomplete fusion. Remove and replace the defective portion of weld. Slag inclusions. Remove the parts of the weld containing slag and replace with sound weld metal. Removal of adjacent base metal during welding. Clean and form full size by depositing additional weld metal. Where corrections require the deposition of additional weld metal, the electrode used shall be smaller than that used for making the original weld. Surfaces shall be cleaned thoroughly before re-welding. 050200 Page 7 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A cracked weld shall be removed throughout its length, unless the extent of the crack can be ascertained to be limited, in which case the weld metal shall be removed 2 inches (2") beyond each end of the crack and repairs made. Where work performed after the making of a deficient weld has made the weld inaccessible or has caused new conditions making the correction of the deficiency dangerous or ineffectual,the original conditions shall be restored by removal of welds or members, or both, before making the necessary corrections, or else the deficiency shall be compensated by additional work according to a revised design approved by the Engineer. Improperly fitted and misaligned parts shall be cut apart and re-welded. Members distorted by the heat of welding shall be straightened by mechanical means or by the carefully supervised application of a limited amount of localized heat. Heated areas shall not exceed 1200° F as measured by Tempil-sticks or other approved methods for steel up to 65,000 psi yield strength. Parts to be heat straightened shall be substantially free of stress from external forces, except when mechanical means are used in conjunction with the application of heat. Heat straightening of A514 steel shall be done only under rigidly controlled procedures, subject to the approval of the Engineer. In no case shall the maximum temperature of the steel exceed 1100'F. Sharp kinks and bends shall because for rejection of the material. 6. RADIOGRAPHIC INSPECTION All groove welds designed to carry primary stresses shall be subject to radiographic inspection. When subjected to such inspections, the presence of any of the following defects in excess of the limits indicated will result in rejection of the defective weld until corrected. 1. Sections of welds shown to have any cracking, regardless of length or location, incomplete fusion, overlapping, or inadequate penetration shall be judged unacceptable. 2. Inclusions less than one-sixteenth inch (1/16") in greatest dimension including slag, porosity and other deleterious material, shall be permitted if well dispersed so that the sum of the greatest dimensions of the inclusions in any linear inch of welded joint shall not exceed three-eighth inch (3/8"). 3. Inclusions one-sixteenth inch (1/16") or larger in greatest dimension shall be permitted provided such defects do not exceed the limits shown on Figure 1 or in subparagraph(2) above. 4. There shall be no inclusion greater than one-sixteenth inch (1/16") within one inch of the edge of part or member at the joint or point of restraint. 050200 Page 8 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E FIGURE 1 STANDARDS FOR ALLOWABLE INCIaUSIONS 1 1/2 1/2 H 7/10 LU LU S 11/4 (1) PROLPECT(A)HORIZONTALLY TO(g) F..X g (2) PROJECT INTERSECTION 3/6 V C) VERTICALLY TO(C) Laf N I J V C 3/4 1/4- \ LJ 1- 3^6 V g I 1/2 1/6 a 1/4 1/16 F 0I I I I I I I I O 1/2 1 11/2 2 21/2 3 3 I/2 4 41/2 C— MINIMUM CLEARANCE MEASURED ALONG THE LONGITUDINAL AXIS OF THE WELD BETWEEN EDGES OF POROSITY OR FUSION-TYPE DEFECTS ( 1 NCHES) {LAi16ER OF ADJACENT DEFECT'S GOVERNS) NOTES: (1) The distance from the edge of an inclusion to the edge of a plate or to any intersecting weld shall be equal to or greater than the clearance between inclusions. (2) Inclusions with any dimension greater than 1/2 inch are not acceptable. (3) For joint thickness greater than 11/2 inches, the minimum allowable dimension and spacing of inclusions shall be the same as for 11/2-inch joints. (4) Values of(B) obtained by projecting horizontally from (A) are maximum values. Any value of(B) smaller than the maximum is satifactory. (5) Values of (C) obtained by projecting vertically from (B) are minimum values. Any value of (C) larger than the minimum is satifactory. Radiographic inspection shall be made of A514 steel not less than 48 hours following the completion of the welding. For other steels, nondestructive inspection may begin immediately after welding and cleaning or grinding is completed. Definitions: Porosity signifies gas pockets or any similar generally globular type voids. Fusion-type defect signifies slag inclusions and similar elongated defects. 050200 Page 9 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 7. REINFORCING STEEL- GENERAL Provisions are made herein for the welding of reinforcing steel by the manual shielded metal-arc process. Other processes may be permitted with the specific approval of the Engineer or may be specified on the plans. Splicing of reinforcing steel by welding shall be done only at locations approved by the Engineer. 8. BASE METAL Reinforcing steel to be welded shall be new billet steel conforming to ASTM Designation: A615, and shall also conform to the following chemical composition: Maximum Carbon 0.40 Percent Maximum Manganese 1.30 Percent 9. FILLER METAL Low hydrogen electrodes as specified in Table A will be required for all welding of reinforcing steel. Drying of electrodes shall be as specified in Article 3, "Filler Metal" for Structural Steel. 10. PREHEAT AND INTERPASS TEMPERATURE Minimum preheat and interpass temperatures for reinforcing steel shall be as shown in Table 3. TABLE 3 PREHEAT AND INTERPASS TEMPERATURE FOR REINFORCING STEEL CARBON RANGE NO. 7 & SMALLER NO. 8 & LARGER Up to and including 0.30 None 100 0.31 to 0.35 inclusive None 150 0.36 to 0.40 inclusive 100 250 Unknown 250 400 For widening projects,use carbon content and bar size of new steel to determine preheat required. 050200 Page 10 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 11. JOINT TYPES For all bars No. 8 and larger, butt splices shall be required. For No. 7 bars and smaller, lap splices shall be required. Fillet welds in lap splices shall be a minimum of 4 inches in length and shall be welded on each side of the lap joint. For bars No. 5 and smaller, welding from one side of the lap will be permitted by the Engineer when it is impractical to weld from both sides of the joint, and the weld shall be a minimum of 6 inches in length. Lap welds shall meet the requirements specified in Table 4. Where possible, all butt splices shall be made in the flat position. All butt splices, except horizontal, shall be as shown in Figure 2 with the back-up strip required. Horizontal splices shall be as shown in Figure 3. TABLE 4 REQUIRED DIMENSIONS FOR LAP SPLICES "b" "t" "c" ELECTRODE BAR SIZE "a" Max. Min. Max. SIZE No. 4 0.04 in. 1/8 in. 1/8 in. 1/16 in. 1/8 in No. 5 0.05 in. 1/8 in. 3/16 in. 1/16 in. 5/32 in. No. 6 0.06 in. 1/8 in. 1/4 in. 1/16 in. 5/32 in. No. 7 0.07 in. 3/16 in. 5/16 in. 1/16 in. 5/32 in. 050200 Page 11 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48DO-B600-48A37A78953E 4• a I a c t b t c I o SEC. A-A (ENLARGED) TABLE 4 Required Dimensions for Lap Splices D t -07o L221/21221/20 o �1 ! 0 v� —�-1 MAX.d/3 SEC D-D 5/321 I i MIN.d14 � XI 1/2" D � Butt weid in flat position ,1 1/16" o _I P BUTT WELD WITH BAR IN HORIZONTAL POSITION FIGURE 2 FIGURE 3 050200 Page 12 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 12. WIDENING PROJECTS In general, the new reinforcing steel shall be either lap or butt spliced directly to the bar to be extended. When the reinforcement in the old portion of a structure is found to be of the wrong spacing, dowel bars long enough to develop the welded lap or butt splice and also develop the bar in bond, as required in City Standard Specification Section 032020 "Reinforcing Steel", shall be welded to the old steel, and the new reinforcement placed at the correct spacing without welding to the old steel. No measurement or payment will be made for the dowels but will be subsidiary to the other items in the contract. Both old and new reinforcement shall be cleaned thoroughly prior to the preparation of the joint. 13. RADIOGRAPHIC INSPECTION When so designated on the plans, welded butt splices shall be radiographed. Weld quality shall be as follows: There shall be no cracks and the sum of the greatest dimensions of porosity and fusion-type defects shall not exceed one-tenth of the nominal bar diameter in inches. 14. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, welding will not be measured for pay, but will be considered subsidiary to the various other bid items in the Bid Form. 050200 Page 13 of 13 Rev.10-30-2014 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon-Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt-on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast-on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment,but shall be considered subsidiary to other bid items. 055420 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Whitecap Improvements,,WWTP Project No. 18087A PART T TECHNICAL SPECIFICATIONS DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 025410 WATERTIGHTNESS TESTING FOR HYDRAULIC STRUCTURES 1.00 GENERAL 1.01 WORK INCLUDED A. This section specifies requirements for watertightness testing of hydraulic structures prior to backfilling. The scope of work includes cleaning,flushing,and testing of all hydraulic structures. Furnish all labor, material,and incidentals required to perform watertightness testing as scheduled herein and all retesting until the structures meet the requirements as specified herein. 1.02 RELATED WORK A. Cast-In-Place Concrete. Section033100. 1.03 REFERENCE STANDARDS A. ACI 350.1Specification for Tightness Testing of Environmental Engineering Concrete Containment Structures&Commentary,Chapter 2 Hydrostatic Test, HST,for Open or Covered Tanks,-HST-VIOwith sections 2.4and 2.5 waived. 1.04 SUBMITTALS A. Provide Submittals in accordance with the requirements of Section 0133 01, Submittal Register. B. Submit a testing schedule,including proposed plans for water conveyance,control, and disposal in writing a minimum of 14 days prior to testing start. The submittal shall include the methods to determine evaporation loss and the Contractor's plan for the release of waterfrom structures aftertesting has been completed. C. Submit the results of each watertightness test foreach structure. 1.05 DESCRIPTION A. After the concrete for a hydraulic structure is fully constructed, but prior to backfilling, the Contractor shall test the structure for watertightness. The Owner's representative shall be present at the time of testing. If the test results indicate an unacceptable installation,the Contractor shall locate the source of leakage,correct the defect,and retest until the installation is proven satisfactory. 2.00 PRODUCTS 2.01 EQUIPMENT A. Temporary valves, bulkheads,or other watercontrol equipment and materials shall be as determined by the Contractor. No materials shall be used which would damage the structure or its future function. Leakage Testing of Hydraulic Structures 025410-1/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.02 EXECUTION 2.03 GENERAL A. Except as otherwise indicated, potable water for testing will be furnished by the Contractor who shall also make necessary arrange me nt for conveying the water tot he points of use. B. All hydraulic structures shall betested. C. If industrial paint finished or other protective coatings are to be applied to the interior surfaces of the hydraulic structure,such coatings shall be applied after all testing operations have been completed. D. Release of waterfrom structures aftertesting has been completed shall be as reviewed by the Construction Manager; however,this review shall not relieve the Contractor of his obligations and responsibilities under this Contract. 2.04 EXAMINATION A. I nspect the structure to be tested for potentia I leakage paths such as cracks,voids,etc and repair such paths in compliance with the provisions specified herein or as approved by the Engineer. 2.05 PREPERATION A. Prior to testing all hydraulic structures shall be cleaned by thoroughly hosing down all surfaces with a high-pressure nozzle of sufficient size to deliver a minimum waterflow of 50 gpm. All water,dirt,and foreign material accumulated in this cleaning operation shall be discharged from the structure orotherwise removed. B. Inlet and outlet pipes not required to be operational for the tests may be temporarily sealed or bulkheaded prior totesting. C. Confirm adequacy of seals around gates and valves and reset or reseal as approved by the Engineer. Estimates of gate orvalve leakage will not be allowed as adjustments to the measured tank or structure leakage. 2.06 TESTING PROCEDURES A. General. 1. Testing shall be performed prior to backfilling, except where otherwise acceptable to the Construction Manager. 2. Testingfor concrete structures shall not be performed sooner than 14 days after all portions of structure walls and associated roof systems have been completed. 3. The test shall consist of filling the structure with potable waterto the maximum operating water surface. The rate of filling shall not exceed 6 feet of depth per day and filling shall be at a uniform rate. Leakage Testing of Hydraulic Structures 025410-2/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Testing Procedures.After the structure has been filled, the water loss leakage tests ha I I be performed as follows 1. The exterior of the structure shall be inspected during the period of filling the tank. If any flow of water is observed from the structure surfaces,including joints or cracks,the defect causing the leakage shall be repaired prior to completing the test. 2. Let the water stand for at least 24 hours. Make an initial water level reading. 3. Measure the drop in liquid level over the next 72 hours to determine the liquid volume loss for comparison with the allowable leakage.Take at least one reading every 24 hours after initial water level reading. 4. Evaporative losses shall be measured or calculated and deducted from the measured loss to determine the net liquid loss(leakage).The net liquid loss for a period of 24 hours shall not exceed 0.05 percent of the total volume of water in the structure. 5. If the leakage exceeds the maximum allowable,the leakage test shall be extended to a total of five days. If at the end of five days the average daily leakage does not exceedthe maximum allowable, thetest shall be considered satisfactory. If the net liquid loss exceeds the maximum allowable, leakage shall be considered excessive and the tank shall be repaired,disinfected,and retested until leakage falls within the appropriate limit. 6. Damp spots: Damp spots on the exterior wall surface or measurable leakage of water at the wall base shall not be permitted. Damp spots are defined as spots where moisture can be picked upon a dry hand. The source of water movement through the wall shall be located and permanently sealed in an acceptable manner. Leakage through the wall-basejoint or footing shall likewise be corrected. Dampspots on the footing are generallyto be expected and are permissible. C. Acceptance. 1. The watertightness of concrete tanks and structures shall be considered acceptablewhen: a. All visible leakage is repaired and the water loss leakage test as specified in this section is passed. D. Repairs and Retesting. 1. Repair structures which fail the watertightness test a nd structures showing visible leakage in compliance with the provisions specified herein or as approved by the Engineer. 2. Repairs and retesting of tanks shall be accomplished at no additional cost to the Owner 3. Contractor repairof concrete defects shall be tothe approval of owner's construction manager and to achieve a color match with adjoining external surface concrete when repair work has set. 4. Repairof concrete shall be performed by acceptably skilled workers approved by owner's construction manager.The Contractor shall keep owner's construction manager advised as to when repair of concrete will be performed. Leakage Testing of Hydraulic Structures 025410-3/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. Unless inspection is waived by owner's construction manager in each specific case, repair of concrete shall be performed only in the presence of owner's construction manager. 6. According to the nature of the defect to be repaired, repairs shall be by one of the following methods: a. Polyurethane resin or similarflexible materials injection ofcracksfor durability repair where it is determined that the cracks are non- structural; b. Epoxy resin injection of cracks for structural repair per structural drawing sheet 060; C. Concrete delamination,spall and honeycomb repair similarto repair methods shown on structural drawing sheet 061 and 062; d. Protective coatings or finishes for inadequate cover;and e. Others to be approved by owner's construction manager and engineer. 7. All proprietary repair materials shall be used strictly in accorda nce with the manufacturer's instructions. 8. Protection and curing of cementitious repair materials shall be carried out in accordance with the requirements of the product manufacturer's instructions, minimum seven(7) days curing and as approved by owner's construction manager. 9. Where directed by owner's construction manager,areas ofconcreteto be repaired shall be "Trial Repairs"to prove acceptable materials and methods as stated in the Contractor's Repair Method Statement priorto proceeding with full scale repairworks. The trial area shall be a minimum of 16 squarefeet or as directed by owner's construction managerand the entiretrial repair process shall be observed by owner's construction manager. END OF SECTION Leakage Testing of Hydraulic Structures 025410-4/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION030130 STRUCTURAL CONCRETE REPAIRS 1.00 GENERAL 1.01 SUMMARY A. Furnish all labor, materials,tools,and equipment required to perform the structural concrete repairs.The Work of this specification section shall include: 1. Top-surface partial-depth concrete slab repairs; 2. Full-depth concrete slab repairs; 3. Partial-depth concrete wall and column repairs; 4. Full-depth concrete wall and column repairs; 5. Partial-depth overhead slabrepairs; 6. Partial-depth overhead beam and joist repairs; 7. Full-depth beam and joist repairs. B. Work covered under this Section shall conform to the following sections of ACI 301, except as modified by these Contract Documents: 1. Section 1-General Requirements; 2. Section 2-Formwork and Formwork Accessories; 3. Section 3-Reinforcement and Reinforcement Supports; 4. Section 4-Concrete Mixtures; 5. Section 5-Handling, Placing,and Constructing. C. Related Sections include the following: 1. 079200 Joint Sealants 2. 071800 Traffic Coatings 1.02 DEFINITIONS A. Design Professional: Engineer or Architect issuing Contract Documents or administering the Work under the Contract Documents,or both. 1.03 REFERENCED STANDARDS AND REPORTS A. ACI Standards and Reports 301-10 Specifications for Structural Concrete 305.1-14 Specification for Hot Weather Concreting 306R-10 Guide to Cold Weather Concreting B. AASHTO Standards and Reports M 182-05 (2012) Standard Specification for Burlap Cloth Madefrom Jute and Kenaf and Cotton Mats C. ASTM Standards and Reports A615/A615M-14 Standard Specification for Deformed and Plain Carbon Steel Bars for Concrete Reinforcement A775/A775M-07b-14 Standard Specification for Epoxy-Coated Steel Reinforcing Bars A820/A820M-11 Standard Specification for Steel Fibers for Fiber-Reinforced Concrete Structural Concrete Repairs 03 1100-1/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A884/A884M-14 Standard Specification for Epoxy-Coated Steel Wire and Welded Wire Reinforcement A1064/A1064M-14 Standard Specification for Carbon Steel Wire and Welded Wire Reinforcement, Plain and Deformed,for Concrete C31/C31M-12 Standard Practice for Making and Curing Concrete Test Specimens in the Field C33/C33M-13 Standard Specification for Concrete Aggregates C39/C39M-14a Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens C94/C94M-14b Standard Specification for Ready-Mixed Concrete C109/C109M-13 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars(Using 2 in [50-mm] Cube Specimens) C138/C138M-14 Standard Test Method for Density(Unit Weight),Yield,and Air Content (Gravimetric)of Concrete C143/C143M-05 Standard Test Method for Slump of Hydraulic-Cement Concrete C144-11 Standard Specification for Aggregate for Masonry Mortar C150/C150M-12 Standard Specification for Portland Cement C157/C157M-08 Standard Test Method for Length Change of Hardened Hydraulic- Cement Mortarand Concrete C171-07 Standard Specification for Sheet Materials for Curing Concrete C173/C173M-14 Standard Test Method for Air Content of Freshly Mixed Concrete bythe Volumetric Method C231/C231M-14 Standard Test Method for Air Content of Freshly Mixed Concrete bythe Pressure Method C260/C260M-10a Standard Specification for Air Entraining Admixtures for Concrete C309-11 Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete C387/C387M-11b Standard Specification for Packaged, Dry, Combined Materials for Concrete and High Strength Mortar C494/C494M-13 Standard Specification for Chemical Admixtures for Concrete C457/C457M-11 Standard Test Method for Microscopical Determination of Parameters of the Air-Void System in Hardened Concrete C595/C595M-14 Standard Specification for Blended Hydraulic Cements C618-12a Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete C881/C881M-14 Standard Specification Epoxy-Resin-Base Bonding Systems for Concrete Structural Concrete Repairs 03 1100-2/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C928/C928M-13 Standard Specification for Packaged, Dry, Rapid-Hardening Cementitious Materials for Concrete Repairs C989/C989M-14 Standard Specification for Slag Cement for Use in Concrete and Mortars C1064/C1064M-12 Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete C1116/C1116M-10a Standard Specification for Fiber-Reinforced Concrete C1157/C1157M-11 Standard Performance Specification for Hydraulic-Cement C1202/C1202M-12 Standard Test Method for Electrical Indication of Concretes Ability to Resist Chloride Ion Penetration C1240-14 Standard Specification for Silica Fume Used in Cementitious Mixtures C1315-11 Standard Specification for Liquid Membrane-Forming Compounds Having Special Properties for Curing and Sealing Concrete C1543-10a Standard Test method for Determining the Penetration of Chloride Ion into Concrete by Ponding C1582/C1582M-11 Standard Specification for Admixtures to Inhibit Chloride-Induced Corrosion of Reinforcing Steel in Concrete C1583/C1583M-13 Standard Test Method for Tensile Strength of Concrete Surfaces and the Bond Strength or Tensile Strength of Concrete Repair and Overlay Materials by Direct Tension(Pull-off Method) C1600/C1600M-11 Standard Specification for Rapid Hardening Hydraulic-Cement C1602/C1602M-12 Standard Specification for Mixing Water Used in the Production of Hydraulic-Cement Concrete D4580/D4580M-12 Standard Practice for Measuring Delaminations in Concrete Bridge Decks by Sounding D. AWS Standards and Reports D 1.4/D 1.4M Structural Welding Code-Reinforcing Steel E. CAN/CSA Sta nda rds a nd Reports A 3000-13 Cementitious Materials Compendium F. SSPC Standards and Reports SP6/NACE No.3 Commercial Blast Cleaning G. Cited ICRI Technical Guidelines in this Specification. 120.1-2009 Guidelines and Recommendations for Safety in the Concrete Repair Industry 210.1R-2016 Guide for Verifying Field Performance of Epoxy Injection of Concrete Cracks 210.3R-2013 Guide for Using In-Situ Tensile Pulloff Tests to Evaluate Bond of Concrete Surface Materials Structural Concrete Repairs 03 1100-3/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 310.1R-2008 Guide for Surface Preparation for the Repair of Deteriorated Concrete Resulting from Reinforcing Steel Corrosion 320.2R-2009 Guide for Selecting and Specifying Materials for Repair of Concrete Surfaces 320.3R-2012 Guideline for Inorganic Repair Material Data Sheet Protocol H. Standards-Producing Organizations: Names, abbreviations, and addresses of organizations issuing documents referenced in this Specification. American Association of State H ighway a nd Transportation Officials (AASHTO) 444 North Capitol Street NW, Suite 249 Washington, DC 20001 www.transportation.org American Concrete Institute(ACI) 38800 Country Club Drive Farmington Hills, MI 48331 www.concrete.org American Welding Society(AWS) 8669 Doral Boulevard, Suite 130 Doral, FL 33166 www.aws.org ASTM International(ASTM) 100 Barr Harbor Drive West Conshohocken, PA 19428 www.astm.org Canadian Standards Association(CSA) 178 Rexdale Blvd. Toronto, ON Canada M9W 1R3 www.csagroup.org Structural Concrete Repairs 03 1100-4/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E International Concrete Repair Institute(ICRI) St. Paul, MN 55114 www.icri.org The Society for Protective Coatings(SSPC) 40 24th Street,6th Floor Pittsburgh, PA 15222 www.sspc.org 1.04 SUBMITTALS A. Products: 1. Submit in accordance with the Division 1 General Requirements. Include product standards, physical and chemical characteristics,technical specifications, limitations, maintenance instructions, and general recommendations regarding each material indicated. 2. Select materials from the product or products noted in these specifications, or the submittal is permitted to be rejected at the discretion of the Design Professional or Owner. Provide documentation that alternate materials submitted are equivalent or superior to those provided in these specifications. Material submittals can be accompanied by requestsfor credits or additional charges when appropriate. 3. All submittals shall be made 2 weeks prior to the start of Work. Do not proceed with the Work prior to submittal acceptance. Submittals requested during the project for unforeseen Work shall be provided 2 weeks prior to the use of the material to allow adequate time for engineering evaluation and acceptance. If substitution request is accompanied by a cost savings offer to the Owner,the cost savings sha II be returned to the Owner in the form of a credit change order. 4. Submit product data for the following: a. Bonding Agents; b. Crack Repair Products; C. Packaged Repair Material; d. Corrosion Inhibitor; e. Fiber Reinforcement; f. Form Release Agent; g. Admixtures; h. Epoxy-Coating Repair Material; i. Curing Compounds; j. Corrosion-Resisting Coating; k. Doweling Bonding Material; I. Sacrificial Anodes. B. Shop Drawings: Structural Concrete Repairs 03 1100-5/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Shoring and Bracing: Ensure the adequacy of the structure and temporary supports to withstand the anticipated loads during construction, and the effect of demolition on the capacity of the structure. Submit design calculations, sealed by an Engineer licensed to practice in the jurisdiction where the Work is performed, for shoring and bracing at all repair types. Submit shoring and bracing drawings, or documentation from the Shoring Engineerthat none is required prior to the start of demolition on the structure. 2. Formwork: Ensure the adequacy of the formwork to withstand the anticipated pressures exerted by the wet concrete. Submit design calculations, sealed by an Engineer licensed to practice in the jurisdiction where the Work is performed, for the formwork when required by the Design 3. Reinforcement:Submit data and shop drawings in accordance with the requirements of ACI 301. 4. Form and Pump: Pumps and fittings used for the placement of concrete in sealed forms shall be submitted.The proposed spacing of fittings and the means for assuring proper vibration and complete filling of the repair cavity shall be demonstrated. C. Repair Materials 1. Ready Mixed/Site Batch Concrete: Submit all proposed concrete mixture designs for use on the project. Mixture design submittals shall include trial-batch test results or historical test data for the specific mixture proposed. All components of ready mixed and site batched concrete shall be listed. 2. Packaged Materials & Crack Repair Products: Packaged material submittals shall include all relevant manufacturers' literature,including technica I data.Submit data on materials and limitations where aggregate extension is planned. 3. Include MSDSfor all materials submitted. D. Qualifications: Submit documentation demonstrating conformance with the qualification requirements for the concrete repair Contractor and the foreman for the concrete repair Contractoras described in the Quality Assurance section.Quality Control Test Results:Submit copies of all quality control test results and inspection reports. Delivery tickets shall be submitted for all ready mixed concrete. F. Equipment and Procedures for Concrete Removal: Submit a list of concrete removal equipment to be used on the project,and the locations and circumstances underwhich each piece of equipment will be used. Include special provisions that will be used to avoid post- tensioning tendons and related hardware,embedded conduit, orother embedded items not specified for removal. Include a description of procedures that will be used to dispose of wastewaterfromwaterjetting, blasting,and hydrodemolition. G. Equipment and Procedures for Surface Preparation: Submit a description of the equipment and procedures that will be used to achieve the required bond of the repair material. H. Concrete Conveyance and Placement Methods:Submit a summaryof conveyance equipment and placement methods for the repair Work such as the use of pumping equipment,Georgia Buggies,etc.,and provisions which will be taken related to these activities. Structural Concrete Repairs 03 1100-6/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E I. Submit a Placement Plan that includes hot and cold weather provisions, methods to achieve Saturated Surface Dry (if applicable) or to apply bonding agent if specified, consolidation, finishing, and curing. J. Records Retention: Retain all design and as-built records for a period of 7 years. These documents shall include, as a minimum, the original contract drawings and specifications, material submittals including MSDS, shop drawings, patch logs,test and inspection reports, progress photographs,and warranties. 1.05 PREINSTALLATION CONFERENCE A. Prior to the start of work,the following personnel shall attend a preinstallation conference: 1. Contractor's Project Manager; 2. Contractor's Superintendent; 3. Concrete Repair Subcontractor; 4. Inspectors; 5. Representatives of manufacturers forthe selected repair material 1.06 QUALITY ASSURANCE A. Qualifications: 1. Concrete Repair Contractor: Submit documentation demonstrating experience with previous projects of similar size and complexity. The documentation shall include references from Owners,Contractors,and Engineers on the previous projects. 2. Foreman for the Concrete Repair Contractor: Submit a resume for the foreman demonstrating experience with previous projects of similar size and complexity. The documentation shall include references from Owners,Contractors,and Engineers on the previous projects. B. The owner shall engage an independent qualified inspection and testing agency to inspect and approve all the concrete repairs. C. Notify the independent qualified inspection and testing agency hired bythe ownerto inspect and approve concrete repairs for scheduling purposes at least48 hours in advance of when repair locations are ready for repair material placement and allow adequate time for inspection. Schedule all inspection Work with the independent qualified inspection and testing agency hired by the owner to inspect and approve concrete repairs. Any Work covered up without inspection is subject to rejection by the Design Professional and/or the independent qualified inspection and testing agency hired by the owner to inspect and approve concrete repairs. D. Provide and maintain a facility or location for the safe storage and proper curing of freshly cast test specimens. The temporary storage area and access for the Design Professional or the independent qualified inspection and testing agency hired by the owner during placement shall comply with the requirements of ASTM C31/C31M. 1.07 DELIVERY,STORAGE,AND HANDLING A. Deliver materials tothe project site in the manufacturer's original and unopened containers, label intactwith type and name of products and manufacturers. B. Comply with the manufacturer's written instructions for conditions for temperature requirements as well as other conditions for storage. Structural Concrete Repairs 03 1100-7/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Do not use materials that have exceeded their stated expiration date. D. Store aIImate ria lsoff the ground,undercover,and in a dry loc at ion. Protect from rain,water, freezing,excessive heat,foreign matter,and other damaging conditions until ready for use. If materials have frozen, obtain manufacturer's written approval prior to use. Do not stir liquids or mix materials until they are completely thawed. Do not force-thaw materials. Do not use damaged containers or broken bags. E. Comply with the material manufacturer's ordering instructions and lead-time requirements to avoid construction delays. 1.08 PROJECT CONDITIONS A. Environmental Limitations and Requirements: 1. Execute demolition in a manner to limit unnecessary dust and noise. Enclose each phase of the Work with a minimum of a plastic or cloth barrier to maximize confinement of dust and debris inside the Work area. Enclosures shall be securely constructed and inspected by the Contractor each working day to ensure there are no holes or tears. Take other steps as required to keep dust and debris confined to the Work, such as providing air filtration equipment, the use of wet cutting equipment, and the use of wet abrasive cleaning equipment. Vent exhaust fumes from enclosed Work areas. Iftheexhaustfume level cannot be kept at an acceptable level,use other equipment or relocate the equipment so that the exhaust can be properly vented awayfrom occupied areas. 2. Dispose ofwaterfrom operations in a safe and lawful manner. B. Existing Electrical, Plumbing,and Mechanical Services: 1. Protect all electrical conduits, boxes, wiring,and fixtures from damage.Safe removal of lighting fixtures and existing surface mounted electrical lines, when required, shall be the responsibility of the Contractor. All electrical lines shall be reattached to the structure after completion of the repairs. 2. Take reasonable precautions to avoid damaging embedded electrical conduits. Reasonable precautions shall include, but are not limited to, reviewing existing documentation and connected services in combination with nondestructive testing to determine the layout of the conduit. Demolition equipment shall be selected to minimize damagetoconduit. Damage toembedded conduits as result of Contractor negligence shall be repaired by the Contractorat no cost to the Owner. 3. The contractor shall anticipate the extent of existing electrical, plumbing, and mechanical items to be removed and replaced or protected based on the existing building record drawings and/or MEP contract documents.The layout and quantity of services shown on the existing building record drawings and/or MEP contract documents are approximate and should only be used to get a sense of the extent of services that will affect the Work during construction.The actual extent shall be field verified. 4. Protect mechanical ductwork from the intake of dust particles and odor. 5. Protect plumbing, mechanical equipment, and ductwork from damage. Safe removal of plumbing, mechanical equipment, and ductwork, when required, shall be the responsibility of the Contractor. All plumbing, mechanical equipment, and ductwork shall be reattachedtothe structure after completion of the repairs. Structural Concrete Repairs 03 1100-8/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6. MaintainelectricaI, plumbing,and mechanicaIse rvices in continuous operation except as approved by the Owner. 1.09 SAFETY A. All Work shall be performed in accordance with the applicable provincial, local, state, and federal require mentsfor safety and the recommendations of ICRI 120.1. B. Maintain a copy of MSDS at the jobsite for all materials. 2.00 PRODUCTS 2.01 EQUIPMENT A. Select appropriate means and methods of concrete removal,cleaning of reinforcement,and preparation of the concrete substrate as defined in these specifications.Obtain acceptance from the Design Professional as to the type of equipment to be used. The following equipment or approved equivalent are permitted to be used. 1. Chipping hammers with a total weight not to exceed: a 30lband equipped with appropriate chipping bits for initial demolition of repair areas.301bchippinghammers maybe used atfull-depth repairs. lnnocaseshall theybe used to extend removal furthertha n 2 in.fromthe bond linefora repair. b 15 Ib with sharp pointed tools for the removal of concrete from partial-depth repairs, beneath reinforcing bars and around repairedges. 2. Dry abrasive blast cleaning equipment capable of removing rust from the exposed steel reinforcement and cleaning the surface of the exposed concrete substrate. Cleaning shall include the removal of damaged paste and aggregate. 3. Pressure-washing equipment capable of delivering at least 3000 psi nozzle pressure for cleaning loose materialfrom repair areas. 4. Water-blasting equipment capable of delivering pressures of5000 psi to 10,000 psi for concrete surface preparation. 5. Compressed air equipment capable of delivering compressed air free of oil for cleaning loose material from repair areas. 6. Adjustable depth concrete saw for saw cutting the edgesof repairareas. B. If hydrodemolition equipment is to be used, submit a Work plan to the Design Professional for acceptance, including temporary water connections, slurry filtration and treatment, pH monitoring,and calibration procedures.Cost impacts such as the burden of water use,depth of removal ranges,chargesfor additional depth, and minimum repair size must be clarified in the Work plan. C. Select appropriate means and methods of placing concrete. Obtain acceptance from the Design Professional as to the type of equipment to be used. 2.02 PRODUCTSAND MANUFACTURERS A. Products and corresponding manufacturers cited in the sections that follow shall be the basis for pricing the Work. The Contractor must bid the specified products. The Contractor may request a substitution subject to review and acceptance by the Design Professional. 2.03 BONDINGAGENTS A. As indicated on Drawings. Structural Concrete Repairs 03 1100-9/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.04 REINFORCE MENT STEEL PRIMER A. As indicated on Drawings. 2.05 CRACK REPAIR PRODUCTS A. As indicated on Drawings. 2.06 PACKAGED REPAIR MATERIAL A. As indicated on Drawings. 2.07 READY MIXED CONCRETE A. Portland Cement:Comply with ASTM C150/C150M Type 11 B. Supplementary Cementitious Materials 1. Ground-Granulated Blast-Furnace Slag (GGBFS) conforming to ASTM C989/C989M Grade 100 may be used as a supplementary cementitious material. The maximum quantity of GGBFSshall not exceed 50%of the total cementitious material by weight. 2. Silica Fume conforming to ASTM C1240 may be used as a supplementarycementitious material. The maximum quantity of silica fume shall not exceed 10% of the total cementitious material by weight. 3. Fly Ash conforming to ASTM C618 may be used as a supplementary cementitious material. The maximum quantity of fly ash shall not exceed 25% of the total cementitious material by weight. 4. The maximum quantity of total cementitious material by weight for combinations of supplementary cementitious materials shall not exceed 50% for fly ash or other pozzolans,slag,and silica fume,and 35%for fly ash or other pozzolans and silica fume. C. Admixtures: Admixtures shall be used where specified. Admixtures may also be used to enhance handling and consolidation, improve hardened repair material properties, and to reduce cost of repairs.All admixtures shall be free from chloride ions. 1. Air-entraining admixture:Comply with ASTM C260/C260M and ACI 301 requirements for very severe freezing-and-thawing exposure Class F3 based on the coarse aggregate size, or evidence of adequate freezing-and-thawing durability of the mixture design shall be submitted to the Design Professional,along with the material data submittal for review and acceptance. 2. Water-Reducing admixtures: Water-reducing admixtures shall comply with ASTM C494/C494M Type A. 3. Retarding admixture: Retarding admixture shall conform to ASTM C494/C494M,Type B. 4. Non-Chloride accelerating admixtures shall conform to ASTM C494/C494M,Type C. 5. Water-Reducing and Retarding admixtures:Water-Reducing and retarding admixtures shall comply with ASTM C494/C494M Type D. 6. High-Range Water-Reducing admixtures: High-Ra ngewater-reducing a d m ixt u res s hall comply with ASTM C494/C494M,Type F. 7. High-Range Water-Reducing and Retarding admixtures: High-Range water-reducing and retarding admixture shall comply with ASTM C494/C494M Type G. 8. Corrosion-I n hibiting Admixtu re:Corrosion-inhibiting admixture s ha I I conform to ASTM C1582/C1582M. Structural Concrete Repairs 03 1100-10/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a Sika CNI as manufactured by Sika Corporation at the dosage rate of 2 to 6 ga I./yd3. 9. Shrinkage-Reducing/compensating Admixture: a SikaControl SC as manufactured by Sika Corporation at the dosage rate required to meet the specified shrinkage. 10. Latex Admixture: a Sika Latex R admixture as manufactured by Sika Corporation at the dosage rate of 15 percent polymer solids by weight of Portland Cement (dosage rate shall be reviewed & approved by the manufacturer). Use neat admixture, replacing amount of watertypically recommended. D. Water: Conform to ASTM C1602/C1602M. Concrete batch water shall be reduced for the addition of admixtures containing water in accordance with the manufacturer's statements regarding free water in the admixtures. E. Coarse Aggregate: Nominal maximum size and gradation appropriate for the dimensions of the repair area.Comply with ASTM C33/C33M. F. Fine Aggregate:Comply with ASTM C33/C33M. G. Concrete Mixture 1. Concrete mixture shall conform to exposure classes F1, C2, P1 and S1, and the following: 2. Minimum Compressive Strength:5000 psi 3. Maximum Water-Cement Ratio:0.40 4. Maximum Water-Soluble Chloride Content:0.06% by weight of cement 5. Air Content:7.5± 1.5% 6. Nominal Maximum Aggregate Size:0.375 in. 7. Minimum Cementitious Material Content:600lb/yd3 8. Maximum Shrinkage:0.06%tested in accordance with ASTM C157/C157M. 2.08 STEEL REIN FORCEMENT AND ACCESSORIES A. Steel Reinforcing Bars and Accessories for replacement of corroded reinforcement: Reinforcing bars shall be ASTM A775/775M, Grade 60,epoxy-coated deformed bars. 1. Chairs, holding bars, slab spacers, and all accessories shall be epoxy-coated conforming to ASTM A775/A775M. 2. Epoxy Coating Repair Material: Repair damaged epoxy-coated areas with a repair material compatible with the coating as supplied by the epoxy resin manufacturer. 3. Fabrication: Comply with reference standards and general notes on the repair drawings. a Do not field-bend bars.All bars shall be shop fabricated. b All bends and hooks shall conform to bend standards noted in CRSI's Manual of Standard Practice unless otherwise noted on repair plans. Cold bend all reinforcement. B. Epoxy-Coated Welded Wire Reinforcement shall conform to ASTM A884/A884M. 2.09 CURING MATERIALS Structural Concrete Repairs 03 1100-11/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Curing Materials for Packaged Repair Material: 1. Comply with manufacturer's written requirements regarding repair materials with special curing instructions where wet cure or curing compounds could be detrimental to the material performance. B. Curing Materials for Ready Mixed Concrete: 1. Moisture Retention Cover: Cure with polyethylene film or plastic covered fabric, including burlap. Sheets shall comply with ASTM C171. 2. Wet cure with absorbent cover meeting AASHTO M 182,Class 2,such as burlap. 3. Comply with manufacturer's written requirements regarding repair materials with special curing instructions where wet cure or curing compounds could be detrimental to the material performance. 2.10 MISCELLANEOUS MATERIALS C. Formwork Materials: Form-facing materials shall be plywood or other material conforming to the requirements of ACI 301. 1. Form release agent compatible with subsequent applied finishes shall be used. D. Doweling Bonding Material: Material for bonding reinforcement to the existing concrete: 1. As indicated on the drawings. E. Sacrificial Anodes: Repair mortars, concrete, and bonding agents used in conjunction with anodes shall be portland cement-based with a 28-day volumetric resistivity below 15,000 ohm/cm. 3.00 EXECUTION 3.01 EXAMINATION A. The owner shall engage an independent qualified testing agency for concrete diagnostic testing services&concrete crack mapping with the scope as indicated on the drawings. B. Notify the Design Professional and the independent qualified inspection and testing agency hired by the owner at least 48 hours in advance of times when areas of deteriorated concrete will be located. C. Locateareasofdelamination,and markboundaries basedon the concrete diagnostic testing report provided by an independent qualified testing agency for concrete diagnostic testing services & concrete crack mapping engaged by the owner. Arrange for the independent qualified inspection and testing agency hired by the owner to inspect and approve the layout geometry. Layout geometryshall be performed in accordance with ICR1.310.1R. 3.02 PROTECTION A. Precautions: Protect pedestrians; motor vehicles; mechanical, electrical, and plumbing equipment; surrounding construction; project site; landscaping; and surrounding buildings from damageor injury resultingfrom concrete rehabilitation Work. 1. Neutralize and collect alkaline and acid wastes for proper disposal off-site in accordancewith Local,State,and Federal regulations. Structural Concrete Repairs 03 1100-12/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Dispose of runoff from wet operations in accordance with all local ordinances and in a manner that prevents soil erosion, undermining of paving and foundations, damage to landscaping,and water penetration into building interiors. 3. Comply with local noise ordinances during demolition operations. B. Protect all new repair Work from vibration, dust,and any deleterious environmental effects during the Work. Provide adequate cure time for concrete repairs to allow for compressive and bond strength gain prior to performing demolition adjacent to the repairs. 3.03 FORMWORK AND SHORING A. General: 1. Construct forms to sizes, shapes, lines, and dimensions to match existing adjacent surfaces and textures. 2. Provide for openings, offsets, moldings, chamfers, anchorages, inserts, and other required features. 3. Construct forms to accommodate installation of products by other trades. 4. Provide for easy removal of form without damage to the concrete and adjacent surfaces. 5. Apply an appropriate form release coating over surfaces of formwork priortoerecting in-place before each concrete placement. Form release agents shall not be applied to or come in contact with the concrete substrate or reinforcement at anytime. 6. Provide ports through slabs where required to install repair materials at soffits and beams and to vent air during concrete placement. 7. Provide ports through the sides of forms where required to install repair materials. Remove and patch ports immediately after remova I of forms. B. Shoring: Provide shoring and bracing in accordance with the shoring and bracing drawings prior to performing work. 3.04 PREPARATION AND BONDING A. All problems associated with the condition of the original concrete substrate should be addressed before surface preparation begins. This section details approved concrete repair products and procedure. B. Cracks upto%"may be repaired using a crack repair system for non-moving and load bearing cracks per drawing sheet S060. C. Cracks(upto%")in the areas where loose ordeteriorated concrete have been removed shall be repaired using a crack repair system for non-moving and load bearing cracks per drawing sheet S060. D. Partial-depth Concrete Removal: Removal of deteriorated concrete,surface preparation,and provisions for reinforcement in areas to be repaired shall be conducted in accordance with ICRI 310.2R.The surface of the repair area shall be roughened to a minimum surface profile of CSP 7, as described in ICRI 310.2.R. In addition, the following criteria shall be met within the repair locations: 1. Repair configurations should be kept as simple as possible and shall preferably have square corners. Structural Concrete Repairs 03 1100-13/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. The aspect ratio of the repair area for slabs shall be as square as possible, not exceeding 1.25:1 to 1.5:1. Odd shapes shall be avoided. Ifthey cannot be avoided, re- entrant corners shall be mitered or reinforced to limit cracking at these locations. 3. Remove concrete using power equipment such as impact breakers or as required for hydrodemolition. 4. Remove all loose and deteriorated concrete from the slabs by breaking up and dislodging concrete to a minimum depth of 3.5 in. Extend the repair to beyond the corrosion on the reinforcing bars.Where half or more of the perimeter of reinforcing bar is exposed,bond between the reinforcing barand surrounding concrete is broken, or the reinforcing bar is corroded, remove concrete from the entire perimeterof the bar to provide at least 0.75 in. clearance between exposed reinforcing steel and surrounding concrete or 0.25 in. larger than the coarse aggregate in the repair material, whichever is greater. Reinforcing bars in both directions shall have the required clearance. 5. Remove all loose and deteriorated concrete from the walls by breaking up and dislodging concrete to a minimum depth of 3.5 in. Extend repairs to beyond the corrosion on the reinforcing bars. Where half or more of the perimeter of the reinforcing bar is exposed, bond between the reinforcing bar and surrounding concrete is broken,orthe reinforcing bar is corroded, remove concrete from the entire perimeterofthe barto provide at least 0.75 in. clearance between exposed reinforcing steel and surrounding concrete or 0.25 in. larger than the coarse aggregate in the repair materia I,whichever is greater. Reinforcing bars in both directions shall have the required clearance. 6. Remove all loose and deteriorated concrete from the columns by breaking up and dislodging concrete to a minimum depth of 3.5 in. Extend the repairs to beyond the corrosion on the reinforcing bars. Remove additional concreteatthe perimeterof the vertical steel as required to provide a minimum clearance of 0.75 in. behind the vertical steel. 7. Remove all loose and deteriorated concrete from the beams by breaking up and dislodging concrete to a minimum depth of 3.5 in. Extend the repairs to beyond the corrosion on the reinforcing bars. Remove additional concrete atthe perimeterof the horizontal steel as required to provide a minimum clearance of 0.75 in. behind the horizontal steel. 8. Test areas where concrete has been removed bytapping with a mason's hammerand remove additional concrete until unsound concrete is completely removed. E. Full-Depth Concrete Removal: Procedures described previously in the paragraphs for partial- depth removal shall be followed except that the depth of removal shall extend through the entire thickness of the concrete section.Saw cuts and chipped edges shall be provided at the perimeter of the repair. I n the case of slabs,the saw cutsand chipped edges shall be provided at both the top and at the underside. Special care must be taken to provide shoring around the perimeter of the full-depth removal area in accordance with the approved shoring plan. Precautions regarding falling debris must be taken to prevent damage tostructures or other property below the removal area. F. Concrete Cavity Surface Preparation: 1. Saw-cut the perimeterof areas indicatedfor removal and beyond the corrosion on the reinforcement toa depth of approximately 0.5 in.All edges shall be straight.Care must Structural Concrete Repairs 03 1100-14/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E betaken to avoid cutting reinforcing bars,including the adjustment of the 0.5 in. saw cut in areas with less than 0.5 in. concrete cover. Make cuts perpendicular to concrete surfaces, or slightly undercut, and no deeper than the existing cover over reinforcement. Provide chipped vertical edges forthe full depth of the repair. Roughen saw-cut edges. 2. Remove bruised concrete substrate weakened by microcracking by abrasive blasting or high-pressure water blasting with or without abrasive. When water blasting, provide 5000 psi water pressure or higher if required to satisfy the tensile bond requirements. Keep nozzle not less than 6 in. and no more than 12 in. away from the surface. G. Reinforcing Bar Preparation: Remove concrete fragments,corrosion product, mill scale,and other contaminants from reinforcing bars by commercial blast cleaning in accordance with SSPC-SP 6 until a bare metal finish has been achieved on the reinforcing bars. 1. Where section loss of reinforcing bars is more than 20% of the cross-sectional area, splice replacement bars toexisting bars to provide class B tension lapsplice(See Detail 7 on structural drawing sheet 046) or as directed by the Design Professional. Remove additional concrete as necessary to provide at least a 0.75 in. clearance beyond existing and replacement or supplemental bars. Splice replacement bars to existing bars according to ACI 301 by lapping, welding, or using noncorrosive mechanical couplings. If Welding of rebar is preferred by contractor, submit signed and sealed drawings and calcs by a Professional Engineer registered in the State of Texas (to be hired by Contractor)which shall include (but not limited to) appropriate preheating requirements, weld size, weld spacing, weld length and lap length beyond welding. Welding shall be in accordance with AWS D1.4/D1.4M. 2. At areas around the repair perimeters where the development length cannot be achieved within the repair, drill into sound concrete as shown on the drawings or directed by the Design Professional(upon written request from Contractor)to provide the required bar development and splice length or remove additional concrete to allow for the splice. Reinforcement shall be bonded to the existing concrete with the dowel bonding material in accordance with the approved manufacturer's recommendations. 3. Replace existing reinforcing bars where shown or directed by the Design Professional. 4. Provide support chairs, slab spacers, and holding bars properly spaced and with sufficient strength to carry loads of reinforcement and deposited concrete without collapsing or allowing bars to sag.All accessories used at exposed concrete must have plastic tips capable of resisting concrete stains. 5. Place reinforcing bars accurately and tie firmly in place. Replace or supplement reinforcing bars in accordance with the sizeandspacing noted on the repairdrawings. 6. Provide the minimum concrete cover as specified on the repair drawings. In areas where the minimum concrete cover for outer mat reinforcement cannot be achieved without mounding of the repairconcrete,the outer mat reinforcing bars are permitted to be bent, if practical, to achieve the required cover. Alternately, the Contractor is permitted,withthe Design Professional's acceptance,to extend the limits of concrete removal to exposethe entire bar to allow for lowering of the bars. 7. All new and existing reinforcement shall be coated with the corrosion-resistant coating. Structural Concrete Repairs 03 1100-15/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 8. Any damage to epoxy-coated reinforcement shall be repaired by coating with an approved epoxy-coating repair material. H. Protect prepared surfaces from the elements until readyto place repair materials. I. Cleaning: 1. Remove bond-inhibiting materials (dirt, concrete slurry, loosely bonded aggregates, etc.) by abrasive blasting or low-pressure water blasting with or without abrasive. When water blasting, provide 3000 psi or greater water pressure. Keep nozzle not less than 6 in. and no morethan 12 in. awayfrom the surfaceto be cleaned. 2. Confine,collect,and dispose of broken concrete,sandblastgrit,dust,debris, removed reinforcement, and other waste material resulting from removal operations and surface preparation in a safe and legal manner. 3. Check concrete surfaces after cleaning to ensure they are free of loose aggregate, microcracking,and additional delaminations. 4. Where abrasive blasting or high-pressure water blasting is infeasible,thoroughlyclean removal areas of loose concrete,dust,and debris using high-pressure,oil-free air. J. Bonding: 1. Saturated Surface-Dry Substrate: Predampenconcrete substrate surfaces tosaturated surface-dry condition immediately prior to placement. 2. Bonding Agent:Just prior to the installation of the bonding agent, thoroughly clean the repair area with oil-free compressed air. Install the bonding agent in accordance with the manufacturer's recommendations. The bonding agent shall be installed immediately prior to the placement of the repair material. 3. The bond strength shall be a minimum of 250 psi. 3.05 CONCRETE MIXING,CONVEYING,AND PLACEMENT A. Mixing, conveying, and placement shall conform to the requirements of ACI 301, except as modified within these specifications. B. Use placement methods suitable for each particularfield situation. C. Place repair materia Is within open time of any mortar scrub coat or bonding agent. D. Mix and place packaged repair materials in accordance with the manufacturer's written instructions. E. Ready Mixed concrete shall be batched, mixed, and delivered in accordance with the requirements of ASTM C94/C94M. F. Fully consolidate the concrete as required to encapsulate the reinforcement,fill allvoids,and avoid honeycombing. 3.06 FINISHING AND CURING A. Finishing: Finish concrete to match adjacent existing concrete surfaces. B. Curing: Cure repairs for a minimum of 72 hours unless otherwise specified. Ready mixed concrete shall be cured for a minimum of 7 days. Packaged repair materials shall be cured no less than the time recommended by the manufacturer. Polymer-modified repair materials sha II be wet-cured 24 to 48 hours. 1. Wet-cure all repair locations following placement and finishing. Structural Concrete Repairs 03 1100-16/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Formwork Removal: Removal of formwork and shoring shall not occur until both of the following criteria have been met: 1. Repair material has cured for a minimum of 72 hours unless otherwise permitted by the Design Professional. 2. Repair material has attained a minimum compressive strength of 4000 psi as determined by testing of field-cured cylinder samples. Loading of the slab with design live loads shall not occur until the concrete has attained a minimum compressive strength of 5000 psi based on field-cured cylinder samples. D. Grind the perimeter of all formed surfaces at the interface with the existing concrete to remove all loose material and provide a smooth transition from new to existing concrete. 1. Additional finishing shall be performed as required to match the existing concrete surface. 3.07 FIELD QUALITY CONTROL A. Testing Agency: The Owner will engage an independent qualified Inspection and Testing Agency under the direction of the Design Professional to inspect,sample,and test materials. B. Steel Reinforcement: Provide 48-hour minimum notification to the testing agency to arrange for inspection of forms, reinforcement, reinforcement placement,and embedded items prior to any concrete placement. C. Concrete Placement: Provide 48-hour minimum notification tothe testing agencytoarrange for inspection of concrete placement, finishing, and curing. Inspection, testing, and reports shall be in accordancewith the requirementsof ACI 301. 1. Packaged Repair Material Concrete: Sample and test according to the appropriate section of ASTM C387/C387M for standard setting materials and ASTM C928/C928M for rapid hardening materials. 2. Test slump of each sample used to mold cylinders in accordance with ASTM C143/C143M. 3. Tests air content of each sample used to mold cylindersin accordance with ASTM C231 or ASTM C173/C173M. 4. Test temperature of each sample used to mold cylinders in accordance with ASTM C1064/C1064M. 5. Test density of each sample used to mold cylinders in accordance with ASTM C138/C138M. 6. Mortar compression tests shall be performed in accordancewith ASTM C109/C109M. 7. Concrete compression tests shall be made and tested in accordance with ASTM C31/C31M and ASTM C39/C39M, respectively. 8. Mold one set of nine cylinders each day that concrete is placed.When more than 50 yd are placed per day, mold an additional set of nine test cylinders for each 50 yd or fraction thereof placed.One set of three cylinders shall be tested at 7 days and one set at 28 days.The third set may be discarded if tests meet acceptance criteria. 9. Mold one set of 12 cylinders each day that concrete is placed to allow for strength verification when a minimum concrete strength is required to remove shoring.When more than 50 yd are placed per day, mold an additional set of 12 test cylinders for each 50 yd or fraction thereof placed.Cylinders that are to be tested to demonstrate that the concrete has reached the compressive strength required to permit removal Structural Concrete Repairs 03 1100-17/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E of the shoring shall be field-cured under the same conditions as the concrete they represent.Six cylinders shall be laboratory-cured with one set ofthree tested at 7 days and one set at 28. 10. Test length change of each sample used to mold cylinders in accordance with ASTM C157/C157M modified in accordancewith the recommendations of ICRI 320.3R. 11. Make an additional cylinder from each sample used to mold cylinders for compression testing.Test aircontent of these cylinders in accordancewithC457/C457M. D. Ready Mixed Concrete: 1. Test slump of each sample used to mold cylinders in accordance with ASTM C143/C143M. 2. Test air content of each sample used to mold cylinders to slump in accordance with ASTM C231/C231M or ASTM C173/C173M. 3. Test temperature of each sample used to mold cylinders in accordance with ASTM C1064/C1064M. 4. Test density of each sample used to mold cylinders in accordance with ASTM C138/C138M. 5. Concrete compression tests shall be made and tested in accordance with ASTM C31/C31M and ASTM C39/C39M, respectively. 6. Mold one set of six cylinders each daythat concrete is placed.When more than 50 yd are placed per day, mold an additional set of six test cylinders for each 50 yd or fraction thereof placed.One set of two cylinders shall be tested at 7 days and one set at 28 days.The third set may be discarded if tests meet acceptance criteria. 7. Mold one set of eight cylinders each day that concrete is placed to allow for strength verification when a minimum concrete strength is required to remove shoring.When more than 50 yd are placed per day, mold an additional set of eight test cylinders for each 50 yd or fraction thereof placed.Cylinders that are to be tested to demonstrate that the concrete has reached the compressive strength required to permit removal of the shoring shall be field-cured under the same conditions as the concrete they represent. Four cylinders shall be laboratory-cured with one set tested at 7 days and one set at 28. 8. Test length change using samples from material used to mold cylinders in accordance with ASTM C157/C157M and as modified in ICRI 320.3R. E. Substrate Testing: 1. Perform testing a nd the eva luation of the results in accorda nce with ASTM C1583 a nd ICRI 210.3R. 2. Prior to making repairs, conduct one set of a minimum of three pull-off tests to determine the condition of the substrate atthe level of the proposed repairs in each repairtype and for each surface preparation procedure.One set of minimum of three pull-off tests shall also be conducted on a similar nearby undamaged existing surface for comparison to the strength at the prepared substrate. 3. Perform one set of three in-situ tensile pull-off tests on prepared substrates for each 1000 ftz of partial-depth repair performed. F. Bond Testing: 1. Perform testing and the evaluation of the results in accordance with ASTM C1583and ICRI 210.3R. Structural Concrete Repairs 03 1100-18/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Prior to making repairs,conduct one set of a minimum of three pull-off tests to verify the bond between the repair material and the existing concrete for each repair material and each surface preparation procedure in order to establish baseline acceptance criteria. Perform one set of three in-situ tensile pull-off tests on completed repairs to evaluate the bond foreach 1000ft2of partial-depth repair. G. Permeability Testing: Determinethe chloride permeability of the repair materials in accordancewith ASTM C1543 and ASTM C1202/C1202M. H. Field Performance of Epoxy Injection of Concrete Cracks Testing: 1. Perform testing and the evaluation of the results in accordance with ICRI 210.1R. 2. The testing agencyshall perform continuous visual observation of injection process in accordancewith Section 3.1 of ICRI 210.1R. 3. Take one core at random locations for every 100 ft of injection with minimum of six cores. Minimum of 3 cores shall be tested for splitting tensile strength as described in ASTM C496.The cores for the splitting tensile strength shall be min. 3" diameterx 6" long. The other cores shall be minimum 1" diameter and shall be visually observed using a "black light" ultraviolet light source to highlight the presence of the injection resin. When practical, the cores should be drilled to slightly beyond the full depth of the repaired crack. Contractor shall patch core holes after obtaining the cores using high performance repair mortars noted on structural drawing sheets 061 or 062 (as appropriate). If minimum six cores are not possible to obtain, NDT methods per Section 3.4 of ICRI 210.1R shall be used for Quality Assurance of Epoxy Injection Repairs. NDT methods shall be used atthe locations wherevercore can't be obtained. END OFSECTION Structural Concrete Repairs 03 1100-19/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Structural Concrete Repairs 03 1100-20/20 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 03 1100 CONCRETE FORMWORK 1.00 GENERAL 1.01 SECTION INCLUDES This section defines requirements for material,design,construction,erection and removal of concrete formwork for the WhitecapWWTP Improvements. 1.02 SUMMARY A. Section Includes: 1. Form-facing materialforcast-in-place concrete. 2. Form liners. 3. Shoring, bracing,and anchoring 1.03 DEFINITIONS A. Form-Facing Material: Temporary structure or mold for the support of concrete while the concrete is setting and gaining sufficient strengthtobe self-supporting. B. Formwork:The total system of support of freshly placed concrete,including the mold or sheathing that contacts the concrete,as well as supporting members, hardware,and necessary bracing 1.04 ACTION SUBMITTALS A. Product Data. For each of the following: 1. Exposed surface form-facing material. 2. Concealed surface form-facing material. 3. Form ties. 4. Form-release agent. 1.05 1 N FORMATIONAL SUBMITTALS Concrete Formwork 03 1100-1/10 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Qualification Data: For testing and inspection agency. B. Field quality-control reports. 1.06 QUALITY ASSURANCE A. Testingand Inspection Agency Qualifications:An independent agency,qualified in accordance with ASTM C1077 and ASTM E329 for testing indicated. 1.06 DELIVERY,STORAGE,AND HANDLING A. Waterstops:Store waterstops per manufacturer's recommendations to protect from moisture,sunlight,dirt,oil, and other contaminants. 2.00 PRODUCTS 2.01 MATERIAL A. Smooth Forms. 1. Construct formwork with plywood; tempered,concrete-form hard board; dressed lumber faced with plywood or fiberboard lining; metal; plastic;or metal-framed plywood-faced panel material to provide continuous, straight smooth surfaces. Form material shall be free of raised grain,torn surfaces, worn edges, patches,dents or other defects. Furnish material in largest practical sizes to minimize the number of joints and,when shown on the drawings,conform to the joint system shown. Form material shall have sufficient strength and thickness to withstand the pressure of newly placed concrete without bow or deflection. 2. Smooth forms shall be used on all formed concrete surfaces specified to have a smooth form finish or rubbed finish in Section 03 34 50,Concrete Finishing. B. Rough Forms. 3. Construct forms of dressed or undressed lumber free of knots, splits or other defects; plywood; metal;or other material acceptabletothe Engineer. Material shall have sufficient strength and thickness to withstand the pressure of newly placed concrete without bow or deflection. 4. Rough forms may be used on all formed concrete surfaces specified as rough form finish in Section 03 34 50,Concrete Finishing. C. Ea rth Cuts for Forms. 5. Use earth cuts for forming the unexposed sides of grade beams cast monolithically with slabs on grade. Concrete Formwork 03 1100-2/10 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6. If the sides of excavations are instable enough condition to prevent caving or sloughing,the following surfaces maybe cast against neat-cut excavations: a. Sides of footings. b. Insideface of perimeter grade beams not monolithic with the slabon grade. When the inside face is cast against the earth,increase the plan beam width and cleardistanceto reinforcement 1 inch. C. Both faces of interior grade beams not monolithic with the slabon grade. When the grade beam is cast against earth,increase the plan beam width by 2 inches. D. Circular Forms. 1. Form round-section members with paper or fiber tubes,constructed of laminated plies using water-resistant type adhesivewith wax-impregnated exteriorfor weatherand moisture protection. Provide units with sufficient wall thickness to resist loads imposed by wet concrete without deformation. Provide manufacturer's seamlessunitsto minimize spiral gaps orseams. 2. As an alternate,fiberglass or steel forms may be used for round-section members. E. Shores. Wood or adjustable metaltype with bearing plates and with double wedges at the bottom. F. Form Ties. 7. Use commercially manufactured ties, ha ngers and other accessories for embedding in concrete. Use of wire which is not commercially fabricated as form accessories is not permitted. 8. Ties shall be fabricated so that ends or end fasteners can be removed without causing spalling of concrete faces. The embedded portion must be at least 3/4 inch or twice the minimum dimension of the tie from the formed concrete face. 9. Form ties used on concrete walls which will have earth backfill on one side or on liquid containing structures shall be provided with a water seal feature. B. Form Coating. Use commercial formulation of form oil or form-release agent having proven satisfactory performance. Coating must not bond with,stain or adversely effect concrete surfaces. It must not impair subsequent treatment of concrete surfaces, including bonding agents,curing compounds, paint, protective liners and membrane waterproofing. C. Chamfer Strips. Provide in corners of forms to produce beveled edges at specified locations. Size of chamfer is 3/4 inch unless shown otherwise. 2.02 DESIGN OF FORMWORK A. Form Design. The design and engineering of all concrete formwork, including all shoring, bracing and reshoring,shall be the responsibility of the Contractor. Design formwork for applicable gravity loads, lateral pressure,wind loads and allowable Concrete Formwork 03 1100-3/10 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E stresses. Conform tothe requirements of controlling local building codes. Camber formwork to compensate for anticipated deflection during placement of concrete when required to maintain specified tolerances. Design formworkto be readily removed without impact,shock or damageto concrete surfaces and adjacent materials. B. Slip Forming. Not permitted. 3.00 EXECUTION 3.01 FORMWORK CONSTRUCTION A. General. 1. Comply with ACI 301. 2. Construct and maintain formwork sothat it will maintain correct sizes of members,shape,alignment,elevation and position during concrete placement and until concrete has gained sufficient strength. Provide for required openings, offsets,sinkages, keyways, recesses, moldings,anchorages and inserts. 3. Construct forms for easy removal without damage to concrete surfaces. 4. Formwork shall be sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints and provide backup material atjoints as required to prevent leakage and fins. 5. Chamferstrips shall be placed in forms to bevel all edges and corners permanently exposed to view,except the top edges of walls and slabs which are shown to be tooled. Edges of formed joints and interior corners shall not be beveled unless shown or specified otherwise. Equipment bases shall have formed beveled edges for all vertical and horizontal corners. Unless otherwise noted, bevels shall be 3/4 inch wide. 6. Provide temporary openings atthe base of column and wall forms and at other points as required to facilitate observation and cleaning immediately before concrete is placed. 7. If runways are required for moving equipment, support runways on the formwork or structural member. Do not allow runways or supports to rest on reinforcing steel. 8. At construction joints, overlap forms onto previously placed concrete not less than 12 inches. B. Forms for Surfaces Requiring Smooth Form Finish. 9. Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. Form ties shall be uniformly spaced and aligned in horizontal and vertical rows. Concrete Formwork 03 1100-4/10 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 10. Provide sharp,clean corners at intersecting planes,without visible edges or offsets. Backjoints with extra studs or girts to maintain true,square intersections. 11. Form molding shapes, recesses and projections with smooth-finish materials and install in forms with sealedjoints to prevent displacement. 12. Form exposed corners of beams and columns to produce square,smooth,solid, unbroken lines. 13. Provide all exteriorexposed edgeswith 3/4-inch chamfer. 14. Arrange facing material in an orderly and symmetrical fashion. Keep the number of joints to a practical minimum. Support facing material adequately to prevent deflection in excess of allowable tolerances. 15. For flush surfaces exposed to view in the completed structure,overlap previously placed, hardened concretewith form sheathing by approximately 1 inch. Hold forms against hardened concrete to maintain true surfaces, preventing offsets or loss of mortar. D. Edge Forms and Screed Strips for Slabs. Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finish slab surface. Provide and secure supports for types of screeds required. C. Circular Forms. Set forms in one piece for full height of member. D. Surfaces to Receive Membrane Waterproofing. For surfaces that are to receive membrane waterproofing,coordinate the required surface finish, anchors, reglets,etc., with the membrane waterproofing applicator. E. Tolerances. 1. Construct formwork so that concrete surfaces will conform to tolerance limits as listed in the table at the end of this section or ACI 117, whichever is more stringent,unless noted otherwise on the drawings. 2. Establish sufficient control points and benchmarks as references for tolerance checks. Maintain these references in undisturbed condition until final completion and acceptance of the project. 3. To maintain the specified tolerances,the formwork shall be cambered to compensate for anticipated deflections, in the formwork, due to weight of the wet concrete. F. Adjustments of Formwork. 4. Use wedges or jacks to provide positive adjustment of shores and struts. Wedges used for final adjustment of forms shall be fastened in position after final inspection and before concrete placement. 5. Securely brace forms against lateral deflections. Prepare to compensate for settling during concrete placement. Concrete Formwork 03 1100-5/10 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6. For wall openings, construct wood forms that facilitate any necessary loosening to counteract swelling of forms. 3.02 PREPARATION OF FORM SURFACES A. Before placing concrete,clean surfaces of forms and embedded materials. Remove accumulated mortar,grout, rust and other foreign matter. B. Coat forms with form oil or form-release agent before placing reinforcement. Cover form surfaces with coating material used in strict accordance with the manufacturer's printed instructions. Do not allow excess coating material to accumulate in forms or to contact hardened concrete against which fresh concrete will be placed. Remove coating material from reinforcement before placing concrete. C. Other than retained-in-place metal forms,forms for unexposed surfaces may be wet with water immediately before concrete placement in lieu of coating. One exception is that when a possibility of freezing temperatures exists,use of coating is mandatory. 3.03 REMOVAL OF FORMS A. General. 1. When repair of surface defects or finishing is required before concrete is aged, forms on vertical surfaces may be removed as soon as concrete has hardened sufficiently to resist damage from removal operations. 2. Remove top forms on sloping surfaces of concrete as soon as concrete has attained sufficient stiffness to prevent sagging. Loosen wood forms for wall openings as soon as this can be accomplished without damage to concrete. 3. Formwork for columns,walls,sides of beams,and other parts not supporting weight of concrete may be removed after 12 hours provided that concrete has hardened sufficiently to resist damage from removal operations and provided the removal of these forms will not disturb members supporting the weight of the concrete. 4. All forms and shoring used to support weight of concrete or any construction loads shall remain in place until concrete has reached the minimum strength specified for removal of forms and shoring. In no case shall forms be removed in less than 4 days. B. Circular Paper or Fiber Tube Forms. Follow manufacturer's directions for method of removal ofform. Take necessary precautions to prevent damage to concrete surface. If removal is done before completion of curing time, replace form and tie in place to retard escape of moisture. C. Removal Strength. 1. Control Tests. Suitable strength control tests will be required as evidence that concrete has attained specified strength for removal of formwork or shoring Concrete Formwork 03 1100-6/10 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E supporting weight of concrete in beams,slabs and other structural members. Test cylinders and test data to verify strength for early form removal shall be furnished by the Contractor. a. Field-Cured Test Cylinders. When field-cured test cylinders reach the specified removal strength,formworkor shoring may be removed from the respective concrete placements. b. Laboratory-Cured Test Cylinders. When concrete has been cured as specified for cast-in-place concrete for the same time period required by laboratory-cured cylinders to reach specified strength,the formwork or shoring may be removed from respective concrete placements. Determine the length of time that the concrete placement has been cured by totaling the number of days or fraction of days, not necessarily consecutive,during which the air temperature surrounding the concrete is above 50'F and the concrete has been damp or thoroughly sealed against evaporation and loss of moisture. 2. Compressive Strengths. The minimum concrete compressive strengths for removal of all formwork supporting the weight of concrete shall be 75 percent of the specified minimum 28-day strength of the class of concrete involved. 3.04 RESHORING Reshoring is not permitted. 3.05 FORM REUSE Do not reuseforms thatareworn or damaged beyond repair. Thoroughly cleanand recoat forms before reuse. For wood and plywood forms to be used for exposed smooth finish, sand or otherwise dress concrete contact surface to origina I condition or provide form liner facing material. For metal forms,straighten, remove dents and clean to return to original condition. END OF SECTION Concrete Formwork 03 1100-7/10 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E TABLE3A TOLERANCES FOR FORMED SURFACES CONCRETE IN BUILDINGS, CONCRETE IN WATER TREATMENT STRUCTURES AND CONCRETE IN WASTEWATER TREATMENT STRUCTURES FOR ANY FOR ANY 20 FOOT MAXIMUM VARIATION 10 FOOT LENGTH OR FOR ENTIRE FROM VARIATION IN LENGTH ANY BAY DIMENSION PLUMB OR LINESAND SURFACESOF COLUMNS, SPECIFIED PIERS,WALLSANDARRISES 1/4" — 1" BATTER EXPOSED CORNER COLUMNS, — 1/4" 1/2" CONTROL J OI NT GROOVES,AND OTHER CONSPICUOUS LINES LEVELOR SLAB SOFFITS, CEILINGS, BEAM SPECIFIED SOFFITS, AND IN AR RISES 1/4" 3/8" 3/4" GRADE (MEASURED BEFORE REMOVALOF SHORES) EXPOSED LINTELS,SILLS, PARAPETS — 1/4" 1/2" HORIZONTAL GROOVESAND OTHER CONSPICUOUS LINES DRAWING POSITION OF LINEAR BUILDING DIMENSIONS LINES,COLUMNS,WALLS,AND — 1/2" 1" PARTITIONS SIZE AND LOCATION OF SLEEVES, — — +1/4" FLOOR OPEN INGS AND WALL — OPENINGS CROSS SECTION OF COLUMNS, — — +1/2",-1/411 BEAMS,SLABS,AND WALLS FOOTINGS* IN PLAN — — +2",-1/211 FOOTING MISPLACEMENTOR _ 2%OF WIDTH ECCENTRICITY IN DIRECTION OF OR 2" ERROR(THE LESS OF) FOOTING THICKNESS DECREASE 2% FOOTING THICKNESS INCREASE — 10% STEP RISE IN FLIGHTOF STAIRS — +1/8" Concrete Formwork 03 1100-8/10 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E STEP TREAD IN FLIGHT OF STAIRS — +1/4" CONSECUTIVE STEP RISE — — +1/16" CONSECUTIVE STEPTREAD — — +1/8" * Footing tolerances apply to concrete dimensions only, not to positioning of vertical reinforcing steel, dowels,or embedded items. Concrete Formwork 03 1100-9/10 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Concrete Formwork 03 1100-10/10 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 03 20 00 CONCRETE REINFORCEMENT 1.00 GENERAL 1.01 SECTION INCLUDES This section includes the requirements for the provision of structural concrete reinforcement for the Whitecap WWTP Improvements,except prestressing tendons. Also included is grouting of reinforcement dowel bars into hardened concrete. 1.02 RELATED WORK Coordinate the requirements of this section with all othersections of Division 3 —Concrete. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials(ASTM). 1. ASTM A 36-Standard Specification for Carbon Structural Steel. 2. ASTM A 1064-Standard Specification for Carbon-Steel wire and Welded Wire Reinforcement, Plain and deformed, for Concrete. 3. ASTM A 615/A 615M -Standard Specification for Deformed and Plain Carbon- Steel Bars for Concrete Reinforcement. 4. ASTM A 675/A 675M -Standard Specification for Steel Bars,Carbon, Hot- Wrought,Special Quality, Mechanical Properties. B. American Concrete Institute(ACI). 1. ACI 315- Details and Detailing of Concrete Reinforcement. 2. ACI 318- Building Code Requirements for Reinforced Concrete. 3. ACI 350—Code Requirements for Environmental Engineering Concrete Structures. C. Concrete Reinforcing Steel Institute(CRSI). CRSI Manual of Standard Practice. 1.04 SUBMITTALS A. Shop Drawings 1. Submit shop drawings detailing reinforcement fabrication, bar placement location, splices,spacing and bar designation, bartype, length,size, bending, number of bars, bar support type,and other pertinent information, including dimensions. Information must correspond directlyto data listed on the bill of materials. Concrete Reinforcement 032000-1/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Provide sufficient detail to permit placement of reinforcement without use of design drawings. Reproduction of design drawings for use as shop drawings will not be allowed. Do not begin fabrication of reinforcing steel until aftershop drawings have been reviewed by the Engineer. 3. The use of reproductions of the contract drawings by any contractor, subcontractor,erector,fabricatoror material supplier in lieu of preparation of shop drawings signifies his acceptance of a II information shown thereon as correct,and obligates himself to any job expense, real or implied, arising due to any errors that may occur thereon. In addition, all references to LAN,including all Engineer's seals, must be removed if reproductions of contract drawings are used as shop drawings. 4. Detail shop drawings in accordance with ACI 315 Fig. 6. 5. Shop drawings showing the location of proposed construction joints as require under Section 03 25 00,Concrete Joints and Embedded Items, must be submitted and reviewed by the Engineer prior to submitting reinforcing steel shop drawings. B. Bill of Materials. Submit bills of materials to be reviewed with shop drawings. C. Product Data. 1. Epoxy Grout. Submit manufacturer's technical literatureon the epoxygrout proposed for anchoring reinforcing dowels to hardened concrete. Information shall include manufacturer's recommended application procedures. 2. Each type of steel reinforcement. 3. Epoxy repair coating. 4. Zinc repair material. 5. Barsupports. 6. Insulated connection system. D. Certificates. 1. Submit the steel manufacturer's certificates of mill tests giving the properties of steel proposed for use. List the manufacturer's test numberand heat number, chemical analysis,yield point, tensile strength and percent elongation. Also identify on the certificates the proposed location of the steel in the work. 2. Use of foreign manufactured reinforcing bars is not permitted. 1.05 QUALITY ASSURANCE Notify the Owner's Representative at least 48 hours before concrete placement sothat reinforcement may be inspected and errors corrected without delaying the work. Concrete Reinforcement 032000-2/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.06 HANDLING AND STORAGE Store steel reinforcement above the ground on platforms,skids or other supports. Protect reinforcing, as far as practicable,from mechanical injury, surface deterioration and rusting caused by exposure to the weather. 2.00 PRODUCTS 2.01 MATERIAL A. Reinforcing Bars. Deformed bars conforming to ASTM A 615 including Supplementary Requirements SI,grade as shown on the drawings,for all bars except column spirals and those shown on drawings to be smooth bars. Where grade is not shown on the drawings,use Grade 60. B. Smooth Bars. Use smooth bars conforming to ASTM A 36; ASTM A 615,Grade 60; or ASTM A 675,Grade 70 for all bars shown on the drawings to be smooth bars. C. Tie Wire. Use 16-1/2-gauge or heavier annealed steel for tie wire. Tie wire for use on epoxy-coated reinforcing steel shall be nylon, epoxy or plastic coated. D. Bar Supports. Provide chairs, riser bars,ties and other accessories made of plastic or metal,except as otherwise specified. Bar supports and accessories shall be of the sizes required to provide concrete cover as specified. Where concrete surfaces are exposed to the weather or liquid in liquid-containing structures in finished work, provide plastic accessories only. Use of galvanized or plastic-tipped metal is not permitted in these locations. Metal bar supports and accessories shall be Class 1 or 2 conforming to the requirements of CRSI Manual of Standard Practice. E. Slabs on Grade. Provide chairs with sheet metal bases or,as an alternate, provide precast concrete bar supports 3 inches wide, 6 inches long,and thick enough to allow the required cover. Embed tie wires in the 3-inch side. F. Mechanical Bar Splices. Not Permitted. G. Epoxy Grout. Epoxy grout shall be a high-strength rigid epoxy adhesive manufactured for the purpose of anchoring dowels into hardened concrete. The epoxy grout shall be capable of developing the full strength of the reinforcing bar. 2.02 FABRICATION A. Fabricate steel reinforcement according to CRSI's"Manual of Standard Practice." B. Bending. Fabricate bars to the shapes shown on the drawings by cold bending. Bends shall conform to the minimum bend diameters specified in ACI 318. Do not straighten or rebend bars. Concrete Reinforcement 032000-3/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Splices. 1. Locate splices as shown on the drawings. Where it is necessaryto splice reinforcement at locations otherthan shown on the drawings,the splices shall be approved by the Engineer. Use a minimum number of splices located at points of minimum stress. Stagger splices in adjacent bars. 2. The length of the lap splices not shown otherwise shall be in accordance with the splice and embedment tables shown on the project drawings. 3. The ends of bars at mechanical splices shall be prepared in accordance with the splice manufacturer's requirements. D. Construction Joints. Reinforcing shall be continuous through construction joints. E. Fabrication Tolerances. Conform to the fabrication tolerances shown in ACI 315, Figures 4and 5. F. Marking. Clearly mark all bars with waterproof tags showing the number of bars,size, mark, length and yield strength. Mark steel with the same designation as the member in which it occurs. Key marks to the concrete placement number as designated on the concrete placement sequence shop drawings. 3.00 EXECUTION 3.01 PREPARATION Clean reinforcement of all scale, loose or flaky rust or other foreign material,including oil, mud or coating that will reduce the bond to concrete. 3.02 INSTALLATION A. Placement Tolerances. Place reinforcement within the following tolerances. Placement Tolerance in Inches Concrete cover to formed surfaces + 1/4 Minimum spacing between bars + 1/4 Top bars in slabs and beams to 8-inch depth + 1/4 Top bars in slabs and beams between 8 and 24-inch + 1/2 depth Top bars in slabs and beams more than 24 inches in + 1 depth Crosswise of members spaced evenly within +2 Lengthwise of members +2 B. Interferences. If reinforcing interferes with the location of other reinforcing steel, conduits or embedded items, bars may be moved within specified tolerances or one bar dia meter whichever is greater. If greater movement of bars is required to avoid Concrete Reinforcement 032000-4/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E interference, notify the Engineer. Do not cut reinforcement to install inserts,conduits, mechanical openings or other items without approval of the Engineer. C. Concrete Cover. Except as otherwise shown, provide a clear cover measured from reinforcement to the face of the concrete as listed below. Surfaces Minimum Cover in Inches Slabs Top and bottom bars for dry conditions: Nos. 10, 11, 14 and 18 bars 1-1/2 No. 9 bars and smaller 3/4 Formed concrete surfaces exposed to earth,water or weather,and over or in contact with sewage and for bottoms bearing on work mat,or slabs supporting ea rt h cove r: No. 5 bars and smaller 2 No. 6 through No. 18 bars 2 Beams and Columns For dry conditions: Stirrups,spirals and ties 1-1/2 Principal reinforcement 2 Exposed to earth,water,sewage or weather: Stirrups and ties 2 Principal reinforcement 2-1/2 Walls For dry conditions: No. 9 bars and smaller 1 Nos. 10, 11, 14 and 18 bars 1-1/2 Formed concrete surfaces exposed to earth,water, sewage,weather,or in contact with ground: Circulartanks with ring tension 2 All others 2 Footings and Base Slabs At formed surfaces and bottoms bearing on concrete work mat 2 At unformed surfaces and bottoms in contact with earth 3 Top of footings Same as slabs D. Placement in Forms. Use spacers,chairs,wire ties and other accessory items necessary to properly assemble,space and support reinforcing. Provide accessories of sufficient number, size and strength to adequately prevent deflection or displacement of reinforcement due to construction loads or concrete placement. Use appropriate accessories to position and support bolts,anchors and other embedded items. Tie Concrete Reinforcement 032000-5/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E reinforcing bars at each intersection and to accessories. Blocking reinforcement with concrete or masonry is prohibited. E. Placement for Concrete on Ground. Support reinforcement on chairs with sheet metal bases or precast concrete blocks spaced at approximately 3 feet on centers each way. Use a minimum of one support for each 9 square feet. Tie supports to reinforcing bars. F. S Ip ices. 1. Do not splice bars,except at locations shown on the drawings or the reviewed shop drawings,without approval of the Engineer. 2. Lap Splices. Tie securelywith wire to prevent displacement of splices during placement of concrete. G. Construction Joints. Place reinforcing continuous through construction joints. H. Field Bending. Shape reinforcing bent during construction operations toconform to the drawings. Bars shall be cold-bent; do not heat bars. Closely inspect the reinforcing for breaks. If reinforcing is damaged, replace,Cadweld or otherwise repairas directed by the Engineer. Do not bend reinforcement after it is embedded in concrete. I. Field Cutting. Reinforcing bars cut on the job shall be cut by shearing or sawing. Do not cut bars with a cutting torch unless approved by the Engineer. J. Welding. Welding of reinforcing bars is prohibited. 3.03 GROUTING OFREINFORCINGBARS Use specified epoxy grout for anchoring reinforcing steel to existing concrete. Drill hole in existing concretethat is 1/4 inch to 1/2 inch largerthanthe diameterof the reinforcing bar. Holes drilled with air tools that blow out the dust while drilling shall be blown clean of all debris with compressed air,from the bottom up, immediately prior to installation of the reinforcing bar. Holes drilled with other type of equipment shall be reamed with a stiff wire brush on the end of a drill. Immediately prior to installation of the reinforcing bar, blow the hole clean from the bottom up of all debris using compressed air. Partiallyfill the hole with epoxy from the bottom up. Use enough epoxy sothat when the bar is inserted,the epoxy grout will completely fill the hole around the dowel. Dip the end of the reinforcing bar in epoxy and install into the partially filled hole. Follow manufacturer's instructions in use of epoxy. END OF SECTION Concrete Reinforcement 032000-6/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 03 25 00 CONCRETE JOINTS AND EMBEDDED ITEMS 1.00 GENERAL 1.01 SECTION INCLUDES This section specifies requirements for concrete joints,including joint fillers,sealants and embedded items,forall cast-in-place concrete components for the Whitecap WWTP Improvements. 1.02 SUBMITTALS A. Shop Drawings. Submit shop drawings showing all concretejoints, including joint fillers and sealants,and embedded items for all cast-in-place concrete,except as otherwise noted herein. B. Product Data. Submit manufacturer's technical literature on product brands, proposed for use bythe Contractor. The submittal shall include the manufacturer's installation and/or application instruction. Submittals shall be made on the following products: 1. Expansion joint fillers. 2. Joint sealing compound and primer. 3. Bonding agent. 4. Elastomeric compression seal. 5. Self-expanding waterstop. C. Laboratory Reports. 1. Submit certification by a certified independent testing laboratorythat the waterstops meet or exceed the physical requirements of CRD-0572. 2. Submit reports from a certified independent testing laboratory certifying that the elastomeric compression seal type preformed expansion joint sealer conforms to ASTM D 2628. 2.00 PRODUCTS 2.01 EXPANSION AND ISOLATION JOI NT FI LLER A. Bituminous Joint Filler. Preformed bituminous type conforming to ASTM D 994 or cane fiber asphalt-impregnated type conforming to ASTM D 1751. Provide 3/4-inch-thick filler unless otherwise shown. Use bituminous joint filler at the following locations: 1. Expansion joints between paving and structures. 2. Building floor slab isolation joints. B. Joint Filler, Nonbituminous (Polyethylene Foam Type). Nonbituminous joint fillers shall be a closed-cell polyethylene foam. The joint filler shall be structurally strong, ultraviolet stable and resistant tooils,chemicals,ozone and weathering. Thefiller shall be compressible without extruding the sealant and shall have superior recovery Concrete Joints and Embedded Items 032500-1/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E properties. The material shall be inert and compatible with cold-applied sealants. Cold- applied sealants shall not adhere tot he filler. Acceptable products are "Sonoflex F" manufactured by Son neborn Building Products and "Ce Ilu Joint"manufactured by CeIlu Products Division of Sealed Air Corporation or approved substitution. Use nonbituminous joint filler at the fol lowing locations: 1. Expansion joints in liquid containing structures. 2.02 JOINTSEALING COMPOUND Joint sealing compound used on joints in liquid containing structures shall be suitable for continuously submerged service. Provide joint primer according to manufacturer's recommendation. A. Joint sealing compound conforming to ASTM D 6690 shall be used at the following joints: 1. Expansion joints between paving and structures. 2. Building floor slabexpansion joints, control joints and construction joints. B. Single-or multi-component urethanejoint sealing compound conforming to ASTM C 920, Grade 25. Type,grade and use classification shall be as required for t he specific location of use. Material shall be suitable for use in continuously submerged service. Use at the following joints: 1. Expansion joints in liquid containing structures. 2.03 CONCRETE BONDINGAGENTS A. Epoxy Bonding Agent. Shall permanently bond freshwet concreteto cured concrete and shall conform to ASTM C 881,Type II. Bonding agent shall develop the full strength of the concrete. Grade and class shall be as required for the project application. A field service representative of the manufacturer shall be present during initial application to instruct the Contractor in the proper use of the product when so requested by the Engineer or the Contractor. B. Latex Bonding Agent. Non-reemulsifiable latex base liquid formulated for bonding wet concrete to hardened concrete and for mixing with cement mortar. Bonding agent shall be certified by the manufacturer for use in a continuously submerged environment. 2.04 BOND BREAKER 30-pound asphalt saturated felt. 2.05 EXPANSION JOINT DOWELS Smooth steel bars conforming to the requirements of Section 03 20 00,Concrete Reinforcing. Cut dowels to length at shop or mill before delivery to the site. Dowels must be straight and clean,free of loose flaky rust and loose scale. Dowels may be sheared to length provided deformation from true shape caused by shearing does not exceed 0.04 inch on the diameter of the dowel and extends no more than 0.04 inch from the end. Concrete Joints and Embedded Items 032500-2/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.06 SLEEVES Rigid Schedule 20 PVC pipe. 2.07 WATERSTOPS A. Self-Expanding (Hydrophilic) Rubber Waterstop/Seal. Where shown on the drawings, provide a waterstop/seal of compound of hydro-swelling resin and chloroprene rubber of high resilience. The hydrophilic waterstopshall swell upon contactwith water. 1. Sika Hydrotite or approved equal. 2.08 MISCELLANEOUS EMBEDDED METAL ITEMS Miscellaneous embedded metal items shall conform to the requirements of the section of the specifications to which they apply. 3.00 EXECUTION 3.01 GENERAL A. Place embedded itemstoleast impair strength ofthe structure. Obtain approval of locations for embedded items not shown on the structural drawings before placement of concrete. Should locations of embedded items be detrimental to the strength of the structure, notify the Engineer and relocate items as directed by the Engineer. B. Do not cut or reposition reinforcing steel to facilitate installation of inserts,conduit, sleeves,anchor bolts, mechanical openings and similar items without prior approval of the Engineer,except that reinforcing bars may be moved one bar diameter or within tolerances specified in Section 03 20 00, Concrete Reinforcing without prior approval. 3.02 CONSTRUCTION JOINTS A. Construction joints shall be located as shown on the drawings. Additional construction joints shall be located by the Contractoras follows: 1. Foundation Slabs. Maximum spacing of 30 feet. 2. Walls. Maximum spacing of 30 feet. Corners shall be placed with construction joints at approximately 15 feet from the corner in each direction. Concrete shall be placed in alternate sections. The concrete shall be cured for a minimum of 7 days before placing concrete in the adjacent section. 3. Submit the proposed location of construction joints and placing sequence for review. B. Joints shall be located to least impair strength of the structure. I ngeneral, locatejoints near the middle of spans of slabs, beams and girders. However,if beam intersects a girder at thejoint, offsetjoints in girders a distance equal to twice the width of the beam. Locatejoints in walls and columns at the underside of floors, slabs, beams or girders and at tops of footings or floor slabs. Place beams monolithic with slabs. Place brackets and haunches monolithic with walls and columns. Concrete Joints and Embedded Items 032500-3/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. All joints shall be perpendicular to main reinforcement. Continue all reinforcing steel and WWF across construction joints. Unless otherwiseshown, provide longitudinal keys at least 1-1/2 inches deep by one third of the wall thickness,centered in the wall,in all joints in walls and slabs and between walls and slabs or footings. When joints in beams are allowed, provide shear key and inclined dowels as directed by the Engineer. D. Constructionjoints in slabs on ground shall have a groove in the top of the slab,at the joint, as detailed to receive joint sealant. E. Use a latex bonding agent as specified applied to roughened and cleaned surfaces of set concrete in strict accordance with manufacturer's recommendations and these specifications with respect to preparation of surfaces and applications of bond agent. F. Provide waterstops inaII wall and slabconst ruction joints in water-containing structures. 3.03 EXPANSION JOINTS A. Do not extend reinforcementor otherembedded metal itemsthatare continuously bonded to concrete through any expansion joints. B. Position expansion joint filler material accurately. Support against displacement during concrete placement and vibration. Place filler the full depth of the member less an allowance toform a groovefor sealant as detailed. 3.04 DOWELS Where indicated on drawings,install smooth dowels at right angles to construction joints and expansion joints. Align dowels accuratelywith finished surface. Rigidlyhold in place and support during concrete placement. Unless otherwise shown on the drawings,applyoil or greasetoone end of all dowels through expansion joints. 3.05 I SOLATI ON J OI NTS A. Do not extend reinforcementor otherembedded metal itemsthrough any isolation joints. B. Position expansion joint filler material accurately. Support against displacement during concrete placement and vibration. Placefiller the full depth of the member less an allowance to form a groovefor sealant as detailed. C. Extend joint-filler stripsfull width and depth ofjoint, terminating flush with finished concrete surface unless otherwise indicated on Drawings. D. Terminate full-width joint-filler strips not less than 1/2 inch or more than 1 inch below finished concrete surface,wherejoint sealantsare indicated. E. Installjoint-filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. Concrete Joints and Embedded Items 032500-4/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.06 CONTRACTION JOINTS Make top grooves for contraction joints in slabs on grade as detailed and seal as specified. Grooves shall be made with forms. 3.07 WATERSTOPS A. Provide waterstops in all horizontal and verticaljoints in all walls and slabs of liquid- containing structures orcompartments. B. Each piece of pre-molded waterstopshall be of maximum practicable length for a minimal number of end joints. Joint surface must be clean and dry. Butt ends of waterstop together(do not overlap). Any materialthat exhibits swelling prior to confinement in the joint must be replaced with new material. C. Accurately position and support waterstops against displacement during concrete placement. 3.08 SEALINGJOINTS A. Apply sealant at all expansion and isolation joints,construction joints in slabs on grade and at other locations as shown on the drawings. B. Do not apply sealants until all curing shrinkage has taken place,or a minimum of 3 months afterthe concrete has been cast,whicheveroccurs later. Care shall be taken not to damage the edges of the joints during this period. C. Thoroughly clean and prime joints to be sealed before applying sealant.Joints to be sealed are identified on the drawings. D. Apply sealants in accordance with manufacturer's recommendations. E. Sealant shall be applied when the ambient temperature is between 407 and 90'F, unless recommended otherwise by the sealant manufacturer. F. During pouring operations,exercise care to prevent sealant from spilling onto surfaces adjacent to grooves. 3.09 SETTING ANCHOR BOLTS A. Set anchor bolts specified in other sections according to this section. B. Install equipment anchor bolts as required by the equipment manufacturer. C. Provide accurately made templates for positioning anchor bolts. 3.10 OTHER EMBEDDED ITEMS A. It is the Contractor's responsibilityto coordinate the requirements for embedded items and to ensure that embedded items are properly placed. Concrete Joints and Embedded Items 032500-5/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Accurately position and support embedded items against displacement during concrete placement. C. Voids in sleeves,inserts,anchors,etc.,shall be filled temporarily with readily removable material to prevent thee ntry of concrete into the voids. D. Steel items,except reinforcing,shall be galvanized unless specified or shown otherwise. E. Aluminum conduits, pipes and inserts shall not be embedded in structural concrete unless effectively coated or covered to prevent aluminum-concrete reaction or electrolytic action between aluminum and steel. F. Exceptwhen plans for conduits and pipes are approved by the Engineer,conduits and pipes embedded within a slab,wall or beam (other than those merely passingthrough) shall satisfythefollowing: 1. They shall not be larger in outside dimension than 1/3 the overall thickness of slab,wall or beam in which they are embedded. 2. They shall not be spaced closer thanthree diameters orwidths on center. 3. They shall not significantly impair the strength of the member. END OF SECTION Concrete Joints and Embedded Items 032500-6/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 033100 STRUCTURAL CONCRETE 1.00 GENERAL 1.01 SECTION INCLUDES A. Cast-in-place normal-weight structural concreteforthe WhitecapWWTPImprovements structures. B. Finishing of concrete surfaces,including patching of surface defects and sealing of concrete slabs are specified in Section 03 34 50, Concrete Finishing. C. Concrete for concrete pavement, curbs and sidewalks is specified in Division 2. 1.02 ACTION SUBMITTALS D. Product Data. For each of the following: 1. Portland cement 2. Fly ash 3. Slag cement 4. Blended hydraulic cement 5. Silica fume 6. Performance-based hydraulic cement 7. Aggregates 8. Admixtures: a. Include limitations of use,including restrictions on cementitious materials,supplementarycementitious materials,airentrainment, aggregates,temperature at time of concrete placement, relative humidity at time of concrete placement,curing conditions, and use of other admixtures. 9. Vapor retarders 10. Floor and slabtreatments 11. Curing materials 12. Joint fillers 13. Repair materials Structural Concrete 03 3100-1/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Design Mixtures. For each concrete mixture,include the following: 1. Mixture Identification. 2. Minimum 28-day compressive strength. 3. Durability exposure class. 4. Maximum w/cm. 5. Calculated equilibrium unit weight,for lightweight concrete. 6. Slump limit. 7. Air content. 8. Nomina I maximum aggregate size. 9. Indicate amounts of mixing waterto be withheld for later addition at Project site if permitted. 10. Include manufacturer's certification that permeability-reducing admixture is compatible with mix design. 11. Include certification that dosage rate for permeability-reducing admixture matches dosage rate used in performance compliance test. 12. Intended placement method. 13. Submit alternate design mixtures when characteristics of materials, Project conditions, weather,test results,or other circumstances warrant adjustments. F. Shop Drawings 1. Indicated proposed construction joints required to construct the structure. a. Location of construction joints is subject to approval of the Engineer. G. Concrete Schedule. For each location of each Class of concrete indicated in "Concrete Mixtures"Article,including the following: 1. Concrete Class designation. 2. Location within the Project. 3. Exposure Class designation. 4. Formed Surface Finish designation and final finish. 5. Final finish for floors. 6. Curing process. 7. Floor treatment,if any. 1.03 INFORMATIONAL SUBMITTALS A. Qualification Data. For the following: 1. Installer: Include copies of applicable ACI certificates. Structural Concrete 03 3100-2/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Ready-mixed concrete manufacturer. 3. Testingagency: Include copies of applicable ACI certificates B. Qualification Data. For the following: 1. Cementitious materials. 2. Admixtures. 3. Fiber reinforcement. 4. Curing compounds. 5. Floor and slabtreatments. 6. Bonding agents. 7. Adhesives. 8. Vapor retarders. 9. Semirigid joint filler. 10. Joint-filler strips. 11. Repair materials C. Material Test Reports. Forthe following, from a qualified testingaency: 1. Portland cement. 2. Fly ash. 3. Slag cement. 4. Blended hydraulic cement. 5. Silica fume. 6. Performance-based hydraulic cement. 7. Aggregates. 8. Admixtures: a. Permeability-Reducing Admixture: Include independent test reports,indicating compliance with specified requirements,including dosage rate used in test. D. Floor surfaceflatness and levelness measurements report,indicating compliance with specified tolerances. Structural Concrete 03 3100-3/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Research Reports: For concrete admixtures in accordance with ICC'sAcceptanceCrite ria AC 198. F. Preconstruction Test Reports: For each mix design. G. Field quality-control reports. 1.04 QUALITY ASSURANCE A. Installer Qualifications. A qualified installerwho employs Project personnel qualified as a ACI-certified FlatworkTechnician and Finisher and a supervisor who is a certified ACI Flatwork Concrete Finisher/Technician or an ACI Concrete Flatwork Technician with experience installingand finishing concrete,incorporating permeability-reducing admixtures. 1. Post-Installed Concrete Anchors Installers:ACI-certified Adhesive Anchor Installer. B. Ready-Mixed Concrete Manufacturer Qualifications. Afirm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C94/C94M requirements for production facilities and equipment. 1. Manufacturer certified in accordancewith NRMCA's"Certification of Ready Mixed Concrete Production Facilities." C. Laboratory Testing Agency Qualifications. A testing agency qualified in accordancewith ASTM C1077 and ASTM E329 for testing indicated,and employing an ACI-certified Concrete Quality Control Technical Manager. 1. Personnel performing laboratory tests shall bean ACI-certified Concrete Strength Testing Technician and Concrete Laboratory Testing Technician,Grade I.Testing agency laboratory supervisor shall be anACI-certified Concrete Laboratory Testing Technician,Grade II. D. Field Quality Control Testing Agency Qualifications. An independent testing agency qualified in accordancewith ASTM C1077and ASTM E329 for testing indicated. 1. Personnel conducting field tests shall be qualified as an ACI Concrete Field Testing Technician,Grade 1, in accordancewith ACI CPP 610.1 or an equivalent certification program 1.05 DELIVERY,STORAGE,AND HANDLING A. Complywith ASTM C94and ACI 301. 1.06 FIELDCONDITIONS A. Cold-Weather Placement:Comply with ACI 301 and ACI 306.1 and as follows. 1. Protect concrete work from physical damageor reduced strength that could be caused by frost,freezing actions,or low temperatures. Structural Concrete 03 3100-4/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. When average high and low temperature is expected to fa II below 40 deg F for three successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 3. Do not use frozen materials or materials containing ice or snow. 4. Do not place concrete in contact with surfaces less than 35 deg F, other than reinforcing steel. 5. Do not use calcium chloride, salt,or other materials containing antifreeze agents orchemical accelerators unless otherwise specified and approved in mixture designs B. Hot-Weather Placement:Comply with ACI 301 and ACI 305.1 and as follows. 1. Maintain concrete temperature attime of dischargeto not exceed 95 deg F. 2. Fog-spray forms,steel reinforcement,and subgradejust before placing concrete. Keep subgrade uniformly moist without standing water,soft spots, or dry areas. 1.07 CODE REQUIREMENTS Concrete constructionfor buildings shall conform to the requirements of ACI 318. Concrete construction for wastewater treatment structures shall conform to the requirements of ACI 318 with modifications as per ACI 350, item 2.6,"Structural Design." Where the project specifications conflict with ACI 318 or ACI 350,the project specifications shall control. 1.08 TESTING A. The concrete testing required in this section,except for the concrete mix design,the limestone aggregatetest data,andtesting of deficient concrete,will be performed by a commercial testing laboratory employed and paid by the Owner as specified in the General Conditions and Section 00 72 00,General Conditions, Article 16. B. Provide material and cooperatefully with Owner's testing Iaboratorytechnician in obtaining samples for required tests. Structural Concrete 03 3100-5/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.00 PRODUCTS 2.01 CONCRETE,GENERAL A. ACI Publications: Comply with the following unless modified by the requirements of the Contract Documents. 1. ACI 301. 2.02 MATERIALS A. Cementitious Material. 1. Portland Cement:ASTM C150Type 1/11. 2. Fly Ash:ASTM C618,Class C or F. 3. Slag Cement:ASTM C989,Grade 100 or 120. 4. Silica Fume: ASTM C1240 amorphous silica. B. Admixtures. Use the following admixtures as required. The use of calcium chloride, thiocyanates or admixtures containing more than 0.05 percent chloride ions are not permitted. 1. Air-Entraining Admixtures. Conform to ASTM C 260, liquid vinsol resin compound compatible with any chemical admixtures used. Acceptable products are Master Builders'"MB-VR,"Sika's"AER;'Euclid Chemical Company's"Air- Mix,"W. R.Grace's"Daravair"orapproved substitution. 2. Chemical Admixtures. a. Conform to ASTM C 494,Type A,C, D or E. b. For Portland cement concrete, use a polymer type, nonstaining, chloride-free admixture. Acceptable products are Master Builders' "Pozzolith,"Euclid Chemical Company"Accelguard"and "Eucon,"or approved substitution. C. The accelerator shall be a noncorrosive nonchloride admixture conforming to ASTM C 494,type C or E,and shall not contain more chloride ions than are present in municipal drinking water. The admixture manufacturer must have long-term noncorrosive test data from an independent testing laboratory,of at least a year's duration, using an acceptable accelerated corrosion test method such as that using electrical potential measures. Written certification to these requirements and the chloride ion content of the admixture will be required from the admixture manufacturer. Acceptable products are "Accelguard 80" by The Euclid Chemical Company,"Daraset"by W. R. Grace,or approved substitution. 3. Evaporation Retarder. Acceptable products are The Euclid Chemical Company's "EUCO-BAR,"Master Builders'"Confilm,"or approved substitution. The product shall conform to local, state and federal solvent emission requirements. Structural Concrete 03 3100-6/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. Mid-Range Water Reducer(Superplasticizer). Conform to ASTM C 494,Type F. Acceptable products include W. R.Grace's"Daracem-100;'Sika Corporation's "Sikament,"or Euclid Chemical Company's"Eucon 37." C. Mixing Water. Use fresh,clean potable water. D. Aggregates. Use coarse aggregate from only one source and fine aggregate from only one source for exposed concrete in a single structure. 1. Coarse aggregate for concrete of normal weight shall consist of gravel,crushed gravel or crushed limestone conforming to ASTM C 33. 2. Fine aggregate shall be natural sand complying with ASTM C 33. 3. Limestone aggregate shall conform to the requirements of ASTM C 33 with the following additional requirements: Limestone aggregate shall consist of clean, hard,strong and durable particles free of chemicals,coatings of silt or clay,or other fine materials that may affect hydration and bond of the cement paste. The select crushed limestone shall be high-calcium limestone(minimum 95 percent CaCO3 and maximum 3.5 percent MgCO3)with maximum Los Angeles Abrasion loss of 38 percent;when tested in accordance with ASTM C 131 or ASTM C 535. The aggregate shall be tested for soundness in accordance with ASTM C 88. The maximum loss shall not exceed 18 percent after5 cycles of the magnesium sulfate test. 4. The maximum size of coarse aggregate shall be as follows: a. Normal weight concrete,except as noted below -1-1/2 inches(ASTM C 33, size No. 467). b. Formed members 6 inches or less in least dimension - 3/4 inch maximum (ASTM C 33, size No. 67). C. Slabs 6 inches or less in depth- 3/4 inch maximum (ASTM C 33,size No. 67). d. Drilled shaft-3/4 inch maximum (ASTM C 33,size No. 67). e. Concrete fill, seal slab and bonded concrete topping - 3/8 inch (ASTM C 33, size No. 8). 5. Pea Gravel Aggregate. Conform to the requirements of Section 03 34 50, Concrete Finishing. 6. Abrasive Aggregate. Conform tothe requirements of Section 03 34 50, Concrete Finishing. E. Membrane-Forming Curing Compound. Dissipating resin-type compound conforming to ASTM C 309,Type 1D,Class B. In addition, the compound shall conform to the following requirements. 1. The compound shall have test data from an independent testing laboratory showing a maximum moisture loss of 0.055 grams per square centimeterwhen applied at a coverage rate of 200 square feet per gallon on smooth surfaces. The film must chemically break down in approximately 6 to 8 weeks. 2. Shall not permanently discolor concrete. Structural Concrete 03 3100-7/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Do not use in areas that are to be coated or that will receive a topping or floor covering. 4. The curing compound must meet all local,state and federaI solvent emission requirements. F. Sheet Material for Curing Concrete. ASTM C 171,waterproof paper, polyethylene film or white burlap-polyethylene sheeting. G. Nonshrink Grout. Grout shall conform to the requirements of Section 03 60 00, Structural Grout. H. Calcium Chloride. Not permitted in any form. I. Fly Ash. 1. Fly ash shall conform to the requirements of ASTM C 618. 2. Fly ash for use in wastewater structures shall be Class F. 3. Fly ash shall be produced from coal from a single known and consistent source. 2.03 CONCRETE MIX A. General. Comply with ACI 211.1. Select proportions of ingredients to produce a concrete having proper placeability,durability, strength,appea rance and otherspecified properties. Minimum cement content shall conform to these specifications. Proportion ingredients to produce a homogeneous mixture which will work readily into corners and angles of forms and around reinforcement by methods of placing and consolidation employed on the project, but without permitting materials tosegregate orallowing excess free water to collect on the surface. B. Mix Design. The Contractor shall employ, at his expense,a commercial testing laboratory,acceptable to the Owner,to prepare and test mix designs for each type of concrete specified herein. The mix design ingredients shall be proportioned by weight. The mix design and test results shall be submitted for review. See General Conditions and Section 00 72 00,General Conditions, Article 24, Submittals,for required data. C. Strength. Strength must conform to values for the class of concrete specified for each portion of the project. Requirements are based on 28-day compressive strength D. Selecting Ingredient Proportions for Concrete. Concrete mix design shall be established by laboratorytrial batches prepared by an independent testing laboratoryor on the basis of previous field experience in accordance with the provisions of ACI 318,item 5.3, "Proportioning on the Basis of Field Experience and/or Trial Mixtures"; however,the minimum cement content for each class of concrete shall not be less than specified herein. The concrete mix design submitted for review must have an average 28-day compressive strength calculated in accordance with ACI 318,item 5.3.2.1. When data is not available to determine the standard deviation in accordance with ACI 318,item 5.3.1,the average 28-day strength of the mix design shall conform to ACI 318, Table 5.3.2.2. Structural Concrete 03 3100-8/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Cementitious Materials. Limit percentage, byweight,of cementitious materials other than Portland cement in concrete as follows: 1. Fly Ash or other Pozzolans:25 percent by mass. 2. Slag Cement: a. Maximum 50 percent by mass. b. If Class C Fly Ash is used, minimum 25 percent by mass required. 3. Silica Fume: 10 percent by mass. 4. Total of Fly Ash or other Pozzolans,Slag Cement,and Silica Fume: 50 percent by mass,with fly ash or pozzolans not exceeding 25 percent by mass and silica fume not exceeding 10 percent by mass. F. Water-Cement Ratio. 1. The maximum allowable water-cement ratioshall be as follows: a. Liquid-containing structures shall not exceed 0.40. b. All other structures and drilled shafts shall not exceed 0.45. 2. Superplasticizer may be added as specified to obtain maximum water-cement ratios. Include free water in the aggregate in all water-cement ratio computations. When fly ash is substituted for part of the cement,the weight of the cement plus fly ash shall be used in calculating the water-cement ratio. G. Adjustment of Mix Proportions. After sufficient data becomes available during construction the mix may be adjusted upon approval of the Engineer,in accordance with ACI 318, item 5.5,"Average Strength Reduction"; however,the minimum cement contact for each class of concrete shall not be less than specified herein. Structural Concrete 03 3100-9/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E H. Entrained Air. 1. Air-entrain all concrete unless otherwise specified. Air content as determined in accordance with ASTM C 173 shall be as follows: Maximum Aggregate Tota I Air Content Range Concrete Type Size in Inches % by Volume Normal Weight 3/8 6-10 " 1/2 5-9 " 3/4 4.5-7.5 " 1 4.5-7.5 " 1-1/2 4-6 " 2 2.5-5.5 " 3 1.5-4.5 2. Air entraining is not required for concrete in footings. I. Slump. Slump as determined in accordance with ASTM C 143 shall be as follows: Concrete Type Minimum Maximum Portland Cement 1" 3"for footings and substructure walls; 4"for slabs, beams, wa IIs a nd columns Drilled Shafts 5" 7" Shrinkage-Compensating 1" 5" Cement Concrete to be dosed with 2" 5" superplasticizer Normal Weight Concrete after 5" 9" dosing with superplasticizer The specified slump shall apply at the time when concrete is discharged at the jobsite. Slump tests shall be used to monitor uniformity and consistency of concrete delivered to the job site. They shall not, however, be used as a basis for mix design. Under no circumstances shall the water-cement ratios for concrete exceed those specified. Structural Concrete 03 3100-10/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E J. Admixtures. Proportion admixtures according to the manufacturer's recommendations. Use of an accelerator is permitted when the airtemperat ure is less than 40'F. Use of a retarder is permitted when the temperature of placed concrete exceeds 657. K. Water Reducers(Superplasticizer). The Contractors ha I I use a superplasticizer to improve the workabiIity of all concrete with maximum allowable water-cement ratio of 0.45 or less,all pumped concrete and all mass concrete. The Contractor may use a superplasticizer,at his option, to improve the workability of all other concrete. The superplasticizer must be used in strict accordance with the requirements and recommendations of the product manufacturer. The superplasticizer shall not be added to the concrete mix until after verification of the initial slump by the testing laboratory. The concrete shall be superplasticized in conformance with the Contractor's plans submitted for review. L. Concrete Classification. 1. Classification. Class Minimum 28-Day Normal- Compressive Strength Minimum Cement Content* weight (psi) Pounds per Cubic Yard A 3000 470(5 sacks) B 2500 423 (4-1/2 sacks) C 4000 564(6 sacks) H 3000 610 (6-1/2 sacks) *When fly ash is substituted for part of the cement the minimum cement content shall be a total of the cement plus fly ash. 2. If the required strength is not obtained with the minimum cement content as specified,add cement, lower water-cement ratio or provide other aggregates as necessary. 3. Maximum size of coarse aggregate shall conform to item 2.1D. M. Concrete Class Location in Structure. Use the specified classes of concrete in the following locations: 1. Class A—NOT USED 2. Class B—Concrete fill (lean concrete) 3. ClassC—All structural concrete(including liquid-containing structures) 4. Class H—Concrete Fill/Topping Structural Concrete 03 3100-11/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.034 MIXING NORMAL WEIGHT CONCRETE A. Ready-Mixed Concrete. 1. Measure, batch, mixand transport ready-mixed concrete according to ASTM C 94. Plant equipment and facilities shall conform to"Certification of Ready Mixed Concrete Production Facilities(Checklist with instructions)"of the National Ready-Mixed Concrete Association. 2. Provide batch tickets with information specified in ASTM C94. The batch ticket shall be delivered with the concrete and given to the Owner's on-site testing laboratory representative. B. Batch Mixing at Site. 1. Mix concrete in a batch mixer conforming to requirements of the Mixer Manufacturers'Bureau ofthe Associated Contractors of America. Use a mixer equipped with a suitable charging hopper, water storage tank and water measuring device. It must be capable of thoroughly mixing aggregates,cement and water into a uniform mass within the specified mixing time, and of discharging the mix without segregation. Operate the mixer according to the rated capacity and recommended revolutions per minute printed on the manufacturer's rating plate. 2. Chargethe batch into the mixer sothat somewaterwill enter in advance of cement and aggregates. Keepwater running until one-fourth of specified mixing time has elapsed. Provide controls to prevent discharging until the required mixing time has elapsed. When concrete of normal weight is specified, provide controls to prevent the addition ofwaterduring mixing. Dischargethe entire batch before the mixer is recharged. 3. Mix each batch of 2 cubic yards or less for not less than 1 minute and 30 seconds. Increase mixing time 15 seconds for each additional cubic yard or fraction of a cubic yard. 4. Keep the mixer clean. Replace pick-up and throw-over blades in the drum when they have lost 10 percent of original depth. C. Admixtures. 1. Charge air-entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device. Measure admixture to an accuracywithin +3 percent. Do not use admixtures in powdered form. 2. Two or more admixtures may be used in the same concrete, provided that the admixtures in combination retainfull efficiency and have no deleterious effect on the concrete or on the properties of each other. Inject the admixtures separately during the batching sequence. 3. Add retarding admixtures as soon as practicable afterthe addition of cement. 4. High-range water reducers(superplasticizers)shall be added to the mix after verifying of the initial slump by the testing laboratory. Structural Concrete 03 3100-12/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.00 EXECUTION 3.01 GENERAL A. Concreting Under Water. Will not be permitted. B. Conveying Equipment. Select equipment of size and design to ensure continuous flow of concrete at the delivery end. Conform to the following equipment and operations requirements: 1. Provide truckmixers,agitators and nonagitating units and manner of operation conforming to requirements of ASTM C 94. 2. Use belt conveyors configured horizontally or at a slope which causes no segregation or loss. Use an approved arrangement at the discharge end to prevent separation. Discharge long runs without separation into a hopper. 3. Provide metal or metal-lined chutes. Arrange for slopes not exceeding 1 vertical to 2 horizontal and not less than 1 vertical to 3 horizontal. Chutes more than 20 feet long and chutes not meeting slope requirements may be used if concrete is discharged into a hopper before distribution. 4. Use of aluminum or aluminum alloy pipe or chutes for conveying concrete is not permitted. C. Protection from Adverse Weather. Unless adequate protection is provided or approval is obtained,do not place concrete during rain, sleet,snow or freezing weather. Do not permit rainwaterto increase mixing water or to damage the surface finish. If rainfall occurs after placing operations begin, provide adequate covering to protect the work. D. Hot and Cold Weather Procedures. 1. See Section 1.06. 3.02 PREPARATION Prior to placing concrete,verify that forms are clean and wet or release agent applied and that reinforcing, pipes, conduit, sleeves,thimbles, hangers,anchors,waterstops,expansionjoint materials,flashing and other work required to be cast in concrete have been properly installed. Check othertrades to ascertain that theirwork is in place. Verify that surfaces against which concrete will be placed,such as earth or hardened concrete, have been prepared as specified. 3.03 CONCRETE A. Delivery Schedule. Mix concrete only in quantities for immediate use. Discard concrete which has set. Retempering of set concrete is not permitted. Completely discharge concrete at the project site within 1 hour and 30 minutes afteradding cement to aggregate. In hot weather, reduce this time to 1 hour or less to prevent stiffening of concrete before it is placed. B. Adjusting Slump. If concrete arrives at the site with slump below that specified,water maybe added only with prior approval of the Engineer. Indiscriminate addition of water to increase slump is prohibited. Do not exceed either the maximum specified Structural Concrete 03 3100-13/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E permissible water-cement ratio or maximums lump. Any addition of water above the maximum water-cement ratios haII because for rejection. Concrete arriving at the project site with a slump greater than 1 inch above maximum specified allowable slump shall be rejected. Allowing trucktoturn until slump is within specified allowable limits is not permitted under any circumstances. If mixes continually arrive at the project site with slump of 2 inches or less at the maximum allowable water-cement ratio,use a superplasticizer in the concrete mix. Alternatively sample the aggregates and determine if grading has become finer. If this condition exists,change the mix proportions to accommodatethe change but keep thewater-cement ratioconstant. Any mix adjustments required to obtain specified slump must be approved and directed by the Engineer. C. Consistency. If concrete arrives with cement balls, balls shall be removed. Excessive balling is grounds for rejection of the concrete. Trucks carrying balled concrete shall have their numbers recorded. If the same truck arrives at the project site carrying balled concrete threetimes,itwill be rejected and not allowed to returnto the project site until certification is provided that the problem has been corrected. 3.04 CONVEYING Handle concretefrom mixer to placement as quickly as practicable while providing concrete of required quality in the placement area. Use methods which prevent loss of ingredients and segregation. 3.05 PLACING A. Procedure. 1. Deposit concrete continuously, or in layers of such thickness that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of seams orcold joints or planes of weakness within the section. If the section cannot be placed continuously, place construction joints as specified or as approved by the Engineer. 2. Proceed with placement at a rate such that concrete which is being integrated with fresh concrete is still plastic. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. 3. Remove temporary spreaders from forms when the spreader is no longer useful. Temporary spreaders may remain embedded in concrete only if made of galvanized metal or concrete,and if prior approval by the Engineer has been obtained. 4. Do not start placing of concrete in supported elements until concrete previously placed in columns and walls is no longer plastic. 5. Deposit concrete as nearly as practicable in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to a procedure which will cause segregation. 5. Where surface mortar is to be the basis of a finish, especially those designated to be painted, work coarse aggregate backfrom forms with a suitable tool to Structural Concrete 03 3100-14/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E bring the full surface of mortar against the form. Prevent formation of excessive surface voids. 6. Consolidate concrete by vibration, spading, rodding or forking sot hat the concrete is thoroughly compacted and worked around reinforcement,around embedded items and into corners of forms. Internal vibrators used shall be the largest size and the most powerful that can be properly used in the work, as described in Table 5.1.4ofACl 309R. They shall be operated by competent workmen. Insert vibrators into concrete at distances nogreaterthantwice the radius of action as shown in Column 7 of Table 5.1.4,ACI 309. Compact the concrete to a dense mass eliminating air and other planes of weakness. Donot use vibrators to transport concrete within the form. Plunge the vibrator rapidly into the concrete lift penetrating the lift below. Thereafter, manipulate the vibrator in an up-and-down motion and gradually withdraw it from the concrete. At each insertion,the duration shall be sufficient to consolidate the concrete but not sufficient to cause segregation. a. Maintain spa re vibrator on the site during concrete placement operations. Periodically check the line-in voltage of shaft vibrators to verify that proper power is being received. For flat work, the use of vibrating screeds is encouraged. b. Vibrator heads used in concrete reinforced with epoxy-coated reinforcing steel shall be nonmetallic or coated to prevent da mage to the epoxy coating on the reinforcing steel. 7. If forms become displaced in any way during placing of concrete,immediately stop the operation and do not resume placing until forms have been rebraced and brought back to required lines and levels. 8. Concrete placing procedures and equipment shall not displace reinforcing steel or other embedded items. 3.06 REPAIRING SURFACE DEFECTSAND FINISHING Conform to the requirements of Section 03 34 50,Concrete Finishing. 3.07 CURING PROCEDURES A. General. Protect freshly deposited concrete from premature drying and excessively hot or cold temperatures. Maintain a minimal moisture loss and a relatively constant temperature during the time necessaryfor hydration of cement and proper hardening of concrete. B. InitialCuring. Immediately after the finishing operation, begin initial curing. Keep concrete continuously moist at least overnight. Use one of the following materials or methods for initial curing: 1. Ponding or continuous sprinkling. 2. Absorptive mat or fabric kept continuously wet. 3. Sand or othercovering kept continuously wet. 4. Continuous steam bath(not exceeding 150'F at the surface of concrete). Structural Concrete 03 3100-15/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. Vapor mist bath. 6. Membrane-forming curing compound applied according to the manufacturer's recommendations. C. Restrictions on Use of Curing Compounds. Do not use a curing compound on surfaces that are to be rubbed or that are to receive additional concrete, mortar,topping, terrazzo or other cementitious finishing materials,slabs under resilient floors or built-up roofing, surfaces to be waterproofed,sealed, hardened or painted unless the curing compound manufacturer certifies that the curing compound will not prevent bond to the cured surface. D. Curing and Sealing Compounds. All exposed interior slabs and troweled slabs receiving mastic applied adhesives,and metallic or mineral aggregate hardeners,shall be cured with the specified clear curing and sealing compound. Apply in accordance with the manufacturer's recommendations. E. Final Curing. Immediately following the initial curing and before concrete has dried, provide additional curing by one of following materials or methods: 1. Continuing the method used in initial curing. 2. Waterproof paper, polyethylene film or white burlap-polyethylene sheeting. 3. Other moisture-retaining coverings as approved. F. Duration of Curing. Continue final curing until the cumulative number of days or fractions of days during which the ambient temperature is above 50'F has totaled 7. If high-early-strength concrete has been used,continue final curing for a total of 3 days. Prevent rapid drying at the end of the curing period. G. Formed Surfaces. Steel forms heated by the sun and wood forms in contact with concrete during final curing period shall be kept wet. If forms areto be removed during the curing period, employ one of above curing materials or methods immediately. Continue such curing for the remainder of the curing period. H. Temperature. 1. Cold Weather. When the mean daily temperature of the atmosphere is less than 40'F, maintain the ambient temperature of concrete between 50 and 70'F for the required curing period. When necessary, make arrangements for heating,covering,insulating or housing concrete work in advance of placement to maintain the required temperature and moisture conditions. Prevent injury due to concentration of heat. When combustion heaters are necessary in an enclosed or protected area where concrete slabs are being placed, vent the heaters. 2. Hot Weather. When necessary, make arrangements for installation of windbreaks,shading,fog spraying,sprinkling, ponding or wet covering of light color in advance of placement. Take such protective measures as quickly as concrete hardening and finishing operations will allow. Structural Concrete 03 3100-16/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Temperature Changes. Control changes in temperature of concrete at a rate as uniform as possible. Do not permit a temperature change to exceed YF in any one hour or 50'F in any 24-hour period. I. Protection from Mechanical Injury. During the curing period, protect concretefrom damaging mechanical disturbances, particularly load stresses,heavyshockand excessive vibration. Protect finished concrete surfaces from damage caused by construction equipment, materials or methods and by rain or running water. Do not load self- supporting structures in any way that overstresses concrete. 3.08 TESTING AND CONTROL A. Special Inspections:Ownerwill engage a special inspector to perform field tests and inspections and prepare testing and inspection reports. A. Required Services. The commercial testing laboratory specified in Section 00 72 00, General Conditions, Article 16 will be required to perform the following functions: 1. Verify that the plant equipment and facilities conform to the National Ready- Mix Concrete Association,"Certification of Ready-Mix Concrete Production Facilities(checklist with instructions)." 2. Materials. Test proposed materials for compliance with the specifications. 3. Mix Design. Review the proposed mix design submitted by the Contractor. 4. Production Samples. Obtain production samples of materials at plants or stockpiles during work progress and test for compliance with the specifications. 5. Field Test Cylinders. Obtain samples from every 100 cubic yards and any portion less than 100 cubic yards for each mix design placed in anyone day. Conduct strength tests for concrete according to the following procedures: a. Secure composite samples according to ASTMC 172. Obtain each samplefrom a different batch of concrete on a representative, random basis. Avoid selecting a test batch by any means otherthan a random number chosen before concrete placement begins. b. Mold four specimens from each sample according to ASTM C 31. Cure under standard moisture and temperature conditions as specified in Sections 7(a)and (b) of ASTM C 31. C. Test twospecimens at 7 days and two specimens at 28 days according to ASTMC 39. For test result,average the strengths of the two specimens. However,if one specimen evidences improper sampling molding or testing,discard it and the remaining cylinder shall be considered the test result. When high-early-strength concrete is specified or approved, test specimens at 3 and 7 days. 6. Air Content. Determine air content of normal weight concrete on a regular and frequent basis according to ASTM C 231. 7. Conduct a slump test at least once for every 25 cubic yards placed. 8. Check concrete temperature at least once for every 25 cubic yards placed. Structural Concrete 03 3100-17/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Additional Services. If requested by the Engineer,the commercialtesting laboratory may also perform the following additional services: 1. Check batching and mixing operations. 2. Review the manufacturer's report of each cement shipment and conduct laboratory tests. 3. Mold and test reserve 7-daycylinders or field cylinders. 4. Conduct field tests for slump,concrete temperature and ambient temperature. 5. Prepare molds and tests hrinkage-compensatingconcrete for restrained expansion. C. Facility Inspection. Make testing laboratoryfacilities available for inspection during normal working operations. Provide a laboratory testing schedule of the work so that breaking of cylinders may be witnessed by the Engineer. 3.09 TESTING OF DEFICIENT CONCRETE IN PLACE A. The strength of the concrete will be considered potentially deficient if the averages of three consecutive strength test results fail to equal or exceed the specified strength or if any individual strength test result falls below the specified strength by more than 500 psi. Core test,structural analysis or load test maybe required by the Engineer. B. Core Tests. 1. Cores at least 2 inches in diameter shaII be obtained and tested in accordance with ASTM C 42. If the concrete in the structure will be dry under service conditions, the cores shall be air dried (temperature 60 to 80'F, relative humidity less than 60 percent)for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be tested after moisture conditioning in accordance with ASTM C 42. 2. At least three representative cores shall be taken from each member or area of concrete in place that is considered potentially deficient. The location of cores shall be determined by the Engineerso as to least impair the strength of the structure. If, before testing,one or more of the cores show evidence of having been damaged subsequent to or during removal from the structure,it shall be replaced. 3. Concrete in the area represented by a core test will be considered adequate if the average strength of the cores is equal to at least 85 percent of the specified strength and if no single core is less than 75 percent of the specified strength. 4. Core holes shall be patched as specified in Section 03 34 50,Concrete Finishing. C. Structural Analysis. If core holes are inconclusive or impractical toobtain, the Engineer may perform additional structural analysis at the Contractor's expense totryto confirm the safetyof the structure. Structural Concrete 03 3100-18/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Load Test. Ifcore holes and structural analysis do not confirm the safety of the structure, load tests maybe required and their results evaluated in accordance with Chapter 20,"Strength Evaluation of Existing Structures"of"Building Code Requirements for Reinforced Concrete"(ACI 318). E. Testing by impact hammer,sonoscope,or other nondestructive device may be permitted by the Engineerto determine relative strengths at various locations in the structure as an aid in evaluating concrete strength in place or for selecting areas to be cored. Such tests,unless properly calibrated and correlated with other test data,shall not be used as a basis for acceptance or rejection of the structure's safety. F. Concrete work judged inadequate by core tests,structural analysis or by results of a load test shall be replaced at the Contractor's expense. G. The Contractor shall pay all costs,including all costs due to delays, incurred in providing the additional testing and/or analysis required. END OF SECTION Structural Concrete 03 3100-19/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Structural Concrete 03 3100-20/20 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 03 34 50 CONCRETE FINISHING 1.00 GENERAL 1.01 SECTION INCLUDES This section includes the requirements for the provision of concrete finishing,including the repair of surface defects,cracks and finishing of concrete surfaces,including both formed and unformed; the sealing of concrete surfaces;the installation of concrete fill and topping for the Whitecap WWTP Improvements. 1.02 RELATED WORK Coordinate the requirements of this section with all othersections of Division 3 -Concrete 1.03 SUBMITTALS Submit manufacturer's technical literature on product brands, proposed for use by the Contractor,for review. The submittal shall include the manufacturer's installation and/or application instruction. Submittals shall be made on thefollowing products: A. Sealer. B. Latex bonding agent. C. Proprietary patching material. D. Epoxy adhesive. 2.00 PRODUCTS 2.01 MATERIALS A. Sea ler/Dustproofer(VOCCompliant). The compound shall be a water-based acrylic sealerand shall not yellow under ultraviolet light after200 hours of test in accordance with ASTM D4887. The product shall conform to local, stateand federal solvent emission requirements. Acceptable product is "Floor Seal VOX" by The Euclid Chemical Company or approved substitution. B. Latex Bonding Agent. Latex bonding agent shall be a non-reemulsifiable latex base liquid formulated for bonding wet concrete to hardened concrete and for mixing with cement mortar. Bonding agent shall be suita ble for use under continuously submerged conditions. Certification by the manufacturer will be required. Acceptable product is SBR Latex by The Euclid Chemical Company or approved substitution. C. Bonding Grout. Prepare bonding grout by mixing approximately one part cement to one part fine sand passing a No. 30 mesh sieve. Mix with waterto a consistencyof thick cream. As an alternate bonding grout,the Contractor mayuse a commercially prepared bonding agent used in strict accordance with the manufacturer's recommendations and instructions. The bonding agent must be suitablefor use continuously submerged in Concrete Finishing 033450-1/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E wastewater. Certification bythe manufacturer will be required. Submit manufacturer's technical information on any proposed bonding agent. D. Patching Mortar. 1. Make patching mortarof the same materials and of approximately the same proportions as concrete,except omit coarse aggregate. Substitute white Portland cement for part of the gray Portland cement on exposed concrete in order to produce a color matching the color of surrounding concrete. Determine color by making atrial patch. Usethe minimum amount of mixing water required for handling and placing. Mix patching mortar in advance and allow to stand. Mix frequently with a trowel until it has reached the stiffest consistencythat will permit placing. Do not add water. 2. If permitted or required, proprietary compounds for adhesion or as patching ingredients may be used in lieu of or in addition to the foregoing patching materials. Use such compounds according to the manufacturer's recommendations. Material must be suitable for use under continuously submerged conditions. Certification by the manufacturer will be required. E. Epoxy Adhesive. The compound shall be a 2-component, 100 percent solids, 100 percent reactive compound suitable for use on dry or damp surfaces,"Euco Epoxy No. 452MV"or"Eucoepoxy LPL"by The Euclid Chemical Company, "Sikadure Hi-Mod" by The Sika Chemical Corporation, or approved substitution. 3.00 EXECUTION 3.01 REPAIRING SURFACE DEFECTS A. Defective Areas. Repairdefectiveareas immediately after the removal offorms. Remove honeycombed and other defective concrete down to sound concrete but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to concrete surface. To prevent absorption ofwaterfrom patching mortar,dampen the defective area and a strip 6 inches wide surrounding the area to be patched. After surface water has evaporated from the area to be patched, thoroughly brush a coat of bond grout into surface. A latex bonding agent may be used in lieu of the bonding grout. The bonding agent must be used in conformance with the manufacturer's recommendations and instructions. When bond grout begins to lose its watersheen,apply the premixed patching mortar. Thoroughly consolidate the mortar into place and strike off to leave the patch slightly higher than the surrounding surface. To permit initial shrinkage, leave undisturbed for at least 1 hour before final finishing. Keep the patched area damp for 7 days. Do not use metal tools in finishing patches in a formed wall which will be exposed. B. Tie Holes. Patch the holes immediately after removal of forms. After cleaning and thoroughly dampening the tie hole, fill solid with patching mortar. C. Cracks. Cracks in excess of 0.01 inch shall be repaired by pressure injection of a moisture-insensitive,epoxy-resin system. Submit proposed material and method of repair for approval prior to making repairs. Concrete Finishing 033450-2/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Structural Repair. Any required structural repairs shall be made after prior approval of the Engineer as to method and procedure,using the specified epoxy adhesive and/or approved epoxy mortar. 3.02 FINISHING OF FORMEDSURFACES A. Unfinished Surfaces. Afinish is not required on surfaces concealedfrom view by earth, water,etc.,in the completed structure except as specified otherwise. B. Rough Form Finish. 1. No form facing material is required on rough form finish surfaces. 2. Patch tie holes and defects,and fins exceeding 1/4 inch in height shall be chipped off. 3. A rough form finish may be used on concrete surfaces which will be concealed from view by earth in the completed structure except the top 2 feet of walls below final top of ground elevation and full depth of grade beams shall have a smooth form finish. In addition, surfaces scheduled to be permanently exposed during future expansion, at locations shown on the drawings,shall have a smooth form finish. C. Smooth Form Finish. 1. The form facing shall produce a smooth, hard,uniform texture on the concrete. Use plywood or fiberboard linings or forms in as large sheets as practicable and with smooth,even edges and close joints. 2. Patchtie holes and defects. Rub fins and join marks with wooden blocks to leave a smooth, unmarred finished surface. Remove all sharp edges on surfaces to receive a protective liner. 3. Provide a smooth form finish on all formed surfaces exposed to view in the completed structure. In addition, walls that will be exposed afterfuture construction,at locations shown on the drawings,shall have a smooth form finish. Smooth form finish on exteriorface of exteriorwalls shall extend 2 feet below final top of ground elevation. The exterior face of all perimetergrade beams shall have a smooth form finish for the full depth of the grade beam. D. Related Unformed Surfaces. Tops of piers,walls, bent caps and similarunformed surfaces occurring adjacent to formed surfaces shall be strucksmooth after concrete is placed. Float unformed surfaces to a texture reasonably consistent with that of the formed surfaces. Final treatment on formed surfaces shall continue uniformly across the unformed surfaces. 3.03 FINISHING SLABSAND SIMILAR FLAT SURFACESTO CLASS A, B OR C FINISH A. Shaping to Contour. Use strike-off templates orapproved compacting-type screeds riding on screed strips or edge forms to bring concrete surface to the proper contour. B. Consolidation. Thoroughly consolidate concrete in slabs and use internal vibration in beams and girders of framed slabs and along bulkheads of slabs on grade. Obtain Concrete Finishing 033450-3/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E consolidation of slabs and floors with vibrating bridge screeds, roller pipe screeds,or other approved means. Concrete to be consolidated must be as dry as practicable. Do not permit manipulation of surfaces prior to finishing operations. C. Tolerances for Finished Surfaces. Tolerances are checked by placing a straightedge of specified length anywhere on the slab. The gap between slab and straightedge must not exceed the tolerance listed fort he specified class. Straightedge Length Tolerance Class in Feet in Inches A 10 1/8 B 10 1/4 C 2 1/4 D. Raked Finish. After concrete has been placed,struck off, consolidated and leveled to Class Ctolerance, roughen the surface before final set. Roughen with stiff brushes or rakes to a depth of approximately 1/4 inch. Notify the Engineer prior to placing concrete requiring the initial raked surface finish so that an acceptable raked finish standard may be established for the project. Provide a raked finish for thefollowing: 1. Surfaces to receive bonded concrete topping. 2. Surfaces to receive bonded concrete fill. 3. Steep ramps,as noted on Drawings. E. Floated Finish. 1. After concrete has been placed, struckoff, consolidated and leveled, do not work further until ready for floating. Begin floating when water sheen has disappeared,or when the mix has stiffened sufficiently to permit proper operation of a power-driven float. Consolidate the surface with power-driven floats. Use hand floating with wood or cork-faced floats in locations inaccessible to a power-driven machine and on small,isolated slabs. 2. Rechecktolerance of the surface after initial floating with a 10-foot straightedge applied at not less than twodifferent angles. Cut down high spots and fill low spots to Class B tolerance. Immediately refloat slabto uniform, smooth, granular texture. 3. Provide a floated finish for the following: a. Surfaces to receive roofing and waterproofing membranes. b. Floor slabs of liquid-containing structures. C. Pit floors and trench floors. Concrete Finishing 033450-4/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E F. Troweled Finish. 1. To obtain a troweled finish,a floated finish as previously specified must be applied. After power floating,use a power trowel to produce a smooth surface which is relatively free of defects but which maystill contain some trowel marks. Doadditional trowelings by hand afterthe surface has hardened sufficiently. Do final troweling when a ringing sound is produced as the trowel is moved over the surface. Thoroughly consolidate the surface by ha nd troweling operations. 2. Produce a finished surface free of trowel marks,uniform in texture and appearance and conforming to Class Atolerance. On surfaces intended to support floor coverings, remove defects which might show through covering by grinding. 3. Provide a troweled finish for the following: a. Inside floors intended as walking surfaces. b. Floors which will receive floor covering. G. Broom or Belt Finish. 1. Immediately after completing the floated finish, draw broom or burlap belt across the surface to give a coarse transverse scored texture. 2. Provide a broom or belt finish for the following: a. Sidewalks &concrete drives b. Ramps. 3.04 BONDED CONCRETETOPPING AND FILL Conform to the requirements of Section 03 60 50, Bonded Concrete Topping and Fill. 3.05 SEALER/DUSTPROOFER Apply a coat of the specified clear sealer/dust proofing compound to all exposed interior concrete floors where indicated on the drawings. The compound shall be applied in strict accordance with the directions of the manufacturer and just prior to completion of construction. 3.06 CURING Curing of concrete shall conform to the requirements of Section 03 3100, Structural Concrete. END OF SECTION Concrete Finishing 033450-5/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Concrete Finishing 033450-6/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 03 60 00 STRUCTURAL GROUT 1.00 GENERAL 1.01 SECTION INCLUDES This section includes the requirements for the provision of grouting for the Whitecap WWTP Improvements. 1.02 RELATED WORK Coordinate work of this section with all other sections. Review all drawings and specifications for items to be grouted with nonshrink grout. A. Structural Concrete. Section 03 3100. B. Miscellaneous Metals. Section 05 50 00. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials(ASTM). 1. ASTM C 309- Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 2. ASTM C 1107- Standard Specification for Packaged Dry, Hydraulic Cement Grout (Nonshrink). 1.04 SUBMITTALS A. Acceptable brands of materials are specified herein. If substitutions are proposed by the Contractor,submit the following information on the proposed substitution for approval before delivery to the project: B. Manufacturer's technical literature including ma nufacturer's specifications for mixing and placing of the grout. C. Results of tests performed by a certified independent testing laboratory showing conformance to ASTM C 1107 and the requirements of this specification. D. Provide test data from an independent laboratory indicating that the grout,when placed at a fluid consistency,will achieve 95 percent bearing under a 4-foot by 4-foot base plate. 1.05 QUALITY ASSURANCE Manufacturers of proprietary products shall make available,at no cost and upon 72 hours' notification, the services of a qualified, full-time employee to aid in assuring proper use of the product under job conditions. Structural Grout 036000-1/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.06 DELIVERY AND STORAGE A. Nonshrink grout shall be delivered to the project in unopened containers and shall bear intact manufacturer's labels. Containers that are torn or damaged such that the nonshrink grout material has been exposed to the elements shall be discarded. B. Store all nonshrink grout material in dry shelter and protect from moisture. 2.00 PRODUCTS 2.01 MANUFACTURERS A. The Euclid Chemical Company, "Euco N-S Grout." B. Master Builders,"Masterflow 713." C. U.S.Grout Corporation,"Five Star Grout." D. Or approved substitution. 2.02 NONSHRINKGROUT A. Grout shall contain nonmetallic natural aggregate and shall be nonstaining and noncorrosive. Grout shall be preblended factory-packaged material manufactured, under rigid quality control,specifically for use in transferring heavy loads. The nonshrink grout shall conform tothe following requirements: 1. ASTM C 1107, Grade C. 2. Resist attack by oil and water. 3. Have minimum initial setting time of approximately 1 hour at 70'F. 4. Have a minimum compressive strength in the fluid consistencyof 6500 psi at 28 days. 5. Shall not contain any chlorides or additives which may contribute to corrosion. 6. Shall be non-bleeding and non-segregating at a fluid consistency. 7. Provide total shrinkage compensation which provides a maximum bearing surface for the greatest overall support. 8. Free of gas-producing or gas-releasing agents. 2.03 WATER A. Water used for mixing the grout shall be potable. Structural Grout 036000-2/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.04 PEA GRAVEL A. Clean pea gravel conforming to ASTM C 33 coarse aggregate graded sot hat at least 90 percent passes a 3/8-inch sieve and 90 percent is retained by a No. 4 sieve. 2.05 MEMBRANE-FORMING CURINGCOMPOUND A. Conform to the requirements of Section 03 3100,Structural Concrete. 3.00 EXECUTION 3.01 PROCEDURES A. Installation methods and procedures shall conform to the printed instructions of the grout manufacturerand these specifications. Where there is conflict between these specifications and the printed instructions of the grout manufacturer,the printed instructions of the grout manufacturer shall take precedence. 3.02 PREPARATION A. Remove all defective concrete, laitance,dirt,oil,grease and other foreign material from concrete surfaces by bush-hammering,chipping or other similar means,until a sound, clean concrete surface is achieved. B. Lightly roughen the concrete, but not enough to interfere with the proper placement of grout. C. Remove foreign materials from all surfaces in contact with grout. D. Align, level and maintain final positioning of all components to be grouted. Coat shim with a thin film of grease orwax to facilitate removal. E. Provide relief holes to avoid trapping air beneath the base plate. F. Take special precautions during extreme weather conditions according to the manufacturer's written instructions. G. Saturate all concrete surfaces with clean waterfor the period of time specified by the manufacturer. Remove excess waterand leave none standing. H. Immediately before grouting,clea n any contaminated surfaces. 3.03 FORMWORK A. Build leakproof forms that are strong and securely anchored and shored to withstand grout pressures. Forms shall be built high enough to provide a "head" of grout where it is required to force grout into difficult locations. B. Provide enough clearance between the formwork and the area to be grouted to permit proper placement of grout. Structural Grout 036000-3/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.04 MIXES A. For less than a 4-inch clearance,or where size or shape of space makes grouting difficult, grout mix shall consist of grout material and water. B. For greater than 4-inch c lea ranceswherecoarse a ggregatewi I I not obstruct free passage oft he grout,the grout maybe extended by adding clean pea gravel if allowed or recommended by the grout manufacturer. Follow the manufacturer's recommendation for the maximum amount of pea gravel that maybe added. C. Usethe minimum amount of water necessaryto produce aflowable groutwithout causing either segregation or bleeding. 3.05 MIXING A. Mixing of nonshrink grout shall be in strict conformance to the recommendations of the grout manufacturer. B. Mix grout as close to the work area as possible and transport the mixture quickly and in a mannerthat does not permit segregation of materials. C. After the grout has been mixed, do not add more waterfor any reason. 3.06 PLACING A. Place nonshrink grouting material quickly and continuously by the most practical means permissible: pouring, pumping or under gravity pressure. Do not use either pneumatic- pressure or dry packing methods without written permission of the Engineer. B. Follow established concreting procedures observing precautions for hot and cold weather concreting. C. When practical,applygrout from one side only to avoid entrapping air. D. Final installation shall be thoroughly compacted a nd free from air pockets. To facilitate placement,a 1/2-to 1-inch chain or metal strap may be pulled back and forth under the equipment during grouting. Remove chain or strap before initial set takes place. E. Do not vibrate the placed grout mixture or allow it to be placed if the area is being vibrated by nearby equipment, except when approved by the grout manufacturer. F. Do not remove leveling shims for at least 48 hours after grout has been placed. After shims have been removed, fill voids with nonshrink grout. 3.07 CURING A. Cure grout for 3 days after placing by keeping wet and covering with curing paper, by coatingwith a concrete membrane-forming curing compound, or by other preapproved method. END OF SECTION Structural Grout 036000-4/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 03 60 50 BONDED CONCRETE TOPPING AND FILL 1.00 GENERAL 1.01 SECTION INCLUDES A. This section includes the requirements for the provisions of bonded concrete topping and fill forthe WhitecapWWTP Improvements structures. 1.02 SUBMITTALS A. Submit manufacturer's technical literature on bonding agent proposed for use by the Contractor. Includethe manufacturer's printed installation and/or application instructions. 2.00 PRODUCTS 2.01 MATERIAL A. Bonded Concrete Topping. Class H concrete as specified in Structural Concrete,Section 033100 B. Bonded Concrete. Class H concrete as specified in Structural Concrete,Section 03 3100 C. Latex Bonding Agent. Latex bonding agent shall be a non-reemulsifiable latex base liquid formulated for bonding wet concrete to hardened concrete. Bonding agent shall be suitable for use under continually submerged conditions. D. Epoxy Bonding Agent. Shall permanently bond fresh wet concrete to cured concrete and shall conform to ASTM C 881,Type II. Grade and class shall be as required for the project application. A field service representative of the manufacturer shall be available during initial application to instruct the Contractor in the proper use of the product when so requested by the Engineer or the Contractor. 3.00 EXECUTION 3.01 SURFACE PREPARATION A. Protectthe raked, base-slabfinish from contamination until the time of topping. Mechanically remove oil, grease,asphalt, paint,claystainsorother contaminants, leaving a clean surface. B. Prior to placement of the topping, thoroughly dampen the roughened slab surface and leave free ofstandingwater. Prepare bonding grout by mixing a pproxi mate ly one-pa rt cement and one part fine sand using a No. 30 mesh sieve. Mix to a consistencyof thick cream. Immediately before topping is placed,scrub a coat of bonding grout into the surface. Do not allow the grout to set or dry before the topping is placed. Bonded Concrete and Topping Fill 036050-1/2 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Asan alternate method of bonding the topping tot he bases lab,the Contractor may use a commercially prepared latex bonding agent used in strict accordance with the manufacturer's recommendations and instructions. 3.02 BONDED CONCRETETOPPING A. Shape, consolidate,check for trueness of surface and float finish as specified for "Finishing Slabs and Similar Flat Surfaces"in the Concrete Finishing, Section 03 34 50. B. Provide a bonded concrete topping where indicated on the drawings. 3.03 CONCRETE FILL A. Place concrete and shape to slopes indicated on the drawings. Surfaces of concrete fill shall be given a wood float finish. B. Provide concrete fill at all locations shown on the drawings. 3.05 CURING A. Curing of bonded concrete topping and fill shall conform to the requirements of the Cast-in-Place Concrete section. END OF SECTION Bonded Concrete and Topping Fill 036050-2/2 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 05 1200 STRUCTURAL STEEL FRAMING 1.00 GENERAL 1.01 SECTION INCLUDES This section includes the requirements for the provision of structural steel framing for the Whitecap WWTP Improvements. 1.02 SUBMITTALS A. Shop Drawings. Checked byfabricatorand Contractor before submission,indicating complete details and schedules for fabrication and shop assemblyof members and details,schedules, procedures and diagrams showing sequence of erection. B. Certifications. 1. Two copies of mill and manufacturer's test reports and certifications of conformance with specifications of all steel, bolts,welding material and paint. 2. Welder qualification records not over 1 year old for similarwork issued by a recognized testing laboratory. 1.03 QUALITY ASSURANCE Comply with applicable provisions of the following except as otherwise indicated: A. Al SC"Code of Standard Practice for Steel Buildings and Bridges"(modified in paragraph 4.2.1 by deletion of the following sentence:"This approval constitutes the Owner's acceptance of all responsibility for the design adequacy of any detail configuration of connections developed by the fabricatoras a part of his preparation of these shop drawings."). B. Qualification of Welding Work. Qualify welding processes and welding operators in accordance with AWS "Standard Qualification Procedure." C. Connections. Structural steel fabricatorshall be responsible for design of all structural steel connections not detailed on the construction documents. The design of all steel connections not shown on the drawings shall be performed under the direct supervision of a Professional Engineer licensed in the State of Texas,employed by the fabricator. 1.04 TESTING LABORATORY SERVICES A. Tests. Engineer may order observation and testing of shop welds a nd bolted work for conformance with specifications. Laboratory may also be ordered to make x-ray tests of completed welds. B. Nonconforming Work. Replace such work failing to conform to the above test or examination with new materials or repair,if possible,in a manner as approved by the Engineer at no additional cost to the Owner. Costs of retests or reexaminations on this Structural Steel Framing 051200-1/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E works ha I I be paid by the Contractor. Costs of testing laboratory services,except as noted herein, will be furnished under Section 00 72 00,General Conditions, Article 16. 1.05 DELIVERYAND STORAGE Schedule material and delivery so that items may be erected promptly afterarrival. If materials must be stored at the project site,theyshall be stored above ground on platforms,skids or other supports. Material stored at the site shall be kept free of dirt, mud, grease or oil. Protect stored material from corrosion. 2.00 PRODUCTS 2.01 MATERIALS A. W-Shapes: ASTM A 992,Grade 50. (galvanized) B. Channels and Angles:ASMT A 36. (galvanized) C. Plate and Bar:ASTM A 36. (galvanized) B. Structural Pipe. ASTM B221 6063-T6or 6061-T6aluminum alloy. (aluminum) C. Structural Steel Tube. ASTM A 500,Grade B. (galvanized) D. Bolts. ASTM F 593 or as specified on the drawings. Bolts in slip-critical connections (designated as Type SC) shall be installed with direct-tension load indicator washers or shall be LeJeuneTension Control High Strength Bolts. Bolt torque estimation by other methods is not acceptable. (stainless steel) E. Anchor Bolts. ASTM A 304. (stainless steel) F. Shrinkage Resistant Grout(SR-G). Corps of Engineers CRD-621-80, pre-mixed,factory packaged, nonmetallic aggregate mortargrouting compound, such as Euclid "High-Flow" nonshrink grout or Master Builders"Masterflow713,"or approved substitution. 2.02 FABRICATION A. Do not begin fabrication of structural steel until after shop drawings have been reviewed and accepted by the Engineer. Fabricate according to reviewed shop drawings, reference standards and these specifications unless shown otherwise. This specification shall govern when it is a conflict with the referenced standards. B. Connections. 1. Shop connections shall be bolted or welded, as shown on the drawings. 2. Field connections shall be bolted, as shown on the drawings. 3. Column base plates shall be shop welded tothe columns. 4. Design connections not otherwise detailed or noted for half the total uniform load capacitytabulated in the appropriate beam load tables,AISC"Manual of Steel Construction." Structural Steel Framing 051200-2/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Holes. Drill, punch, cut and tap steel as required for anchorage,connection, or accommodating the work of other trades asshown, specified,or otherwise directed by the Engineer. All holes,slots,etc.,and required reinforcing shall be shown on shop drawings. If any such holes,slots,etc.,are not shown on drawings,theyshall be immediately brought to the attention of the Engineerand members shall be reinforced if, and as directed by, the Engineer. Items with burn holes are considered defective and must be removed and replaced. D. Base Plates. Column to base plate connection shall be fillet welded all around. Size shall be AWS minimum for the thickness of materialsjoined (3/16 inch minimum) unless noted otherwise on the drawings. 2.03 WELDING A. Perform welding in accordance with the AWS D1.1. Use procedures such as preheat or interpass temperature as recommended by AWS. B. Welding process and procedures shall be the most suitable process for the connection as selected by the Contractor and approved by the Engineer. The Contractor's proposed welding process shall be shown on the shop drawings. C. All shop and field welding shall be performed by qualified welders who hold current welding certificates. D. Surfaces to be welded shall be free of loose scale,slag, rust,grease,paint and other foreign material. Mill scale which withstands vigorous wire brushing may remain. E. Joint surfaces shall be free of fins and tears caused by shearing.Wherever practicable, prepare edges by gas cutting using a mechanically guided torch. F. Protect electrodes from exposure to moisture and coating. G. If shop welding is done by automatic,submerged arc process,verifythat physical properties of deposited weld meta Iwill be similar to properties of the base metal. H. No welding shall be done when the temperature of the base metal is below 32 degrees F. I. The cover bead or finish pass must have a smooth,uniform surface with reinforcement of 1/16 to 1/8 inch. Surface voids, cracks in finish weldments,or undercutting of base metal at the fusion line is not acceptable. J. In all lapped or"tee"splices or other joints using intermittent fillet welds,the edges of faying surfaces shall be continuously seal welded in addition to the required strength weld. 2.04 ZI NC(HOTGALVANIZED)COATING A. All structural members or fabricated assemblies on this project are to be galvanized. Conform to applicable provisions of ASTM A 153,ASTM A 384 and ASTM A 385. Structural Steel Framing 051200-3/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. The Contractors ha I I safeguard against warpage and distortion during hot-dip galvanizing as specified in ASTM A 384. Any member or assembly that is warped or distorted shall be straightened. Any member or assembly that cannot be straightened shall be replaced at no additional cost to the Owner. C. Repair any area damaged during erection with "Galvweld"or approved substitution.All bolts,screws, nuts and washers shall be galvanized or stainless. 3.00 EXECUTION 3.01 INSTALLATION A. Furnish anchor bolts for installation under Section 03 3100. B. Temporary Shoring and Bracing. Provide temporary shoring and shoring members as required, with connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made. Provide guy lines to achieve proper alignment of the structure as erection proceeds. C. Setting Bases and Bearing Plates. 1. Clean concrete and masonry bea ring surfaces of bond-reducing materials and roughen to improve bond to surfaces. Clean the bottom surface of base a nd bearing plates. 2. Set loose and attached base plates and bearing plates for structural members on wedges,or other adjustable devices. Tighten anchor bolts after supported members have been positioned and plumbed. 3. Mix bedding mortar in strict accordance with the manufacturer's instructions. Pack bedding mortarsolidly between bearing surfaces and bases orplatesto ensure no voids remain. Finish exposed surfaces and allow tocure in strict compliance with manufacturer's instructions. D. Set structural frames accuratelytothe lines and elevations indicated. Align and adjust the various members forming a part of a complete frame or structure before permanently fastening. Adjust to compensate for discrepancies in elevations and alignment. Level and plumb individual members of the structure within specified AISC tolerances. E. Splice members only where shown or specified. F. Do not enlarge unfair holes in members by burning or by use of drift pins. Ream holes that must be enlarged to admit bolts. G. Do not use gas cutting torches in the field for correcting fabrication errors in structural framing. END OF SECTION Structural Steel Framing 051200-4/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 05 50 00 MISCELLANEOUS METALS 1.00 GENERAL 1.01 SECTION INCLUDES A. This section specifies requirements for furnishing and installing miscellaneous metal items. Included a re a II materia Is a nd parts necessa ryto properly complete each item, even though all materials and parts maynot be definitely shown or specified. B. Review drawings and other sections of the specifications for the extent of miscellaneous metalwork required. All metalwork not included under other sections of the specifications shall be furnished and installed underthis section. C. Furnish all bolts, anchors,sleeves and other devices to be built into construction for support of miscellaneous metal items. Where applicable, include placing instructions and templates to ensure proper installation. D. Pipe sleeves for mechanical and electrical work are to be provided under Division 15 - Mechanical and Division 16- Electrical. 1.02 RELATED WORK A. Testing Laboratory Services. Section 00 72 00, General Conditions,Article 16. B. Structural Grout. Section 03 60 00. C. Division 5-Metals. Coordinate the requirements of this section with all other sections of Division 5-Metals. D. High Performance Coatings. Section 09 96 00. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials(ASTM). 1. ASTM A 36/A 36M -Standard Specification for Structural Steel. 2. ASTM A 53 -Standard Specification for Pipe, Steel, Blackand Hot-Dipped, Zinc- Coated Welded and Seamless. 3. ASTM A 123 -Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products. 4. ASTM A 153 -Standard Specification for Zinc Coating(Hot-Dip) on Iron and Steel Hardware. 5. ASTM A 480/480M -Standard Specification for General Requirements for Flat- Rolled Stainless and Heat-Resisting Steel Plate,Sheet a nd Strip.ASTM A 193/A Miscellaneous Metals 05 50 00-1/12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 193M -Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials for High-Temperature Service. 6. ASTM A 283/A 283M -Standard Specification for Low and IntermediateTensile Strength Carbon Steel Plates. 7. ASTM A 307-Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 8. ASTM F 3125 - Standard Specification for High Strength Structural Bolts,Steel, and Alloy Steel, Heat Treated, 120 ksi and 150 ksi Minimum Tensile Strength. 9. ASTMA384-Standard Practice for Safeguarding Against Warpageand Distortion During Hot-Dip Galvanizing of Steel Assemblies. 10. ASTM A 480-Standard Specification for General Requirements for Flat-Rolled Stainless and Heat-ResistingSteel Plate,Sheet and Strip. 11. ASTM A 500-Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 12. ASTM A 653-Standard Specification for Steel Sheet,Zinc-Coated(Galvanized)or Zinc-Iron Alloy-Coated (Galvannealed)by the Hot-Dip Process. 13. ASTM A 780-Standard Practicefor Repairof Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings. 14. ASTM B 633 - Standard Specification for Elect rodeposited Coatings of Zinc on Iron and Steel. 15. ASTM E 488-Standard Test for Strength of Anchors in Concrete and Masonry Elements. B. American Welding Society(AWS). D1.1-Structural Welding Code-Steel. C. American Institute of Steel Construction(AISC). 1. Specification for Structural Steel for Building Allowable Stress Design(Ninth Edition). 2. Code of Standard Practice for Steel Buildings and Bridges. D. Steel Structures Painting Council (SSPC). E. SSPC SP3 -Power Tool Cleaning. F. SSPC SP6 -Commercial Blast Cleaning. G. SSPC SP10 - Near-White Blast Cleaning. Miscellaneous Metals 05 50 00-2/12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.04 SUBMITTALS Submit thefollowing information for review. Do not begin fabrication until aftersubmittals have been reviewed. A. Shop Drawings. 1. Submit shop drawings on all fabricated and cast items. Indicate thickness,type, grade,class andfinish of metal. Show construction details, reinforcement, anchorage interface relation with adjacent construction,and mark numbers. For members to be shop primed, show surface preparation and brand na me and manufacturer's number designation of primer proposed for use. 2. The use of reproductions of the contract drawings by any contractor, subcontractor,erector,fabricatoror material supplier in lieu of preparation of shop drawings signifies his acceptance of all information shown thereon as correct,and obligates himself to any job expense, real or implied, arising due to any errors that may occur thereon. In addition, all references to LAN,including professional seals, must be removed if reproductions of the contract drawings are used as shop drawings. B. Manufacturer's Product Data. Manufacturer's product data shall contain sufficient information to evaluate conformance to specifications and produce suitability for intended use. Submit test reports from accredited independent testing laboratories where specified. Submit manufacturer's product data for the following products: 1. Expansion Anchors. Certified pullout and shearcapacities shall be included in the submittal. 2. Standard cast products. C. Test Reportsfor Foreign Manufactured Material. When foreign manufactured material is proposed for use,the material shall be tested for conformance to ASTM requirements by a certified independent testing laboratory located in the United States. Certification from any other source is not acceptable. Furnish copies of the test reports for review. Do not begin fabrication until the material has been accepted. The cost of testing shall be borne by the supplier. D. Welding Procedure. Submit written description as required to illustrate each welding procedure for welds that are not prequalified per AWS D1.1,Structural Welding Code - Steel. 1.05 SUBSTITUTIONS Substitution of rolled sections,details or products is not permitted without prior writte n approval. If items shown or specified are not readily obtainable, permission to substitute for the specified item maybe requested by the Contractor. Substitutions maybe allowed on items of equal or superior properties which conform to design criteria. Miscellaneous Metals 05 50 00-3/12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.06 QUALIFICATION OFWELDERS Welding must be performed by certified welders. Steel welders must be qualified by procedures of AWS D1.1,Structural Welding Code -Steel, using procedures, materials and equipment of the type required for the work. 1.07 CODE REQUIREMENTS Design of steel fabrications shall conform to the requirements of AISC Specifications for Structural Steel for Building, Allowable Stress Design(Ninth Edition). 1.08 INSPECTION AND TESTING The materials and workmanship covered in this specification may be inspected by the Owner, theEnginee rortheOwner'sdes ignatedtest inglaboratory. The test i ng la boratory wi I I be employed and paid by the Owner as specified in Section 00 72 00, General Conditions,Article 16. Inspection may be performed in the mill, shop or field as deemed necessary. Inspection in no way relieves the Cont ra ctor from his responsibility to furnish satisfactory materials. The right to reject material at any time before final acceptance is reserved,if material and workmanship do not conform to drawings and specifications. 1.09 FIELD MEASUREMENTS Prior to fabrication,take necessaryfield measurements of previously installed construction so that work will fit properly. Members that do not fit properly must be replaced unless approval for their modification has been obtained from the Engineer. 1.10 DELIVERYAND STORAGE Schedule material delivery so that items may be erected promptly after arrival. If materials must be stored at the project site,theyshall be stored aboveground on platforms,skids or other supports. Material stored at the site shall be kept free of dirt, mud, grease oroil. Protect stored material from corrosion. 2.00 PRODUCTS 2.01 MATERIALS A. Carbon Steel Shapes, Plates and Bars.ASTM A 36(galvanized) B. Structural Pipe. ASTM B 221,6063-T6 or 6061-T6 aluminum alloy. (aluminum) C. Steel Tubing. Conform to ASTM A 500,Grade B. D. Stainless Steel. Where indicated on the drawings as"stainless steel," "stn.steel"or "SS," use stainless steel of the type shown. Where the type is not shown, use stainless steel Type 316 for nonwelded items and Type 316L for welded items. Stainless steel shall conform to the following requirements: 1. Plate,Sheet and Strip. ASTM A 480. 2. Ba rs a nd Sha pes. ASTMA276. Miscellaneous Metals 05 50 00-4/12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Finish shall conform to ASTM A 480 as follows: a. Sheet -No. 1 finish. b. Strip- No. 1 finish. C. Plate- hot-rolled and annealed or heat treated,and blast cleaned or pickled. E. Stainless Steel Bolts and Washers. Type 307,Grade A conforming to ASTM A 193 with suitable stainless steel nuts and washers. Use stainless steel bolts except where indicated otherwise on the drawings. F. Anchor Bolts. 1. Stainless steel anchor bolts shall be Type 316 conforming to ASTM A 193. Use stainless steel anchor bolts where shown on the drawings as"stainless steel," "stn.steel"or"SS." Provide stainless steel anchor bolts with suitable stainless steel nuts and oversize washers. 2. Provide anchor bolts for all equipment and machinery when anchor bolts are not furnished by the manufacturer. Anchor bolt type, size, length, projection, etc.,shall conform tothe requirements of the equipment and machinery manufacturer. 3. Provide templets toaccurately position the anchor bolts in the forms. G. Concrete Expansion Anchors. 1. Provide drilled-in concrete expansion anchors,which are externally threaded edge type expansion bolt anchors complete with washers and nuts. The anchors shall conform to Federal Specification FF-S-325, Group II,Type 4,Class 1 concrete expansion anchors. 2. Stainless Steel Expansion Anchors. Stainless steel expansion anchor components shall be made from AISI Type 316 stainless steel. Provide stainless steel expansion anchors except where indicated otherwise on the drawings. 3. The expansion anchors shall have minimum ultimate capacitywhen tested in accordance with ASTM E 488 in 4000 psi concrete as follows: a. Stainless Steel. Bolt Size 1" 3/4" 5/8" 1/2" Minimum Shear Strength* 28,000# 18,000# 12,500# 8,340# Minimum Pullout Strength 27,000# 14,500# 11,000# 8,000# Minimum Embedment 6" 4-3/4" 4" 3-1/2" *Shear plane through the anchor bolt shank. 4. Expansion anchors shall be installed in accordancewith the manufacturer's recommendations. Miscellaneous Metals 05 50 00-5/12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. A list of standard materials used in the manufacture of the anchor components, including designated material Is (AISI,ASTM,etc.),as well as pullout and shear vaIues attained from tests performed by a certified independent testing laboratory in accordance with ASTM E 488, shall be submitted tot he Engineer for review. The submittaIshaII also include the manufacturer's installation instructions. H. Aluminum Stair Treads.Stairtreadsshall beHID extruded plank type treads. Tread shall have cast an aluminum abrasive nosing for it's full length. Length and width of treads shall be as noted on the drawings. Stairtreads shall have mill finish, treads shall be bolted to the stairstringers with Type 316 stainless steel bolts. I. Abrasive Cast Aluminum Nosings. Nosings for concrete stairs shall be cast aluminum not less than 3 inches from front to back, not less than 5/16 inch thick and 6 inches shorter than the tread width. The top of the nosing shall have a hatched abrasive surface. The nosing shall have anchors on the underside. Place one anchor at each end and stagger intermediate anchors approximately 13 inches apart. No finish is required. Provide abrasive cast aluminum nosings for all concrete stairs and landings. J. Grout. Conform to the requirements of Section 03 60 00, Structural Grout. K. Paint for Shop Primer. 1. For steel exposed to the weather,use a primer suitable for use with the epoxy- polyurethane paint system as specified in Section 09 96 00, High Performance Coatings. 2. For all submerged steel,use a primer suitable for use with a coal-tarepoxy paint system as specified in Section 09 96 00, High Performance Coatings. L. Galvanizing Repair Coating. Hot-applied zinc-based solder conforming to the requirements of ASTM A 780. M. Dissimilar Metals. Provide dielectric isolation kits at all connections and contact points between dissimilar metals. 2.02 MISCELLANEOUS METAL ITEMS A. Miscellaneous metal items listed herein are typical for this section. Referto the drawings for additional items not listed herein. B. Miscellaneous Framing and Supports. 1. Provide miscellaneous steel framing and supports which are not a part of structural system and not shown on structural drawings. 2. Fabricate miscellaneous units to sizes,shapes and profiles shown or,if not shown,of required dimensions to receive adjacent other work to be retained by framing. Except as otherwise shown, fabricate from steel units to receive hardware and similar items. 3. Provide bolts,screws and other fastenings as required to connect steel to other materials. Miscellaneous Metals 05 50 00-6/12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Bollards. Provide galvanized steel pipe as sized on drawings,concrete filled with crowned cap. Provide field painted finish. 2.03 FABRICATION A. General Fabrication Requirements. 1. Verify all dimensions and take all field measurement necessarybefore fabrication. 2. Assembly. Where practical,fit and assemble items in the shop and deliver to the site ready for installation. 3. Use materials of the size and thicknesses shown or, if not shown, of the required size and thickness to produce adequate strength and durability in the finished product for the intended use. Work to the dimensions shown or in accordance with job measurements. Use type of materials shown or specified for the various components of the work. 4. Form exposed work true to line and level with accurate angles and surfaces and sharp,straight edges. Ease exposed edges toa radius of approximately 1/32 inch. Form bent metal corners to the smallest radius possible without causing grain separation or otherwise impairing the work. 5. Joints exposed to the weather shall be formed to exclude water. All joints shall be flush and smooth. 6. All shop connections shall be welded except where welding is not practical or unless shown otherwise on the drawings. Where screws or bolts cannot be avoided, conceal fasteners where possible or countersink heads,screw up tight and nick threads to prevent loosening. 7. Weld joints continuously except where skip welding is permitted as shown on the drawings. I n all lapped or"tee"splices or other joints where intermittent filler welds are allowed, the edges offaying surfaces shall be continuously seal welded in accordance with the required strength weld. Grind exposed welds smooth and flush to match and blend with adjoining surfaces. 8. Welding process and procedures shall be the most suitable process for the connection as selected by the Contractorand approved by the Engineer. The Contractor's propose welding process shall be shown on the shop drawings. All shop and field welding must be performed by qualified welders who hold current welding certificates. 9. Provide for anchorage of the type shown or as required,coordinated with the supporting structure. Fabricate and space anchoring devices as shown and as required to provide adequate support of the work. 10. Cut, reinforce,drill and tap miscellaneous metalwork as maybe required to receive other items of work. 11. Where possible,all cuts shall be cut or flame-cut with automatic guided equipment. Any edges requiring cutting with a handheld torch shall be ground neat,smooth and straight. Edges shall be ground free of sharp edges, burrs and weld splatters. All fits shall be accurate and neat. Miscellaneous Metals 05 50 00-7/12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 12. Re-entrant corners shall be free of notches or sharp corners. Provide a 1-inch radius unless noted otherwise on the drawings. 13. Bolt holes shall be punched and drilled, or sub-punched and reamed. If holes are flame-cut,they shall be burned undersize and reamed to correct size. B. Steel Fabrication. 1. Fabrication of steel items shall conform to AISC Code of Standard Practice for Steel Buildings and Bridges. 2. Welding shall conform to the requirements of AWS D1.1,Structural Welding Code -Steel. Welding not governed by the above shall be performed in accordance with best modern practice for strength and durability. 3. Construct steel frames for approved fire doors according tothe requirements of authority having jurisdiction for class of opening indicated or specified. Frames which bear Underwriter Laboratories'label for class of opening required will be basis of acceptance. Authorized construction details and requirements for approved fire door frames take precedence over project details or specifications,except where thicker gauges than those required for approval are specified. 4. Loose lintels shall have a minimum bearing of 8 inches on each end unless shown otherwise. All lintels shall be hot-dip galvanized. C. Stainless Steel Fabrication. Carbon steeltools or lifting devices shall not come in direct contactwith items being fabricated of stainless steel. Should carbon steel inadvertently come in contact with the stainless steel,the stainless steel must be cleaned of any embedded carbon steel particles. D. Aluminum Fabrication. 1. Fabrication of aluminum items shall conform to the Aluminum Association's "Specifications for Aluminum Structures." 2. Welding shall conform to the requirements of AWS D1.2,Structural Welding Code -Aluminum. Welding not governed by the above shall be performed in a ccorda nce wit h best mode rn pra ct ice for st re ngt h a nd du ra bi I ity. When possible,all welding shall be done in the shop. 3. All aluminum surfaces shall have a mill finish free from die markings,scratches, welding discolorations,or other surface blemishes. 4. Aluminum surfaces that will be in contact with concrete or steel shall be given a heavy coat of alkali-resistant bituminous paint, or other coating recommended by the manufacturer that will provide equivalent protection. The coating shall not be visible in the completed installation. 2.04 GALVANIZING A. All structural members or fabricated assemblies on this project areto be galvanized. Galvanize in accordance with ASTM A 123 or ASTM A 153 as applicable. Miscellaneous Metals 05 50 00-8/12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. The Contractors ha I I safeguard against warpage and distortion during hot-dip galvanizing as specified in ASTM A 384. Any member or assemblythat is warped or distorted must be straightened. Any member or assembly that cannot be straightened must be replaced at no additional cost to the Owner. 2.06 PROTECTIVE COATINGS FOR ALUMINUM GRATING SUPPORTS The top of steel support beams and seats for aluminum grating shal I be coated with a heavy coat of alkali-resistant bituminous paint or similar coating to prevent contact between the steel and the aluminum grating. 2.07 ALUMINUM FINISHES ClearAnodic Finish: 0.7-mil-thick AAMA 611,Class I. 3.00 EXECUTION 3.01 CONDITION OFSURFACES A. Prior to installation,inspect surfaces towhich miscellaneous metal items will be attached. If the condition of the surface is such that it will adverselyaffect installation, do not proceed with installation until corrective measures have been taken. B. Verify that aluminum surfaces that will be in contact with concrete or steel have been coated as specified. 3.02 INSTALLATION A. Accuratelyset work to established lines and elevations and securely fasten in accordance with approved shop drawings and provisions of this section. B. The Contractorshall be fully responsible for furnishing and installing any temporary braces,ties orshoring necessaryto hold secure and safe all items under the action of wind and erection loads imposed thereon until construction is completed. 3.03 WELDING A. Welding Steel. Conform to requirements of AWS D1.1,Structural Welding Code-Steel. B. Welding Aluminum. Conform to requirements of AWS D1.2,Structural Welding Code - Aluminum. 3.04 ERECTION OF STEEL ITEMS Erection of steel items must conform to AISC specification,Structural Steel for Buildings. Field- fabricated bolt holes, when required, shall be drilled; or as an alternate,they maybe flame-cut undersize and reamed to correct size. 3.05 CONCRETE STEP NOSI NGS Miscellaneous Metals 05 50 00-9/12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Set nosings level and straight and at proper height to finish flush with adjacent concrete surfaces. Nosing shall be centered on tread approximately 3 inches short of each end of the tread. Verify that nosings are firmly anchored in place with anchors attached to the underside. B. Clean all cement from the surface of the nosings. 3.06 GROUTING Grout for base plates,etc.,shall be as specified in Section 03 60 00, Structural Grout. 3.07 COATING REPAIRS Thoroughly clean field welds,abrasions,and damaged or defective areas of shop-primed or galvanized surfaces. A. Painted Surfaces. Prepare the surface as previously specified for shop painting. After the surface is prepared,apply a heavy coat of matching shop paint. B. Galvanized Surfaces. Prepare the damaged surface and apply a minimum of 2 mils of the specified galvanized repaircoating in conformance with the requirements of ASTM A780. Where the repair coating manufacturer's recommendations are more stringent than ASTM A 780,the manufacturer's recommendations shall be followed. 3.08 FIELD PAINTING Field painting shall conform to the following. Where practical,final coats maybe applied in the shop. A. Steel Exposed to Weather. Epoxy-polyurethane paint system as specified in Section 09 96 00,High Performance Coatings. B. All Submerged Carbon Steel. Coal-tar paint system as specified in Section 09 96 00, High Performance Coatings. C. Galvanized Surfaces. Galvanized surfaces to be painted shall receive an epoxy- polyurethane coating system as specified in Section 09 96 00, High Performance Coatings. 3.09 PROTECTION OF ERECTED MISCELLANEOUS METAL ITEMS A. After erection,the miscellaneous metal items must be protected to prevent damage prior to final acceptance of the project. All items shall be free from scratches, nicks, gouges,dents,concrete splatter, paint splatter orotherforeign material. Material damaged in a manner that will affect durability, strength or appearance which cannot be repaired to the satisfaction of the Engineer must be replaced without additional cost to the Owner. B. Stainless steel items shall be cleaned of all rust spots caused by carbon steel embedded particles where carbon steel items have come in contact with the stainless steel. All Miscellaneous Metals 05 50 00-10/12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E carbon steel embedded particles shall be removed to prevent further rusts pots from forming. END OF SECTION Miscellaneous Metals 05 50 00-11/12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Miscellaneous Metals 05 50 00-12/12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 05 5100 PREFABRICATED STAIRS AND ACCESS PLATFORMS 1.00 GENERAL 1.01 SECTION INCLUDES A. This section includes the requirements for the provision of premanufactured stairs and access platforms for the Whitecap WWTP Improvements. All stairs and access platforms for this project shall be premanufactured,subject to the requirements of this section. B. The stairs at the Grit Removal Area shall be aluminum. C. The access platform and stairat the Solids Handling Building may be aluminum or FRP, at Contractor's option. 1.02 RELATED WORK A. Structural Steel Framing. Section 05 12 00. B. Aluminum Handrail and Railing. Section 05 52 00. C. Miscellaneous Metals. Section 05 50 00 D. Glass Fiber Reinforced Plastic Grating. Section 06 63 20. 1.03 DESIGN REQUIREMENTS A. Stairs and access platforms shall comply with SBC,OSHA,and NFPA 101 Life Safety code. B. Stairsandaccess platforms shallconformto"Industrial Occupancy"—unaccessableto the public, unless otherwise indicated on the Drawings. C. Stairs and access platform systems shall be designed and fabricated to support the following loads: 1. Dead load consisting of the self-weight of all materials. 2. Live load of 100 psf and a concentrated load of 300 Ib at any location, not concurrent. 3. Wind load per ASCE 7-10 as show on the Structural General Notes sheet. 4. Flood loads shall be neglected. (See section 1.03.E,Stairs are intended to be sacrificial in a flood event) D. Stair and access platform systems shall bedesigned and fabricatedto limit the deflections and drift as follows: Metal Stairs 055100-1/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Beam and Stringer Deflection: not to exceed L/240 or 1/4 inch, whichever is less. 2. Tread and Grating Deflection: not to exceed L/240 or 1/4 inch, whichever is less. 3. Column Drift: not to exceed H/240 or 3/4 inch, whichever is less. E. Minimum tread width: 12"with 1" overlap at toe,unless noted otherwise on the Drawings. F. Minimum grating depth: 11/2" or as needed to meet deflection requirements. G. Slope of stair: per OSHA requirements. H. Stairs are intended to be sacrificial in a flood event. Stair system must be free standing with a I"gap between the stair and top of platform/structure. Stairs are not to be anchored directly to the platform/structures I. Miscellaneous Foundations shall be designed for an allowable bearing pressure of 1000 psf unless noted otherwise on the drawings. 1.03 SUBMITTALS A. Product Data:Submit manufacturer's product data and installation instructions. B. Member sizes and thickness,anchorage location and anchorage items. C. Furnish setting diagrams for anchorage installation as required. D. Submit shop drawings for fabrication and erection of stairs showing dimensioned layouts and details and indicating design loads and deflections. B. Submit certification,signed by a professional engineer licensed in the State of Texas, that the design complies with the requirements of this specification and is in accordance with accepted engineering practices. 1.04 QUALITY ASSURANCE A. Comply with the provisions of the following codes,standards and specifications,except as otherwise shown or specified. 1. AISC,"Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings,"including the "Commentary"on the AISC Specifications. 2. AISI,"Specification for the Design of Cold-Formed Steel Structural Members." 3. AWS, "Code for Welding in Building Construction." B. Qualify welding processes and welding operators in accordance with AWS "Standard Qualification Procedure." Metal Stairs 055100-2/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. FRP items shall be provided under this Section shall be furnished only by manufacturers having a minimum often (10)years experience in the design and manufacture of similar products and systems.Additionally,if requested,a record of at least five (5) previous, separate,similar successful installations in the last five (5) years shall be provided. 1. Manufacturer shall offer a3 year limited warrantyon all FRP products against defects in materials and workmanship D. Comply with applicable safety requirements of OSHA and applicable local building codes plus the Texas Accessibility Standards(TAS),Article 9102 of Vernon'sTexas Civil Statutes. 2.00 PRODUCTS 2.01 MANUFACTURER Premanufactured stairs such as those by Anderson Industries,Sharon,etc., shall be used, subject to the requirements of this section. 2.02 MATERIALS A. Aluminum 1. Aluminum bars, plates, rods,and shapes for aluminum stairs and walkways shall be ASTM B221,Alloy 6061-T6 unless otherwise shown or specified. 2. Aluminum Pipe shall be ASTM B 429,6063-T6 or 6061-T6 aluminum alloy. 3. Stair treads shall be aluminum grating treads with 1-inch by 3/16-inch bearing bars on 1-3/16-inch centers and crossbarson4-inch centers. Wearing surface of bearing bars and crossbars shall be plain. The stairtread shall have an abrasive nosing for its full length. The length and width of the treads shall be as shown on the drawings. The stairtreads shall be bolted to the stairstringers. 4. Aluminum Handrail and Guardrail shall comply with Specification Section 05521 —Aluminum Handrailand Railing B. Welding Electrodes. 1. Use4043filler materialfor aluminum. 2. Use type E308 electrode where the base material is 304 stainless steel and type E309 where the base metal is type 310 stainless steel orwhere stainless steel is welded to carbon steel. C. FRP 1. Fiberglass members shall be manufactured from premium grade,fire-retardant, thermosetting resin reinforced with fiberglass and constructed to provide complete wetting of the fiberglass by the resin. Metal Stairs 055100-3/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Fiberglass members shall be resistant tot he effects of sunlight and its ultraviolet radiation, rot,fungi, bacterial growth and adverse effects of acids,alkalies and resident ialand industrial waste. 3. Fiberglass members shall have a Class 1 flame spread rating(tunnel test)of 25 or less per ASTM E 84 and shall meet self-extinguishing requirements of ASTM D 635. 4. Components shall be smooth and uniform without evidence of fiber orientation irregularities,interlaminar voids, porosity, resin-rich or resin-starved areas. Color shall be gray. D. Anchor Bolts and Fasteners 1. Fasteners shall be Type 316 stainless steel conforming to ASTM A193,Grade BBM. 2. Concrete Anchors shall be Type 316 stainless steel conforming to ASTM F 593. Provide stainless steel anchors with suitable stainless steel nuts a nd oversize washers. D. Standard Nuts and Bolts. ASTMA307, Grade A, regular hex head. (stainless steel) E. FRP Grating 1. Comply with Specification 06 63 20—Glass Fiber Reinforced Plastic Grating. 2.03 FABRICATION-GENERAL A. Use materials of the required size and thicknessto produce adequate strength and durability in the finished product for the intended use. Work to the dimensions shown or in accordance with job measurements. Use type of materials shown or specified for the various components of the work. B. Form exposed work true to line and level,with accurate angles and surfaces and sharp straightedges. Ease exposed edges toa radius of approximately 1/32 inch. Form bent metal corners to the smallest radius possible without causing grain separation or otherwise impairing the work. C. Weld corners and seams continuously and in accordance with the AWS code. Grind exposed welds smooth and flush to match and blend with adjoining surfaces. D. Form exposed connections with hairline joints which are flush and smooth,using concealed fasteners wherever possible. E. Provide for anchorage coordinated with the supporting structure. Fabricate and space anchoring devices as required to provide adequate support of the work. F. Cut, reinforce,drill and tap miscellaneous metalwork as may be required to receive other items of work. Metal Stairs 055100-4/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E G. Provide treads, handrail,and guard railing of corresponding material(either FRP or Aluminum). 2.04 ALUM IN UM STAIR TREADS A. Aluminum stair treads shall be the same pattern and alloy as the aluminum walkway grating. B. Aluminum stairtreads shall be a minimum of 1-1/2 inch thick, unless otherwise noted on the drawings. C. Aluminum stairtreads shall have a 1-1/4 inch wide abrasive nosing. 2.05 FIBERGLASSSTAIR TREADS A. Fiberglass stairtreads shall be the same pattern and grade as the Fiberglass walkway grating. B. Fiberglass stairtreads shall be a minimum of 1-1/2 inch thick, unless otherwise noted on the drawings. C. Fiberglass stairtreads shall have a 1-1/4 inch wide abrasive nosing. 3.00 EXECUTION 3.01 INSTALLATION A. Takefield measurements priorto preparation of shop drawings. B. Install stair components in accordance with manufacturer's recommendations, approved submittals,and in proper relationship with adjacent construction. C. Erect stairwork to line, plumb, square and true with runs registering level with finished floor and platform levels. D. Perform all cutting,drilling and installation of stair systems. Fit exposed connections togetherto form tight hairline joints. Weld connections which are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Grind joints smooth and touch-up shop finish. E. Do not weld, cut or abrade the surfaces of units which have been hot-dip galvanized after fabrication and are intended for bolted, fitted connections. F. Stairs shall be braced as required to resist sidesway, buckling and deflection. Metal Stairs 055100-5/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.03 PREVENTION OF ELECTOLYSIS A. Aluminum in contact with dissimilar metals shall be separated with 1/8"thick layer of neoprene backing pad of full abutting area. B. Install corrosion barriers between aluminum and concrete. 3.04 MISCELLANEOUS FOUNDATIONS All foundations for miscellaneous steel stair columns shall be 5'-0"x 5'-0"x 1'-6"deep reinforced with#5 rebarat 12-inch maximum spacing,top and bottom, placed with 3 inches clearfrom bottom of concrete,unless otherwise noted or required. END OF SECTION Metal Stairs 055100-6/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 05 52 00 ALUMINUM HANDRAIL AND RAILING 1.00 GENERAL 1.01 SECTION INCLUDES A. This section includes the requirementsfor the provision of aluminum handrail and railing forthe Whitecap WWTP Improvements. 1.02 DESIGN CRITERIA A. Spacing of vertical post shall not exceed 4 feet center to center. Provide the number of intermediate rails as shown on the drawings. B. Adequate provisions shall be made for the thermal expansion and contraction of the railing. Provide expansion joints at intervals of not more than 40 feet on centerand where the railing crosses expansionjoints in the structure. C. Railing shall be designed in accordance with the Aluminum Association's"Specifications for Aluminum Structures,Construction Manual Series 1." D. The handrail and railing shall meet or exceed all applicable OSHA requirements, local building code requirements and the requirements of this specification. The most stringent requirements shall control. E. The railing and handrail shall withstand a force of 200 pounds applied at any location in any direction without permanent deformation. The anchorage shall have a minimum load capacityof 400 pounds at failure. For railing posts,the load shall be applied at the top rail. Test results from an independent testing laboratorywill be required. 1.03 SUBMITTALS A. Shop Drawings. Show handrail and railing layout, mark numbers,connection and anchorage details,expansionjoint details, material type,thickness and finish, and the dimensions and shape of each component. Indicate method for protection of aluminum at contact points with concrete or steel. Shop drawings shall also include details of safetygates. Reproduction of design drawings for use as shop drawings will not be allowed. B. Manufacturer's Product Data. Submit manufacturer's technical information on the handrail and railing system proposed for use by the Contractor. The data shall contain sufficient information to evaluate conformance to the specifications and suitability for the intended use. C. Test Data. Submit test data from a certified independent laboratory showing that the handrail and railing system meets OSHA's standard load requirements and any additional load and deflection requirements as specified herein. D. Sample. Furnish full-size sample of handrail including typical intermediate post,corner post and accessories. Aluminum Handrail and Railing 055200-1/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.04 FIELD MEASUREMENTS Prior to fabrication,take necessaryfield measurements of previously installed construction so that work will fit properly. Members that do not fit properly must be replaced unless written approval for their modification has been obtained from the Engineer. 1.05 PRODUCT DELIVERY AND STORAGE A. Each handrail and railing section shall be tagged with a weatherproof tag showing section mark number corresponding with reviewed shop drawings. B. Protect handrail and railing during shipping and storage to prevent finish scratches, nicks,gouges or dents. Material damaged in a manner that will affect durability, strength orappearance and which cannot be repaired to the satisfaction of the Engineer shall be replaced without additional cost to the Owner. 2.00 PRODUCTS 2.01 MATERIALS A. Rails. 1-1/2-inch-round nominal diameter,Schedule 40 pipe extruded from 6063-T6 or 6061-T6 aluminum alloy conforming to ASTM B 221. The outside diameterof the pipe shall be about 11/2 inches. B. Posts. 2-inch round nominal diameter pipe conforming to the same requirements as the rails;or,as an alternate,the posts may be fabricatedfrom extruded recta ngulartubes of the same material as specified for the rails. C. Fittings. 6063-T6or 6061-T6 aluminum alloy. Tee-fittings and elbows which are fabricatedfrom more than one piece shall be of welded construction with no weld marksvisible when fittings are installed. D. Mechanical Fasteners. Type 316 stainless steel. E. Bolts. Bolts for bolted connections to steel support members shall be AISI Type 316 stainless steel conforming to ASTM A 193. F. Anchor Bolts. Expansion anchors shall be AISI Type 316 stainless steel conforming to ASTM A 193. G. Mounting Plates and Brackets. Railing system manufacturer's standard aluminum plates and brackets. Railing mounted on top of concrete shall have a four-bolt connection as detailed on the drawings. H. Toeboards. Where indicated on the drawings, provide 1/4-inch-thick by 4-inch-wide extruded aluminum toeboards with stiffener rib as detailed on the drawings. As an alternate,toeboards may be 4-inch aluminum channels. Securely fasten toeboard in place with no more than 1/4-inch clearance above floor level. I. Safety Gates. Construct ofthe same size pipe as the railing. The gate shall have a minimum gate swing of 90 degrees. Gates shall be equipped with a self-closing latch Aluminum Handrail and Railing 055200-2/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E and gate stop. The gate and latch shall be capable of resisting a 200-pound load as required by OSHA. J. Nonshrink Grout. Conform to the requirements of Section 03 60 00,Structural Grout. 2.02 FINISHES A. Exposed aluminum surfaces shall have a 0.7-mil-thick clear anodized Architectural Class I coating conforming to the Aluminum Association designation M43C22A41. B. Aluminum surfaces that will be in contact with concrete or steel shall be given a heavy coat of alkali-resistant bituminous paint, or other coating recommended by the manufacturer that will provide equivalent protection. The coating shall not be visible in the completed installation. C. The Owner reserves the right to have production samples of finishes tested for compliance with minimum requirements by the following methods: 1. Coating weight-ASTM B 137. 2. Coating thickness-ASTM B244. 3. Sealing-ASTM B 136. 4. Coating resistance to abrasion-ASTM D658. 2.03 FABRICATION A. Perform work in accordance with approved shop drawings as modified for actual field measurements. B. Posts shall be single unspliced lengths of pipe. Where possible,an unspliced length of top rail shall be attached toa minimum of three posts. C. Provide toeboards at locations where required as shown on the drawings. D. Joints at tees and crosses shall be formed with flush fittings;or,when fittings are not used,the end of the pipe shall be notched to fit the contour of the pipe to which it is joined. E. All miters,joints,splices and saw cuts must be accurate lyjoined. Cuts must be straight and free of any burrs or nicks. Mitercuts must be smoothed afterjoining. All joints and connections must be tight and flush. F. Provide internal line-up members atjoints and splices. Countersinkfasteners to provide a continuous smooth flush surface. Expansion joints and splices shall be located within 12 inches of a post. As an alternate,the internal line-up members may be attached with epoxy adhesive. Fasten only one end at expansion joints. Fasten both ends at splice joints. G. All holes for field fastening shall be factory predrilled. Aluminum Handrail and Railing 055200-3/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E H. Form elbow bends and wall returns to uniform radius,free from buckles and twists with smooth finish surfaces. Flush fittings with full welded connections may be used for elbow bends and wall returns. Welds shall be ground smooth. I. Close ends of pipe with 3/16-inch welded plate or prefabricated fittings. J. All welding shall be done in the shop. Weld marks must not be visible in the completed installation. Field welding will not be permitted. Welding shall conform to AWS D1.2. K. Form and assemblejoints which will be exposed to weathersoas to exclude water. L. For exterior installations provide drain holes as recommended by the railing manufacturer. M. When posts are set in concrete,furnish 6-inch-long aluminum sleeves with closure plate tackwelded to the bottom of the sleeve. The inside diameterof the sleeves shall be a minimum of 2-1/2-inch diameterto leave room for nonshrink grout. N. All work shall be free from blemishes or defects of any type which can affect durability, strength or appearance. 3.00 EXECUTION 3.01 ERECTION TOLERANCES A. Set posts plumb and aligned to within 1/8 inch. B. Set rails horizontal to within 1/8 inch in 12 feet. On stairs,set rails parallelto rake of steps within 1/8 inch in 12 feet. 3.02 ERECTION Prior to erection,verify that aluminum surfaces that will be in contact with concrete or steel have received the protective coating specified in 2.213. A. Embedded Railing Posts. If sleeves for anchoring of posts were not cast into the concrete,drill holes into the concrete with a minimum diameter of 1 inch larger than the outside dia meter of the post and a minimum of 6 inches deep. Clean all dust and foreign matterfrom the sleeve or drilled hole. After setting and plumbing the post,fill the annular space around the post with nonshrink grout. Slope grout awayfrom post. B. Base Plate Mounted Railing Post on Concrete. Anchor base plates to concrete with stainless steel expansion anchors. Anchor size,spacing and minimum embedment of expansion anchors shall be as detailed. Install expansion anchors in accordance with manufacturer's instructions. Provide aluminum shims under base plate as required for alignment. C. Bracket-Mounted Railing Post to Side of Concrete. Support side-mounted railing with aluminum brackets. Secure brackets towall with stainless steel expansion anchors. Fasten railing to bracket with stainless steel machine screws. Aluminum Handrail and Railing 055200-4/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Railing Mounted on Steel. Bolt railing posts to steel support members as detailed with stainless steel bolts. Provide aluminum shims as required for alignment. E. Removable Railing. Install removable railing as detailed at locations shown on the drawings. Removable railing shall not wobble in its supports. 3.03 PROTECTION AND CLEANING A. After erection, protectthe handrail and railingfrom damage prior to final acceptance of the project. All handrails and railing shall be freefrom scratches, nicks,gouges,dents, concrete splatter, paint splatterorother foreign material. Material damaged in a manner that will affect durability, strength orappearance and which cannot be replaced to the satisfaction ofthe Engineer shall be replaced without additional cost to the Owner. B. Prior to final acceptance,the handrail and railing shall be cleaned as recommended by the manufacturer. END OF SECTION Aluminum Handrail and Railing 055200-5/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Aluminum Handrail and Railing 055200-6/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 06 63 20 GLASS FIBER REINFORCED PLASTIC GRATING 1.00 GENERAL 1.01 SECTION INCLUDES A. This section includes the requirements for the provision of materials,fabrication and erection of fiberglass reinforced plastic(FRP)grating,including necessary accessories required for a complete installation as shown or specified for the Whitecap WWTP Improvements. 1.02 SUBMITTALS Do not begin fabrication until aftersubmittals have been approved. Submit the following for review. B. Manufacturer's Product Data. Submit manufacturer's product data on the grating proposed for use. The data shall contain sufficient information, including tables,to evaluate conformance to these specifications and suitability for the intended use. C. Shop Drawings. Drawings shall indicate thickness and spacing of bars,top surface treatment,color, hold-down clip, side clips,and the manufacturer's name and grating type. Show fabrication details, piece mark numbers and piece locations. Reproduction of design drawings for use as shop drawings will not be allowed. 1.02 PRODUCT DELIVERYAND STORAGE A. Tag eachgrating sectionwith a removable weatherprooftag showing piece mark number corresponding with reviewed shop drawings. B. Grating shall be protected during shipping and storage to prevent finish scratches,nicks, gouges or dents. Damaged material shall be replaced without additional cost to the Owner. 1.03 QUALITY ASSURANCE A. All items to be provided under this Section shall be furnished only by manufacturers having a minimum of ten (10)years experience in the design and manufacture of similar products and systems.Additionally,if requested,a record of at least five (5) previous, separate,similar successful installations in the last five (5) years shall be provided. B. Manufacturer shall offer a3 year limited warrantyon all FRP products against defects in materials and workmanship. 1.04 PRODUCT DELIVERY AND STORAGE A. Tag each grating section with a removable weatherproof tag showing piece mark number corresponding with reviewed shop drawings. Glass Fiber Reinforced Plastic Grating 066320-1/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Gratings ha I I be protected during shipping and storage to prevent finish scratches,nicks, gouges or dents. Damaged mate ria Is ha I I be replaced without add itiona I cost tot he Owner. 2.00 PRODUCTS 2.01 MANUFACTURER Acceptable manufacturers include Fibergrate Composite Structures"Safe-T-Span" and Strongwell"DuraDek." 2.02 MATERIALS A. Grating. 1. Grating shall be 2-inch deep fiberglass reinforced plastic grating unless noted otherwise. All gratingshall be of the sametypeand pattern. Gratingshall be capable of supporting a uniform live load of 100 psf or a concentrated load of 300 plf for a maximum span as shown on the drawings. Maximum deflection under live load shall be span length/240 but not to exceed 0.25 inches. 2. Fiberglass grating shall be manufactured from premium grade,fire-retardant, thermosetting resin reinforced with fiberglass and constructed to provide complete wetting of the fiberglass by the resin. 3. Grating shall consist of straight parallelbearingI-barsplacededgewiseand joined by solid crossbars on minimum 6-inch centers. The crossbars shall be epoxy bonded or equivalent at each bearing bar intersection. 4. Grating shall be resistant tothe effects of sunlight and its ultraviolet radiation, rot,fungi, bacterial growth and adverse effects of acids,alkalies and residential and industrial waste. 5. Grating shall have a Class 1 flame spread rating(tunnel test)of 25 or less per ASTM E 84 and shall meet self-extinguishing requirements of ASTM D 635. 6. Components shall be smooth and uniform without evidence of fiber orientation irregularities,interlaminar voids, porosity, resin-rich or resin-starved areas. Color shall be gray. 7. The walking surface of the grating shall be nonskid. B. Clips and Bolts. Provide type 316 stainless steel saddle type clip hold-down fasteners and side panel clips with stainless steel bolts orstuds. Self-drilling screws maybe substituted for bolts or studs. Provide a minimum of two hold-down clips on each end of each piece of grating. Forgrating continuous over intermediate supports, provide a minimum of two hold-down clips at each intermediate support. 2.03 FABRICATION A. Prior to fabrication,take field measurements of previously installed construction so that work will fit properly. Members that do not fit properly shall be replaced unless written approval for their modification has been obtained from the Engineer. Glass Fiber Reinforced Plastic Grating 066320-2/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Form grating into sections of sizes indicated or as necessary for proper access and handling. Unless otherwise shown on the drawings,all panels shall be removable and shall not exceed 100 pounds in weight. Maximum width shall be 36 inches; maximum length shall be three spans. Provide for a maximum of 1/4-inch spacing between adjacent sections. C. Grating shall span in the direction of the short span unless indicated otherwise. D. Provide accuratelycut openings in gratings to suit penetration of piping, equipment and other items of work. Where possible,grating shall be laid out so that openings are centered on a joint between adjacent sections of grating. Cutouts with dimensions of 4 inches or less may be made in the field. E. Cuts shall be clean and smooth without fins, beads or other projections. Crossbars shall be cut off flush with the outside face of the bearing bar. F. All cuts or sanded surfaces shall be liberally coated with resin containing air-inhibiting additives. G. Banding of supported ends of grating will not be required; however, banding will be required at cutouts greaterthan 6 inches. H. Where shown on the drawings, provide 1/4 x 5-inch toe plates attached to the grating. Toe plates shall be attached to each bearing bar and crossbar. I. Provide abrasive nosing at edges of grating which form the top tread of stairs. 3.00 EXECUTION 3.01 INSTALLATION A. Install in accordance with reviewed shop drawings. Grating shall fit on seats and support beams without binding or rocking. Fasten grating with hold-down clips as specified and detailed. Where required, sides of adjacent panels shall be tied together, with removable clips,to prevent differential deflections between adjacent panels. B. InstallationTole rances. Crossbarsand bearing bars of adjacent panels shall align. After installation,there shall be no more than 1/4-inch clearance between panels. All bearing bars shall be parallel. 3.02 PROTECTION After installation,the grating shall be protected as necessaryto prevent damage during completion of the contract. Damaged material shall be replaced without additional cost to the Owner. END OF SECTION Glass Fiber Reinforced Plastic Grating 066320-3/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFTBLANK Glass Fiber Reinforced Plastic Grating 066320-4/4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 09 96 00 HIGH PERFORMANCE COATINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials,equipment and incidentals necessaryto apply protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of coatings. B. Protective coatings shall be applied to the following surfaces: 1. Metal surfaces located outside of buildings and other structures anywhere on the project site. 2. Structural steel located in the following areas:Bar Screen Area, Influent Pump Station,Grit Removal System,Clarifiers,Secondary Sludge Pump Station, Aerated Digester,Solids Handling Building and miscellaneous other improvement areas. 3. New piping, except PVC and Stainless Steel 4. For concrete surfaces not covered by this specification section, referto Section 03 34 50,Concrete Finishing. 5. Wet Well of the influent Pump Station 6. Influent and Effluent channels of the Grit Removal System 7. Launder of Secondary Clarifier No. 2 C. Special applications for painting include the following: 1. Aluminum surfaces in contact with or embedded in concrete shall be treated in accordancewith Section 03 25 00, Concrete Joints and Embedded Items. 2. Buried pipe and valves shall receive a shop applied protective coating as described in the appropriate section of the specifications. D. Contain,treat,and dispose of any dust,spray,drainage,or spillage resulting from coating operations. It shall be the Contractor's responsibility to determine if the materials to be disposed of are classified as hazardous waste. Disposed of waste, hazardous or otherwise, shall be in accordancewith applicable regulations.The Contractor shall be awareof and understandthe regulations concerning disposal of wastegenerated bycoating operations. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers. Productswhich meetthe specifications manufactured by the following companies will be acceptable: 1. Tnemec Company, Inc. 2. Carboline 3. Ameron International Performance Coatings and Finishes Group 4. The Sherwin-Williams Company 5. International Paint, LLC High Performance Coatings 09 96 00-1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6. ICI Devoe High Performance Coatings 7. Plasite Protective Coatings B. Applicator's Qualifications 1. Applicators shall be certified for the installation of the coating materials and qualified in this line of work and have a minimum of five (5) years'experience in the application of the protective coatings of the types specified herein. Submit the certification by the manufacturer and a list of recent projects and names of references for those projects. C. Product Quality 1. Use only the coatings specified in this section. Use only those thinners and solvents recommended by the manufacturer,only in the amounts necessaryto produce the manufacturer's recommended spreading rate,and in amounts not exceeding the maximum quantities stated in the manufacturer's literature. 2. The coating material shall not show excessive settling in a freshly opened full can and shall be easily redispersed with a paddle to a smooth, homogeneous state. It shall show no curdling, livering, caking,or color separation and shall be free of lumps or skim surfaces. D. Testing. Protective coatings shall be applied under quality control procedures,which includes inspection of surface preparation and for each coat. Do not proceed with the next step until the Engineer has approved the previous step.The Contractor shall be solely responsible for testing for this section,at no further cost to the Owner.The Engineershall also make such tests if it is considered necessary.Cooperate with the Engineer, providing equipment, scaffolds,and other equipment as requested by the Engineer. E. Testing Equipment. Furnish the testing apparatus necessary for testing coatings,including the following: 1. One (1) set of U.S. Department of Commerce thickness calibration plates,certified by the National Bureau of Standards,to test dryfilm thickness. 2. Five (5)wet-film thickness gauges.Give one (1)to Owner's representative. Each painter shall keep one (1)to test paint as it is applied. 3. One (1) dry film thickness gauge, Mikrotest III,0-40 mils with calibration standard approved by the Bureau of Standards. 4. One (1) Bacharach Sling Psychrometer, Model 12-7011. 5. Tinker and Rasor Model M-1 Holiday Detector and recommended wetting agent. 6. One (1) set of SSPC-VIS 1-89 Visual Standards for Abrasive Blast Cleaned Steel. F. Testing Reports.Submit an inspection report for each coating applied on the project.The testing report shall be completed on a form furnished by the Engineer and shall bear the signature of the Contractorand the Owner's Representative. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 01—Submittal Register and shall include: High Performance Coatings 099600-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Manufacturer's product data sheet for each paint type, including surface preparation requirements, recommended spreading rates,application procedures, recommended primers,and other instructions. 2. Color charts of each paint type. 1.04 STANDARDS A. The applicable provisions of thefollowing standards shall apply as if written here in their entirety: ANSI American National Standards Institute, 25West43rd Street,New York, NY 10036 NACE National Association of Corrosion Engineers, 1440 South Creek Drive, Houston, TX 77084-4906 OSHA Occupational Safety and Health Administration, U.S.,Department of Labor,200 Constitution Avenue, NW, Washington DC 20210 SSPC The Society for Protective Coatings,40 24th Street, 6th Floor, Pittsburgh, PA 15222-4656 In the event of a conflict betweenthe published standards,codes,andthis specification, the more stringent requirement shall govern. 1.05 DELIVERYAND STORAGE A. Deliver coating products to the site in original unopened containers,with manufacturer's label and batch number attached. Do not apply products until the Owner'sfield representative has approved the product for use. B. Use one (1) location at each site for the storage of coating products. Protect the floor from spills and other damage. Protect the products from extreme heat or cold. Keep containers covered. Keep the storage rooms clean of trash and debris. Dispose of oily or used rags daily. Under no circumstances shall they be allowed to accumulate.Take precautions to prevent fires.The storage of flammable liquids shall comply with the City,State,or other fire codes. 1.06 JOBCONDITIONS A. It is desired that the paint products be furnished by as few manufacturers as possible to meet the requirements of the specifications.Coating products of the same type shall be supplied by the same manufacturer. Do not mix products from different sources. Apply finish coats in the field. The Owner shall select colors. B. Primers factory-applied to equipment shall be those specified.Where possible, notify manufacturers which shop prime coats will be required in order to be compatible with field- applied finish coats.Where equipment is purchased which has the manufacturer's standard primer or a factory finish which is other than as specified in this section, remove the factory-applied paint system or apply passivators orother special coatings as required to make the surface compatible with the finish coat specified. C. Do not apply any coating to machinery, piping, or other surfaces before testing has been completed and systems approved. Any damage to coatings resulting from subsequent High Performance Coatings 099600-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E corrective procedures shall be stripped back to bare metal and repainted with the appropriate paint system as directed by the Engineer. D. Surfaces which will be inaccessible after installation shall be coated prior to installation or shall be coated and approved in stages as the work is installed. E. The Engineershall approve surfaces for application of coatings at each stage.Any material that is coated prior tothe Engineer's approval shall be stripped back to bear metal and repainted. F. At least one (1)week shall be allowed for drying of finished surfaces before any machinery can be placed into service. G. Do not apply coating over nameplates or other identification plaques. Masksuch plates and keep protected. Remove tape and polish nameplates after painting is complete. H. Environmental Conditions 1. Do not apply coatings under conditions that are unsuitable for the production of good results. Remove trash and debris from enclosed buildings or structures and thoroughly clean prior to application of coatings. Do not begin application of coatings in areas where othertrades areworking, or where construction activities result in airborne dust or other debris. Do not apply coatings in conditions which do not conform to the recommendations of the coatings manufacturer. 2. Coatings shall only be applied when conditions fall within the parameters listed in the manufacturer's printed data. 3. Do not apply any coatings when weather conditions are unfavorable. In the event that climatic conditions are not conducive for best results, postpone application of coatings until conditions conform to the manufacturer's recommendations and the provisions of this specification. Do not apply coatingsto a wet or damp surface in wet or damp weather conditions, or when there is dust in the air.Surfaces exposed to direct sunlight shall be shaded by awnings or other protective devices while coatings are being applied. When necessary, provide temporary heating devices of a type that produces no fumes which will discolor the paint system. 4. Apply coatings tosurfaces which will be under water consta ntlyor which periodically will be underwaterduring operation of the project in accordance with requirements for submerged structures toa point 1'-0" above the maximum water level. Maskthe line of demarcation between the coating systems toa straight level line. I. Working Conditions 1. Provide adequate lighting at any location that coatings are being applied or testing is performed. Illumination shall be of sufficient intensity to achieve good results. Provide explosion-proof lighting when required. 2. Temporary ladders and scaffolds shall conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding during testing procedures. High Performance Coatings 099600-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.07 GUARANTEES A. Protective coating shall be guaranteed for a period of two(2)years from the date of the Owner's acceptance oft he projector the standard man ufactu re is gua ra ntee if great er tha n two yea rs. B. A wa rra nty ins pection shall be conducted in the eleventh month following completion of painting and coatings.Any defective work discovered at this date shall be corrected by the Contractor in accordance with the specifications at no additional cost to the Owner.Other corrective measures maybe required during the two(2) yea rwarranty period. 2.00 PRODUCTS 2.01 MATERIALS Materials shall be the manufacturer's top of line quality products,as listed herein. Products used on this project shall be as indicated below. Primers and finish coats shall be manufactured by the same manufacturer. Coatings shall be from the same batch. Products shall be as follows: TYPEA ALKYD-PHENOLIC UNIVERSAL PRIMER Tnemec Series 1 Purple Prime Sherwin-Williams Kern Kromik Universal International Paint,LLC Interlac573 ICI Devoe Devguarc14165 Carboline Rustbond 8HB Ameron Amercoat 185HS TYPE B EPDXY-POLYAMIDE PRIMER Tnemec Series 66 Sherwin-Williams Copoxy Primer International Paint,LLC Intergard 251; Intergard 269for valves and gates, submerged structural steel and misc. metals,and submerged piping ICI Devoe Devran 201 Carboline 893 Ameron Amerlock 400/2 TYPEC ALKYD ENAMEL Tnemec Series 23 Enduratone Sherwin-Williams DTM Alkyd Enamel International Paint,LLC Interlac 665 ICI Devoe Devguard4308 Carboline DTM58 Ameron Amercoat 5450 TYPE D EPDXY-POLYAMIDE COATINGS Tnemec Series 66 Sherwin-Williams Macropoxy 646 Epoxy International Paint,LLC Intergurd475HS; Interseal 670HSfor valves and gates, PVC pipe and conduit, submerged structural High Performance Coatings 099600-5 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E steel and misc. metals,and submerged piping ICI Devoe Devran 224 HS Carboline 890 Ameron Amercoat 395FD TYPE E EPDXY-POLYAMI DE COATINGS FOR POTABLE WATER Tnemec Series N140 Pota-Pox Plus Sherwin-Williams Tank Clad Epoxy International Paint,LLC Interline 850 or I ntersea I 670HS(NSF colors) ICI Devoe Bar-Rust 233H Carboline 891 Ameron Amerlock 400/2 TYPE F EPDXY-POLYAMI DE COATINGS FOR WALKING SURFACES Tnemec Series 66 Hi-Build Epoxoline Sherwin-Williams Tile Clad HS International Paint,LLC I ntersea I 670H S ICI Devoe Devoe AST 250 Non-Skid Carboline 890 Ameron Amerlock 400/2 w/886 Non-Skid Additive TYPE HIGH BUILDACRYLIC POLYURETHANE ENAMEL Tnemec Series 73 Endura-Shield Sherwin-Williams Hi-Solids Polyurethane International Paint,LLc Interthane870HS ICI Devoe Devthane359 Carboline 133HB Ameron Amercoat 450H TYPE H ALIPHATIC POLYURETHANE ENAMEL Tnemec Series 1074 Endura-Shield II Sherwin-Williams Hi-Solids Polyurethane International Paint,LLC Interthane990HS ICI Devoe Devt ha ne 379UVA Carboline 134 HS Ameron Amercoat 450H TYPEI MODIFIED ACRYLICCOATINGS Tnemec Series 29 Tuferyl Sherwin-Williams DTM Acrylic ICI Devoe Devflex 4206 Ameron Amercoat 220 Carboline 3359 International Paint,LLC Intercryl520 TYPEJ SILICONE ALUMINUM COATINGS FOR HIGH TEMPERATURE High Performance Coatings 099600-6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Tnemec Series 39 Silicon Aluminum Sherwin-Williams Silver Brite Aluminum 1359S8 International Paint,LLC Intertherm 50 ICI Devoe Devoe HT-12 Ameron Amercoat 878 Ca rbol i ne 4674 TYPE K EPDXY CONCRETE COATING Tnemec Series 46H-413 H i-Build Tneme-Ta r Sherwin-Williams TarGuard Epoxy International Paint,LLC Interzone 954 ICI Devoe Devtar247 Ameron Amercoat 78H B Coa I Ta r Epoxy TYPEL EPDXY CONCRETECOATING -HFS Tnemec Series 434/435 Perma-Shield System 2.02 COLOR SELECTI ON A. The color chart shall include the complete available range of colors,including tints and shades. The Owner shall select the colors. B. Use a multi-color system coating for any surface receiving more than one (1) coat. Each coat shall be tinted differently from the preceding coat in a manner that will allow the various coats to be easily distinguished.Colors shall generally be from light to dark shades, but the Contractor may have the option to select tint shades to insure coats will receive adequate coverage without bleeding or otherwise showing through the preceding coat. C. Piping and equipment shall be color-coded in accordance with the requirements of the Texas Commission on Environmental Quality (TCEQ). 2.03 TYPE M - EPDXY LINING A. All interior concrete surfaces of the Wet Well of the Influent Pump Station, Influent and Effluent channels of the Grit Removal System,and Launder of Secondary Clarifier No 2 shall be coated as required in this specification. 1. Topcoat Material:Coating shall be RAVEN 405 manufactured by RAVEN LINING SYSTEMS, Neopoxy NPR-5303,or an approved equal meeting the following requirements: a. Provide a high build epoxy coating that is 100 percent solids epoxy formulated with high physical strengths and abroad range of chemical resistance. Manufactures shall have single manufactured products for underlayment of cements and epoxy top coat to insure material compatibility. b. The epoxy coating must be suitable for overhead,vertical and horizontal surfaces, and capable of being spray applied, brush or rolled at a specified thickness over 120 mils in a single application. High Performance Coatings 099600-7 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E c. The epoxy coating must provide a permanent impermeable, high strength, monolithic lining for concrete structures that is resistant tosulfuric acid corrosion, abrasion and impact resistant. d. Performance Testing:the proposed alternate epoxy coating must be certified to meet or exceed a temperature resistance of 200'F and the following ASTM specifications: Acid Resistant Calcium Aluminate Cement Flexural Strength ASTM C496 >1650 psi Compressive Strength ASTM C109 >9200 psi @ 28 days Tensile Strength ASTM C293 >685 psi Shrinkage @ 90% R.H. ASTM C596 0% Bond ASTM C882 >4000 psi Freeze/Thaw ASTM C666 100 Cycles, no visible damage Densityof Wet Mix 129-139 lbs/cubic feet Applied Density 135pfc+o- 5 100 Percent Solids Epoxy Flexural Strength ASTM D790 13,000 psi Compressive Strength,Yield ASTM D695 18,000 psi Tensile Strength ASTM D638 7,600 psi Tensile Ultimate Elongation ASTM D638 1.5 Hardness,Shore D ASTM D2583 88 Impact, IZOD ASTM D256 3.8gms/sq.m. per 24hrs Water Vapor Transmission ASTM D1653, Method B <112 mg loss Taber Abrasion,CS17 Wheel ASTM D4060 Substrate Failure Adhesion ASTM D4541 13,000 psi 3.00 EXECUTION 3.01 PREPARATION A. Thoroughly clean surfaces before applying coating.Where field cleaning is required, apply one (1) coat of shop primer to the surface to protect the surface until field cleaning is performed. B. Each surface shall have a primer, except in the instance where field cleaning is required and the manufacturer's printed literature states that the coating may be applied without a primer and approval of the Engineer is obtained.Shop-applied primer shall be thoroughly cleaned of oil, grease,and other contaminants,and nicks or other defects shall be spot- primed before subsequent coats are applied. C. Thoroughly clean surfacesthat are blasted of abrasive material and apply coatingto surfaces before any corrosion occurs on the surface.Apply coatings no laterthan the same day they are blasted. In the event that surfaces are not coated immediately aftercleaning, and rust reforms on the blasted surfaces, re-blast surfaces. Remove abrasives used in the blasting operations, rust,scale,and other foreign materials accumulating from the High Performance Coatings 099600-8 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E cleaning operations from the site. Sweep abrasive blasted surfaces clean after blasting is complete. D. The adequacy of the preparation of surfaces shall be determined by comparing the surface with SSPC-Vis-1 "Pictorial Surface Preparation Standards for Painting Steel Surfaces". Prepare surfaces in accordance with the following requirements: 1. TYPE SP1 NEAR WHITE BLASTING:Surfaces shall receive one (1)coat of sacrificial rust inhibitive shop primer to protect the surfaces until time for cleaning and preparation of surfaces at the project site. Metal surfaces shall be cleaned to a "Near White"condition by abrasive blasting in accordance with SSPC SP10"Neal-White Blast Cleaning",using 16 to 35 mesh grit.Take precautions to prevent gouging and channeling of metal.The resulting surface profile shall be in accordance with the coating manufacturer's recommendations. Protect soft metal parts,gears orother parts of the equipment that maybe damaged by the cleaning processor by the introduction of grit or dust. Replace any oils or lubricants that are contaminated by the cleaning process. 2. TYPESPIA: Equipment that contains mechanical parts that would be damaged by field cleaning maybe factory-blasted toa "Neal-White" condition by abrasive blasting before the equipment is assembled.Apply a single coat of primer that is compatible with the next coat to the surface and allow to thoroughly cure before assembly or shipping.This type of surface preparation may only be performed on the sensitive components.All other components will be prepared in accorda nce with Type SP1 Near White Blasting. 3. TYPESP2 COMMERCIAL BLAST CLEANING:Thoroughly clean metal surfaces of mill scale, rust,and other foreign matter by abrasive blasting to gray metal in accordance with SSPC-SP6 "Commercial Blast Cleaning". Perform abrasive blasting aftererection, unless otherwise approved by the Engineer. 4. TYPE SP3 CONCRETE SURFACES:Thoroughlycure concrete surfaces prior to application of coatings.Allow a minimum of 30 days curing time to elapse before coatings are applied. Concrete surfaces which are scheduled to receive coatings shall be dry and shall be prepared by light abrasive blasting in accordance with SSPC-SP7 "Brush Blast Cleaning". Blasting shall be sufficient to remove dirt,dust,efflorescence,oil, grease, stains,and other foreign matterand shall provide adequate surface roughening for good adhesion. 5. TYPE SP4 SHOP PREPARATION OF METAL SURFACES: Exterior metal surfaces, except those specified for field preparation, may be shop cleaned by blasting to a gray metal finish in accordance with SSPC-SP-6 "Commercial Blast Cleaning",as described above. The blasted surface shall be primed immediately as scheduled. 6. TYPE SPS FIELD PREPARATION OFSHOP PRIMED SURFACES:Slag and weld metal accumulations and splatters not removed by the fabricatorshall be removed in the field by chipping or grinding. Sharp edges shall be peened,ground or otherwise blunted. Areas adjacent to welds or any area where shop primer has been damaged shall be thoroughly cleaned in accordancewith SSPC SP2 "Hand Tool Cleaning" preparation and reprimed. In order to prevent injury to surrounding painted surfaces,blast cleaning may require the use of a lower air pressure,a shorter blast distance to the surface,and shielding and masking. If damage is too extensive or uneconomical to touch-up, the entire item shall be recleaned and coated in accordancewith the provisions of these specifications.Welds and irregular surfaces shall receive a field coat of the specified primer prior to the application of thefirst field coat. High Performance Coatings 099600-9 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.02 APPLICATION A. Surface preparation and application of coatings shaII be in accordance with applicable standards of the Society for Protective Coatings(SSPC) and the manufacturer's recommendations. Do not apply the prime coat until the Owner's field representative is notified and approval is obtained for the surface preparation.Coatings ha I I be applied by skilled workmen and shall be brushed out or sprayed evenly, without runs,crazing,sags,or other blemishes. Apply coating by brush or spray as noted in the specifications. B. Apply the first coat to the surface,including cutting in around edges, before the second coat is applied. The second coat and any successive coats shall not to be applied before notifying the Owner's field representative and obtaining approval. Each coat shall be tested before the successive coat is applied. C. Each coat shall be thoroughly dry before application of the successive coat.The full drying time recommended by the manufacturer shall be allowed. Sand enamel between coats. D. Protect adjacent materials from damage,including over sprayor spillage. Provide drop cloths or other protective tarps to cover floors,equipment or other adjacent materials. 3.03 PIPE PAI NTI NG A. Paint piping exposed or occasionally exposed to the atmosphere in any location in the plant. Paint shall be of the appropriate type for the pipe material as specified. B. Exposed plastic(PVC& CPVC)Pipe 1. Surface Preparation: Hand sand to roughen pipe surface. Clean as per SSPC-SP1 Solvent Clean with a suitable solvent to remove all inked numbers and provide a surface profile. 2. Coating System: First Coat:Tnemec Series 66 Hi-Build Epoxoline, International I ntersea I 670HS,or approved equal applied at 3.0 to 4.0 dry mils. Second Coat:Tnemec Series 73 Endura-Shield, International I nterthane 990HS or approved equal applied at 2.0 to 3.0 dry mils. C. Paint color shall be as follows: Pipe System Description Color Sludge Brown Gas Red Potable Water Blue Non-potable Water Pink Chlorine Yellow Sewage Gray Compressed Air Green Heating Water Blue w/6" Red Band spaced 30" apart Power Conduit Orange High Performance Coatings 09 96 00-10 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.04 FIELD QUALITY CONTROL A. Field Tests. Make wet-film tests during painting operations to assure proper thicknesses of coating are being applied. After each coat has been applied, test the paint film thickness with a non-destructive, magnetic type thickness gauge.The total dry-film thickness for each coatshall not be lessthan 75%of the amount specified. Ifthe thickness is lessthan 75%,apply additional coats until the total specified thickness is obtained. The total thickness afterthe final coat has been applied shall be 100%of the thickness specified, minimum. Apply additional coats until the specified thickness is reached or exceeded. B. Holiday Testing.Test the entire surface of coated submerged metal structures with a holiday detector. For thickness between 10 and 20 Mils(250 to 500 microns) a non-sudsing type wetting agent,as recommended by the holiday detector manufacturer shall be added to the water prior to wetting the detector sponge. Markand repair pinholes in accordance with the manufacturer's printed instructions,then retest pinholes. No pinholes or other irregularities shall be permitted in the final coats.Areas containing holidays shall receive additional coats until tests indicate no holidays. 3.05 CLEAN AND ADJUST A. Promptly remove trash and debris resulting from painting operation from the site. Remove drop cloths, masking tapes and other protective coverings. Remove paint spills,splatters, overlap of paint from adjacent material and other defects.Spot paint nicks and other defects. B. Remove paint containers and waste products.Thoroughly clean paint storage rooms, removing spilled paint from walls and floors. 3.06 SCHEDULES A. Protective coatings shall be applied in accordance with the following paint schedule: High Performance Coatings 09 96 00-11 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID:F42F1504-D745-48D0-B600-48A37A78953E PROTECTIVE COATINGS PAINT SCHEDULE SPEC PREPN VEHICLE NO.OF PRODUCT- DFT NO. 0. SURFACE DESCRIPTION APPLICATION TYPE SHEEN COATS TYPE (MILS) SS-1 SP2 or Structural Steel Brush or Spray Alkyd Gloss 1 TYPEA 2.0 SP4 EXTERIOR AND INTERIOR Pheonolic 2 TYPEC 3.0 3 TYPE 3.0 Total Dry Film Thickness 8.0 mils SS-2 SP2 or Equipment,Pumps,Motors,Valves and Piping Brush or Spray Arcylic Gloss 1 TYPE B 2.0 SP4 INTERIOR AND EXTERIOR Polyurethane 2 TYPE D 4.0 3 TYPEG 3.0 Total Dry Film Thickness 9.0 mils SS-3 SP2 or Structural Steel and Miscellaneous Metals Brush or Spray Acrylic Gloss 1 TYPE B 2.0 SP4 ABOVEWATER SURFACES Polyurethane 2 TYPED 5.0 3 TYPEG 3.0 Total Dry Film Thickness 10.0 mils SS-4 SP1 Structural Steel and Miscellaneous Metals Brush or Spray Epoxy Gloss 1 TYPE B 2.0 SUBMERGED Polyamide 2 TYPED 5.0 3 TYPED 5.0 Total Dry FilmThickness 12.0 mils SS-5 SP1 Piping Brush or Spray Epoxy Gloss 1TYPE B 2.0 SUBMERGED Polyamide 2 TYPED 5.0 3 TYPED 5.0 Total Dry Film Thickness 12.0 mils SS-6 SP1A Valves and Gates Brush or Spray Epoxy Gloss 1 TYPE B 2.0 Polyamide 2 TYPED 5.0 3 TYPED 5.0 Total Dry Film Thickness 12.0 mils SS-7 SP1 Water Storage Tanks Brush or Spray Epoxy Gloss 1TYPEE 6.0 SUBMERGED OR ABOVE WATER Polyamide 2 TYPE E 6.0 Total Dry Film Thickness 12.0 mils SS-8 SP2 Water Storage Tanks Brush or Spray Epoxy Gloss 1 TYPE B 2.0 EXTERIOR Polyamide 2 TYPD D 5.0 Polyurethane 3 TYPE H 2.5 Total Dry Film Thickness 9.5 mils SS-9 SP3 Concrete Floor Surfaces of Chemical Storage Area Brush or Spray Epoxy Gloss 1 TYPE 5.0 mils INTERIOR Polyamide Total Dry Film Thickness 5.0 mils High Performance Coatings 09 96 00-12 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID:F42F1504-D745-48D0-B600-48A37A78953E SPEC PREPN VEHICLE PRODUCT DFT NO. O. SURFACE DESCRIPTION APPLICATION TYPE SHEEN NO. OF COATS TYPE (MILS) SS-10 SP3 Concrete Surfacesasfollows: Brush or Spray 100%Solids Text. 1 TYPE 120 INTERIOR Epoxy (per manufacturer's 1.Walls,beams,and slabs on interiorsurfaces of recommendations) Headworks Facility 2.Walls,beams,and slabs on interiorsurfaces of Plant Lift Station SS-11 SP1 High Temperature Surfaces Brush Silicone Alum. 1 TYPEJ 1.5 2 TYPEJ 1.5 Total Dry Film Thickness 3.0 mils SS-12 SP4 Electrical Equipment Brush Alkyd Gloss 1 TYPEA 2.0 EXTERIOR Enamel 2 TYPEC 3.0 3 TYPEC 3.0 Total Dry Film Thickness SS-13 * PVC Pipe and Conduit EXTERIOR AND INTERIOR Total Dry Film Thickness SS-14 SP3 Concrete surfacesasfollows: Brush or Spray Epoxy 1 TYPE 5.0 2 TYPE L 25.0 Total Dry Film Thickness 30.0 mils *See Paragraph 3.038 or 3.048 END OF SECTION High Performance Coatings 09 96 00-13 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID:F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLYLEFTBLANK High Performance Coatings 09 96 00-14 Whitecap W WTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 11 28 10 WEIRS, BAFFLES, AND LAUNDERS 1.00 GENERAL 1.01 SECTION INCLUDES A. This section includes the requirements for the provision of all supervision, labor, materials, tools,equipment,and incidentals to furnish and install all weirs, baffles,troughs,and related items as shown on the plans and described herein. 1.02 QUALITY ASSURANCE A. Qualifications. Manufacturerof fiberglass reinforced fiberglass(FRP) products shall have a minimum of 5 years'experience in the production of similar items. Following are acceptable manufacturers of FRP products: 1. NEFCO. 2. Glass-Steel, Inc. 3. Fiberglass Fabricators 4. Warminster Fiberglass Company. 5. Leopold. 6. MFG Construction&Water Products 7. Or approved substitution. 1.03 EQUIPMENT WARRANTY A. The manufacturer of the equipment shall warrant for one year from date of acceptance, that the equipment will be free from defects in design, material,and workmanship. 2.00 PRODUCTS 2.01 WEIR AND BAFFLES A. All weir plates, baffle plates, butt plates, and related components shall be fiberglass reinforced polyester plastic (FRP) manufactured in accordance with Product Standard PS 15-69 Custom Contact-Molded Reinforced Polyester Chemical-Resistant Process Equipment, latest revision of the National Bureau of Standard, United States Department of Commerce. Ultraviolet absorbers shall be added to the resin to prevent deterioration from sunlight. They shall also be protected by a UV coating of UV-stabilized polyurethane-based paint. B. Each weir, baffle, and splice plate shall be molded by the matched die method to produce uniform, smooth surfaces. All surfaces shall be smooth, resin rich,free ofvoids and porosity, without dry spots, crazes or unreinforced areas and shall provide for increased corrosion resistance and weathering. C. The manufacturer shall maintain a continuous quality control program and shall furnish the Owner's Representative with certified test reports consisting of physical tests of samples as listed below and otherwise as required to show quality of material. D. Hardness tests shall be made with the resin-rich surface of the product. Flexural tests shall be made with the resin-rich surface in compression. Test samples shall be full thickness of the item produced and shall not be machined on the surface. Manufacturer shall furnish test results tothe Owner's Representative. Weirs and Baffles 112810- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. The procedures to be used in determining the FRP properties listed in the following tables shall be in accordance with the following ASTM standards: Ultimate Tensile Strength-ASTM Designation D 638; Flexural Strength -ASTM Designation 790; Modulus of Elasticity-ASTM Designation D 790; Impact-ASTM Designation D 256;Water Absorption-ASTM Designation D 570. F. Minimum physical properties at a temperature of 75 F for the plastic shall be as follows: Description Value Ultimate Tensile Strength 7,500 psi Flexural Strength 16,000 psi Flexural Modulus of Elasticity 800,000 psi Impact, Notches, Izod foot pound per inch 10.0 Barcol Hardness, minimum 35 Average Coefficient of Therma I Expansion-inch per inch, per degree F 16 x 106 Water Absorption, percent 24 hours 0.20 G. Each weir plate, baffle plate, and splice plate shall be laminated to 3/8-inch thick minimum and molded tothe sizes and shapes as shown in the drawings and described herein. Oversize holes shall be provided on the plastic laminate for vertical and horizontal adjustment. Cut ends of non-standard lengths or weirs shall be properly sealed. H. All anchor bolts, nuts and washers shall be type 316 stainless steel designed and constructed in accordance with ASTM A276. I. All caulking compound shall be an acrylic polymer or a two-part sealant equal or exceeding Federal Specification TT-S-227B. 2.02 COMPONENTS A. Secondary Clarifier Weirs. 1. Provide 12-inch deep weir plate for each circular clarifier (4 total); fabricate in lengths to suit the basins. Lengths shall not exceed 12 feet. 2. Weirs to be 90-degree V-notch type, 2-1/2 inches deep, spaced on 6-inch centers. 3. Provide oversize mounting holes for vertical and horizontal adjustment. Mounting holes shall be provided at 24-inch maximum centers for circular basin walls. 4. End of weir plates shall be secured with butt plates arranged to allow for horizontal expansion. 5. With a non-standard length of mounting hole configuration, the machined or cut face shall be resinsealed. 6. Final weir plate adjustment shall be performed by the Contractor after installation of troughs. Weir plates shall be adjusted to compensate for designed upwa rd deflection and to bring weir plates to correct crest elevation. Design deflection shall be L/1000 between supports. B. Secondary C la rifier Baffles. Weirs and Baffles 112810-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Scum Baffles a. Provide 15-inch deep baffle plates for each circular clarifier (4 total);fabricate in lengths to suit the basins. Lengths shall not exceed 12 feet. b. Provide plates with mounting holes on approximate ly48-inch centers to attach to support brackets. C. Provide FRP support brackets with molded gussets on each side that allow for at least 1-inch vertical and horizontal adjustment. Provide necessaryjoint plates and butt plates. d. With a non-standard length configuration, the machined or cut face shall be resin sea led. 2. Stamford Baffles a. Provide Stamford Baffles for density current redirection for each circula r clarifier (2 total). C. Secondary Clarifier Launders 1. Provide 2.5-foot wide launders that are 2-feet deep. The wall thickness shall be a minimum of 3/8-inch. D. Grit Chamber Effluent Weirs 1. Provide 12-inch deep weir plates for each grit chamber effluent (2 total); fabricate in lengths to achieve total length of 14 feet per unit. 2. Provide mounting to allow for at least 6-inch vertical and horizontal adjustment. Provide necessaryjoint plates and butt plates. 3. End of weir plates shall be secured with butt plates arranged to allow for horizontal expansion,except in the cases where a single weir length achieves the complete span. 4. With a non-standard length of mounting hole configuration, the machined or cut face shall be resinsealed. 5. Final weir plate adjustment shall be performed by the Contractor.Weir plates shall be adjusted to compensate for designed upward deflection and to bring weir plates to correct crest elevation. Design deflection shall be L/1000 between supports. E. Aeration Basin Baffle Wall 1. Provide prefabricated baffle wall according to the drawings. F. Aeration Basin Effluent Weirs 1. Provide 15-inch deep, 12-foot long weir plates for each B-Stage Aeration Basin train (3 total);fabricate in lengths if necessary. 2. Provide mounting to allow for at least 1-inch vertical and horizontal adjustment. Provide necessaryjoint plates and butt plates. 3. End of weir plates shall be secured with butt plates arranged to allow for horizontal expansion,except in the cases where a single weir length achieves the complete span. 4. With a non-standard length of mounting hole configuration, the machined or cut face shall be resinsealed. Weirs and Baffles 112810-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. Final weir plate adjustment shall be performed by the Contractor.Weir plates shall be adjusted to compensate for designed upward deflection and to bring weir plates to correct crest elevation. Design deflection shall be L/1000 between supports. G. Clarifier Splitter Weirs 1. Provide 15-inch deep, 8-foot long weir platesfor each B-Stage Clarifier Splitter effluent (4 total);fabricate in lengths if necessary. 2. Provide oversize mounting holes for vertical and horizontal adjustment. Mounting holes shall be provided at 12-inch centers for flat mounting surfaces. 3. End of weir plates shall be secured with butt plates arranged to allow for horizontal expansion,except in the cases where a single weir length achieves the complete span. 4. With a non-standard length of mounting hole configuration, the machined or cut face shall be resinsealed. 5. Final weir plate adjustmentshall be performed by the Contractor.Weir platesshall be adjusted to compensate for designed upward deflection and to bring weir plates to correct crest elevation. Design deflection shall be L/1000 between supports. H. Filter Chamber Influent Weirs 1. Provide 12-inch deep weir plates for each filter chamber influent; fabricate into lengths to achieve total length of 25 feet. 2. Provide mounting to allow for at least 1-inch vertical and horizontal adjustment. Provide necessaryjoint plates and butt plates. 3. End of weir plates shall be secured with butt plates arranged to allow for horizontal expansion,except in the cases where a single weir length achieves the complete span. 4. With a non-standard length of mounting hole configuration, the machined or cut face shall be resinsealed. 5. Final weir plate adjustment shall be performed by the Contractor.Weir plates shall be adjusted to compensate for designed upward deflection and to bring weir plates to correct crest elevation. Design deflection shall be L/1000 between supports. I. Final Effluent Flow Measurement Weirs 1. Provide 15-inch deep,8-foot long weir plate for final effluent flow measurement;do not fabricate in lengths 2. Provide mounting to allow for at least 1-inch vertical and horizontal adjustment. Provide necessaryjoint plates and butt plates. 3. Provide with wall-mounted angle irons. 4. With a non-standard length of mounting hole configuration, the machined or cut face shall be resinsealed. 5. Final weir plate adjustment shall be performed by the Contractor.Weir plates shall be adjusted to compensate for designed upward deflection and to bring weir plates to correct crest elevation. Design deflection shall be L/1000 between supports. 3.00 EXECUTION Weirs and Baffles 112810-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.01 INSTALLATION A. The weirs and splice plates shall be installed in full accordance with the manufacturer's recommendation, by mechanics skilled in the installation of this type of work and under the supervision of the manufacturer's representative. B. Field adjust weirs toelevations shown on the plans. Caulking compound shall be used at the top and bottom contact points of each surface of the weirs and face of concrete to completely prevent flow of liquid between these contact surfaces. C. Level tolerance is zero and is to be accomplished by filling the tank with water and leveling the weir tothe watersurface. D. All weirs shall be installed in accordancewith Contract Documents. END OF SECTION Weirs and Baffles 112810-5 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 131210 PRE-ENGINEERED METAL BUILDINGS 1.00 GENERAL 1.01 SUMMARY This section defines requirements for material,design,construction,and erection for the canopy system at the Bar Screen Building structure. A. SECTION INCLUDES: 1. Structural steelframing. 2. Metal roof panels 1.02 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. 1.03 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 3100"Structural 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. 1.04 ACTION SUBMITTALS A. Product Data: For each type of metal building system component. 1. Metal roof panels B. Shop D rawi ngs: I nd icate com pone nts by ot he rs. I nc I ude fu I I 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:Showcomplete fabrication of primary and secondaryframing; include provisions for openings. Indicatewelds and bolted connections,distinguishing between shop and field applications. Include transverse cross-sections. Pre-Engineered Metal Buildings 13 12 10-1 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Metal Roof Panel Layout Drawings:Show layouts of panels including methods of support. Include details of edge conditions,joints, panel profiles, corners, anchorages,cIipspacing,trim,flashings,closures,and special details. Distinguish between factory-and filed-assembled work; show locations of exposed fasteners. a. Show roof-mounted items including equipment supports and items mounted on roof curbs. C. 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. 1.05 INFORMATIONAL SUBMITTALS A. Qualification Data: For erector and manufacturer. B. Welding certificates. C. Letterof Design Certification:Signed and sealed by a qualified professional engineer. Include the following: 1. Name and location of Project. 2. Order number. 3. Nameof 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, mezzaninefloor loads, roof snow load,deflection, wind loads/speeds and exposure,seismic Pre-Engineered Metal Buildings 131210-2 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E design category effective peak velocity-related acceleration/peak acceleration, and auxiliary loads (cranes). 9. Load Combinations: Indicatethatloads wereapplied acting simultaneously with concentrated loads,according togoverning building code. 10. Building-Use Category: Indicate category of building use and its effect on load importance factors. D. Erector Certificates: Forqualified erector,from manufacturer. E. Material Test Reports:Foreach 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. Surveys: Show final elevations and locations of major members. Indicate discrepancies between actual installation and the Contract Documents. Have surveyorwho performed surveys certify their accuracy. 1.06 CLOSE OUT SUBM ITTALS A. Maintenance Data: For metal panel finishes to include in maintenance manuals. 1.07 QUALITY ASSURANCE B. Manufacturer Qualifications:A qualified manufacturer. 1. Accreditation: Manufacturer's facility accredited according to the International Accreditation Service's AC472,"Accreditation Criteria for Inspection Progra ms 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. C. Erector Qualifications:An experienced erectorwho specializes in erecting and installing work similar in material,design,and extent to that indicated for this Project and who is acceptable to manufacturer. Pre-Engineered Metal Buildings 131210-3 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Welding Qualifications: Qualify procedures and personnel according tothe following: 1. AWS D1.1,"Structural Welding Code -Steel." E. 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. 1.08 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 da mage. 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. 1.09 WARRANTY A. Special Warrantyon Metal Panel Finishes: Manufacturer agrees to repairfinish 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. C. Cracking,checking, peeling,or failure of paint to adhereto bare metal. 2. Finish Warranty Period: 20 yearsfrom date of Substantial Completion. B. Special Weathertightness WarrantyforStanding-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: 20yearsfromdateofSubstantialCompletion. 2.00 PRODUCTS 2.01 MANUFACTURERS Pre-Engineered Metal Buildings 131210-4 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Subject to compliance with requirements, provide products by Spanco Building Systems, or pre-approved substitution. B. Source Limitations:Obtain metal building system components,including primary and secondaryframing and metal panel assemblies,from single sourcefrom 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-Fra me Type: 1. Rigid ClearSpan: Solid-member, structural-framing system without interior columns. C. Secondary-Frame Type: Manufacturer's standard purlins and girts. D. Eave Height:As indicated on Drawings. E. Bay Spacing: As indicated on Drawings. F. Roof Slope: As indicated on Drawings. G. Roof System: Manufacturer's standard standing-seam metal roof panels. H. Roof Opening: Provide additional structural framing materials and hatch or sliding panel as required to allow removal of the equipment,as indicated on the drawings. 2.03 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineerto design metal building system. B. Structural Performance: Metal building systems shall withstandthe effects of gravity loads and the following loads and stresses within limits and under conditions indicated accordingto procedures in MBMA's"Metal Building Systems Manual." 1. Design Loads(Occupancy Category I II): a. Dead Load=Actual Metal Building Roof Loads b. Roof Collateral Dead Load = 10 psf+Actual weight of any equipment shown on Process and Structural Drawings C. Roof Live Load = 20 psf(Reducible) Pre-Engineered Metal Buildings 131210-5 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E d. Roof Snow Load (including Snow Drift)=Calculate per ASCE 7-16 based on 5 psf Ground Snow Load; Importance Factor= 1.1. e. Wind Load: Calculate per ASCE 7-16 for 157 mph Basic Wind Speed, Exposure C,a nd I mporta nce Factor= 1.0. f. Seismic Load:Ca Iculate per ASCE 7-16 for Ss =0.057g,S1= 0.017g, Seismic Design Category A, Importance Factor=1.0. g. Building Specific Load:Any specific loads noted on Design Documents shall be in addition to loads noted above. If there is any conflict between loads noted on Design Documents,and this specification, contact Project Architect for clarification. 2. Deflection and Drift Limits: Nogreaterthanthe following: a. Purlins and Rafters:Vertical deflection of 1/240 of the span. b. Girts: Horizontal deflection of 1/240 of the span. C. Metal Roof Panels:Vertical deflection of 1/240 of the span. d. Design secondary-framing system to accommodate deflection of primary framing and construction tolerances,and to maintain clearances at openings. e. Lateral Drift: Maximum of 1/200 of the building height for Wind & Seismic Loads. C. Column Base Design:All column bases shall be designed as pinned bases. Foundation system is not designed to accommodate moment or torsion at the column bases. D. Seismic Performance: Metal building system shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. E. 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 sola r heat gain and nighttime-sky heat loss. F. Structural Performance for Metal Roof Panels: Provide metal panel systems capable of withstanding the effects of the loads prescribed in Paragraph 2.03.B. 2.04 STRUCTURAL-STEEL FRAMI NG A. Structural Steel: Comply with AISC 360, "Specification for Structural Steel Buildings." Pre-Engineered Metal Buildings 131210-6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Bolted Connections:Comply with RCSC's"Specification for StructuraIJoints 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'sstandard primary-framingsystem,designed to withstand required loads and specified requirements. Primaryframing 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. Factorydrill for field-bolted assembly. Provide frame span and spacing indicated. 2. Rigid Clear-Span Frames: HSS tube sections fabricated from structural-steel shapes. 3. Frame Configuration:As indicated on Drawings. E. Secondary Framing: Manufacturer's standard secondaryframing,including purlins,girts, flange bracing,clips,and other miscellaneous structural members designed to withstand required loads. Unless otherwise indicated, fabricate framing from either cold-formed, structural-steel sheet or roll-formed, metallic-coated steel sheet, prepainted with coil coating. F. Bracing: Provide wind bracing as follows: 1. Rigid Portal Frames: Fabricated from shop-welded, built-up steel plates or structural-steel shapes to match primaryframing;of size required to withstand design loads. G. Materials: 1. W-Shapes: ASTM A 992A 992M;ASTM A 572,Grade 50 or 55; or ASTM A 529, Grade 50 or 55. 2. Channels,Angles, M-Shapes,and S-Shapes: ASTM A 36; ASTM A 572,Grade 50 or 55; or ASTM A 529,Grade 50 or 55. 3. Structural Steel Tube (HSS): ASTM A 500, Grade B. 4. Plate and Bar:ASTM A 36; ASTM A 572,Grade 50 or 55);or ASTM A 529,Grade 50 or 55. 5. Structural Bolts, Nuts,and Washers:ASTM A 325,Type 1, heavy-hex steel structural bolts;ASTM A 563 heavy-hex carbon-steel nuts;and ASTM F 436 hardened carbon-steel washers. Pre-Engineered Metal Buildings 131210-7 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a. Finish: GaIva nizedor Stainless Steel. 6. Headed Anchor Rods:ASTM F1554, Grade 36. a. Configuration:Straight. b. Nuts:ASTM A 563 heavy-hex carbon steel. C. Plate Washers:ASTM A 36 carbon steel. d. Washers:ASTM F 436 hardened carbon steel. e. Finish: Galvanized or Stainless Steel. 7. Threaded Rods:ASTM A 193,ASTM A 572,Grade 50, ASTM A 36, or ASTM A 307,Grade A. a. Nuts:ASTM A 563 heavy-hex carbon steel. b. Washers:ASTM F 436 hardened or ASTM A 36 carbon steel. C. Finish: Galvanized or Stainless Steel. H. Finish: All framing members& components shall be Galvanized.See Section 05 12 00 "Structural Steel Framing"for further Galvanization requirements of steel members & components. 2.05 METAL ROOF PANELS A. Arched Standing Seam,Vertical-Rib, Metal Roof Panels: Formed with vertical ribs at panel edges intermediate stiffening ribs symmetrically spaced between ribs;designed for sequential installation by mechanically attaching panels to supports using concealed clips located under one side of panels and engaging opposite edge of adjacent panels. 1. Material:Zinc-Coated(Galvanized)sheet steel,20gauge nominal uncoated steel thickness. Prepainted by the coil-coating process to comply with ASTM A755. a. Exterior Finish:Two-coat fluoropolymer. b. Color: As selected by Owner. C. Joint Type: Mechanicallyseamed. d. Panel Coverage: 12 inches. e. Panel Height:As required to accommodate the design loading criteria. B. Finishes: 1. Exposed Coil-Coated Finish: Pre-Engineered Metal Buildings 131210-8 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a. Two-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not lessthan 70 percent PVDF resin by weight in color coat. Prepare, pretreat,and apply coating to exposed metal surfaces tocomply with coatingand resin-manufacturer's written instructions. 2.06 FABRICATION A. General: Design components and field connections required for erectionto permit easy assembly. 1. Markeach piece and part of the assemblyto correspond with previously prepared erection drawings,diagrams,and instruction manuals. 2. Fabricate structural framingto 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. 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 secondaryframingifapplicable, or punch for bolts.Shop Priming: All framing members& components shall be Galvanized. See Section 05 12 00"Structural Steel Framing"for further Galvanization requirements of steel members&components. 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 secondaryframing for bolted field connections to primary framing. 1. Make shop connections by welding or by using non-high-strength bolts. 2. Shop Priming: All framing members&components shall be Galvanized.See Section 05 12 00"Structural Steel Framing"for further Galvanization requirements of steel members&components. Pre-Engineered Metal Buildings 131210-9 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Metal Panels: Fabricate and finish metal panels at the factory tog reatest extent possible, by manufacturer's standard procedures and processes,as necessary tofu lfilI indicated performance requirements. 1. Provide panel profile, including major ribs and intermediate stiffening ribs,if any, for full length of metal panel. 2.07 SOURCE QUALITY CONTROL A. Special Inspection:Owner will engage a qualified special inspectorto perform source quality control inspections and to submit reports. 1. Accredited Manufacturers:Special inspections will not be required if fabrication is performed by an IASAC472-accredited manufacturer approved by authorities having jurisdiction to perform such Work without special inspection a. After fabrication,submit copy of certificate of compliance to authorities having jurisdiction, certifying that Work was performed according to Contract requirements. 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. 1. 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 othersupports 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. 3.03 ERECTION OFSTRUCTURAL FRAMING Pre-Engineered Metal Buildings 13 12 10-10 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Erect metal building system according to manufacturer's written instructions and drawings. B. Do not field cut,drill, or alterstructuraI members without written approval from metal building system manufacturer's professional engineer. C. Set structural If accurately in locations and toe I evations indicated,according to AISC specifications referenced in this Section. Maintain structural stability of frame during erection. D. Base and Bearing Plates:Clean concrete-and masonry-bearing surfaces of bond- reducing materials,and roughen surfaces priorto setting plates.Clean bottom surface of plates. 1. Set plates for structural members on wedges,shims,orsetting nuts as required. 2. Tightenanchor rods aftersupported members have been positioned and plumbed. Do not remove wedges or shims but,if protruding,cut off flush with edge of plate before packing with grout. 3. Promptly pack grout solidly between bearing surfaces and plates so no voids remain. Neatly finish exposed surfaces; protect grout and allow to cure.Comply with manufacturer's written installation instructions for shrinkage-resistant grouts. E. Align and adjust structural framing before permanently fastening. Before assembly, clean bearing surfaces and othersurfacesthat will be in permanent contact with framing. Perform necessary adjustments tocompensate 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 temperaturewhenstructurewill be completed and in service. F. Primary Framing and End Walls: Erectframing level, plumb, rigid,secure,and trueto line. Level baseplates toa true even plane with full bearing to supporting structures,set with double-nutted anchor bolts. Usegrout to obtain uniform bearing and to ma intain a level base-line elevation. Moist-cure grout for not less than seven 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. G. Secondary Framing: Erectframing level, plumb, rigid, secure,andtrue to line. Field bolt secondaryframing to clips attachedto primary framing. Pre-Engineered Metal Buildings 13 12 10-11 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Provide rake or gable purlins with tight-fitting closure channels and fasciae. 2. Locate and space wall girtstosuit openings such as doors and windows. 3. Provide supple mentaIframing ate ntire perimeter of openings, including doors, windows, louvers, ventilators,and other penetrations of roof and walls. 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 mecha nica I and elect rica I work.Securely attach to structura I framing. I. Erection Tolerances: M a intainerection tolerances of structura I framing within AISC303. 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.Complywith indicated profiles and with dimensional and structural requirements. B. On-Site Fabrication:Subject to compliance with requirements of this Section, metal panels maybe fabricated on-site using UL-certified,portable roll-forming equipment if panels are of same profile and warranted by manufacturerto 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 secondaryframingtoverify 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, neatlyto 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 weatherclosures at perimeter of openings and similar elements. Fasten with self-tapping screws. Pre-Engineered Metal Buildings 13 12 10-12 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 Meta I Pane Is: I nsta I I 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-lapjoints 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. 3.05 FI ELD QUALITY CONTROL A. Special Inspections:Owner will engage a qualified special inspector to perform field quality control special inspections and to submit reports. B. Product will be considered defective if it does not pass tests and inspections. C. Prepare test and inspection reports. 3.06 CLEANING AND PROTECTION A. Repairdamaged galvanized coatings on galvanized items with galvanized repair paint according to ASTM A 780 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, bearing plates,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 primerof sametype as shop primer used on adjacent surfaces. Pre-Engineered Metal Buildings 13 12 10-13 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Metal Panels: Remove temporary protective coverings and strippablefiIms, if any, as metal panels are installed.On completion of metal panel installation,clean fin ished surfaces as recommended by metal panel manufacturer. Mainta in 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. END OFSECTION Pre-Engineered Metal Buildings 13 12 10-14 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 15 05 00 MECHANICAL GENERAL PROVISIONS 1.00 GENERAL 1.01 SECTION INCLUDES A. This section includes the requirements for the provision of general mechanical elements of the work. B. Applicable provisions of this section apply to all sections in manual. C. Contract drawings are diagrammatic only and do not give fully dimensioned locations of various elements of work. Determine exact locations from field measurements. D. Where the word "concealed" is used in connection with insulating, painting, piping,ducts and the like,the word is understood to mean hidden from sight as in chases,furred spaces,or above suspended ceilings. "Exposed" is understood to mean open to view. 1.02 CODE REQUIREMENTS AND PERMITS A. Perform work in accordance with applicable statutes,ordinances,codes,and regulations of governmental authorities having jurisdiction. B. Resolve any code violation discovered in contract documents with the Engineer prior to award of the contract. After award of the contract, make any correction or addition necessary for compliance with applicable codes at no additional cost to Owner. C. Obtain and pay for all permits and inspections. 1.03 REFERENCE SPECIFICATIONS AND STANDARDS A. Materials which are specified by reference to Federal Specifications;ASTM,ASME,ANSI,or AWWA Specifications; Federal Standards; or other standard specifications must comply with latest editions (except where specified otherwise in individual sections), revisions,amendments,or supplements in effect on date bids are received. Requirements in reference specifications and standards are minimum for all equipment,material,and work. In instances where capacities,size or other feature of equipment,devices or materials exceed these minimums, meet listed or shown capacities. 1.04 SUBMITTAL DATA AND SHOP DRAWINGS A. Material and Equipment List. Within 30 days after award of the contract and before orders are placed or shop drawings are submitted,submit a list of equipment and principal materials specified. Give names of manufacturers,catalog and model numbers,and such other supplementary information as necessary for identification. B. Material and Equipment Shop Drawings. Submit all detailed shop drawings,descriptive literature, physical data,and performance data at one time for review for items of equipment and for principal materials proposed for installation. Include identifying symbols and equipment numbers used in plans and specifications,with reference to Mechanical General Provisions 150500-1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E specification paragraphs,and drawing numbers of all equipment and material submitted. Ductwork and piping shop drawings shall be excluded from submittals. C. Final Submittal. In addition to the number of copies of shop drawings and other data required for the review of submittals, maintain a separate file of final approved copies of such material. Deliver approved copies in a hard-back binder for the Owner's use. Incorporate changes and revisions made throughout construction period. Delivery of approved copies is a condition of final acceptance for the project. D. Contractor's Check. Shop drawings will be submitted only by the Contractor. Indicate by signed stamp that the drawings have been checked that the work shown on the drawings is in accordance with contract requirements and that dimensions and relationship with work of other trades have been checked. If drawings are submitted for approval that have not been checked and signed by the Contractor,they will be returned for checking before being considered by the Engineer. 1.05 OPERATING AND MAINTENANCE INSTRUCTIONS A. The Contractor shall furnish copies of commercially available standard operation and maintenance data, including operating instructions, maintenance instructions and parts listings. Detailed requirements for these items are as follows: 1. Information required for the preparation of 0&M manuals may be furnished in the form of manufacturers'standard brochures,schematics,and other printed instructions. Clearly distinguish between information which applies to the equipment and information which does not apply. Data shall include as a minimum the following items: a. Recommended procedures and frequencies for preventive maintenance; inspection, adjustment, lubrication,cleaning,etc. b. Special tools and equipment required for testing and maintenance. C. Parts lists reflecting the true manufacturer's name,part number and nomenclature. d. Recommended spares by part number and nomenclature and spare stocking levels. e. Integrated mechanical and electrical system schematics and diagrams to permit operation and troubleshooting after acceptance of the system. f. Troubleshooting,checkout, repair and replacement procurement procedures. g. Operating instructions including start-up and shutdown procedures. h. Safety considerations including load limits,speed,temperature and pressure. 2. Provide 0&M manuals for all HVAC and plumbing equipment. B. Upon completion of work,and at time designated by the Engineer, provide services of a competent representative of the Contractor for a period of at least 40 hours to instruct the Owner's personnel in the operation and maintenance of the entire system. 1.06 PROJECT RECORD DOCUMENTS A. Preparation. Maintain at the job site a separate set of white prints of the contract drawings for the sole purpose of recording the"as-built"changes and diagrams of those Mechanical General Provisions 150500-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E portions of work in which actual construction is significantly at variance with the contract drawings. Mark the drawings with a colored pencil. Prepare,as the work progresses and upon completion of work,drawings clearly indicating locations of various lines,valves,ductwork,traps,equipment,and other pertinent items,as installed. Include flow-line elevation of sewer lines. Record underground and under slab piping installed,dimensioning exact location and elevation of such piping. B. Deliver. At conclusion of project,obtain without cost to Owner,a reproducible version of original mechanical drawings and transfer as-built changes to these. Delivery of as-built prints and reproducible is a condition of final acceptance. 1.07 GUARANTEE A. Guarantee work for 2 years from the date of substantial completion of the project,and during that period make good any faults or imperfections that may arise due to defects or omissions in materials or workmanship. 1.08 SERVICE A. Perform service work required during the period when equipment is placed in service until accepted by Owner including lubrication of bearings. Perform manufacturer's recommended quarterly(every 3 months)service and provide the Owner with a written report of each quarterly service. Cleaning of air filters and pipe strainers is not included. 2.0 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Furnish new and unused materials and equipment of domestic manufacture. Where two or more units of same type or class of equipment are required, provide units of a single manufacturer. 2.02 ACCEPTABLE MANUFACTURERS A. The acceptable manufacturers are listed in individual sections. Where two or more units of same type or class of equipment are required, provide units of a single manufacturer. Manufacturers' names and catalog numbers specified under sections of Divisions 11 and 15 are used to establish standards of design,performance,quality and serviceability and not to limit competition. Equipment of similar design,equal to that specified, manufactured by a manufacturer named in the acceptable manufacturers' list will be acceptable on approval. B. Substitution. 1. If the Contractor desires to substitute a material or method as a substitution to the specified item,he shall request permission from the Engineer, in writing,and shall include such literature,samples,etc.,deemed necessary to establish the equal quality of his proposal in conformance with Section 00 72 00 General Conditions ,the Special Conditions,and this section. If the Engineer deems it necessary in order Mechanical General Provisions 150500-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E to establish the equality between two or more products, he may require laboratory testing at the Contractor's expense in order to obtain information upon which to base a decision. The Engineer will not give approval to material salesmen or subcontractors,and only in writing to the Contractor. 2. For each proposed substitution product,clearly show how the proposed product meets the requirements of the specifications, including performance. 3. No substitution will be considered unless it is presented in writing within 30 days after contract date. 4. Proposers of substitute products shall present samples,literature,test and performance data, record of other installations, names of owners,architects,engineers,contractors and subcontractors as references,statement of current financial condition,and other technical information applicable to their products,to aid in determining the worth of the substitute product offered in relation to the material and work specified from the standpoint of the Owner's best interest. Substitute materials and products shall be used only if approved in writing by the Engineer in advance. 5. Approval of substitute materials offered shall not be a basis for contingent extra charges because of changes in other work or related work,such as roughing-in,electrical,structural or architectural,which may result from the substitution. 3.00 EXECUTION 3.01 SPACE REQUIREMENTS A. Consider space limitations imposed by contiguous work, including clearances required for service, in selection and location of equipment and material. Do not provide equipment or material which is not suitable in this respect. 3.02 OBSTRUCTIONS A. The drawings indicate certain information pertaining to surface and subsurface obstructions which has been taken from available drawings. Such information is not guaranteed, however,as to accuracy of location or complete information. B. Before any cutting or trenching operations are begun,verify with Owner's representative, utility companies, municipalities,and other interested parties that all available information has been provided. Verify locations given. C. Should obstruction be encountered,whether shown or not,alter routing of new work, reroute existing lines, remove obstruction where permitted,or otherwise perform whatever work is necessary to satisfy the purpose of the new work and leave existing services and structures in a satisfactory and serviceable condition. D. Assume total responsibility for and repair any damage to existing utilities or construction,whether or not such existing facilities are shown. Mechanical General Provisions 150500-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.03 OPENINGS A. Framed,cast or masonry openings for ductwork,equipment and piping are specified under other divisions. However,drawings and layout work for exact size and location of all such openings are included under this division. 3.04 PROTECTION A. Adequately protect work,equipment,fixtures and materials. At work completion,all work must be clean and in good condition. 3.05 LUBRICATION, REFRIGERANT AND OIL A. Provide a complete charge of correct lubricant for each item of equipment requiring lubrication. B. Provide complete and working charge of proper refrigerant,free of contaminants, into each refrigerant system. After each system has been in operation long enough to ensure completely balanced conditions,check the charge and modify it for proper operation as required. C. Provide a complete charge of special oil for refrigeration use,suitable for operation with refrigerant, in each compressor. 3.06 INSTALLATION AND ALIGNMENT A. Rotating equipment shall be installed and aligned to within manufacturers'tolerances by use of a laser alignment device. Where the tolerance of rotating equipment and the motor are not the same,the more stringent tolerance shall have precedence. The equipment manufacturer shall confirm tolerances for the supplied motor and provided these to the Contractor. Contractor shall use the services of a competent millwright proficient with laser alignment to make all adjustments. 3.07 OPERATING TESTS A. After all equipment systems have been completed and put into operation,subject each system to an operating test under design conditions to ensure proper sequence and operation throughout the range of operation. Adjust as required to ensure proper functioning of all systems. Special tests on individual systems are specified under individual sections. END OF SECTION Mechanical General Provisions 150500-5 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Mechanical General Provisions 150500-6 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 15 06 00 EQUIPMENT BASES AND SUPPORTS 1.00 GENERAL 1.01 SECTION INCLUDES A. This section includes the requirements for the provision of concrete equipment pads for all direct and isolated floor mounted equipment, and structural equipment supports for horizontal tanks, heat exchangers and similar equipment or pipe, where required. 1.02 SUBMITTALS A. Submit shop drawings on all structural supports in accordance with the requirements of Section 0133 01-Submittal Register. 2.00 PRODUCTS 2.01 CONCRETE A. Provide 3000 psi concrete. 2.02 STRUCTURAL METAL A. Construct floor stands of structural members or steel pipe for equipment supports. 3.00 EXECUTION 3.01 CONCRETE PADS A. Pour 4-inch pads on roughened floor slabs unless otherwise noted. Reinforce pad with No. 4 rebar set 12 inches on center unless indicated otherwise on structural drawings. Provide 2-inch clearance between top of pad and rebar. Extend outer edges of pads a minimum of 2 inches beyond equipment. Secure equipment with anchor bolts in accordance with equipment installation instructions. Provide% inch chamfer on edges. 3.02 STRUCTURAL SUPPORTS A. Bolt floor stands to concrete pads. B. Hang ceiling-mounted equipment from suitable brackets, platform framing, or similar supports fabricated of appropriate structural members. C. Paint in accordance with the requirements of Section 09 96 00, Protective Coatings for Wastewater Systems. END OF SECTION Equipment Bases and Supports 150600- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Equipment Bases and Supports 150600- 2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 15 07 10 WASTEWATER PIPING 1.00 GENERAL 1.01 SECTION INCLUDES A. This section includes the requirements for the provision of all labor, supervision, materials, tools, equipment, and related items necessary for the furnishing and installation of wastewater process piping systems, potable and non-potable water (service water) systems, chemical piping systems, odor control, and other piping systems not described in other sections of these specifications. 1.02 REFERENCE STANDARDS A. American Water Works Association (AWWA). B. American National Standards Institute (ANSI). C. American Society of Testing Materials (ASTM). 1.03 SUBMITTALS Submit shop drawings and product data in accordance with the requirements of Section 0133 01— Submittal Register. 2.00 PRODUCTS 2.01 PIPE SCHEDULE A. Pipe Designation. Following is a description of the various wastewater piping system designations. Pressurized service is defined as pipe conducting fluids mechanically or by gravity under head conditions of 5 psi (11'-6")or greater. Non-pressurized service is defined as pipe conducting fluids by gravity under head conditions less than 5 psi (11'-6"). B. Service Description (Service Abbreviation). 1.Potable Water (PW). 2.Non-potable Water(NPW), also referred to as service water. 3.Process Air(PA). 4.Pressurized Sewage and Sludge (RAW, RAS, SC, SL,TAS,WAS, STM). 5.Non-Pressurized Sewage and Sludge (CEF, PEF, MLQ, PD, SC, SAN, STM). 6.Pressurized Grit (GRT). 7.Chemical Feed (CLS, PMR). 8.Odor Control. C. Pipe Materials. Following are the materials of construction for the piping system designations depending on size and whether installed above or below ground. Wastewater Piping 150710- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.Potable and Non-potable Water. a. Above Ground. 2-1/2 inch and smaller Galvanized steel, copper 3 inch and larger Ductile iron, Galvanized steel b. Buried. 2-1/2 inch and smaller Galvanized steel, copper, PVC, HDPE 3 inch and larger Ductile iron, PVC, HDPE 2.Process Air. a. Above Ground 2-1/2 inch and smaller Galvanized steel, 316 Stainless steel 3 inch and larger Ductile iron, Galvanized steel, 316 Stainless steel b. Buried. 2-1/2 inch and smaller Galvanized steel 3 inch and larger Ductile iron, Galvanized steel, 316 Stainless steel 3.Pressurized Sewage and Sludge (5 psi and greater). a. Above Ground. 2-1/2 inch and smaller Galvanized steel 3 inch and larger Ductile iron b. Buried. 2-1/2 inch and smaller Galvanized steel, PVC, HDPE 3 inch and larger Ductile iron, PVC, HDPE 4.Non-pressurized Sewage and Sludge (less than 5 psi). a. Above Ground. 2-1/2 inch and smaller Galvanized steel 3 inch and larger Ductile iron b. Buried. 2-1/2 inch and smaller Galvanized steel, PVC, HDPE 3 inch and larger Ductile iron, FRP, PVC, HDPE 5.Pressurized Grit. a. Above Ground. 2-1/2 inch and smaller Galvanized steel 3 inch and larger Ductile iron (lined) 6.Chemical Feed. a. Above and Below Ground. 2-1/2 inch and smaller CPVC, 316 Stainless steel 7.0dor Control. a. FRP 8.Temporary Piping. Provide either steel or HDPE pipe, sized as shown on drawings, with sufficient working pressure and thickness to withstand 150 percent of the system pressure. Temporary piping is the property of the Contractor. At the completion of use, it shall be cleaned and removed from the site. 1.01 STEEL PIPE A. Pipe and Fittings, 2-1/2 inch and Smaller. Wastewater Piping 150710- 2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Steel pipe shall conform to ASTM A120, except that spiral lap welded pipe may not be used. If galvanized, it shall be in accordance with ASTM A120. Unless otherwise specified or shown on the drawings, all pipes shall be Schedule 40. All pipe for grit service shall be schedule 80. 2. Fittings for use with steel pipe with threaded joints shall be 150-pound malleable iron screwed fittings in accordance with ANSI B16.3. Provide pipe with American Standard taper pipe threads. Unions shall be 150-pound malleable iron, ground-joint unions with bronze seat. B. Pipe and Fittings, 3-inch and Larger. 1. Steel pipe shall conform to ASTM A53, except that spiral lap welded pipe may not be used. If galvanized, it shall be in accordance with ASTM A53. Unless otherwise specified or shown on the drawings, all pipes shall be Schedule 40,while all process air pipe 3 inches and larger in diameter shall be Schedule 10. 2.Joints, unless otherwise noted, may be welded, or flanged. In general, pipe 3 inches and over in diameter shall be flanged and pipe under 3 inches shall be screwed. 3. Steel pipe 6 inches in diameter and over shall be in accordance with AWWA C200, except that butt strap, riveted or swaged joints shall not be used, and spiral lap welded pipe shall not be used. Unless indicated otherwise, pipe wall thickness shall not be less than that conforming to standard weight pipe. 4. Use fittings of same size as pipe they serve. Reducers are not permitted to facilitate on off-size fitting. Reducing bushings are also prohibited. Reduction in piping size will be made by reducing fittings. Fittings shall be lined and coated as specified for pipe they serve. Fittings for use with galvanized pipe shall be galvanized in accordance with ASTM A153. C. Welding Fittings. Welding fittings for use with welded steel pipe shall be forged steel fittings in accordance with ANSI B16.9, standard weight. D. Joints. Unless otherwise noted, pipes may be joined by using joints that are screwed, welded, flanged or grooved. In general, pipe three inches and over in diameter shall be flanged or grooved and pipe less than three inches shall be screwed. Flanges for steel pipe with screwed joints shall be cast iron companion flanges in accordance with ANSI B16.1, Class 125. Welding flanges for steel pipe shall be steel flanges in accordance with AWWA C207, Class D, or welding slip-on flanges conforming to ANSI B16.5, Class 150, with flat face. Use welding neck type flanges on all fittings. Grooved end couplings shall be Victaulic Style 77, standard rigid, or approved substitution. Provide sleeve-type flexible joint when designated or required by Contractor for flexibility-Joint types for air service shall comply with the following: 1. Sleeve-type flexible couplings shall be Victaulic, Depend-O-Lok, ExE series or approved substitution. 2. Sleeve-type expansion couplings shall be Victaulic, Depend-O-Lok, FxE series or approved substitution. Wastewater Piping 150710-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Sleeve-type restraint couplings shall be Victaulic, Depend-O-Lok, FxF series or approved substitution. E. Gaskets. Gaskets used in conjunction with airlines shall be EDPM gaskets suitable for temperatures to 230° F. F. Dissimilar Metals. Make joints between copper and steel pipe or equipment using insulating unions such as Crane Company No. 1259; EPCO as manufactured by EPCO Sales, Inc.; or approved substitution. 2.03 STAINLESS STEEL PIPE A. Tube. Stainless steel tube 3 inches and larger shall conform to the requirements of ASTM A-778-80 and shall be of the grade and wall thickness specified in the table below. Tubing less than 3 inches shall conform to ASTM A-269 specification. 1. For service pressures to 150 psi with operating temperatures to 200 degrees F, the following wall thicknesses shall be specified as a minimum: Tube O.D. Wall Thickness 1-1/2" thru 10" 16 Ga. 12" 14 Ga. 14" 12 Ga. 16" 11 Ga. 18" & 20" 10 Ga. 24" 8 Ga. 2. For low pressures air service (0-25 psig)the following wall thicknesses shall be specified as a minimum. Tube O.D. Wall Thickness 10" & less 16 Ga. 12" 14 Ga. 14" 12 Ga. 16" 12 Ga. 18" 12 Ga. 20" 11 Ga. 24" 10 Ga. Note: These wall thicknesses are equal to or greater than are required for 150 psi service by a margin of safety of 4 to 1 as applied to theoretical bursting pressures to which has also been applied to a weld joint efficiency of 70%.The total safety factor is approximately 5 to 1 considering worst case wall thickness variation of 12-1/2% below normal gauge or schedule thickness. Wall thicknesses for pipe over 24-inch diameter are to be calculated using a safety factor of 5 to 1 applied to Barlow's formula: t(wall thickness) = PD/2S. Wastewater Piping 150710-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Fittings. Stainless steel tube size fittings 3 inches and larger shall conform to the requirements of ASTM A-774-80 and shall be of the grade and schedule (wall thickness) specified in the table above. Elbows shall be dir-formed, long radius (1-1/2 x d)through 18-inch diameter. Five segment mitered elbows may be supplied above 18 inches. C. Joints. Stainless steel tube fabricated onto spool pieces shall have shop welded circumferential butt weld joints, or Vanstone joints using angle face rings with backing flanges drilled to ANSI B16.1, Class 125 standards. Backing flange thicknesses to be 1/2" for 3"to 8" diameter, 5/8" for 10"to 18" diameter, 3/4" for 20" diameter, 1" for 24"to 30" diameter and 1-1/4" for 36" diameter tube. Backing flanges to be prime painted steel plate flanges, except in the case of submerged joints in which case they are to be stainless steel plate flanges. (Galvanized back up flanges are to be provided where deemed necessary by the Engineer.) Provide sleeve-type flexible joint when designated or required by Contractor for flexibility. Joint types shall comply with the following: 1. Sleeve-type flexible couplings shall be Victaulic, Depend-O-Lok, ExE series or approved substitution. 2. Sleeve-type expansion couplings shall be Victaulic, Depend-O-Lok, FxE series or approved substitution. 3. Sleeve-type restraint couplings shall be Victaulic, Depend-O-Lok, FxF series or approved substitution. D. Gaskets. Gaskets used in conjunction with airlines shall be EDPM gaskets suitable for temperatures to 230° F. E. Hangers and Supports. Hangers and support components in contact with tube or pipe shall be made of stainless steel, fiberglass or insulated against dissimilar metals. Support spacing shall be in conformance with Section 15 09 40-Supports and Hangers. F. Materials used in tube and fitting manufacture shall confirm to ASTM A-240 furnished in the cold rolled sheet finish through 1/4-inch thicknesses and in the#1 plate finish over 1/4-inch thickness. Chemical and physical material certificates to be available upon request. All tubular products to be immersion pickled subsequent to manufacturing and fabrication operations and prior to shipping to point of installation. Only extra low carbon (ELC) materials with .03% max carbon shall be used for pipe and fitting manufacture. G. Diameter tolerances and wall thickness tolerances of tubular products are to conform to ASTM A-530. H. Workmanship on spool fabrication shall be of the highest quality and appearance. Fabricators shall have had a minimum of five years experience supplying stainless steel. 1. Only weld procedures that have been qualified under ASME Section IX and only welders who have successfully completed performance qualifications tests per ASME Section IX on is these qualified procedures shall be utilized in pipe spool fabrication. 2. Only inert gas shield welding processes, namely, GTAW(TIG), GMAW(MIG), PAW (plasma arc welding) shall be used in spool fabrication. Wastewater Piping 150710-5 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Inert gas shielding shall be utilized on the back as well as the torch side of a weld joint to prevent atmospheric contamination of the molten and adjacent material. 4. Filler metal shall be added to all welds to provide a cross section of weld metal equal to or greater than parent metal. 5. Butt welds shall have 100% penetration to the interior or back side of the weld joint. 6. Weld joints shall be accurately fitted and cleaned of all foreign material prior to welding. 7. Weld reinforcement on both sides of the weld shall be smooth, uniform and no more than 1/16 inch in height. 8. Weld concavity and undercut shall not be acceptable on either side of the weld. 9. Only extra low carbon (ELC)filler metals shall be used. 10. Each spool piece shall be marked with identification relatable to the spool drawing and or system line to facilitate job assembly. 11. Spools shall be fabricated to the "Pipe Fabrication Institute"fabricating tolerances ES-3 (1981). 12. All spool pieces shall be immersion pickled after fabrication and prior to shipping in a pickling solution of 6-10% nitric acid and 3-4% hydrofluoric acid. Temperature and exact concentrations to be such that only a modest etch is produced but that all oxidation and ferrous contamination is removed from the metal surface. All residues of the pickling solution are to be neutralized after pickling. Backing flanges shall be secured to pipe ends for shipping protection and pipes pools shall be loaded and blocked and lagged as necessary to ensure protection from damage during shipping. 2.04 DUCTILE IRON PIPING SYSTEMS A. Pipe and Fittings. 1. Pipe shall conform to AWWA C150 and AWWA C151, thickness Class 51. 2. Fittings shall be ductile iron manufactured in accordance with AWWA C110. 3. Coating. a. Exterior Coating. Provide standard 1-mil-thick bituminous coating on outside of pipe and fittings for cement-mortar lined pipe or ceramic epoxy lined pipe. For ceramic epoxy lined pipe, ceramic epoxy coating will also be allowed (Cermapure PL90). For exposed pipe and fittings to be painted, provide elastomeric polyurethane or premium epoxy per Section 09 96 00— High Performance Coatings. b. Interior Coating. Provide cement-mortar lining conforming to AWWA C104 or ceramic epoxy lining conforming to ASTM E-96, ASTM B-117. ASTM G-95,ASTM D-714, and ASTM G-22 . Protecto 401 or approved substitution, for non- cement-mortar lined pipe. 4. Provide ceramic epoxy ductile iron pipe and fittings for all pipe sizes used for pressurized grit service. Wastewater Piping 150710-6 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. Provide polyethylene encasement in accordance with AWWA C105 for buried service. Polyethylene shall be ASTM D1248,Type I, Class C (black), and Grade E-1 with a minimum nominal thickness of 8 mils. B. Joints. Provide flanged or grooved-end type joint for aboveground service and push-on and restrained type for buried service unless otherwise designated. Provide sleeve-type flexible joint when designated or required by Contractor for flexibility. Joint types shall comply with the following: 1. Flanges. Ductile screwed on threaded end of pipe, conforming to ANSI B16.1, Class 125. Attachment, aligning and facing shall conform to AWWA C115. 2. Mechanical or Seal Type. Joints for buried ductile iron pipe shall be mechanical or boltless gasket-seal (Tyton, Fastite)type and shall conform to AWWA C151 or C153 and AWWA C111. 3. Sleeve-type flexible couplings shall be Dresser Style 53, Smith-Blair type 400 series, or approved substitution. 4. Flanged adapter couplings shall be Dresser Style 127, Smith-Blair 900 series, or approved substitution. 2.05 FIBERGLASS REINFORCED PLASTIC PIPING SYSTEMS(FRP) A. Pipe and Fittings. 1. Provide centrifugally cast, fiberglass-reinforced polyester pipe, fittings and joints manufactured in accordance with ASTM D3262, ASTM D3754 and AWWA C950. 2. Pipe outside dimensions shall be in accordance with AWWA C151 and C950. 3. Pipe shall have a minimum pipe stiffness of 46 psi (SN46) for non-pressure service and a pressure class of 100 psi (PN150)for pressure service. 4. Pipe and fittings shall be as manufactured by Hobas USA, Inc or approved substitution. B. Joints. 1. Provide fiberglass sleeve couplings that utilize elastomeric sealing gaskets made of EPDM rubber compound. Joint shall meet performance requirements of ASTM D4161. 2. For connections to concrete structures, provide spigot with elastomeric gasket contained in a groove. Provide the fabricated steel companion, complete with 2-1/2- inch wide seal ring for casting in wall of structure. C. Odor Control. 1. Pipe and fittings to conform to Sheet Metal and Air Conditioning Contractors' National Association. 2.06 HIGH DENSITY POLYETHYLENE PIPING SYSTEMS(HDPE) Wastewater Piping 150710-7 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Pipe and Fittings. 1. HDPE pipe and fittings shall be made of high density, high molecular weight polyethylene pipe material complying with the requirements of ASTM D3350, cell classification PE 345434C or 435400C. Dimensions and workmanship are specified by ASTM F714 or ASTM F2736. 2. Pipe shall have a minimum SDR 26 or minimum pipe stiffness of 46 psi when tested in accordance with ASTM D2412 for non-pressurized service and a minimum pressure rating of 150 psi for pressure service. 3. Polyethylene pressure pipe and fittings for 1/2 inch through 3 inches shall comply with the requirements of AWWA C901, pressure class 160. 4. All molded and fabricated fittings shall be rated at same pressure as the pipe. B. Joints. 1. Joined using a heat fusion technique called "butt fusion." 2. Provide convoluted backup flanges constructed of ductile iron, ASTM A536, Grade 65/45/12, ANSI B16.5 dimensions, used in conjunction with molded stub ends which are butt fusion to HDPE pipe, for connections to cleanouts, valves, and aboveground piping. 3. Slip Joints conforming to ASTM 2312, spigot shall have two gaskets meeting the requirements of ASTM F477. 2.07 CHLORINATED POLYVINYL CHLORIDE PIPE SYSTEMS (CPVC) A. Pipe and Fittings. 1. CPVC pipe, Schedule 40 and 80, shall be Type IV, Grade 1, manufactured in accordance with ASTM F441 with threaded or solvent welded socket fittings. All pipe to be threaded or used for chemical service shall be Schedule 80. 2. CPVC pressure pipe shall comply with the requirements of ASTM D2837 for sizes 1/4 inch to 12 inches. B. Joints. 1. CPVC pipe Schedule 40 and 80. Unless otherwise noted,joints may be solvent welded or screwed. 2. CPVC threaded joints shall be Schedule 80, manufactured in accordance to ASTM F437 for sizes 1/4 inch to 6 inches. 3. CPVC Schedule 40 and 80 socket joints shall be manufactured in accordance to ASTM F441 for sizes 1/4 inch to 12 inches. 2.08 POLYVINYL CHLORIDE PIPE SYSTEMS(PVC) A. Pipe and Fittings. Wastewater Piping 150710-8 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. PVC pipe, Schedule 40 and 80 shall be Type 1, Grade 1, manufactured in accordance with ASTM D1784 and ASTM D1785, with threaded or flanged fittings. All pipe to be threaded shall be Schedule 80. 2. PVC sanitary sewer pipe, rubber gasket and fittings shall comply with the requirements of ASTM D3034 (SDR35) for sizes 4 inches through 15 inches, and ASTM F679 (PS 115)for sizes 18 inches through 27 inches.This pipe intended for gravity manhole to manhole connections. 3. PVC pressure and non-pressure process pipe shall comply with the requirements of AWWA C900, pressure class 150 psi, for sizes 4 inches through 12 inches: AWWA C905 (DR18)for 14 inches to 48 inches. Fittings shall be ductile iron for pipe 4 inches and larger. B. Joints. 1. PVC pipe Schedule 40 and 80. Unless otherwise noted,joints may be solvent welded, screwed, or flanged. Flanges shall be one-piece, molded hub type, flat face, 125 pounds. Gasket shall be full face. 2. PVC gravity sewer pipe joint to be bell and spigot conforming to requirements of ASTM D3212. Gaskets shall meet the requirements of ASTM F477. 3. PVC pressure and non-pressure process pipe joints shall be ductile iron bell and spigot,flanged, and mechanical joint. Provide tapping saddles for service connections. 2.09 COPPER PIPE A. Pipe. ASTM B88,Type K or L. Use Type K below ground and Type L above ground. B. Fittings. 1. Flared. ANSI B16.26. 2. Solder. ANSI B16.22. 3. Compression. Crawford "Swage-Lok", Parker "Intru-Lok", or approved substitution. C. Union. 1. Threaded. American Sanitary"Dielectric Coupling," Ecoff Products "EPCO Dielectric Unions," or approved substitution. 2. Flanged. Dielectric flange unions. D. Solder. 95-tin, 5-antimony solder per ANSI B16.18. E. Soldering Flux. Paste type. 2.10 STAINLESS STEEL TUBING A. Tubing. ASTM A269, Grade TP304. Wastewater Piping 150710-9 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Compression Fittings. ASTM A269, Grade TP316, Parker"CPI" or "Intru-Lok", Crawford "Swage-Lok", or approved substitution. 3.00 EXECUTION 3.01 PIPE INSTALLATION A. Handling. Handle pipe, fittings and accessories to ensure their installation in a sound, undamaged condition. Use equipment, tools and methods to prevent damage in unloading, hauling and laying pipe and fittings. When using hooks in pipe ends, be sure that the contact surfaces are broad and well padded. Take particular care not to damage pipe coating or lining. B. Cutting. Cut pipe in a neat manner, without damage to the pipe or to the interior lining, if any. Make cuts smooth, straight, and at right angles to the pipe axis. Use mechanical pipe cutters of an approved type. C. Cleaning and Inspection. Thoroughly clean the interior of pipe and fittings of foreign matter before installation and keep the interior clean until the work has been accepted. Keep joint contact surfaces clean until jointing is completed. Do not place debris, tools, clothing or other materials in the pipe. Before installation, inspect each pipe and fitting for defects. Tap the pipe with a light hammer to detect cracks. Defective, damaged, or unsound pipe and fittings shall be rejected and removed from the site. 3.02 JOINTS AND JOINTING A. Screwed Joints. Thoroughly ream the pipe to full inside diameter after cutting. Machine cut threads to ANSI taper pipe thread sizes. All-thread nipples are not permitted. Make screwed joints using suitable joint compound applied to male threads only;for screwed joints on PVC pipe, use Teflon tape. B. Solvent-Weld Joints. Make solvent welded joints on PVC pipe in strict accordance with the manufacturer's instructions as to preparation, solvent and jointing. C. Push-on Joints. Follow instructions and recommendations of the pipe manufacturer, relative to gasket installation and other jointing operations. Lubricate joint surfaces with heavy vegetable soap solution immediately before joint is completed. Suitably bevel each spigot end to facilitate assembly. D. Welded Joints. 1. Make welded joints as recommended by Standards of the American Welding Society. Ensure complete penetration of deposited metal with base metal. The filler metal must be suitable for use with the base metal. The inside of fittings and joints must be free from globules of weld metal which would restrict the flow or become loose. Do not use mitered joints. Wastewater Piping 150710- 10 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Align piping and equipment so that no part is offset more than 1/16 inch. Set all fittings and joints square and true, and preserve alignment during welding operation. Use of alignment rods inside pipe is prohibited. 3. Tack welds, if used, must be of the same material and made by the same procedure as the completed weld. Otherwise, remove tack welds during welding operation. 4. Remove dirt, scale and other foreign matter from inside piping before typing in sections, fittings valves or equipment. E. Mechanical Joints. Mechanical joint pipe may be used where indicated on the plans. F. Flanged Joints. 1. Prior to installation of bolts, accurately center and align flanged joints to prevent mechanical pre-stressing of flanges, pipe and equipment. Align bolt holes to straddle the vertical, horizontal or north-south center line. Do not exceed 3/64-inch per foot inclination of the flange face from true alignment. 2. Use full-face neoprene or Buna-N gaskets, 1/8-inch thick, for flanged joints in ductile iron, steel or PVC piping. Gaskets shall be factory cut to proper seating of gaskets. 3. Use ANSI nuts and bolts, galvanized or black to match flange material. Use cadmium- plated steel nuts and bolts underground. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to ensure proper seating of gaskets. 4. Take care when attaching suction and discharge piping to pumping equipment to ensure that no stresses are transmitted to or imposed on pump suction and discharge flanges by connected piping. Install and permanently support piping to accurately match bolt holes and to provide uniform contact over the entire flange. In addition, leave pump connection piping free to move parallel to its longitudinal center line while bolts in pump connection flanges are tightened. 5. Provide maximum flexibility and ease of alignment correction by taking advantage of the slack between the flange bolts and bolt holes for slight angular rotation of connecting flanges. Assemble pump connecting piping with gaskets in place, with only a portion of the flange bolts (no fewer than 4 per joint) installed. After final alignment and before final bolting, test pump connections for applied piping stresses by loosening flange bolts which, if piping is properly installed, should result in no movement of piping relative to the pump, or opening of the pump connection joints. 6. Keep flange covers on equipment and shop-fabricated piping until ready to install in system. G. Grooved Joints. Prepare pipe ends and install grooved-end couplings in accordance with manufacturer's instructions. 3.03 SECURING AND SUPPORTING A. Pipe Supports. Support piping in accordance with Section 15 09 40-Supports and Hangers and as shown on the drawings and as specified herein, to maintain line and grade and prevent the transfer of stress to pumps or other equipment. All such supports and fasteners shall be hot dip galvanized. Wastewater Piping 150710- 11 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Reaction Anchorage and Blocking. Install suitable reaction blocking, struts, anchors, clamps,joint harness, or other adequate means for preventing movement of pipe caused by unbalanced internal liquid pressure. Pressure can be expected at unlugged tees, Y- branches and bends deflecting 11-1/4 degrees or more which are installed in piping subjected to internal hydrostatic heads in excess of 15 feet in exposed piping. 3.04 PIPE SLEEVES A. Provide pipe sleeves for all piping passing through masonry or concrete construction, unless detailed otherwise on the drawings. Pipe sleeves shall be fabricated from steel and shall be hot-dip galvanized after fabrication. Pipe sleeves shall be sized to allow 1/2-to f- inch clearance between pipe and sleeve. B. Extend each pipe sleeve through the floor or wall. Finish flush with each surface, except that for exposed slabs, extend pipe sleeves 2 inches above finished slab elevations. C. Seal annular space between pipes and sleeves with mastic compound, unless shown otherwise on the drawings. All pipes passing through pipe sleeves must have annular space sealed watertight and airtight. 3.05 BURIED PIPE INSTALLATION A. Preparation. 1. Use piping and materials for service types specified. 2. Before installation, inspect pipe for defects and tap with a light hammer to detect cracks. Replace sections of pipe found to be defective, damaged or unsound, before or after laying. 3. Do not lay pipe in water, or when trench or weather are unsuitable for work. Keep water out of trench until jointing is complete. When work is not in progress, close ends of pipe and fittings securely so that no trench water, earth or other substance will enter pipes or fittings. 4. Keep the inside of the pipe free from foreign matter during operations by plugging or other approved method. 5. Place pipe so that the full length of each section rests solidly upon the pipe bed, with recesses excavated to accommodate bells and joints. Take up and re-lay pipe when the grade or joint is disturbed after placement. 6. Where pipe ends are left for future connections, install valves, plugs or caps, as shown. 7. Handle pipe and accessories so that all pipe placed in the trench is sound and undamaged. Take particular care not to injure pipe coatings. Do not place other pipe or anything else inside of pipe or fitting after coating has been applied. 8. Cut neatly, using approved type mechanical cutter without damaging pipe. Use wheel cutters when practical. B. Pipe Bedding and Backfill. All pipe bedding shall be Class A unless otherwise specified. Wastewater Piping 150710- 12 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Placing and Laying. 1. Do not exceed pipe manufacturer's recommendations for deflections from straight line or grade as required by vertical curves, horizontal curves, or offsets. If alignment requires deflections in excess of these limitations, furnish special beds or sufficient number of shorter lengths of pipe to provide angular deflections within the limits set or approved. 2. Immediately before installation in the trench,the pipe and appurtenances shall be carefully examined for damage and defects. Defective materials shall be marked and held for inspection by Owner's Inspector who may order corrective repairs or reject those materials. Repairs and replacement shall be made at no additional cost to the Owner. Carefully lower the pipe and appurtenances into the trench so as to avoid damage to them or their coatings. The joints shall be assembled, and the pipe brought to correct line and grade. Embedment and backfill materials shall be placed and compacted as previously described to hold it in place before testing. The polyethylene sleeves shall be installed around the pipe as recommended by the manufacturer. D. Joints. 1. Assemble mechanical joints according to the recommendations of the manufacturer. 2. Make slip-on joints according to the recommendations of the manufacturer. E. Anchorage of Fittings. Thrust blocking shall in accordance with applicable standard details and specifications. F. Non-Metallic Pipe (HDPE, PVC, FRP). An electrically continuous corrosion-resistant tracer wire (min AWG 14) or detectable metallic underground tape shall be buried with the plastic pipe to facilitate locating. One end shall be brought aboveground at a building wall or riser to indicate installation. G. Identification of Force Main Pipes. Per the requirements of 30 TAC § 217.66 a detectable underground warning tape must be laid in the same trench as a force main pipe (pressurized RAW).This tape must be located above and parallel to the force main.The detectable underground warning tape must bear the label "PRESSURIZED WASTEWATER" continuously repeated in at least 1.5-inch-tall letters. 3.1 CLEANING PIPING SYSTEMS A. All piping systems must be thoroughly cleaned and flushed, and all construction debris of foreign material removed. The Contractor shall provide all temporary connections and equipment required to facilitate required cleaning. 3.2 POTABLE WATER PIPE STERILIZATION A. Chlorination. Sterilize all potable water system piping with solution containing not less than 10 parts per million chlorine, prior to final inspection and acceptance for domestic operation. Flush lines thoroughly before introducing chlorinating materials. After contact period of not less than 24 hours, flush system with clean water until residual chlorine is no greater than 1.0 parts per million. Open and close valves in lines being sterilized several times during contact period. Wastewater Piping 150710- 13 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Bacteriological Tests. After sterilizing and flushing potable water lines, obtain the services of an approved laboratory to gather representative samples and conduct bacteriological tests. Test results must meet Texas Department of Health requirements. Make all necessary corrections, repeat sterilization and flushing procedures, and retest affected lines, if test results are not acceptable. Repeat this procedure until satisfactory results are obtained. C. Re-sterilization. Should any of the Contractor's activities during construction operations or during repair of defective materials, workmanship, and the like result in possible contamination of previously sterilized portions of the potable water system,the affected portion shall be cleaned, re-sterilized and bacteriological tests again conducted, all at no additional cost to the Owner. 3.3 TESTING A. Pressure Piping Systems. Prior to the completion of backfill, and while joints and fittings are still exposed, test new pressure lines hydrostatically. Conduct hydrostatic tests in the presence of the Owner's Inspector and in an approved manner. Apply test pressure equal to normal static line pressure plus 60 psi, and maintain this pressure for a minimum of 2 hours. Do not permit line losses during the test to exceed 50 U.S. gallons per inch of pipe diameter per mile per day. Regardless of the rate of line loss, repair observed leaks. Replace faulty or defective materials at no change in the contract sum. Provide all pumps, gauges, meters and other equipment necessary for performance of the tests. B. Leakage Testing of Gravity Piping Systems. After a gravity sewer or non-pressurized pipe section including wyes, tees, and all appurtenances has been laid and backfilled, but prior to placement of pavement or overlaying structure, the Contractor shall test the pipe for leakage by either the Low-Pressure Air Test or Exfiltration Test. The Owner's Inspector shall be present at the time of testing. If the test results indicate an unacceptable installation, the Contractor shall locate the source of leakage, correct the defect, and retest until the installation is proven satisfactory. 3.4 PAINTING A. All exposed metal piping surfaces shall be appropriately coated in accordance with the requirements of Section 09 96 00—High Performance Coatings. END OF SECTION Wastewater Piping 150710- 14 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 15 07 50 MECHANICAL IDENTIFICATION 1.00 GENERAL 1.01 SECTION INCLUDES A. This section includes the requirements for the provision of nameplates, labeling and identification methods for mechanical equipment and components, including items located indoors and outdoors. 1.02 SUBMITTALS A. Submit list of wording, symbols, and letter size coding for mechanical identification. B. Submit valve chart and schedule, including valve tag, number, location,function and valve manufacturer's name and model number. C. Submit manufacturer's printed installation instructions. 2.00 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Seton. B. Brady. C. Marking Services. 2.02 PLASTIC NAMEPLATES A. Plastic nameplates shall be black laminated rigid phenolic with white core. Nameplate minimum size shall be 1 inch high by 3 inches long with 3/16-inch-high engraved white letters. Supply blank nameplates for spare materials and equipment. 2.03 PLASTIC TAGS A. Plastic tags shall be laminated 3-layer plastic with engraved black letters on light, contrasting background color. Tag minimum size shall be 1-1/2-inch diameter. Supply blank tags for spare materials and equipment. 2.04 PLASTIC TAPE PIPE MARKERS A. Plastic tape pipe markers shall be flexible, vinyl film tape with pressure-sensitive adhesive backing and printed markings. Mechanical Identification 15 07 50-1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.00 EXECUTION 3.01 INSTALLATION A. Plastic Nameplates. Externally mark all mechanical equipment with nameplates. Install with corrosive-resistant mechanical fasteners or adhesive. Apply with sufficient adhesive to ensure permanent adhesion and seal with clear lacquer. B. Plastic Tags. Install tags on all materials and equipment designated for such identification in accordance with manufacturer's instructions. C. Plastic Tape Pipe Markers. Install plastic tape pipe markers completely around the exterior of all piping in accordance with manufacturer's instructions. END OF SECTION Mechanical Identification 15 07 50-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 15 09 40 SUPPORTS AND HANGERS 1.00 GENERAL 1.01 SECTION INCLUDES A. This section includes the requirements for the provision of all labor, materials, equipment, tools, and related items required to furnish and install all pipe hangers, brackets, saddles, clamps and pipe rolls for all types of piping systems. Pipe hangers and supports shall be furnished complete with all necessary inserts, bolts, nuts, threaded rods, washers, and other accessories. B. In certain locations, pipe supports, anchors and expansion joints have been shown on the drawings, but no attempt has been made to indicate every pipe support, anchor, and expansion joint. It shall be the Contractor's responsibility to provide a complete system of pipe supports, to provide expansion joints, and to anchor all piping, in accordance with this section. Additional pipe supports may be required adjacent to expansion joints or couplings. C. Concrete and fabricated steel supports shall be as indicated on the drawings, as specified in other sections, or in the absence of such requirements, as approved by the Engineer. D. All piping shall be rigidly supported and anchored so that there is no movement or visible sagging between supports. E. Pipe supports and expansion joints are not required in buried piping, but concrete blocking or other suitable anchorage shall be provided. 1.02 REFERENCE STANDARDS A. Manufacturers Standardization Society of the Valve and Fittings Industry(MSS) SP-58- Pipe Hangers and Supports, Materials Design and Manufacture, latest edition. B. Manufacturers Standardization Society of the Valve and Fittings Industry(MSS) SP-69 - Pipe Hangers and Supports, Selection and Application, latest edition. 1.03 SUBMITTALS A. Provide submittals in conformance with the requirements of Section 0133 01 -Submittal Register. B. Include the maximum load carrying capacity of the support and the support system arrangement. 2.00 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS Supports and Hangers 15 09 40-1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Pipe supports shall be manufactured by a company regularly engaged in the production of pipe supports such as Anvil, Elcen, Fee and Mason, Grinnel or approved substitution. 2.02 MATERIALS A. Design and Construction. Pipe hangers and supports shall be designed and constructed to meet the requirements of MSS SP-58 and SP-69. B. All hangers, brackets and clamps shall be standard weight steel. Do not use perforated strap hangers. When two or more pipes are run parallel, they may be supported on trapeze hangers. C. Unless otherwise shown on the drawings, all horizontal runs of piping suspended from the walkways or roof construction, as the case may be, shall be suspended by means of approved hangers. D. All individually suspended horizontal pipes in the building shall be supported by steel rods sized as follows: Pipe Size (in inches) Rod Size (in inches) 2 and smaller 3/8 2-1/2 -3-1/2 1/2 4-5 5/8 E. Continuous slotted inserts may be used to support multiple lines running in close proximity on either individual hangers or on trapeze. Use expansion shields with bolts and horizontal drilled holes in existing concrete construction to support new piping. F. Hangers supporting 4 inches and larger ferrous pipe shall be with two nuts for each support. G. All vertical risers shall be supported by riser clamps or supports at each floor and every eight feet. Install 4-inch-square plate on masonry with attached rod using hangers fastened to risers. H. Where anchors are used on copper piping, use copper plate U-bolts and chairs. I. For horizontal piping along equipment room walls, use brackets with hangers and rods as specified unless otherwise shown on the drawings. J. Install supports and hangers to permit free expansion and contraction in the piping system. Where necessary to control expansion and contraction, piping shall be guided and firmly anchored. Anchors shall be approved by the Engineer. Design for equal effectiveness for both longitudinal and transverse thrust. No piping shall be self- supporting, nor shall it be supported from equipment connections.Transmission of vibration, noise, etc., shall be considered, and any special suspension with vibration dampers to minimize transmission shall be used where necessary. Shooting of anchors into concrete will not be allowed. Supports and Hangers 15 09 40-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E K. Where ducts interfere with the proper location of hangers, furnish, and install trapeze hangers. 2.03 TYPE A. Pipe hangers and supports shall be selected from one of the types shown on Figure 1 of MSS SP-58 and MSS SP-69. 3.00 EXECUTION 3.01 INSTALLATION A. Pipe Support Spacing. The maximum spacing of hangers and supports shall be as shown in Table 3 of MSS SP-69. B. Application. 1. Support piping approximately 1-1/2 inches out from the face of walls and at least 3 inches below ceilings. 2. Concrete inserts or L-shaped anchor bolts shall be used to support piping from new cast-in-place concrete. Expansion anchors shall be used to fasten supports to existing concrete and masonry. 3. Design loads for inserts, brackets, clamps, and other support items shall not exceed the manufacturer's recommended loads. 4. Pipe supports shall be manufactured for the size and type of pipe to which they are applied. Threaded rods shall be of sufficient threading to permit the maximum adjustment available in the support item. 5. Anchorage shall be provided to resist thrust due to temperature changes, changes in diameter or direction, or dead ending. Anchors shall be located as required to force expansion and contraction movement to occur to expansion joints, loops or elbows, and as required to prevent excessive bending stresses and opening of mechanical couplings. Anchorage for temperature changes shall be centered between elbows and mechanical joints used as expansion joints. Anchorage for bellows type expansion joints may be located adjacent to the joint. 6. Pipe guides shall be provided adjacent to bellows type expansion joints. Guides will not be required when mechanical couplings are permitted as expansion joints. Guides shall be placed on both sides of expansion joints except where anchors are adjacent to the joints. Unless otherwise indicated on the drawings, one guide shall be within four pipe diameters from the joint and a second guide with 14 pipe diameters from the first guide. Pipe supports shall allow adequate movement; pipe guides shall not be used for support. Pipe guides shall be installed as recommended by the manufacturer. C. Adjustment. All hangers shall be adjustable. Wall hangers shall have slotted bolt holes. Ceiling hangers shall have turnbuckles. Floor supports shall have extended anchor bolts such that the support can be wedged to proper elevation and grouted. Provide a minimum of one inch of grout. Supports and Hangers 15 09 40-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Pipe Rack. Pipe supported on pipe rack shall be supported on channels manufactured by Unistruct, Powerstrut or approved substitution. Clamp pipes on the channel support by pipe clamps of the same manufacturer. E. The manufacturer shall confirm the structures, to which support, and hangers are attached, can sustain the full load of the pipe and fluid plus the dynamic loads. 3.02 INSULATED PIPE A. Insulated pipe shall have protective saddles where supported. Insulation shall pass through the supports. Size supports for the full outside diameter of the insulation. 3.03 PLASTIC OR FIBERGLASS PIPE A. Plastic or fiberglass pipe shall have cradles to distribute the load over a length of at least six inches at all supports. END OF SECTION Supports and Hangers 15 09 40-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 15 10 50 PIPE AND PIPE FITTINGS-GENERAL 1.00 GENERAL 1.1 SUMMARY A. Requirements for pipe and pipe fittings for all sections of Division 15- Mechanical which employ pipe and pipe fittings. 1.2 QUALITY ASSURANCE A. Employ welders certified in accordance with applicable portions of Section IX,ASME Boiler and Vessel Code, or ASA Code for Pressure Piping. B. Employ welders qualified to perform welding operations required either by certifications or by submitting to required tests. C. Welds shall be wire brushed after completion, coated with rust inhibitor paint and,on galvanized pipes,given two coats of cold-applied galvanizing compound and one coat of aluminum paint. 1.3 SUBMITTALS A. Submit manufacturer's product data showing compliance with requirements of Part 2. 2.00 PRODUCTS 2.1 MANUFACTURERS A. Acceptable manufacturers are specified with individual component type where applicable for this section. 2.2 PIPE AND FITTINGS A. The particular type of pipe and fittings for each system is specified in the section on that system. 2.3 JOINTS A. Screwed. Make screwed joints using machine cut USASI taper pipe threads. Apply a suitable joint compound to the male threads only. Ream the pipe to full inside diameter after cutting. All-thread nipples are not permitted. B. Dissimilar Metals. Make joints between copper and steel pipe and equipment using dielectric insulating unions such as Crane Company No. 1259; EPCO as manufactured by EPCO Sales, Inc.; or an approved substitution. C. Solder Joints. Pipe and Fittings-General 151050- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Prior to making joints, cut pipe square and ream to full diameter. Clean exterior of pipe and socket. Apply a thin coat of suitable fluxing compound to both pipe and socket, and fit parts together immediately. 2. Heat assembled joint only as required to cause the solder to flow. Run the joint full, slightly beaded on the outside, and wipe to remove excess solder. 3. Use silver brazing alloy or Sil-Fos on refrigerant piping and on underground piping. Use 95.5 solder on all other nonpotable water piping. For potable water piping, use lead-free solder. 4. Joints in copper drainage tube shall be soldered using acceptable fittings. Surface to be soldered shall be cleaned bright. The joints shall be properly fluxed and made with solder. Joints shall be made with 50-50 tin-lead,95-5 tin-antimony solder,Stay-Brite Solder by J.W. Harris Company, Inc.,or cadmium-free brazing. D. Welded. Welded joints shall be welded as set forth in the Standard Manual of Pipe Welding of the Heating, Piping and Air Conditioning Contractors Association. Make welded joints as recommended by the standards of the American Welding Society. Ensure complete penetration of deposited metal with base metal. Provide filler metal suitable for use with base metal. Keep inside of fittings free from globules of weld metal. Do not use mitered joints. E. Flanged. 1. Prior to installation of bolts, accurately center and align flanged joints to prevent mechanical prestressing of flanges, pipe and equipment. Align bolt holes to straddle the vertical, horizontal or north-south centerline. Do not exceed 3/64 inch per foot inclination of the flange face from true alignment. 2. Use flat-face companion flanges only with flat-faced fittings,valves or equipment. Otherwise, use raised-face flanges. 3. Install proper gaskets,suitable for intended service and factory cut to proper dimensions. Secure with a suitable gasket cement. 4. Use ANSI nuts and bolts,galvanized or black to match flange material. Use ANSI 316 stainless steel nuts and bolts underground outdoors or in wet locations. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to ensure proper seating of gaskets. 5. Use carbon steel flanges conforming to ANSI B16.5 with materials conforming to ASTM A 105,Grade II or ASTM A 108,Grade II. Use slip-on type flanges on pipe only. Use welding neck type flanges on all fittings. Weld slip-on flanges inside and outside. 6. Keep flange covers on equipment and shop-fabricated piping until ready to install in system. F. No Hub. Joints in cast iron soil pipe and fittings without hubs shall be made using a mechanical compression-type coupling consisting of a neoprene collar, stainless steel band with transverse corrugations and two corrosion-resisting steel clamps with corrosion-resisting steel set screws, all assembled to provide seal. Install according to manufacturer's recommendations, using recommended tools. Pipe and Fittings-General 151050-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E G. Mechanical Joints. Provide a stuffing box type mechanical joint adapted to use gasket,cast iron gland and bolts. Coat bolts with bitumastic enamel. Use joint parts similar in design to one of the following or approved substitution. 1. Doublex Simplex Joint manufactured by the American Cast Iron Pipe Company, Birmingham, Alabama. 2. U.S.Joints manufactured by the United States Pipe and Foundry Company, Burlington, New Jersey. 3. Boltite Joint manufactured by the McWane Cast Iron Pipe Company, Birmingham,Alabama. 4. Flexklamp manufactured by the National Cast Iron Pipe Company, Birmingham,Alabama. H. Compression Joints for Cast Iron Water Pipe. Use Beltite,Tyton or Grip-rite compression joints. Install in accordance with the manufacturer's recommendations and with ASTM C 443. Use only with pipe and fittings designed for compression gaskets. Provide adequate concrete thrust blocks at changes of direction, as recommended by manufacturer. I. Bell and Spigot. Pack joint with dry oakum. Run the joint full of molten lead in one continuous pour. Use not less than 12 ounces of lead for each inch of pipe diameter. At Contractor's option, use double seal, neoprene compression joints. J. Ring-rite Joints. Furnish joints for installation according to manufacturer's recommendations. Provide adequate concrete thrust blocks at changes in direction,as recommended by manufacturer. K. Plastic. 1. With Schedule 80 or heavier, use threaded joints. Provide sharp, clean pipe dies and Teflon thread tape. Make joints in strict accordance with manufacturer's recommendation. 2. With Schedule 40 or lighter, use solvent cement method in strict accordance with manufacturer's recommendations. 3. Joints in ABS or PVC DWV plastic pipe shall be made with fittings either solvent welded or fusion welded connections, insert fitting and metal clamps and screw of corrosion-resistant material, or threaded joints according to accepted standards. L. Victaulic Joints. Make joint with victaulic Style 77 coupling fitted with a molded synthetic rubber gasket per ASTM D 2000. Before assembling couplings, lightly coat pipe ends and outside of gaskets with cup grease or liquid vegetable soap to facilitate installation. Groove pipe to manufacturer's specifications. M. Ball Joints. Where shown, provide flexible ball joints, made of carbon steel. Ball joints must have 15 degrees of angular flexibility. Use welded or flanged ends, as required. Furnish with 11N gaskets. Pipe and Fittings-General 151050-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.4 BRANCH CONNECTIONS A. For Pipe 2 Inches and Smaller. For threaded piping, use straight reducing tee. When branch is smaller than header,a nipple and reducing coupling or swaged nipple may be used. B. For 2-1/2 Inches Through 36 Inches. For welding piping,when branch size is the same as header size, use welding tee. Use Weldolet when branch is smaller than header. For threaded branch connections, use 3000-pound full coupling welded to header. 2.5 GASKETS A. High Temperature Piping. Provide 1/16-inch-thick ring Graph-Lock gaskets of flexible graphite with 316 stainless steel Tanged core in the center,such as Garlock No. 3125TC or approved substitution. B. Other Piping(Chilled, Hot and Domestic Water Only). Provide 1/16-inch-thick ring gaskets of synthetic fiber,Garlock Style 3400 or approved substitution. 2.6 FLOOR AND CEILING PLATES A. Provide escutcheons on all exposed pipes passing through floors,walls,floors and ceiling. Material shall be chrome-plated steel. Flange size shall be as necessary to cover penetrating openings. Plate size shall be as necessary to fit pipe or insulation and securely lock in place. Manufacturer/model shall be by Engineered Brass Company,Type CF,or approved substitution. 2.7 PIPE SUPPORTS A. Provide standard Unistrut metal framing members and appurtenances for pipe support where shown. Mult-A-Frame and Power-Strut pipe support systems also are acceptable. Hot dip galvanize all such members and appurtenances. 2.8 PIPE SLEEVES A. Sleeves below grades in outside walls are detailed on drawings. Provide Thunderline Link-Seal with cadmium-plated nuts and bolts,with cast iron pressure plate. 2.9 PIPE GUIDES A. Provide ADSCO Model H pipe alignment guides for uninsulated pipe or for insulated hot lines. Provide RS or RC spider as indicated or required. Use ADSCO Model E1 for cold insulated lines. Provide ADSCO or approved substitution. 2.10 FIRESTOPPING A. Voids between sleeves or core-drilled holes and pipe passing through fire rated assemblies shall be fire stopped to meet the requirements of ASTM E 814. Contractors shall provide Pipe and Fittings-General 151050-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E proper sizing when providing sleeves or core-drilled holes to accommodate their through- penetrating items. 3.00EXECUT10N 3.1 PREPARATION A. Ream pipe and tube ends to remove burrs. B. Remove scale and dirt on inside and outside before assembly. 3.2 PIPE FABRICATION AND INSTALLATION A. Make piping layout and installation in the most advantageous manner possible with respect to headroom,valve access,opening and equipment clearance,and clearance for other work. Give particular attention to piping in the vicinity of equipment. Preserve the maximum access to various equipment parts for maintenance. B. Do not cut or weaken any structural member. C. Cut all pipes accurately to measurement determined at the site. After cutting pipe, ream it to remove burrs. D. Install piping neatly,free from unnecessary traps and pockets. Work into place without springing or forcing. Use fittings to make all changes in direction. Field bending and mitering are prohibited. Make all connections to equipment using flanged joints or unions. Make reducing connections with reducing fittings only. 3.3 WELDING A. Weld and fabricate piping in accordance with ANSI Standard B31.1, latest edition,Code for Pressure Piping by using a metallic arc welding process. Machine beveling in shop is preferred. Field beveling may be done by flame cutting to recognized standards. Conform to the current recommendations of the American Welding Society for all welding operations. B. Align piping,fittings and equipment so that no part is offset more than 1/16 inch. Set all fittings and joints square and true and preserve alignment during welding operation. Use of alignment rods inside pipe is prohibited. C. Do not permit any weld to project within the pipe in excess of 1/16 inch so as to restrict it. Tack welds, if used, must be of the same material and made by the same procedure as the completed weld. Otherwise, remove tack welds during welding operation. D. Do not split, bend,flatten or otherwise damage piping before, during or after installation. E. Remove dirt,scale and other foreign matter from inside piping before tying in sections,fittings, valves or equipment. Pipe and Fittings-General 151050-5 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E F. Nondestructive examination of welds will be conducted at Owner's direction using radiography. Acceptable welds will not display any imperfections as indicated in Table 136.41 of Power Piping Code B31.1-1986. 3.4 OFFSETS AND FITTINGS A. Because of the small scale of drawings,the indication of all offsets and fittings is not possible. Carefully investigate the structural and finish conditions affecting the work and take such steps as may be required to meet such conditions. B. Install all piping close to walls,ceilings and columns so piping will occupy the minimum space. Provide proper space for covering and removal of pipe, special clearances,and for offsets and fittings. 3.5 SECURING AND SUPPORTING A. Support piping adequately to maintain line and grade,with due provision for expansion and contraction. Use hangers as scheduled below, properly connected to structural members of the building. All hangers and supports shall be in accordance with the American Standard Code for Pressure Piping,ANSI B-31. Pipe Size Hanger Type 1/2"to 1-1/2" Adjustable Swivel Split Ring (Malleable Iron) 2"to 4"and Cold Pipe Sizes 6"and Larger Carbon Steel Adjustable Clevis Hot Pipe Sizes 6"and Larger Adjustable Steel Yoke,Cast Iron Roll, Double Hanger Multiple or Trapeze Hangers Steel Channels with Welded Spacers and Hanger Rods;Cast Iron Roll and Stand for Hot Pipe Sizes 6 Inches and Larger B. Use copper hangers with copper pipe. As an alternate,tape copper pipe at all points contacting steel hangers, structural members, or sleeves. Use a dual wrap of polyvinyl tape. C. Place hangers not more than 6 feet apart on 1/2-inch to 1-1/4-inch pipes, 10 feet apart on 1-1/2- inch to 6-inch pipes,and 14 feet on larger pipes. Place hangers not more than 6 feet apart for all sizes of polyvinyl chloride pipe, not more than 5 feet on bell-and-spigot(adjacent to each joint), and not more than 4 feet apart on no-hub piping(adjacent to each joint). Place a hanger within 12 inches of each horizontal elbow. D. Support vertical risers with steel strap pipe clamps of approved design and size, properly supported at every floor. Support piping assemblies in chases adequately enough to be Pipe and Fittings-General 151050-6 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E rigid and self-supporting before the chase is closed. Provide adequate structural support for piping penetrating chase walls to fixtures. E. Support piping from walls with welded steel bracket and wrought steel clamp. For hot pipes, furnish adjustable steel yoke and cast-iron rollers. F. Where insulation occurs, design hangers to protect insulation from damage. Pipe saddles and insulation shields,where required, are specified in the appropriate insulation section. G. Perforated bar hangers,straps,wires or chains are not permitted. Plastic support brackets as manufactured by P& M Company may be used in accordance with the manufacturer's recommendations. H. Hanger rods shall be carbon steel with galvanized finish, sizes per the following schedule: Pipe Size Rod Size <2„ 3/8„ 2"<3" 1/2" 4" 5/8" I. Licensed Engineer's Report. Submit a hanger and support installation report for piping diameters of 5 inches and larger. Include seal and signature of Registered Engineer, licensed in Texas. J. Install hangers and supports to allow controlled movement of piping systems,to permit freedom of movement between pipe anchors,and to facilitate action of expansion joints and loops. K. Install hangers and supports so that piping live and dead loading stresses from movement will not be transmitted to connected equipment. 3.6 ANCHORS A. Provide anchors as indicated or required. All anchors shall be in accordance with the American Standard Code for Pressure Piping,ANSI B-31. Use pipe anchors consisting of heavy steel collars with lugs and bolts for clamping to pipe and attaching anchor braces. Install anchor braces in the most effective manner to secure desired results. Do not install supports,anchors or similar devices where they will damage construction during installation or because of the weight or the expansion of the pipe. 3.7 PIPE SLEEVES A. Fit all pipes passing through masonry and concrete construction above grade with sleeves of 20- or 22-gauge galvanized steel pipe. Size sleeve for minimum clearance between pipe or insulation and sleeve. Use galvanized or black steel pipe for passing through fire-rated enclosures. B. Extend each sleeve through the floor or wall. Cut the sleeve flush with each surface, except that in exposed locations, extend floor sleeves 3 inches above finished floor line. Pipe and Fittings-General 151050-7 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Caulk all sleeves water and airtight. Seal annular space between pipes and sleeves with firestopping compound. 3.8 PIPE GUIDES A. Guide expansion joints with two guides on the side opposite the anchor. B. Guide pipe installed and supported by Unistrut supports using a duplicate set of pipe rolls on the top of the pipe. C. Guide piping in vertical chases at a maximum guide spacing of 15 feet. D. All guides shall be in accordance with the American Standard Code for Pressure Piping,ANSI B-31. 3.9 ISOLATION VALVES A. Provide piping systems with line size shutoff valves located at the risers, at main branch connections to mains for all equipment, and at other locations as indicated and required. 3.10 DRAIN VALVES A. Install drain valves at all low points of water piping systems so that these systems can be entirely drained. Install a 2-inch drain for 2-inch pipes and larger. Install a line size drain valve for pipes smaller than 2 inches. 3.11 CLEANING OF PIPING SYSTEMS A. Clean piping systems thoroughly. Purge pipe of construction debris and contamination before placing the systems in service. Provide whatever temporary connections are required for cleaning, purging and circulating. B. Install temporary strainers in front of pumps,tanks,water still,solenoid valves,control valves, and other equipment where permanent strainers are not indicated. Keep these strainers in service until the equipment has been tested,then remove either entire strainer or straining element only. Fit strainers with a line size blowoff valve. C. Circulate a chemical cleaner in chilled, heating and condensing water as well as steam and condensate piping systems to remove mill scale,grease, oil and silt. Circulate Betz Entec 323 detergent with Betz Entec 234 anti-foam compound. Circulate for 48 hours,flush system and replace with clean water. Dispose of chemical solution in accordance with local codes.The chilled and heating water system should then be treated with Betz Entec 338, nitride borate, 350 ppm as nitride with MBP inhibitor. D. Special cleaning requirements, if any, are specified in the sections on each type of piping. Pipe and Fittings-General 151050-8 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.12 COATING AND WRAPPING A. Double wrap underground steel piping with two spiral wrappings of fiberglass wrapper with three coats of coal-tar enamel applied before, between and after wrappings. Finish with a spiral wrap of 60-pound kraft paper wrapper. 3.13 CONNECTIONS TO EQUIPMENT FURNISHED BY OTHERS A. Provide service connections to items of kitchen and laboratory furniture and equipment furnished by others. Drawings for kitchen and laboratory equipment are included in bidding documents. Detailed shop drawings of equipment will be furnished indicating the exact number and location of rough-in points. Such final shop drawings may indicate adjustments in total number and exact location of rough-in points,and in equipment dimensions. Making adjustments to field conditions is considered a part of the work required. B. Roughing-In. When roughing-in, extend service piping to various items of equipment. Temporarily terminate at proper points as indicated on detailed equipment shop drawings or as directed. Do not use contract drawings accompanying these specifications for rough-in locations but only for pipe sizing and general routing. C. Final Connections. Kitchen equipment will include all special items such as supply fittings, sink strainers,tailpieces,gas regulators, steam traps, and strainers. Laboratory furniture will include all service fixtures such as valves and cocks,valve and cock bases,sinks,cup sinks, sink and trough plugs,tailpieces,traps,and similar or associate furniture apparatus,set in place. Provide all standard items such as pipe,fittings, adapters, insulation, and other plumbing materials required to connect from rough-in locations to service fixtures and associated apparatus, including necessary stop valves and P-traps. D. Stop Valves. Provide stop valves for each service at rough-in locations, except for drains. Stop valve locations are subject to approval,and in all cases must be accessible from the same room in which the furniture or equipment is located. E. Reagent Rack Manifolds. Horizontal pipe manifolds in open-type reagent racks will be provided as part of the furniture. Include pipe nipples,tees,end caps and related parts ready for connection of service piping. Make up joints hand-tight only. Disassemble manifolds and reassemble making permanent joints. Insulate steam manifolds and chilled water manifolds using 1-inch-thick insulation. COLOR CODE SCHEDULE Color No. Code Piping System Legend or Tag Color Fed.Std. No.595 F1 Fire Mains Fire Red 11105 D1 Oxygen Liner Oxygen Orange 12246 D2 Sodium Hypochlorite Sodium Hypochlorite Yellow 13655 D3 Raw Polymer Raw Polymer Pink 11158 D4 Diluted Polymer Polymer Purple 17142 D5 Natural Gas Gas Yellow 13655 Pipe and Fittings-General 151050-9 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D6 Heating Water Supply HWS Pink 11158 D7 Heating Water Return HWR Pink 11158 D8 Domestic Hot Water Supply DOM-HWS Lt. Pink 11668 D9 Domestic Hot Water Return DOM-HWR Lt. Pink 11668 S1 Potable Water Potable Water Blue 15102 S2 Nonpotable Water Nonpotable Water White 17875 S3 Instrument Air Instrument Air Green 14187 S4 Plant Air Plant Air Dk. Green 14110 S5 Raw Sewage Raw Sewage Gray 16473 S6 Grit Grit Dk. Gray 16187 S7 Cyclone Return Cyclone Return Gray 16473 S8 Classifier Return Classifier Return Gray 16473 S9 Heavy Solids Heavy Solids Dk. Brown 10080 S10 Return Sludge Return Sludge Brown 10091 S11 Waste Sludge Waste Sludge Yellow-Brown 10266 S12 Scum Scum Lt. Brown 10324 S13 Chilled Water Supply CWS Blue-Green 14325 S14 Chilled Water Return CWR Blue-Green 14325 S15 Condensing Water Supply COND-WS Lt.Green 14533 S16 Condensing Water Return COND-WR Lt.Green 14533 S17 Deionized Water DW Lt. Blue 15526 S18 Vacuum V White 17875 S19 Sump Liner Sump Return Dk. Brown 10080 S20 Reseed Line Reseed Line Brown 10091 END OF SECTION Pipe and Fittings-General 151050- 10 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 151380 ELECTRIC VALVE ACTUATORS GENERAL 1.1 SECTION INCLUDES A. This section includes the requirements for the provision of electric valve actuators to be installed, complete and operable,in accordance with the drawings and specifications. 1.2 SUBMITTALS A. General. Submittals shall be furnished in accordance with Section 0133 01-Submittal Register. B. Shop Drawings. Shop Drawings for all actuators shall be submitted together with the valve information as a complete package. 1.3 QUALITY ASSURANCE A. All valve actuator manufacturers shall have at least five years of experience manufacturing actuators similar to those supplied for this work. B. Where two or more valve actuators of the same type or size are required,a single manufacturer shall be utilized for the provision of all such actuators. C. Valve manufacturer shall be responsible for furnishing the work and for coordination of design, assembly,testing,and installation of the work for each type of valve; however,this shall not negate the Contractor's responsibility to the Owner for full contract compliance. 2.00 PRODUCTS 2.1 GENERAL A. General. Where indicated on the drawings, provide electrical actuated valves power actuators. The Contractor shall furnish all actuators complete and operable with mounting hardware,motors, gears,controls,wiring,solenoids, handwheels, levers,chains,and extensions,as applicable. All actuators shall be capable of holding the valve in any intermediate position between fully open and fully closed without creeping or fluttering. All wires of motor-driven actuators shall be identified by unique numbers. B. Manufacturers. Where indicated,certain valves may be provided with actuators manufactured by the valve manufacturer. Where actuators are furnished by different manufacturers,the Contractor shall coordinate selection to have the fewest number of manufacturers possible. C. Materials. All actuators shall be current models and liberally sized for the maximum expected torque. Actuator enclosure shall be NEMA 4(watertight). All external fasteners on the electric actuator will be stainless steel. Fasteners on limit switch and terminal compartments shall be captured to prevent loss while covers are removed. All torque and Electric Valve Actuators 151380-1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E thrust bearing housings,except motor housings,shall be cast iron. All gearing shall be grease lubricated and designed to withstand the full stall torque of the motor. D. Mounting. All actuators shall be securely mounted by means of brackets or hardware specially designed and sized for this purpose and of ample strength. The word "open"shall be cast on each valve or actuator with an arrow indicating the direction to open in the counterclockwise direction. All electric actuators shall be equipped with position indicators. Where possible,electric actuators shall be located between 48 and 60 inches above the floor or platform. E. Standard. Unless otherwise indicated and where applicable,all actuators shall be in accordance with ANSI/AWWA C 540-AWWA Standard for Power-Actuating Devices for Valves and Sluice Gates. F. Functionality. 1. Electric actuators shall be coordinated with power and instrumentation equipment indicated elsewhere in the drawings and specifications. 2.All actuators will be furnished with integral motor controls consisting of: a. Reversing starters. b. Power supply/control transformer. C. Phase discriminator. d. Digital interface with the control system. C. "Open-stop-close" pushbuttons/"local-off-remote"selector switch/red and green indicating lights. 3. Integral controls to be field separable from actuator gearcase by means of plug and socket electrical connection. 4. Integral pilot device station must be capable of repositioning at 90-degree increments so the pushbuttons,indicating lights and selector switch are accessible to the operator. 5.Transmission of control information shall be by two-wire system. Bus communication shall not be reliant on electro-mechanical devices. 6.Communication between the actuators and control panel shall be by DeviceNet conforming to the Open DeviceNet Vendor Association, Inc. (ODVA) DeviceNet Specification. Proprietary signal or communication protocols will not be permitted. If an actuator loses power and communication, it must have the capability to come back on-line without requiring operator intervention upon power recovery. 7.The actuator digital communications board must be capable of providing the following: a. Control Features. 1) OPEN. 2) CLOSE. 3) Run to setpoint position. b. Indications(Typical). 1) End-of-travel positions(OPEN/CLOSED). 2) Continuous valve position. 3) Selector switch in position (LOCAL/REMOTE). 4) Open torque switch tripped. 5) Closed torque switch tripped. Electric Valve Actuators 151380-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Fault Indications(Typical). 1) Motor protection tripped. 2) Phase failure/wrong phase sequence. 3) Open torque switch tripped in mid-travel (available). 4) Closed torque switch tripped in mid-travel (available). d. Minimum 3 analog inputs. C. Minimum 8 digital inputs. f. Minimum 4 digital outputs. g. 4-20mA valve position output. 8. Communication Parameters. a. Protocol to be DeviceNet. b. Proprietary protocols will not be permitted. C. System to be capable of simultaneous reception by all nodes. d. Removal of node to be permitted without severing network. C. 1500V ESD protection. f. Actuators must be capable of coming back on-line without operator intervention when power is lost and then recovered. g. DeviceNet. 1) Statement of Conformance by the ODVA required. 2) Electronic Data Sheet(EDS)file available via the internet. 3) System speed 125k baud,250k baud,or 500k baud. 4) Communication input shall be optically isolated from the microprocessor circuit. 9.The board must have the following status indications visible from outside the actuator: a. Processor status. b. Bus communication status. C. Overall status. 10.The following algorithms must be resident on the field digital communications board: a. Positioning(0 to 100%open). b. Open/close interlock. C. Direction reversal time delay. d. Fail open,fail close,fail as is,fail to preset. 11. Electronic board removal and/or failure shall not prevent the actuator from operating electrically with the"local-off-remote"selector switch in the"local"position. 2.2 ELECTRIC MOTOR ACTUATORS A. General. Where electric motor actuators are indicated,an electric motor-actuated valve control unit shall be attached to the actuating mechanism housing by means of a flanged motor adaptor piece. B. Gearing. The motor actuator shall include the motor,reduction gearing,reversing starter,torque switches,and limit switches in a weather-proof NEMA 4 assembly. The actuator shall be a single or double reduction unit consisting of spur or helical gears and worm-gearing. The spur or helical gears shall be of hardened alloy steel and the Electric Valve Actuators 151380-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E worm-gear shall be alloy bronze. All gearing shall be accurately cut with hobbing machines. All power gearing shall be grease-or oil-lubricated in a sealed housing. Ball or roller bearings shall be used throughout. Actuator output speed changes shall be mechanically possible by simply removing the motor and changing the exposed or helical gearset ratio without further disassembly of the electric actuator. C. Starting Device. Except for modulating valves,the unit shall be so designed that a hammer blow is imparted to the stem nut when opening a closed valve or closing an open valve. The device should allow free movement at the stem nut before imparting the hammer blow. The actuator motor must attain full speed before stem load is encountered. D. Switches and Wiring. Travel in the opening and closing directions shall be governed by a switch responsive to mechanical torque developed in seating the valve,or by an obstruction met in opening or closing the valve,or by an on-board microprocessor. The torque switch shall be adjustable and shall function without auxiliary relays or devices,or it shall be adjustable in one-percent increments, sensed by a pulse-counter,which receives 15 pulses per rotation of the unit. The geared limit switches shall be of the open type and shall be actuated by a rotor cam with 4 contacts to each cam or gear train. The actuator shall have a number of gear trains as required to produce the operation indicated. The actuator shall be wired in accordance with the schematic diagram. All wiring for external connections shall be connected to marked terminals. One 1-inch and one 1-1/4-inch conduit connection shall be provided in the enclosing case. A calibration tag shall be mounted near each switch correlating the dial setting to the unit output torque. Position limit switches and associated gearing shall be an integral part of the valve actuator. To provide the best possible accuracy and repeatability, limit-switch gearing shall be of the"counting" intermittent type,made of stainless steel,grease-lubricated,and enclosed in its own gearcase to prevent dirt and foreign matter from entering the gear train. Switches shall not be subject to breakage or slippage due to over-travel. Traveling-nuts,cams,or microswitch tripping mechanisms shall not be used. Limit-switches shall be of the heavy-duty open contact type with rotary wiping action.Quarter turn actuators will be furnished with mechanical stops that restrict the valve/actuator travel.Actuator must be capable of the following valve closing times/operating speeds: 1. Quarter turn valves-60 second closing time. 2. Gate valves and sluice gates—10 to 12 inches per minute operating speed. E. Handwheel Operation. A permanently attached handwheel shall be provided for emergency manual operation. The handwheel shall not rotate during electrical operation. The maximum torque required on the handwheel under the most adverse conditions shall not exceed 60 Ib-ft,and the maximum force required on the rim of the handwheel shall not exceed 60 Ib. An arrow and either the word 'open"or"close"shall be cast or permanently affixed on the handwheel to indicate the appropriate direction to turn the handwheel. F. Motor. The motor shall be of the totally-enclosed,non-ventilated, high-starting torque, low-starting current type for full voltage starting. It shall be suitable for operation on 480-volt,3-phase,60-Hz current,and have Class F insulation and a motor frame with all dimensions in accordance with the latest revised NEMA MG Standards. The observed temperature rise by thermometer shall not exceed 55 degrees C above an ambient temperature of 40 degrees C when operating continuously for 15 minutes under full rated Electric Valve Actuators 151380-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E load. With a line voltage ranging between 10 percent above to 10 percent below the rated voltage, the motor shall develop full rated torque continuously for 15 minutes without causing the thermal contact protective devices imbedded in the motor windings to trip or the starter overloads to drop-out. All bearings shall be of the ball type and thrust bearings shall be provided where necessary. All bearings shall be provided with suitable seals to confine the lubricant and prevent the entrance of dirt and dust. Motor conduit connections shall be watertight. Motor construction shall incorporate the use of stator and rotor as independent components from the valve operation such that the failure of either item shall not require actuator disassembly or gearing replacement. The motor shall be furnished with a space heater suitable for operation on 120-volt,single-phase,60-Hz circuit unless the entire actuator is an hermetically-sealed, non-breathing design with a separately sealed terminal compartment which prevents moisture intrusion. G. Electric Motor Actuators(AC Reversing Control Type). 1. General. Electric motor actuators of the AC reversing type shall be complete with local control station with open/close and local/remote selector switches. 2. Actuator Appurtenances. The actuator for each valve shall be supplied with open and close status lights;open,close and lock-out-stop push-buttons,and all other devices indicated. 3. Starter. a. The starter shall be suitably sized amperage rated reversing starter with its coils rated for operation on 480-volt,3-phase,60-Hz current. The starter shall be equipped with 3 overload relays of the automatic reset-type. b. An integral weatherproof compartment shall contain a suitably sized space heater to prevent moisture condensation on electrical components. C. Provide a thermal magnetic circuit breaker in NEMA 4 enclosure if not part of the integral valve package. 4. Acceptable Manufacturers. a. Rotork—IQ/IQT Series. b. AUMA—SG series. C. Beck—Group 11 d. Approved substitution. H. Electric Motor Actuators(AC Modulating Control Type). 1. General. Where indicated, modulating electric motor actuators shall be the ac modulating- type complete with a local control station with open/close/auto/hold functions. 2. Control Module. The control module shall be of the electronic solid-state ac-type with proportional pulse output to control the speed of the motor or shall have a Digital Control Module(DCM)and Contactless Position Sensor(CPS)for controlling the drive. 3. Starter. The actuator shall control a solid-state reversing starter designed for minimum susceptibility to power line surges and spikes. The solid-state starter and control module shall be rated for continuous modulating applications. Power supply shall be 480-volt,3-phase, 60-Hz.Alternatively,a no burn-out motor allowing continuous modulation may be provided. Electric Valve Actuators 151380-5 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. Construction. The control unit shall be microprocessor-based and shall contain an analog/digital converter,separate input-output switches, non-volatile random-access memory for storage of calibration parameters and push-button calibration elements for field-setup. Potentiometer adjustments shall contain a PID control function internally. In addition,the controller shall contain as standard feature a loss of command signal protection selectable to lock in last or lock in pre-set valve position and a valve position output signal in 4-20 mA. Actuators in modulating service will be selected such that the required dynamic valve torque is no more than 60%of the electric actuator's maximum rated breakaway torque. Power gearing in modulating actuators shall have zero backlash between the motor and actuator output.As an alternative to the construction requirement,the motor shall be capable of modulating at a rate of 1200 starts per hour at the 50 percent to 85 percent travel range of the valve. 5. Acceptable Manufacturers. a. Rotork—IQTM Series. b. AUMA—SG Series. C. Beck d. Approved substitution. 3.00 EXECUTION 3.1 SERVICES OF MANUFACTURER A. Field Adjustments. Field representatives of manufacturers of valves with electric actuators shall adjust actuator controls and limit-switches in the field for the required function. 3.2 INSTALLATION A. All valve actuators and accessories shall be installed in accordance with manufacturer's installation instructions. Actuators shall be located to be readily accessible for operation and maintenance, without obstructing walkways. Actuators shall not be mounted where shock or vibrations will impair their operation, nor shall the support systems be attached to handrails, process piping,or mechanical equipment. 3.3 ACCEPTANCE TEST A. Upon completion of the installation of each valve actuator,an acceptance test will be conducted to verify the satisfactory operation and performance of each actuator. Each valve shall be opened and closed in auto mode and manually. The test shall be conducted in a manner approved by and in the presence of the Engineer. B. Each valve actuator must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. END OF SECTION Electric Valve Actuators 151380-6 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 15 13 90 WASTEWATER VALVES 1.00 GENERAL 1.1 SECTION INCLUDES A. This section includes the requirements for the provision of miscellaneous valves and appurtenances not covered under other sections of these specifications. 1.2 SUBMITTALS A. Provide specifications, product data and detailed shop drawings in accordance with the requirements of Section 0133 01-Submittal Register. Catalog cuts, showing sufficient detail will be acceptable in lieu of detailed drawings for valves smaller than 16 inches in size and for other miscellaneous small items for which detailed drawings are not readily available. 2.00 PRODUCTS 2.1 BASIC REQUIREMENTS A. All valves and accessories shall conform to the requirements shown and scheduled on the plans and as specified herein. B. Valve Design. 1. Provide valves designed for repacking or reseating under pressure when fully opened. Perform shell and seat tests and stamp valve to show that tests have been successfully completed. 2. Packing. Use packing suitable for intended service,equipped with gland followers and having pressure and temperature ratings not less than design criteria applicable to components of the system. 3. Seals. For trunnion-mounted valves use resilient seals suitable for the intended service. 4. Provide valves conforming to the following material specifications: Material Specifications Bronze- 150 psi maximum ASTM B 62 Bronze-300 psi maximum ASTM B 61 Cast Iron ASTM A 126, Class B Nodular Cast Iron ASTM A 339, Grade 60-45-10 Carbon Steel, Cast ASTM A 216, Grade WCB Carbon Steel, Forged ASTM A 105, Grade II Fabricated Steel ASTM A 7 or better C. Valve Operators. Wastewater Valves 151390- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Unless otherwise shown or specified,each valve must be equipped with a manual operator and shall be provided with a suitable operating wheel. 2. Manual operators on aboveground valves 6 inches and larger shall be geared operators. These geared manual operators shall be fully enclosed and shall be the traveling nut type, rack and pinion type,or worm gear type for valves 20 inches and smaller. The valve shaft shall extend from the valve to the operator and shall be as specified for valve shafts. The space between the operator housing and the valve body shall be completely enclosed such that no moving parts are exposed to the soil or the elements. Operator housings for valves shall be oil-tight and watertight,shall be specifically designed for buried service, and shall be factory packed and suitably greased.The valve supplier shall install a valve position indicator on each operator housing. Operators 6 feet or less aboveground shall be provided with a handwheel for manual operation. 3. Worm gear operators shall be designed such that a torque in excess of 160 foot-pounds will not have to be applied to operate the valve at the most adverse condition for which valve is designed. Traveling nut operators shall be designed such that a torque in excess of 100 foot-pounds will not have to be applied to operate the valve at the most adverse condition for which the valve is designed. Limit stops shall be installed on the input shaft of all manual operators in the OPEN and CLOSED positions. The vertical axis of the operating nut shall not move as the valve is opened or closed. 4. Any valve which is installed with operator located 6'-1"or more above the floor and is not required to be equipped with other type of operator shall be provided with suitable chainwheel and operating chain. Each chainwheel-operated valve shall be equipped with chain guide which will permit rapid handling of the operating chain without"gagging"of the wheel and will also permit reasonable side pull on the chain. Operating chains shall be heavily plated with zinc and cadmium and shall be looped to extend to within 4 feet of the floor below the valve. 5. Wrench nuts shall be provided on all buried valves,on all valves which are to be operated through floor boxes,where shown on the plans. All wrench nuts shall comply with Section 20 of AWWA C500. Not less than two operating keys shall be furnished for operation of the wrench nut operated valves,one 6-foot length and one 10-foot length. 6. Unless otherwise shown or specified, plug, ball and butterfly valves 6 inches and less in size shall be lever operated. 7. The direction of rotation of the wheel,wrench nut and lever to open each valve shall be to the left(counterclockwise). Each valve body or operator shall have cast thereon the word OPEN and an arrow indicating the direction to open. 8. Unless otherwise specified or shown on the plans,all 3-inch or larger buried valves shall have mechanical joint ends or push-on type joint ends. All other 3-inch or larger valves shall have ends conforming to plan drawing and schedule requirements either flanged or grooved-end coupled. Unless otherwise required by the plans,flanges shall conform to ANSI B16.1,Class 125,flat-faced serrated finish to match flanges on piping. 9. Valves 2-1/2 inches or smaller in size may have threaded ends unless otherwise shown on the plans. Screwed end gate valves shall be used in copper tubing. Wastewater Valves 151390-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.2 GATE VALVES(GTV) A. Gate Valves, 3 Inches and Larger. 1. Gate valves 3 inches and larger for use in non-sewage applications shall conform to AWWA C500, shall be 200 psig SWP, iron body, bronze-mounted, bronze stems, double disc, parallel seat as manufactured by Clow, F-5065 for buried service and F-5070 for above ground service,or approved substitution. 2. Gate valves 3 inches and larger for use in sewage applications shall conform to AWWA C500, shall be 125 psig SWP, iron body, bronze-mounted, solid wedge disc as manufactured by American R/D series 100MJ for buried service and series 100 for aboveground service; or Resilient Wedge gate valves conforming to AWWA C509, as manufactured by American R/D series 2055 for buried service and series 2052 for above ground service,sizes 3 inches to 12 inches,or approved substitution. In general, large diameter valve shall not be mounted such that the wedge travels in the horizontal. 2.3 CHECK VALVES(CKV) A. Swing Check Valves, 3 Inches and Smaller. 1. Horizontal swing, regrinding type,Y-pattern,threaded ends, all bronze construction complying with Federal Specification WW-V51e,Class A,Type IV. 2. Discs shall be either renewable bronze or teflon. 3. Working pressure shall be 125 psi saturated steam, 200 psi non-shock cold water, oil or gas. 4. Valve shall be ITT Grinnell Figure No. 3300 or approved substitution. B. Swing Check Valves,4-inch and Larger. Swing check valves 4 inches and larger shall be iron- body, bronze-mounted,full-opening check valves with 125-pound ANSI flanged ends, Mueller No.A-2600-6-01, M&H Style 159, Fabri-Valve 10,Val-Matic Surge-Buster or approved substitution. Valves shall be rated at 175 psig. Valves shall have stainless steel hinge pin keyed to hinge,and adjustable packing glands. Valve shall be equipped with outside lever and weight so constructed and so positioned that it can operate without interference by any piping, supports or equipment. C. Split Disc Check Valves. Wafer type for mounting between flanges;cast-iron body with bronze- faced plates. Valve openings divided in half using lightweight plates spring locked with stainless steel torsion springs;shaft-mounted internal parts with external shaft seals using NPT socket head pipe plugs. Use resilient seating material suitable for normal pressure and temperature service(200F to 230°F,typically EDPM), or Viton for high temperature service in applications where temperature may exceed 230°F, bonded in grooved plates. Provide 316 stainless steel body and plate for process air service check valves. Valves shall be as manufactured by Crane Supply(Duo-chek II),Techno Corporation, Henry Pratt Company, or approved substitution. Only for use in process air or potable water service. Wastewater Valves 151390-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. PVC Ball Check Valves. Ball check valves in PVC piping shall have ASTM D1784,Type I, Grade 1, polyvinyl chloride body with single or dual union socket weld ends, rated 130 psi at 73 F. Valves shall be equipped with EPDM seats and seals. Valves shall be Chemtrol as manufactured by Nibco,Asahi/America,or approved substitution. 2.4 BALL VALVES(BAV) A. PVC Ball Valves. Thermoplastic ball valves 2 inches and smaller shall be rated 150 psi at 105 degrees F,with ASTM D-1784,Type I,Grade 1, polyvinyl chloride body, ball, and stem. Valves shall be of end entry,true union design. Valves shall have replaceable EPDM seats and 0-ring stem seals. Valves shall have handle for manual operation. Valves shall be Chemtrol as manufactured by NIBCO;Asahi/America;or approved substitution. B. Ball Valve, 2 inches and Smaller. Provide 125-pound cast bronze ball valve,two-piece body, Teflon seats,threaded ends, lever-operated, complying with Federal Spc.WW-V-35b,Type II, Class A,Style 3 (water or air service), C. Ball Valve, 6 inch through 48 inch. Provide valves in accordance with AWWA C507, latest version.Acceptable manufacturers of rubber seated ball valves include:Val-matic' Henry Pratt Company,or approved equal.Acceptable manufacturers of metal seated ball valves include: Henry Pratt Company, Dezurik,or approved equal. 2.5 ECCENTRIC PLUG VALVE(PLV) A. Resilient-seated cast-iron eccentric plug valves and 3-way plug valves,3 in.through 72 in (round port or"Ballcentric"type). Provide valves in accordance with AWWA C517(latest version)with flanged,grooved, or mechanical-joint ends.Acceptable manufacturers include DeZurik,Victaulic, Henry Pratt Company, or approved substitution. B. Resilient-seated cast-iron eccentric plug valves(rectangular port or"cam-centric"type). Provide valves in accordance with AWWA C517 (latest version)with flanged,grooved,or mechanical- joint ends.Acceptable manufacturers include DeZurik,Val-matic(cam-centric), or approved substitution. Rectangular port area of valve shall be not less than 80 percent of full pipe size. C. Valves shall be cast iron (ASTM A 126, Class B)with resilient-faced plugs.Valve seat shall have a welded-in overlay of not less than 90 percent nickel on all surfaces contacting the plug face.The stem bearing and bottom bearing shall be of Type 316 stainless steel.Valves shall be designed for 150 psig working pressure.Valves shall open counterclockwise. D. The plug shall be coated with a resilient material which is oil and grease resistant, such as neoprene or Buna-N. Valves shall be adjustable and repackable without removal of valve bonnet while valve is in service. Valves 3 inches and larger shall be furnished with 125-pound ANSI flanged ends or, if Victaulic joints are used,with grooved ends. E. Unless otherwise shown on the drawings,valves 6 inches and smaller shall be lever operated and valves 8 inches and larger shall be provided with enclosed worm gear handwheel operators. Equip buried plug valves with valve box and operating nut extensions. Wastewater Valves 151390-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.6 BUTTERFLY VALVES(BFV)—WATER SERVICE A. Valves and operators shall conform to latest addition of AWWA Standard for Rubber-seated Butterfly Valves,AWWA C504,except as modified or supplemented herein. All manually operated valves for open-close service 20 inches in size and smaller shall be Class 150 B. Provide valves with cast iron body, cast iron or bronze disc,and a stainless steel type 304 shaft. All portions of the shaft bearings shall be stainless steel, bronze, nylon,fiberglass and/or Teflon in accordance with AWWA C504. B. Seats shall be of one piece construction, simultaneously molded and bonded into a recessed cavity in the valve body. Seats may not be located on the disc or be retained by segments and/or screws. For wafer style valves,the seat shall cover the entire inner surface of the valve body and extend over the outside surface of the valve body to form a flange gasket. C. Provide locking lever operators on all valves through 6 inches. Use standard enclosed weatherproof gear operators on all valves larger than 6 inches. Operator mounting arrangements and handwheel positions shall be easily accessible or as shown on the plans. Provide all valves with a valve disc position indicator mounted on the end of the valve shaft. 2.7 BUTTERFLY VALVES(BFV)—AIR SERVICE A. Valve shall be wafer(or lug wafer)design for installation between ANSI B16.1125-pound flanged ends. All valves shall be capable of bi-directional, bubble tight service to the rated pressure. Provide valves with cast iron body, cast iron or bronze disc, and a stainless steel type 416 shaft. B. For plant air service, provide valves with resilient seats capable of withstanding temperatures reaching 230°F(minimum)such as EPDM or Viton. Seats shall be located in the valve body and be field replaceable. C. Shaft seal shall be V-type and shall be suitable for pressure or vacuum service. 2.8 KNIFE GATE VALVES(KGV) A. Water Service 1. Provide valves with full round port opening and metal seat of 304 stainless steel for particular valve service as recommended by manufacturer. All flanges to be drilled and tapped in accordance with ANSI Class 125/150 standard. Valves 24 inches in size and smaller shall have pressure rating of 150 CWP;valves greater than 24 inches shall have pressure rating of 125 CWP. 2. All wetted parts of knife gate valves, including gate,seat rings and metal seat,through the body and in the chest shall be of Type 304 stainless steel. The stem shall also be stainless steel and shall have double pitch threads. Valves shall have an adjustable packing gland. Wastewater Valves 151390-5 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Valves shall be installed so that liquid pressure from the service will push the gate on the seat when closed. Mark all valves and identify seating side of valve. 4. Hydrostatically test the body of the valve at 1.5 times the working pressure. 5. Knife gate valves through 8 inches in size shall have handwheel operators;valves 10 inches and larger shall have enclosed bevel gear with handwheel operators,floor stands,gate position indicator,extension and fittings as required. 6. Provide lug body style, bonnetless knife gate valves. Valves as manufactured by Fabri- Valve (37R), DeZurik(Series L)or approved substitution. B. Air Service 1. Square diaphragm control valve with central or falling flow axis with range of 0—100%, gas tight at closed position. For control service,supply as a unit with electrical multi-turn actuator for sensitive control of air supply.Valve is to have low pressure drop. 2. For manual trim operation, supply with manual actuator,gear reducer,and position indicator. 3. Provide wafer body style,Vacomass control valve as manufactured by BinderGroup or approved substitution. 2.9 TELESCOPING VALVES(TLV) A. Tubes shall be manufactured from seamless or welded stainless steel tube. Connecting bails and hardware shall be 304 stainless steel. Minimum wall thickness for tube shall be 1/8 inch. Tube will be of sufficient length to provide adjustment between the elevations as shown on the plans. B. A seal flange and retainer plate made of type 304 stainless steel and two(2) Buna-N slip seal gaskets shall be provided by the valve manufacturer.The slip seal gasket ID shall be 1/8"smaller than slip tube OD.The seal flange and retainer plate shall be 1/4"thick and slip seal gaskets 1/4" thick each. Slip seal gaskets shall be"dovetailed" in order to facilitate easy replacement in the field without disassembly of valve.The gaskets shall be sandwiched in between the seal flange and the retainer plate,which are to be bolted to the riser pipe flange.The gaskets, sealing flange and retainer plate are to be supplied with standard class 125#drilling pattern to match the riser pipe flange. Riser pipe shall be provided by Contractor. C. Slip tube shall be fitted with 12-inch diameter 304 stainless steel funnel. Bail shall attach to funnel. D. Stems shall be manufactured from solid Type 304 stainless steel rod and shall have Acme type threads for adjusting the tube height. The stem shall be fastened to the tube bail by welding or threaded stainless steel hardware. Provide bails of adequate profile to minimize debris collection and to facilitate cleaning. Wastewater Valves 151390-6 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Valves shall be rising stem with hand wheel actuators.Actuators shall be mounted to a pedestal or offset pedestal as required. Pedestal shall be of cast 316 stainless steel or cast ductile iron epoxy coated. Fabricated pedestals are not acceptable.The threaded stainless-steel operating stem shall be used to connect the operating mechanism to the valve tube lifting bail.The threaded segment shall engage the operating nut in the actuator. Operators shall be supplied with clear plastic stem covers,vented cover cap and Mylar position indication tape. Handwheel shall be minimum 6-inch diameter. F. Stem guides where required shall be of cast 316 stainless steel or cast ductile iron epoxy coated with bronze bushings. Stem guides shall be adjustable in two directions to assist in proper stem installation and alignment.Wall brackets for offset pedestals shall be of cast 316 stainless steel or cast ductile iron epoxy coated. G. Acceptable manufacturers include Trumbull,or approved substitution. 2.10 MUD VALVES A. Valves shall be flanged end,cast iron body with bronze seats. Provide 304 stainless steel non- rising stem with bronze stem nut. All assembly and mounting bolts to be 316 stainless steel. Valve will be operated with a handwheel lift. Provide stem guides and wall brackets to make a complete and operable unit as required by valve manufacturer. 2.11 MISCELLANEOUS VALVES A. Flap Valves. Flap valves shall be installed where shown on the drawings. Valves shall have iron body bronze seats and disc rings; hinge pins shall be bronze or Type 316 stainless steel. B. Globe Valves (GLV). 1. Globe valves shall be used where indicated on the drawings or specified. In general, unless otherwise shown or noted,all valves 1/2 inch and smaller on water or air lines shall be globe valves. Angle valves may be used in place of globe valves where convenient. 2. Globe valves 3 inches in size and smaller for ordinary service shall be 125 psig SWP, bronze rising stem, bronze disc globe valves with screwed ends,Crane Nos. 1 and 2, Kennedy Figures 150 and 151, or approved substitution. C. Hose Bibbs (HB). Hose bibbs shall be bronze, angle pattern globe-type valves with renewable composition disc and American Standard hose coupling threads on outlet. Hose valves shall be Nibco KT-67-UL for 1-inch bibb and Nibco T-301-W for 1-1/2 inch bibb, or approved substitution. D. Globe Needle Valve, 1/8 inch to 3/4 inch Size. Screwed bonnet, rising stem,threaded ends, brass stem and integral seat. Provide ITT Grinnell Figure No. 1066 or approved substitution. E. Relief Valves. Furnish spring-loaded relief valves with a steel bonnet and 316 stainless steel trim with enclosed spring similar to Crosby Series 900. Valve to be compatible with Wastewater Valves 151390-7 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E service. For compressed air service use seats specially ground for air service and provide a lifting lever. F. Sewage Combination Air/Vacuum Valve(Force Main High Points, Pump Station Discharge). 1. Operation. Allow for unrestricted venting or re-entry of air through valve during filling or draining of the pipe. Valve design is to prevent water column separation or pipeline collapse due to vacuum. Combination valve does not spill or spurt sewage even at low pressures. 2. Materials. Valve Body- Non-corrosive composite materials. Operating parts—corrosion resistant polymers. Float rod and spring—Stainless Steel 3. Appurtenances. All internals shall be removable through the top cover. Provide blow-off valves,quick disconnect couplings, minimum 6 feet of hose and flanged gate valve. 4. Valves shall be ARI D-025,or approved substitution. G. Tank Pressure Relief Valves. 1. Wall Type Relief Valve. Valves shall have a removable strainer retained in the valve. Pressure Relief Valves without strainers or with strainers in the Wall Pipe are not acceptable.Wall Pipe shall have bolt holes tapped for studs,to allow for flush mounting of the valve to the tank wall. Flange on both Wall Pipe and Wall Valve shall comply with ANSI Class 125 for outside diameter, bolt circle and number of bolts. Flange thickness for 4" valves shall be a minimum of 7/16";6"valves shall be a minimum of 1/2". Hinge pin connecting the body and lid shall be made of stainless steel. Hinge pins of bronze are not acceptable.The wall type pressure relief valve shall be a Trumbull 1367-1560(4-inch)or 1367-1564(6-inch), or approved substitution. 2. Floor Type Relief Valve.Valves shall have an integrally cast collar.The lid shall have locking lugs to prevent separation from the valve body. Floor type valves shall have a removable strainer.The length of floor type valves shall be extended with the use of C900 PVC Pipe, having the same OD as ductile iron pipe.The C900 Pipe shall be securely retained by a "Reiber Style,Angled Gasket" inside the casting.0-Rings are not acceptable for retaining C900 PVC Pipe.The floor type pressure relief valve shall be a Trumbull 1367-1540(4-inch) or 1367-1544(6-inch).or approved substitution. 3. Tank Pressure Relief Valves shall be installed as shown on the drawings to prevent sub- grade concrete tanks from becoming buoyant and floating from hydrostatic pressure, or to prevent damage to the tank side walls.A pocket of clean crushed stone approximately 3/4"to 2" in diameter should be placed at the external port of the Wall Pipe or Floor Valve unless otherwise shown on the drawings.The cover shall open when the external pressure exceeds internal pressure by approximately 5"of head,so that pressure will be equalized on the inside and outside of the tank.All valves shall be cast stainless steel,type 316. 4. Seals.Seals on both body and lid shall be Neoprene,40 durometer and be field- replaceable.The surfaces on the body and lid where the seals are installed must be machined to insure an overall flush and parallel seating surface. Seals shall be the QuadroSeal "wrap-around"design that surrounds body and lid on four sides to prevent separation. In addition, seals shall be bonded to body and lid with an adhesive sealant. Designs which rely solely on adhesive are not acceptable.The seals Wastewater Valves 151390-8 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E shall be secured to the valve body and lid at their outer perimeters to assure adequate sealing contact. Designs that retain the seal to the lid by means of a screw in the center of the lid are not acceptable.Tank Pressure Relief Valves shall be QuadroSeal as provided by Trumbull Industries, or approved substitution. 3.00 EXECUTION 3.1 INSTALLATION A. Installation of miscellaneous valves shall be as recommended by manufacturer. Valves shall be positioned as shown on drawings. B. Prior to installing valves, remove foreign matter from within the valves. Inspect the valves in open and closed position to verify that all parts are in satisfactory working condition. Geared valves shall be inspected to see that the gears are properly lubricated. C. Each valve which is installed in direct contact with earth backfill shall be provided with a valve box of such type and design that surface loads, impact and shock will not be transmitted through the box to the valve. D. Install valves and valve boxes at locations indicated on drawings or as alternatively located by Owner's Inspector. Valves and valve boxes shall be set plumb. E. Each valve box shall be placed directly over the valve it serves,with the top of the box brought flush with the finished grade. F. Locate valves away from roads or streets, if applicable. G. After being placed in proper position,earth shall be filled in around each valve box and thoroughly tamped for a distance on each side of the box of 4 feet at the top of the pipe and 2 feet measured at the top of the trench. H. Place a concrete thrust block opposite pipe connections and set against the vertical face of the trench to prevent the valve from blowing off the line. If character of the soil is such that the valve cannot be securely wedged in this manner, provide bridle rods and rod collars of not less than 3/4-inch stock coated in acid-resistant paint. 1. Extension stems for buried valves shall extend to within 6 inches of the surface of the ground. Each extension stem shall be connected to the valve operator with a suitable universal joint type coupling. All connections shall be pinned. Each extension stem shall be provided with spacers which will center the stem in a valve box having an inside diameter of 5-1/2 inches and shall be equipped with a standard AWWA wrench nut as described in Section 20 of AWWA C500. 3.2 PAI NTI NG A. Unfinished interior surfaces of all valves shall be painted or coated for wastewater service in conformity with the standard practice of the manufacturer. All unfinished exterior surfaces of the valves,operators and accessories which are not exposed in manholes, buried or submerged shall be thoroughly cleaned and prime coated with primer Wastewater Valves 151390-9 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E compatible with the proposed coating system. Finish coats of paint will be applied after installation of the valves. B. All exterior surfaces of valves which are exposed in manholes, buried or submerged,and their extension stems, and accessories shall be thoroughly cleaned and coated. C. All polished or machined surfaces of each valve shall be coated with rust-preventative compound, Dearborn Chemical "No-Ox-Id 2W," Houghton "Rust Veto 344,"or Rust-Oleum "R- 9.11 END OF SECTION Wastewater Valves 151390- 10 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 15 14 00 DOMESTIC WATER PIPING SYSTEMS 1.00 GENERAL 1.1 SUMMARY Provide domestic hot and cold-water piping within buildings and underground laterals within 5 feet of building. 1.2 SUBMITTALS Provide a certificate indicating that a successful system pressure test has been completed. 2.00 PRODUCTS 2.1 MANUFACTURERS A. Stockham B. Watts, Hammond C. Nibco D. Milwaukee. 2.2 PIPING AND FITTINGS A. Underground Piping. 1. For 2-1/2-inch and smaller, provide ASTM B 88, hard-drawn,Type K copper water tube with ANSI B16.22 wrought copper fittings. Provide lead-free solder for all solder joints. 2. For 3-inch and larger, provide ANSI A21.6 Class 150 cast iron pipe with compression joints. B. Underfloor Piping. Furnish ASTM B 88, cold-drawn,Type K copper water tube with ANSI B16.22 wrought copper fittings. Run continuous with no joints under the floor slab. Provide lead-free solder for all solder joints. C. Aboveground Piping. Provide Schedule 40,ASTM A 53,galvanized steel pipe with galvanized ANSI B16.3 Class 150,threaded, malleable iron fittings. At the Contractor's option, Victaulic grooved-end pipe fittings and couplings may be used in lieu of screwed or flanged fittings, excluding the following styles: 1. Vic Boltless, Style No. 791. 2. Vic-Let, Style No. 923. 3. Hooker, Style No. 922. 4. Fit Products, all styles. 5. Plain End Couplings, Style Nos. 90 and 99. Domestic Water Piping Systems 151400- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Aboveground Piping. Provide seamless,ASTM B 88,Type L copper water tube with ANSI B16.22 wrought copper fittings. Provide lead-free solder for all solderjoints. E. Unions. Provide ANSI B16.39 Class 150, 300-pound water-oil-gas service galvanized, malleable iron unions with ground joint and brass seat, such as Stockham 694, or approved substitution. Flange joints larger than 2 inches. Provide dielectric isolating unions at all junctions or connections between metallic piping of dissimilar metal. 2.3 VALVES A. Ball Valves. For 2 inches and smaller, provide 600 psi CWP, cast brass 2-piece body, replaceable reinforced Teflon seats, full port, blowout proof stems and chrome-plated brass ball as follows: 1. Stockham 5-216-BR-RT, Hammond 8301,Watts FBV-1, Milwaukee BA-250, or Nibco T-585-70(threaded) 2. Stockham 5-216-BR-RS, Hammond 8311,Watts FBVS-1, or Nibco 5-585-70(solder ends with extended solder cups) B. Gate Valves. For 2-1/2 inches and larger, provide Class 125 iron body, bronze mounted, with body and bonnet conforming to ASTM A 126, Class B cast iron,with Teflon-impregnated packing,flanged ends, OS&Y, such as: 1. Stockham G-623 2. Nibco F-617 3. Hammond IR1140 4. Milwaukee F-2885 C. Gate Valves (Underground Only). Provide AWWA C500, 200 WWP, cast iron body, double disc, nonrising stem, parallel seat,with 2-inch-square operating nut, asphalt varnish coated, such as Stockham G-739-0(threaded ends)or Stockham G-745-0(flanged ends). Furnish valve with cast iron valve box, extension sleeve type, 5-inch diameter,with suitable bases and covers, all coated with asphalt varnish. Covers shall be identified with casting, "WATER." Domestic Water Piping Systems 151400-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Check Valves. 1. 2 Inches and Smaller. Provide Class 125,T-pattern bronze body, horizontal swing bronze disc, with bodies and caps conforming to ASTM B 62 cast bronze composition as follows: a. Stockham B-309, Hammond 113912, Milwaukee 1509, or Nibco 5-413-B (solder- joint) b. Stockham B-319, Hammond 113904, Milwaukee 509, or Nibco T-413-B(threaded end) 2. 2-1/2 Inches and Larger. Provide Class 125, iron body, bronze mounted, with body and cap conforming to ASTM A 126 Class B cast iron, horizontal swing bronze disc, as follows: a. Stockham G-931, Hammond IR1124, Milwaukee F-2974, or Nibco F-918-B (flanged) b. Stockham G-927(threaded) 2.4 PRESSURE REDUCING VALVE STATIONS A. The domestic pressure reducing valves stations shall be as shown and sized on the plans. B. Pressure Reducing Valve. The normal flow pressure reducing valves shall be Cla-Val Model No. 90G-01AS, Class 150, pilot operated, stainless steel trim with 30 to 300 psig adjustment range. The low flow pressure reducing valves in each pressure reducing station shall be Cla-Val Model No. 990 with 70-140 psi adjustment range. C. Pressure Relief Valve. Pressure relief valve at each pressure reducing station shall be Cla-Val Model No. 50G-01, Class 150 steel trim with a 20-200 psi relief pressure range. Each valve will be fitted with a Cla-Val No. X105L single-pole double-throw switch. When the relief valve opens on high pressure, this switch shall activate an audible and visual alarm in a Unipoint Relief Alarm Panel. A Unipoint Relief Alarm Panel shall be provided for each station. D. Unipoint Relief Alarm Panel. Provide alarm control panels with the following features and bill of materials per panel: 1. NEMA 4 enclosure. 2. 120 VAC control voltage. 3. Alarm signal light. 4. Alarm buzzer. 5. Alarm silencing reset button. 6. Auxiliary alarm contact for building automation system. 7. Operation. Upon closure of the normally open contacts in the relief valve limit switch, the alarm control panel will illuminate an alarm light, sound the alarm buzzer, and close the auxiliary alarm contact. The alarm buzzer can be silenced by Domestic Water Piping Systems 151400-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E momentarily depressing the silencing pushbutton; however, the alarm light shall remain illuminated until the alarm condition is corrected. 3.00 EXECUTION 2.1 UTILITIES A. Connection to water main, service to water meter, and meter box will be provided by serving utility; however, Contractor shall file proper notice required to coordinate installation of complete water service with associated disciplines. 2.2 INSTALLATION A. Install water piping systems with uniform horizontal grade of 1/8 inch per 10 feet, minimum, to low points to provide complete drainage of the system. Where constant pitch cannot be maintained for long runs, establish intermediate low points and rise to new level. Grade branches to drain to mains or risers. Unless otherwise indicated, terminate low points of risers with drain valve piped to nearest hub or floor drain. 2.3 STERILIZATION A. Sterilize the water system with solution containing not less than 50 parts per million available chlorine. Allow chlorinating solution to remain in system for period of 8 hours. Have valves and faucets opened and closed several times during the period. After sterilization, flush the solution from the system with clean water until residual chlorine content is less than 0.2 parts per million. 2.4 TESTING A. Test under a cold-water hydrostatic pressure of 1-1/2 times operating pressure (150 psig minimum)for a minimum of 4 hours with no significant drop in pressure. Repair all leaks and retest system until proven watertight. END OF SECTION Domestic Water Piping Systems 151400-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 15 44 20 DRAINS, HYDRANTS, AND CLEANOUTS 1.00 GENERAL Not used. 2.00 PRODUCTS 2.1 MANUFACTURERS A. J. R. Smith, Zurn,Josam, Wade, MIFAB, Woodford. 2.2 DRAINS A. Floor Drain (FD-1). General Purpose: MIFAB, Series F1000, cast iron floor drain with flashing collar, seepage flange, nickel bronze 6-inch diameter strainer with heel-proof holes. Provide trap primer connection. Sized per drawings. B. Floor Drains (FD-2). Indirect Waste: MIFAB, Series F1100-C-EF, cast iron floor drain with seepage flange and flashing collar seepage flange, nickel bronze 6-inch diameter strainer with heel-proof holes,with 4-inch diameter round funnel. Provide trap primer connection. Sized per drawings. C. Floor Drains (FD-3). Mechanical Areas: MIFAB, Series F1100-C-ER, cast iron floor drain with flashing collar, seepage flange, nickel bronze 9-inch diameter strainer with heel-proof holes. Provide trap primer connection. Sized per drawings. D. Trench Drains (TD-1). MIFAB, Series T300, , sized 6-inch wide,with extra heavy duty Frame Assembly, see drawings for additional information. Sized per drawings. E. Trench Drains (TD-2). ZURN, Series Z806,Trench drain-wash-up area, sized 6"wide,fiber reinforced polymer class E2, bottom outlet. See drawing for additional information, size per drawings F. Storm System. Gutter and Downspout, splash onto grade. Reference Architecture. Provide Splash Block, made from 100% recycled rubber, size 10-inch by 24-inch, color- black. 2.3 HYDRANTS A. Hose Bibbs (HB-1). Woodford, No. Model 24, Anti-siphon wall faucet, Vacuum breaker, tee key handle, chrome#CH. B. Hose Bibbs (HB-2). Woodford, No. Model 40SC, male connection, self-closing, vacuum break, polished chrome, quarter turn. #LH level handle, ADA complaint. C. Wall Hydrant(HB-3). Woodford, No. Y2, freezeless wall hydrant, anti-siphon, vandal resistant, integral vacuum breaker, 3/4-inch male hose connection. Drains, Hydrants, and Cleanouts 154420- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.4 TRAP PRIMERS A. Trap Primer (TP-1). Precision Plumbing "Prime-Rite" trap primer complete with ball check valve and 1/2-inch NPT inlet and outlet. Provide distribution unit as required. Provide minimum 12"x 18" metal access panel in wall, located to assure adequate access for trap primer maintenance. B. Trap Primer (TG-1). ProVent Systems 'Trap Guard', located in rarely occupied buildings. Use of this product must be pre-approved by local code authority. 2.5 CLEANOUTS A. Location. Provide drainage lines with properly specified cleanouts. Locate cleanouts in runs not more than 90 feet on centers or as required by local authority having jurisdiction. Provide cleanouts at the base of each soil or waste stack and wherever necessary to make accessible all parts of the drainage soil or waste systems,whether or not indicated on drawings. Extend cleanouts within chases to near wall and provide wall access cover compatible with wall construction. Provide cleanouts of required size, where flashing flange was installed with membrane waterproofing. B. Finished Floors and Concrete Floors (FCO). Jay R. Smith 4020, duracoated, adjustable, cast iron cleanout with lead seal and round, scoriated nickel-bronze top and frame, with clamping collar. C. Finished and Unfinished Walls (WCO). Mifab C1400-R, cast iron cleanout with lead seal and nickel-bronze access frame and cover. D. Exposed Piping. Jay R. Smith 4400, duracoated, cast iron calk ferrule and cast-iron lead seal. E. Outside Area (COTG). Jay R. Smith 4220, duracoated, cast iron cleanout with lead seal, adjustable housing, and heavy-duty tractor-type cover with vandal-proof screws, cast flush in a 16"x 16"x 6"thick concrete pad in nonsurfaced areas. 2.6 INTERCEPTOR Provide interceptor as indicated on drawings. 3.00 EXECUTION 3.1 INSTALLATION Install in accordance with manufacturer's printed recommendations and as shown on the drawings. END OF SECTION Drains, Hydrants, and Cleanouts 154420- 2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Submersible Pump Data Sheet Project: Whitecap Wastewater Treatment Plant Influent Lift Station: Operating Conditions: Service: Influent Lift Station Vertical Mounted Dry Pit Submersible Pump Pump Tag Numbers: P-101, 102, and 103 Liquid: Sludge Pump Manufacturer: Flygt Flow Rate: 2,590 gpm @ 38.8 TDH Pump Model Number: N 3202 Curve No: NPSHa available: 29.8 ft Min. Sphere Passing: 3-Inch Liquid Temp:Ambient Liquid SP. GR.: 1.04 Performance Data @ 900 RPM Drive Motor Specifications: BEP: 80% Manufacturer: Enclosure: TEFC Rated HP: 35 HP Frame: 286T NPSH required @ design: 5.28 ftSpeed: 880 RPM Shut Off Head: 48.00 ft HP Rating: 35-75HP Phase/Hz/Volts: 3/60/480 Run Out Point: 2320 gpm @ 11.20ft Pump Specifications: Suction ftg. &size: 12" Discharge ftg. &size: 8" Impeller Diameter: 8" Type of Seal/Manf./Model: Mechanical Seal/Type 1/John Crane Seal Lubrication: Type of Lubrication: * Lubrication Method(s): Coupling Manf./Model: Materials of Construction: Casing: Cast Iron Stuffing Box Cover: Cast Iron Impeller: Cast Iron Shaft: Stressproof Steel Shaft Sleeve(s): 316 Stainless Steel Bearings/Service Life: Ball Bearings/50,000 hr. Min Submersible Pumps 221330- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Coupling Guard: Steel Weights and Measurements: Pump and Motor: lbs* Other Details and Information: VFDs to be supplied by contractor and located in MCC * Vendor Confirmed or Supplied Information. Secondary Pump Station: Operating Conditions: Service: B-Stage RAS/WAS Horizontal Pumps Pump Tag Numbers: P-601, 602, 603, and 604 Liquid: RAS/WAS Pump Manufacturer: Flygt Flow Rate: 670 gpm @ 16 TDH Pump Model Number: NP 3127 LT Curve No: NPSHa available: 29.8 ft Min. Sphere Passing: 3-Inch Liquid Temp:Ambient Liquid SP. GR.: 1.04 Performance Data @ 900 RPM Drive Motor Specifications: BEP: 80% Manufacturer: Enclosure: TEFC Rated HP: 10 HP Frame: 286T NPSH required @ design: 5.28 ft Speed: 880 RPM Shut Off Head: 48.00 ft HP Rating: 7.5 -11HP Phase/Hz/Volts : 3/60/480 Run Out Point: 2320 gpm @ 11.20ft Pump Specifications: Suction ftg. &size: 6" Discharge ftg. &size: 6" Impeller Diameter: 6" Type of Seal/Manf./Model: Mechanical Seal/Type 1/John Crane Seal Lubrication: Type of Lubrication: * Lubrication Method(s): Coupling Manf./Model: Materials of Construction: Submersible Pumps 221330- 2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Casing: Cast Iron Stuffing Box Cover: Cast Iron Impeller: Cast Iron Shaft: Stressproof Steel Shaft Sleeve(s): 316 Stainless Steel Bearings/Service Life: Ball Bearings/50,000 hr. Min Coupling Guard: Steel Weights and Measurements: Pump and Motor: lbs* Other Details and Information: VFDs to be supplied by contractor and located in MCC * Vendor Confirmed or Supplied Information. END OF SECTION Submersible Pumps 221330-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 22 13 30 SUBMERSIBLE PUMPS 1.00 GENERAL 1.1 SECTION INCLUDES A. This section includes the requirements for the provision of eighteen (18) non-clog submersible sewage pumping units. As indicated on the drawings, four(4) horizontally mounted pumps shall be installed in a dry pit application at the RAS pumping station, three (3)vertically mounted pumps shall be installed in in a dry pit application at the Influent Lift Station, these pumps will be equipped with VFD.Ten (10) pumps shall be submerged in the aerobic digester as part of the Jet Mixing System and will not be controlled by VFD.The RAS pumps shall be identified as P-601, P-602, P-603, P-604.The Influent lift station pumps shall be identified as P-101, P-102 and P-103.The Jet Mixing pump shall be identified as P-610 through P-619. Each installation shall include the setting of pumps and motors, leveling and aligning of equipment, removal apparatus for the jet aeration mixing pumps in the aerobic digester, and connection to piping to provide a complete operational pumping system, as well as other specified accessories. B. The Contractor shall be responsible for additional design and costs associated with modifying applicable structure(s)to accommodate equipment with dimensions other than those shown on the drawings.This requirement includes equipment supplied by "Acceptable Manufacturers"that may differ from the dimensions shown on the drawings. All designs must be approved by the Owner's Representative. C. All equipment specified under this section shall be provided by a single manufacturer/supplier. D. Manufacturer/supplier shall be responsible for the manufacture, warranty, service, and operation of all equipment specified herein. Moreover, manufacturer/supplier shall, in addition to the Contractor, assume responsibility for the proper function of all equipment, following installation. 1.2 SUBMITTALS A. Contractor shall provide all submittals in accordance with the requirements of Section 01 33 01—Submittal Register. B. Submit complete descriptive product data for all equipment to be provided, including but not limited to, fabrication and installation drawings, electrical, instrumentation and controls component requirements and drawings, pertinent design calculations, and any other related information necessary to facilitate Owner and Owner's Representative review. C. Product Data. Submit product data for review; include the following: 1. Manufacturer of pump, size, type, and figure number. 2. Manufacturer of electric motor and guaranteed efficiency at pump rated conditions. 3. Guaranteed performance curves (manufacturer's standard certified test data) for each pump, including head curve, horsepower curve and efficiency curve. Curves shall indicate recommended minimum flow rate, maximum attainable flow rate at Addendum 3 -Submersible Pumps 221330- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E rated pump speed, brake horsepower at rated conditions, and maximum horsepower over entire pump performance curve, including shutoff. 4. Guaranteed pump efficiency at rated conditions. 5. Recommended spare parts for 1 year's normal maintenance with prices, delivery, and location of stock (local or factory). D. Shop Drawings. Complete drawings, details and specifications for the pumps andtheir accessories and appurtenances shall be submitted for review; include the following: 1. Certified dimensioned outline drawings for pumping units and motors with shipping weights and unit weights. 2. Cross-sectional drawing with detailed parts list for pumps and motors. E. Testing and Final Submittals. 1. Factory performance tests, in accordance with the standards of the Hydraulic Institute, shall be required for all sewage pumps with discharge size 10 inches and larger. Six copies of certified factory performance test curves and a copy of the actual test data shall be submitted prior to shipment, including head, capacity, brake horsepower and pump efficiency characteristics for each pump supplied. 2. The following data shall be submitted upon shipment of pumps and motors: a. Installation, operation, maintenance, and lubrication manuals. b. Complete bill of materials to include factory part numbers, or drawing numbers, which would indicate interchangeability, materials of construction, and the number of parts used in one unit. C. Labeled photographs of nameplate on pumps and motors. Pump nameplate shall include impeller size or number. 1.3 QUALITY ASSURANCE A. Manufacturer/supplier shall have a minimum of 20 years of equipment production/installation experience. B. Equipment shall be identified with a corrosion resistant nameplate and include manufacturers name, address, equipment model number and other pertinent information. C. A factory-trained service engineer employed by the pump manufacturer shall advise the installing contractor in the installation and start-up of the pumping units. Upon completion of the physical installation of the unit,the manufacturer shall submit in writing to the Owner's Representative a letter stating that the unit has been properly installed and is acceptable for operation.The pump manufacturer's service engineer shall include in his bid two working days to advise the Owner's operator of operation and maintenance of the pumping units and controls. D. Supply of Equipment. All equipment called for under this section of the specifications shall be supplied by the pump manufacturer.This includes the motors, and control panel. 1. For the Scum Pump packaged lift station, this shall also include the liquid level controls, lifting devices, and access doors.The supplier shall, in addition to the Contractor, assume the responsibility for the proper functioning of the equipment. Addendum 3 -Submersible Pumps 221330-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Parts and Service.The supplier shall satisfy the Owner's Representative that he maintains the following within a reasonable distance from the project location: 1. A store or branch storing a representative supply of parts for the equipment specified, and provisions for securing parts within a reasonable length of time. 2. A shop staffed with qualified factory-trained service personnel. 3. Pickup and delivery trucks for parts or pumps. 1.4 NOISE AND VIBRATION A. Select equipment to operate with minimum of noise and vibration. If, in the opinion of the Owner's Representative, objectionable noise or vibration is produced or transmitted to or through building structure by equipment, piping ducts, or other parts of work, rectify such conditions without change in the contract sum. B. If equipment is judged by the Owner's Representative to produce objectionable noise or vibration,the Contractor, at his expense, must demonstrate that the equipment performs within limits set forth on the vibration chart at the end of this section. 1.5 WARRANTY A. The pump manufacturer shall warrant the units being supplied to the Owner against defects in workmanship and material for a period of 5 years under normal use, operation, and service.The warranty shall be in printed form and apply to all similar units. Warranty shall commence upon the date of substantial completion. 2.00 PRODUCTS 2.1 DESIGN CRITERIA A. RAS Pumps -See attached data sheet for P-601, P-602, P-603 and P-604. B. Influent Lift Station -See attached data sheet for P-101, P-102, and P-103. C. Jet Mixing Pump—See attached data sheet for P-610 through P-619. 2.2 ACCEPTABLE MANUFACTURERS A. Flygt B. City approved substitution. Addendum 3 -Submersible Pumps 221330-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.3 PUMP TYPE A. Select pumps to operate conservatively over the entire range of total head as specified for each pump. Select pumps with head curves constantly rising toward shutoff and with efficiency curves which peak at or to the left of rated conditions. B. The RAS and Influent Lift Station pumps shall be non-clogging, raw sewage submersible type for operation in a dry condition.The Jet Mixing pump shall be a chopper type submersible pump for use in a submerged condition. Each unit shall be equipped with a submersible electric motor, completely shop assembled in the pump manufacturer's plant, accurately aligned, and properly prepared for shipment. 2.4 CASING A. Each pump casing shall be constructed of fine-grained cast iron and designed for side tangential discharge. Diffusion vanes are not permitted.The casting shall be designed for a minimum working pressure of 50 psig and hydrostatically tested to 1-1/2 times the working pressure. B. All mating surfaces where watertight sealing is required shall be machined and fitted with nitrile rubber O-rings. Fitting shall be such that sealing is accomplished by metal-to-metal contact between machined surfaces, resulting in controlled compression of nitrile rubber O-rings without the requirement of a specific torque limit to effect this. No secondary sealing compounds, rectangular gaskets, elliptical O-rings, grease or other devices shall be used. 2.5 PUMP SHAFT A. The pump shaft shall be of stainless, a nickel-bearing chromium steel designed for heat treatment to high mechanical properties with superior corrosion-resistant characteristics. Non-stainless-steel pump shafts having direct contact with the raw sewage are not acceptable.The pump shaft shall rotate on two permanently lubricated ball or roller bearings.The shaft shall be of sufficient diameter to assure rigid support of the impeller and to prevent excessive vibration at all operating speeds. B. Each pump shall be provided with a tandem mechanical rotating shaft seal system running in an oil reservoir having separate, constantly hydrodynamically lubricated lapped seal faces.The lower seal unit between the pump and oil chamber shall contain one stationary and one positively driven rotating tungsten-carbide ring.The upper seal unit between the oil sump and motor housing shall contain one stationary tungsten-carbide ring and one positively driven rotating carbon ring. Each interface shall be held in contact by its own spring system.The seals shall require neither maintenance nor adjustment but shall be easily inspected and replaceable. 2.6 OIL CHAMBER A. Each pump shall be provided with an oil chamber for the shaft sealing system.The oil chamber shall house a pressure equalizer ring filled with air for oil pressure compensation. The drain and inspection plug, with positive anti-leak seal, shall be easily accessible from the outside. Addendum 3 -Submersible Pumps 221330-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.7 IMPELLER A. The pump impellers shall be one-piece cast iron,fully enclosed, designed with wide passages to prevent clogging when pumping solids, trash, rags, and string material entrained in sewage.The impeller shall be statically and dynamically balanced.The impeller hub shall be accurately fitted to the impeller shaft and secured to a straight fit on the shaft by means of a key and threaded locknut. Impeller and casing shall be designed to pass the minimum test sphere size scheduled hereinafter. Clearance between the rotating and stationary parts shall be adjustable to provide sustained performance without excessive maintenance. 2.8 WEAR RING A. A wear ring system shall be installed to provide efficient sealing between the volute and impeller.The wear ring shall consist of a stationary ring made of nitrile rubber molded with a steel ring insert which is drive fitted to the volute inlet, and a rotating stainless-steel Type 304 ring which is drive fitted to the impeller eye. 2.9 COOLING SYSTEM A. Each unit shall be provided with an adequately designed cooling system, consisting of a motor cooling jacket which encircles the stator housing.The water jacket shall be provided with a separate circulation of the liquid. Cooling media channels and ports shall be non-clogging by virtue of their dimensions. Provision for external cooling and flushing shall also be provided.The cooling system shall provide for continuous pump operation in liquid or ambient temperatures up to 110 deg. F. B. Thermal sensors shall be used to monitor stator temperatures.The stator shall be equipped with three thermal switches, embedded in the end coils of the stator winding (one switch in each stator phase).These shall be used in conjunction with and supplemental to, external motor overload protection and wired to the control panel. 2.10 ELECTRICAL CABLE SEAL A. The electrical cable entry water seal design shall preclude specific torque requirements to ensure a watertight and submersible seal. It shall be comprised of a dual cylindrical elastomer grommet flanked by washers, all having a close tolerance fit against the cable outside diameter and the entry inside diameter. The grommets shall be compressed by the cable entry unit, thus providing a strain relief function.The assembly shall provide ease of changing the cable when necessary using the same entry seal.The cable entry junction chamber and motor shall be sealed from each other, which shall isolate the motor interior from foreign material gaining access through the pump top. Epoxies, silicones, or other secondary sealing systems are not acceptable. 2.11 MOTOR A. Pump motors shall be NEMA Design B, squirrel-cage, induction, shell-type design, inverter rated, housed in an air-filled watertight chamber.The stator winding and stator leads shall be insulated with moisture-resistant Class H insulation which will resist a temperature of 356 deg F.The stator shall be insulated by the trickle impregnation method using Class H monomer-free polyester resin resulting in a winding fill factor of at least 95%.The stator shall be heat-shrink fitted into the cast iron stator housing.The use of multiple step dip and bake-type stator insulation process is not acceptable.The use of bolts, pins, orother Addendum 3 -Submersible Pumps 221330-5 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E fastening devices requiring penetration of the stator housing is not acceptable.The motor and the pump shall be produced by the same manufacturer.The combined service factor (combined effect of voltage, frequency, and specific gravity) shall be a minimum of 1.15. The motor shall be designed for continuous duty, capable of sustaining a minimum of 15 evenly spaced starts per hour.The rotor bars and short circuit rings shall be made of cast aluminum. B. The junction chamber, containing the terminal board, shall be sealed from the motor by elastomer compression seal (O-ring). Connection between the cable conductors and stator leads shall be made with threaded compressed-type binding posts permanently affixed to a terminal board and thus, perfectly leak proof. C. The pump motor cables installed shall be suitable for submersible pump application and shall have Mine Equipment Safety Association approval; such approval shall be indicated by code or legend permanently embossed on the cable. Cable sizing shall conform to NEMA-IPCEA specifications for pump motors. D. Provide and series connect temperature switches for each motor winding. Furnish intrinsically safe control relay for installation by the System Integrator. E. Provide leak switch for pump/motor. Furnish intrinsically safe control relay for installation by the System Integrator. 2.12 EXPOSED SURFACES A. All exposed nuts and bolts shall be of stainless steel,Type 304 or 316.All surfaces coming into contact with sewage, other than stainless steel, shall be protected with coal-tar epoxy. 2.13 LEVEL CONTROL A. Furnish level control instruments in accordance with Section 40 7000. B. Use existing level controls in the Influent Lift Station for new pumps PP-101, P-102 and P- 103. 2.14 CONTROL OPERATION A. Furnish a control panel in accordance with Sections 40 90 00. 2.15 PUMP PERFORMANCE A. Head losses through the pump are not included in the total pumping heads. Pumping heads and other terms shall be as defined in the Standards of the Hydraulic Institute. B. Motors must not operate in service factor in any portion of pump operating range. C. Controls and electrical service for motor are rated higher than the minimum horsepower listed (Refer to related electrical and control drawings and specifications). Addendum 3 -Submersible Pumps 221330-6 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.00 EXECUTION 3.1 DELIVERY AND STORAGE A. Deliver, handle, store and protect all equipment in accordance with manufacturer/supplier recommendations and/or instructions in addition to the requirements of Section 00 72 00, General Conditions. 3.2 FACTORY TEST AND CERTIFICATION A. All equipment to be supplied as specified herein shall be tested at the factory for correct operation. Field tests for all equipment shall be made over the components complete operating range, from shutoff to maximum capacity. Results of all performance tests, as well as all data taken at the time of testing, shall be submitted for Owner and Owner's Representative review. B. Certification of all factory testing data and results shall be submitted for Owner and Engineer review. 3.3 INSTALLATION A. Install all equipment in accordance with manufacturer/supplier recommendations and/or instructions. 3.4 INSPECTION AND TESTING A. Equipment shall be completely assembled, installed, painted, approved by both the manufacturer's factory representative and the Owner's representative. B. Following installation approval, equipment shall be placed in operation under the supervision of manufacturer's factory representative. Manufacturer's factory representative shall subsequently provide written certification of proper equipment installation and operation to Owner and Owner's Representative. 3.5 START-UP AND TRAINING A. Perform equipment start-up in accordance with the manufacturer's requirements. B. Checkout of final installation, start-up, calibration, and instruction of operating personnel shall be performed by an authorized representative of the manufacturer. Startup service to be performed in one (1)trip of one (1)day. 3.6 PAINTING TOUCH-UP A. Touch-up abrasions and other defective areas in items furnished with factory finish, using primers and paints for finish coat equal to that employed for factory coats. 3.7 OPERATING TESTS A. After all pump and control systems have been completed and put into operation, subject each system to an operating test under design conditions to ensure proper sequence and operation throughout the range of operation. Adjust as required to ensure proper functioning of all systems. Addendum 3 -Submersible Pumps 221330-7 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Addendum 3 -Submersible Pumps 221330-8 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 1.00 GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for complete and operational electrical systems, as specified herein. B. This Section, as well as Division 01, incorporate to all other Sections in Division 26, and shall be considered a part of each of those Sections as if written intheir entirety. 1.2 QUALITY ASSURANCE A. Electrical Contractors' Qualifications: Use adequate numbers of skilled workmen, trained and experienced in their crafts, and who are familiar with the specifications and methods of performing the work in this Division. B. Workmanship: Work shall be performed in accordance with quality, commercial practices. The appearance of finished work shall be of equal importance with its operation. Materials and equipment shall be installed based upon the actual dimensions and conditions at the project site. Locations for materials or equipment requiring an exact fit shall be field measured. Conduit and motors shall be isolated to avoid unacceptable noise levels from objectionable vibrations from all systems. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 00 72 00 General Conditions Article 24 "Document Management" and shall include: 1. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature asspecified. 2. Component drawings showing dimensions, mounting, and external connection details. 3. Complete control schematics and point to point wiring diagrams. 4. Unless other additional information is required by the detailed equipment specifications,the following information shall be included for motors: a. Motor identification number and nomenclature as specified. b. Make and motor type. c. Brake horsepower of the motor. d. Locked rotor current at full load. e. Motor efficiency at full load (three-phase motorsonly). f. Starting torque. g. Method of insulating and impregnating motor coils (three-phase only). h. Speed of the motor at full torque. i. Full load current. Common Work Results For Electrical 26 05 00-T-1 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E j. Service factor. k. Number of poles I. Motor temperature rise measured by resistance over 40 Cambient. 1.4 STANDARDS A. Electrical work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the work. If the standards and codes conflict with each other,the most stringent shall apply.The applicable provisions of the following standard shall apply as if written here intheir entirety: National Electrical Manufacturer Association(NEMA) American Society for Testing and Materials(ASTM) National Fire Protection Association(NFPA) National Electrical Safety Code(NESC) Institute of Electrical and Electronic Engineers(IEEE) National Electrical Code(NEC) Underwriters Laboratories(UL) American National Standards Institute(ANSI) Uniform Building Code(UBC) Occupational Safety and Health Administration(OSHA) Local Utility Companies Local Electrical Ordinance Rural Electrification Association(REA) Insulated Power Cable Engineers Association(IPCEA) National Electrical Contractors Association(NECA) Association Edison Illuminating Companies(AEIC) B. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. C. Contractor shall submit the company names of the electrical contractor with the bid documents. 1.5 DELIVERY AND STORAGE A. Follow the Manufacturer's directions for the delivery, storage and handling of equipment and materials.Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the work is completed and accepted by the Owner. Common Work Results For Electrical 26 05 00-T-2 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.6 JOB CONDITIONS A. Permits, licenses and inspections shall be secured and paid for as required by law for the completion of the work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the work. B. The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the work is installed.The Contractor shall utilize approved manufacturer shop drawings for final layouts of equipment and raceways. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of work, or if equipment or accessories can be installed to a better advantage than the general arrangement of work on the plans, the Contractor shall, before proceeding with the work, prepare and submit plans of the proposed rearrangement for the Engineer's review and approval. D. Motor Horsepower ratings identified are anticipated ratings. If the actual equipment is a different size, the contractor shall provide the appropriate wiring, conduit, over current protection, starters and accessories for a complete and working system at no cost to the owner. E. All enclosures for equipment unless specifically identified otherwise shall be NEMA 4X, 304 Stainless Steel for exterior installations, NEMA 1 for indoorenclosures. 2.00 EXECUTION 2.1 INSTALLATION A. Maintain the waterproof integrity of conduit penetrations through the roof, exterior walls and floors. B. Submit location drawings and obtain Engineer approval prior to installing conduit penetrations through slabs, beams, and walls.The complete installation shall be watertight and the fire rating of penetrations through walls,floors and ceilings shall be maintained. C. Install steel reinforced concrete foundations, (housekeeping pads), below floor mounted switchboards, panelboards, motor control centers, transformers, and other floor mounted electrical equipment. Concrete foundations shall not be less than 4 inches high. Neatly chamfer top edges. Concrete foundations shall be 6 inches wider and 6 inches longer than the base of the equipment being installed. Concrete shall be in accordance with Section 03 3100 "Structural Concrete" and shall be reinforced with a minimum of 6-by-6-inch #6 welded wire mesh in accordance with Section 03 20 00"Concrete Reinforcing". 2.2 CUTTING AND PATCHING A. Provide adequate support during cutting operations to prevent any damage to the affected masonry. Where openings are cut through masonry walls, provide lintels or structural supports to protect the remaining masonry.The cutting of structural members shall not be permitted without the specific written approval of the Engineer. Common Work Results For Electrical 26 05 00-T-3 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.3 EXCAVATION,TRENCHING, BACKFILLING ANDGRADING A. Prior to any excavation or trenching, notify the Owner's representative, utility companies and Owner's facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged,which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the Owner. B. Barricade open trenches and excavations for the entire duration of the project. Barricades for excavations shall have warning lights maintained during hours of darkness.Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. Protect all adjacent work, structures and properties. Damage to adjacent work, structures or properties shall be repaired, or the cost of repair reimbursed infull. D. All construction areas shall be finally graded as indicated on the contract documents or to the conditions of the site prior to construction. Grading shall bring the site back to the existing conditions as close as practical.Turfed areas shall be sodded, or hydro-mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, or plants as existed.The Contractor shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, contractor shall provide satisfactory arrangements to have turf and landscaping furnished and installed at the earliest opportunity thereafter. Provide a 90-day warranty on new turn and landscaping. E. Determine if irrigation systems exist prior to trenching and excavation. Obtain record or as- built drawings and locate control wiring and pressure main branches and devices. Determine by actual operation that systems are functional and repair or replace damaged systems to their original condition prior to begin ningconstruction. 2.4 ELECTRICAL EQUIPMENT IDENTIFICATION A. The identification of electrical equipment shall be in accordance with Section 26 05 53 "Identification for Electrical Systems" Identify electrical equipment in accordance with the NEC, the local authorities, and as specified. Common Work Results For Electrical 26 05 00-T-4 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Use laminated three-ply engraved plastic nameplates with black surface and white interior core, at least 1/16 inch thick. Engraved lettering shall be condensed gothic at least 1/4- inch-high and properly spaced for legible and easy reading. Attach plates to equipment with stainless steel screws. Adhesive attachment is only acceptable on NEMA 4X enclosures. Identify the following items with engraved nameplates, located asfollows: 1. Each switch/fuse unit or circuit breaker in each main panel and each distribution panel - adjacent to switch/fuse unit or circuit. 2. Spares shall be labeled "Spare". 3. Each branch circuit panel -on panel trim cover immediately above panel door. 4. Each safety disconnect switch, relay cabinet, control panel -on outside of cover. 5. Each exhaust fan switch -custom engraved on outside of switch cover plate (high and low if required). 6. Instrument transmitters and sensors. 7. Each motor starter-on outside cover. 8. Each Variable Frequency Drive. 9. Outside light switches-custom engraved on outside of switch cover plate. 10. Any switch for load that cannot be seen from the control point-custom engraved on outside of switch cover plate. C. Branch circuit panelboard directories shall be completely and properly typewritten. Cover with plastic and attach to the inside of the cabinet door. Spares shall be labeled as "Spare." D. Refer to Section 26 05 19.01 "Low-Voltage Electrical Power Conductors and Cables" for conductor coding requirements. E. Install special custom engraved switch cover plates with engraving on the outside of the cover plate at outside light switches, and at any switch for equipment which is out of sight from the control point. F. Install same brand/manufacturer fittings throughout the project. Install UL listed products. Fasteners, anchor bolts, nuts, and washers shall be stainlesssteel. 2.5 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two keys per lock up to a quantity of 10 keys. Furnish locks to match the Owner's locking system. Key all locks alike. 2.6 CLEAN AND ADJUST A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation. Common Work Results For Electrical 26 05 00-T-5 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.7 TESTING A. See each section for particular testing requirements for each type of equipment. END OF SECTION Common Work Results For Electrical 26 05 00-T-6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 05 19 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 1.00 GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install 600-volt wires and cables. Electrical work shall be in accordance with Section 26 05 00"Common Work Results for Electrical". B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.2 QUALITY ASSURANCE A. Testing: Megger test circuits for continuity and ground. Verify phasing at connection points.Torque test conductor connections and terminations to the Manufacturer's recommended values. B. Testing Agency Qualifications: Member Company of NETA and/or NRTL C. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 00 72 00 General Conditions Article 24 "Document Management" and shall include: 1. Product Data for each type of product 2. Field Test/Quality Control Reports 3. Qualification Data for Testing Agency 1.4 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. National Electrical Manufacturer Association (NEMA)Standards: NEMA WC-3 Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy NEMA WC-5 Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 1.5 DELIVERY AND STORAGE A. Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. 2.00 MANUFACTURED PRODUCTS 2.1 CONDUCTORS AND CABLES Low Voltage Electrical Power Conductors and Cables 260519-1/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 5-95-658. C. Conductor Insulation: Comply with NEMA WC 70/ICEA 5-95-658 for Type XHHW or as indicated on the drawings. D. Multiconductor Cable: Comply with NEMA WC 70/ICEA 5-95-658 for Tray Cable,Type TC with ground wire. E. Conductors: Soft-drawn, annealed copper with a conductivity of not less than that of 98 percent pure copper bearing the U.L. label. The minimal size shall be#12. F. Single Conductors: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW insulation. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article300. G. Ground Wire: Tinned, Class B stranded conductor without insulation H. Paired Shielded Cable: 18 gauge, 7/28 stranded, tinned copper conductors with 0.015-inch extruded PVC; 0.004-inch nylon insulation twisted into pairs, stranded into a core and enclosed by a non-hygroscopic core tape, 100 percent coverage, helically wound, aluminum foil shield, drain wire, and 0.045-inch minimum extruded PVC jacket. Pairs shall be black/red or black/white numbered. Cables shall be 600 volts in accordance with NEC-725 and IEEE 383. I. Triad Shielded Cable (RTD Cable): RTD cable shall have the following characteristics: 1. Eight triads each with three 18 AWG conductors 2. Triads shall each have individual shield and overall shield. 3. Each conductor insulated for 600 V and entire cable rated for 90C. Primary Insulation 15 mils nominal; PVC; 4 mils nylon Number of Conductors 3 Color Code Black and white and red Group Identification Each triad numbered Low Voltage Electrical Power Conductors and Cables 260519-2/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 100%coverage; .35 mil aluminum x.5 mil Mylar tape and Pair Shield 20-gauge 7 strand tinned copper drain wire; shield tape to be applied to give a total shield isolation from all other triad shields. Cable Shield 100%coverage; 2.35 mil aluminum Mylar tape shield and an 18-gauge 7 strand tinned copper drain wire. Jacket Black 90 C FR PVC J. Tray Cable:Type TC; multi-conductor cable specifically approved for the installation in cable trays, in accordance with NEC Article 340. Each cable conductor shall be insulated with XHHW type insulation rated at 600 volts.The individual conductors shall be twisted together and jacketed with a PVC outer covering containing a U.L. label and necessary identification, including the Manufacturer, the number of conductors, size, insulation type, sun-resistance, and other pertinent information. K. Telephone Wire: Telephone station wire conductors shall be bare solid, annealed copper, 22 AWG insulated with high density polyethylene. Insulated conductors shall be twisted and assembled in a weather and flame-resistant compound of polyvinyl chloride. Color coding shall be one red, one green, one yellow, and one black.The wire shall comply with REA Specification PE-20. 2.2 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into Work include, but are not limited to, thefollowing: 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. Low Voltage Electrical Power Conductors and Cables 260519-3/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.00 EXECUTION 3.1 PREPARATION A. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.2 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Stranded Copper B. Branch Circuits: Stranded Copper 3.3 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 D. Feeders Concealed in Concrete, below Slabs-on-Grade and Underground:Type XHHW single conductors in raceway E. Feeders in Cable Tray: Tray Cable TypeTC F. Exposed Branch Circuits: 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 TypeTC 3.4 INSTALLATION A. General: 1. Unless necessary for pulling purposes, conductors shall be continuous from terminal block to terminal block without splice. Condulet type fittings shall not contain splices. No splicing of conductors shall be performed in any below ground structure. 2. Splice only in junction or outlet boxes. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors into a raceway at the same time and use U.L. listed, wire pulling lubricant for pulling No. 4 AWG and larger wire. Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place. 3. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: a. Tags relying on adhesives or taped-on markers are notacceptable. b. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. Low Voltage Electrical Power Conductors and Cables 260519-4/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E c. Provide tags for cables and for conductors No. 8 AWG and larger consisting of permanent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps.Tags shall be Raychem TMS-CM cable markers or approved equal. d. Tags shall be imprinted with panelboard and panelboard position number(e.g.LA3- 23)for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). e. Switchlegs shall have the designation described above on their tags, plus an "S" suffix.Travelers shall have the designation described above on their tags, plus a "T" suffix. f. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4,6). 4. Wire other than telephone station wire shall be stranded.The minimum size conductor permitted is#12 AWG, except as specifically indicated on the plans. Wire shall bear the approval of Underwriters Laboratories, Inc. Conductors terminated on a screw termination shall have a crimp on type spade connector applied on the wire end, Panduit PanTerm or approved equal. 5. Color coding of cables shall comply with the local city codes. In the absence of a local color coding requirement, the following shall be used: a. For 480/277-V, 3-phase wiring: Phase A Brown Phase B Orange Phase C Yellow Neutral Gray Equipment Grounding Conductor Green Low Voltage Electrical Power Conductors and Cables 260519-5/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E b. For 208/120 or 240/120-V, 3-phase wiring: Phase A Black Phase B Red Phase C Blue Neutral White Equipment Grounding Conductor Green c. For 240/120-V, 1-phase wiring: Leg A Black Leg B Red Neutral White Equipment Grounding Conductor Green 6. Colored, vinyl marking tape shall be allowed only on conductors greater than 8 AWG. Under no condition shall conductors of a different color be spliced together. 7. Grouping conductors together into one conduit shall not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans shall be in its own conduit. B. Single Conductors: Conductors shall be continuous from outlet to outlet and no splices shall be made except at outlets. Sufficient wire shall be left at outlets to make connections to equipment without straining. C. Paired Shielded and Triad Shielded Cable: Ground paired shielded and triad shielded cables at the instrument panel end only and insulate from ground elsewhere.The shield shall be continuous for the entire run. The paired shielded and triad shielded cable shall not be laced with or placed in the same conduit with power cables. Each termination of paired shielded or triad shielded cable shall be coated with silicone jelly after termination.The shield of pair shielded cable and triad shielded cable shall only be broken when the conductors are terminated on terminal strips. D. Ground Conductors: 1. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with National Electric Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections. Wire connections to the ground rods of the ground mat shall be of the fused type equal to the exothermic process. 2. Ground metallic material, including but not limited to metallic raceway, metallic boxes and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor which it houses. Clean the metal surface under the grounding lug to bright metal. Connections to motors shall be to the grounding stud which shall be threaded into the stationary frame; Burndy KC Servit or approved equal and not an end bell.The ground Low Voltage Electrical Power Conductors and Cables 260519-6/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E wire shall not be lugged to a mounting bolt. 3. Ground wire shall be uninsulated tinned copper sized as shown on the plans in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with insulation as specified for low voltage wire. END OF SECTION Low Voltage Electrical Power Conductors and Cables 260519-7/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Low Voltage Electrical Power Conductors and Cables 260519-8/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 05 19.01 WIRE CONNECTIONS AND DEVICES 1.00 GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install wire connections and devices. Electrical work shall be in accordance with Section 26 05 00"Common Work Results for Electrical." 1.2 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. 600-volt connectors shall comply with the specifications and the following Manufacturers will be acceptable: a. Burndy. b. Thomas & Betts. c. Ideal Industries. d. Ilsco e. Gould Shawmut f. Allen Bradley g. Minnesota Mining and Manufacturing. 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 00 72 00 General Conditions Article 24 "Document Management" and shall include all applicable wire connectors and devices. 2.00 PRODUCTS 2.1 MANUFACTURED PRODUCTS A. Connectors, Compression: For splicing and termination; 600-volt wiring; connectors for cable sizes 250 MCM and larger shall be the long barrel type for double indentation (soldered connections shall not be permitted). B. Connectors, 600-Volt Twist-On: Spring insulated, properly sized and resistant to vibration; may be used for No. 14 through No. 10 gauge conductors. C. Connectors, 600-Volt Terminal: Of the appropriate hole sizes and spacing which are in accordance with NEMA standards; two holes in the tongue for use on conductor sizes 250 MCM or larger; not required for connections to the circuit breakers in the lighting and/or receptacle panels. D. 600-Volt Plastic Tape: Minnesota Mining & Manufacturing Company, No.35. Wire Connections and Devices 26 05 19.01-1/2 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Wirenuts: Buchannan B-Cap, Ideal, ITT or Panduit spring wire connecting devices with plastic covering; shall be reusable after initial installation and removal. 3M Scotchloks shall not be installed on this project. F. Mechanical Set Screw Connector: Blackburn HPS,ADR-ALCUL, GP or GT, Burndy or Ilsco; consisting of an aluminum body which has openings on opposite ends for insertion of the conductors. Conductors inserted into these holes shall each be clamped by two set screws. Connectors shall be suitable for use with copper conductors. G. Rubber Tape: Scotch 2210. H. Vinyl Tape: Scotch 88. I. Insulating Resin: Scotch 3576, 3577, or 3578. J. Power Distribution Blocks: Gould Shawmut, Ilsco, Schneider or Allen Bradley; rated for 600 VAC and termination of copper conductors. Individual poles shall be constructed of tin plated aluminum and mounted on an insulating base. 3.00 EXECUTION 3.1 INSTALLATION A. Insulate connections made with non-insulated connectors with a minimum of three layers of plastic tape. Half-lap each layer. B. Splice 600-volt conductors in junction boxes or at outletsonly. C. Five-through 15-kV conductors may be spliced in manholes or at junction boxesonly. D. For No. 10 and smaller, connect conductors with a twist-on spring wirenut. If a splice or tap is below 3 feet above the final grade, fill the spring connectors with an electrical insulating resin so that conductor and spring materials are encapsulated by the resin. Conductor splices and taps inside the VFD's shall be on the terminal strips or power distribution blocks. E. For No. 8 and larger, connect conductors with a mechanical, set screw type connector. Wrap splices and taps with a single half-lapped layer or rubber tape followed by successive layers of vinyl tape until a vinyl tape layer thickness of twice the original conductor insulation thickness is achieved. If splice or tap is below 3 feet above the finished grade, the tape or splice shall have a final outer coating or insulating resin. F. Furnish and install power distribution blocks as shown on the plans for tapping conductors at their load connection point with conductors of smaller size. Install power distribution blocks with the number of poles and sizes needed for connecting the phase, neutral, and ground conductors. G. Pair shielded cable shield and triad shielded cable (RTD cable) shield shall be broken at terminal strips only. END OF SECTION Wire Connections and Devices 26 05 19.01-2/2 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." B. Refer to Section 26 4113 "Lightning Protection for Structures" for lightning protection work. 1.2 SUBMITTALS A. Submittal shall be in accordance with Section 00 72 00 General Conditions Article 24 "Document Management" and shall include: 1. Grounding materials, equipment and processes. 2. Product Data: For each type of product supplied. 3. Field quality-control test reports. 4. Grounding arrangements and connections for separately derived systems. 5. Grounding for sensitive electronic equipment. 1.3 QUALITY ASSURANCE A. 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. B. Comply with UL 467 for grounding and bonding materials and equipment. C. Testing Agency Qualifications: Member Company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. 1.4 JOB CONDITIONS A. Measure the ground grid resistance with the earth test megger and install additional ground rods and conductors as required until the resistance to the ground conforms to National Electrical Code requirements. Ground resistance measurement shall not exceed 5ohms. 2.00 PRODUCTS 2.1 MATERIALS A. Ground Rods: Copper-clad, having a diameter of 3/4 inch and a minimum length of 10feet. B. Ground Cables: Stranded, bare tinned copper of 98 percent conductivity and as specified in Grounding and Bonding for Electrical Systems 260526-1/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables." C. Conduit Ground Fittings: Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp., type NE or Thomas& Betts No. 3951 series or approvedequal. D. Ground Rod Boxes: Precast Box with cast iron lid. Lid shall read "ground rod" on lid. Brooks Precast Model. "3-RT" or approved equal. Ground rod boxes located in driveway areas shall have an AASHO H-20 rating. E. Ground Plate Electrodes: 20 gauge copper with terminated 2-foot welded pigtail connection. 2.2 PROCESSES A. All grounding system connections to building steel and ground rods shall be exothermically welded including all cable connections, and cable steel terminations. B. All materials involved must be from the same sources to insure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code,etc. C. All welding materials used shall be the exothermic type—as manufactured by ERICO Products, Inc., or approved equal. 2.3 GROUNDING SYSTEM A. Provide a grounding system that includes all connections and the testing of ground rods, ground cables, ground buses, conduits, fittings, anchor supports,thermite process materials and equipment and other materials required for a complete installation. B. Provide a counterpoise grounding system encompassing the Bar Screen and Grit Removal structures. Provide ground rods at each corner and spaced a maximum of fifty feet on center. Interconnect counterpoise to lightning protection systems, motor control centers, ductbank grounding conductors, structural steel and other required NEC grounding electrodes. 3.00 EXECUTION 3.1 INSTALLATION A. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type connectors. 2. Underground Connections: Exothermically welded connectors, except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Exothermically welded connectors. 4. Connections to Structural Steel: Exothermically welded connectors. B. Ground electrical work in accordance with NEC Article 250 and local codes. C. Install ground cables in conduits above grade or directly buried in earth to a depth of not less than 12 inches below grade. Installation to provide sufficient mechanical protection so Grounding and Bonding for Electrical Systems 260526-2/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E as not to break ground cables or connections. D. Install ground cables continuously between connections. Splices shall not be permitted, except where indicated on the plans. Where ground cables pass through floor slabs, buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non- metallic materials. E. Install a green-colored, equipment grounding conductor in raceways. Size conductors in accordance with NEC Article 250. F. Where ground wire is directly buried in earth or concrete, use standard bare tinned copper cable, in all other cases install a green-colored insulation, equipment grounding conductor in accordance with Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables." Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. G. Metal conduits stubbed up into switchgear, motor control center or other electrical equipment shall be terminated with insulated grounding bushings and connected to the equipment ground bus. Size the grounding wire in accordance with applicable sections of the National Electrical Code. H. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. 1. Provide grounding and bonding jumpers as required per the NEC. 2. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 3. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment. 4. Use exothermic-welded connectors for outdoor locations, but if a disconnect-type connection is required, use a bolted clamp. I. 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, using a bolted clamp connector or by bolting a lug-type connector to a pipe flange, 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. J. Bond metal air ducts to equipment grounding conductors of associated fans, blowers, electric heaters, and air cleaners. Install a copper bonding jumper to bond across flexible duct connections to achieve continuity. K. Liquid tight flexible metal conduit in sizes 1 foot to 1 foot-2 inches or larger shall have Grounding and Bonding for Electrical Systems 260526-3/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E bonding jumpers. Bonding jumpers shall be external, run in parallel (not spiraled) and fastened with plastic tie wraps. L. All equipment enclosures, motor and transformer frames, conduit systems, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. Provide grounding and bonding jumpers as required per the NEC. M. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250. N. Run a grounding cable the full length of each cable tray section and bond to each cable tray section. Provide#4/0 bare copper in cable tray. O. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and rod used. All bonds shall remain exposed for inspection of the Owner's Representative. P. Ground rod shall be installed such that the top of the ground rod is 6 feet below grade and enclosed by a ground rod box. Q. Install #4/0 AWG bare tinned copper ground cable that follows the route of the underground duct banks on top of the duct bank envelop, but in no case is embedded in the concrete. Run ground through the manholes.Tie ground cable to pump station main grounding system at both ends. R. At each convenience outlet, install a grounding clip attached to the outlet box and leave a sufficient length of#12 wire with green-colored insulation to connect to the grounding terminal at the receptacle. S. Signal and Communication Equipment: 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-2-by-12-inch grounding bus. 3. Terminal Cabinets: Terminate grounding conductor on cabinet groundingterminal. 3.2 INSPECTION A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent to measure resistance to ground of the system. Perform testing in accordance with the test instrument manufacturer's recommendation using the fall of potential method in accordance with IEEE 81. C. All test equipment shall be provided under this section and approved by the Engineer. D. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. Grounding and Bonding for Electrical Systems 260526-4/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Testing shall be performed before energizing the distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than the following values: 1. Power and Lighting Equipment or System with Capacity of 500 kVA or less: 5ohms. 2. Power and Lighting Equipment or System with Capacity of 500 to 1000 kVA: 5ohms. 3. Power and Lighting Equipment or System with Capacity more than 1000 kVA: 3ohms. 4. Power Distribution Units or Panelboards serving electronic equipment: 1ohm. 5. Substations and Pad Mounted Equipment: 5 ohms. 6. Manhole Grounds: 10 ohms. H. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Owner's Representative promptly and include recommendations to reduce ground resistance. Provide additional ground rods and conductors as required to bring the resistance to required level. END OF SECTION Grounding and Bonding for Electrical Systems 260526-5/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Grounding and Bonding for Electrical Systems 260526-6/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install supporting devices. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." 1.2 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code—Steel". B. Comply with NFPA 70. 1.3 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. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 00 72 00 General Conditions Article 24 "Document Management" and shall include all applicable units, materials and appurtenances for thefollowing: 1. Steel slotted support systems. B. Shop Drawings: Show fabrication and installation details and include calculations for the following: 1. Trapeze Hangers. Include Product Data for components. 2. Steel Slotted Channel Systems. Include Product Data for Components. 3. Equipment Supports. 2.00 PRODUCTS 2.1 SUPPORT,ANCHORAGE AND ATTACHMENTCOMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4, factory fabricated components for field assembly. For this project, all steel supports shall be hot double dipped galvanized or aluminum materials where approved. 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. Hangers and Supports For Electrical Systems 260529-1/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E c. ERICO International Corporation. d. GS Metals Corporation. 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. Raceway and Cable Supports: As described in NECA 1 and NECA101. C. Conduit and Cable Support Devices: Steel and malleable-iron hangers, clamps and associated fittings designed for types and sizes of raceway or cable to be supported. D. Structural Steel for Fabricated Supports and Restraints: ASTM A 36A 36M, steel plates, shapes and bars; black and galvanized. E. Mounting, Anchoring and Attachment Components: Items for fastening electrical items or their supports to building surfaces include thefollowing: 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. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,thefollowing: a. Hilti Inc.(Preferred) b. ITW Ramset/Red Head; a division of Illinois Tool Works,Inc. c. MKT Fastening, LLC. d. 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 where used. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, thefollowing: a. Cooper B-Line, Inc.; a division of Cooper Industries. b. Empire Tool and Manufacturing Co., Inc. c. Hilti Inc.(Preferred) d. ITW Ramset/Red Head; a division of Illinois Tool Works,Inc. Hangers and Supports For Electrical Systems 260529-2/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E e. MKT Fastening, LLC. 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 A325. 6. Toggle Bolts: All-steel springhead type. 7. Hanger Rods: Threaded galvanized steel. 2.2 FABRICATED METAL EQUIPMENT SUPPORTASSEMBLIES A. Description:Welded or bolted, structural steel shapes, shop or field fabricated to fit dimensions and bare weight of supported equipment. 3.00 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 arestricter. 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 spacing less than stated in NFPA 70. Minimum rod size shall % Inch 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. 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 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 the 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 NFPA70. 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 2001b. Hangers and Supports For Electrical Systems 260529-3/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Mounting and Anchorage of Surface Mounted Equipment Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. Instead of expansion anchors, powder-actuated driven threaded studs provided with lock washers and nuts may be used in existing standard weight concrete, 4 inches thick or greater. Do not use for anchorage to lightweight aggregate concrete or for slabs less than 4 inches thick. 6. To Steel: Beam clamps (MSS Type 19, 21, 23, 25 or 27) complying with MSSSP-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 tosubstrate. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. 3.3 INSTALLATION OF FABRICATED METALSUPPORTS A. Comply with installation requirements in Section (05 50 00) "Metal Fabrications"for site fabricated metal supports. B. Cut, fit and place miscellaneous metal supports accurately in location, alignment and elevation to support and anchor electrical materials and equipment. C. Field Welding: Comply with AWS D1.1/D1.1M. 3.4 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than the supported unit and so anchors will be a minimum of 10 bolt diameters from the edge of the concrete base. B. Use 3000-psi (20.7-MPa) 28-day compressive strength. Install concrete materials, reinforcement and placement requirements as per drawings and details. C. Anchoring 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/mounted. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. Hangers and Supports For Electrical Systems 260529-4/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Install anchor bolts in accordance with 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 a minimum dry film thickness of 2.Omils. B. Galvanized Surfaces: Clean welds, bolted connections and abraded areas and apply galvanizing-repair paint to comply with ASTM A780. END OF SECTION Hangers and Supports For Electrical Systems 260529-5/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Hangers and Supports For Electrical Systems 260529-6/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Metal conduits, tubing, and fittings. 2. Nonmetal conduits, tubing, and fittings. 3. Metal wireways and auxiliary gutters. 4. Nonmetal wireways and auxiliary gutters. 5. Surface raceways. 6. Boxes, enclosures, and cabinets. 7. Handholes and boxes for exterior underground cabling. B. Related Requirements: 1. Section 26 05 43 "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes, and underground utility construction. 1.3 DEFINITIONS A. ARC: Aluminum rigid conduit. B. RGS: Galvanized rigid steel conduit. C. IMC: Intermediate metal conduit. D. RNC: Rigid Non-Metallic conduit. E. LFMC: Liquidtight flexible metal conduit F. FMC: Flexible Metal Conduit 1.4 ACTION SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, standard floor boxes, standard hinged-cover enclosures, and standard cabinets. B. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details. 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installersof items involved: Raceways and Boxes for Electrical Systems 26 05 33-1/12 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Structural members in paths of conduit groups with commonsupports. 2. HVAC and plumbing items and architectural features in paths of conduit groups with common supports. B. Qualification Data: For professional engineer. C. Source quality-control reports. 2.00 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. American Conduit. 3. Allied Tube & Conduit; a Tyco International Ltd.Co. 4. Anamet Electrical, Inc. 5. Electri-Flex Company. 6. O-Z/Gedney; a brand of EGS Electrical Group. 7. Picoma Industries, a subsidiary of Mueller Water Products,Inc. 8. Republic Conduit. 9. Robroy Industries. 10. Southwire Company. 11. Thomas & Betts Corporation. 12. Western Tube and Conduit Corporation. 13. Wheatland Tube Company; a division of John ManeelyCompany. 14. 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 UL6. D. ARC: Comply with ANSI C80.5 and UL6A. E. IMC: Comply with ANSI C80.6 and UL 1242. F. PVC-Coated Steel Conduit: PVC-coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch (1 mm),minimum. Raceways and Boxes for Electrical Systems 26 05 33-2/12 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E G. FMC: Comply with UL 1; zinc-coated steel oraluminum. H. LFMC: Flexible steel conduit with PVC jacket and complying with UL360. I. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL514B. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA70. 2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. 3. Coating for Fittings for PVC-Coated Conduit: Minimum thickness of 0.040 inch (1 mm), with overlapping sleeves protecting threadedjoints. J. 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. K. Electrical Metallic Tubing (EMT) is not acceptable. 2.2 NONMETALLIC 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. Anamet Electrical, Inc. 3. Arnco Corporation. 4. CANTEX Inc. 5. CertainTeed Corp. 6. Carlon 7. Electri-Flex Company. 8. Kraloy. 9. Lamson & Sessions; Carlon Electrical Products. 10. Niedax-Kleinhuis USA, Inc. 11. RACO; a Hubbell company. 12. Thomas & Betts Corporation. 13. Approved equal. B. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. D. LFMC: Comply with UL 1660. Raceways and Boxes for Electrical Systems 26 05 33-3/12 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Rigid HDPE: Comply with UL 651A. F. Continuous HDPE: Comply with UL 651B. G. Coilable HDPE: Preassembled with conductors or cables and complying with ASTM D3485. H. RTRC: Comply with UL 1684A and NEMA TC 14. I. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. J. Fittings for LFNC: Comply with UL 514B. K. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively,when calculated according to 40 CFR 59, Subpart D (EPA Method 24). L. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." M. Electrical Non-metallic Tubing (ENT) is not acceptable. 2.3 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. 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 NFPA70. 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 andapplication. C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Wireway Covers: Hinged type NEMA 3R, Screw-cover type NEMA 1, NEMA 4X flanged-and- gasketed as indicated. E. Finish: Manufacturer's standard enamel finish. 2.4 NONMETALLIC WIREWAYS AND AUXILIARY GUTTERS A. 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: Raceways and Boxes for Electrical Systems 26 05 33-4/12 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Allied Molded Products, Inc. 2. Hoffman; a Pentair company. 3. Lamson & Sessions; Carlon Electrical Products. 4. Niedax-Kleinhuis USA, Inc. 5. Approved equal. B. Listing and Labeling: Nonmetallic wireways and auxiliary gutters shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Description: Fiberglass polyester, extruded and fabricated to required size and shape, without holes or knockouts. Cover shall be gasketed with oil-resistant gasket material and fastened with captive screws treated for corrosion resistance. Connections shall be flanged and have stainless-steel screws and oil-resistant gaskets. D. Description: PVC, extruded and fabricated to required size and shape, and having snap-on cover, mechanically coupled connections, and plastic fasteners. E. Fittings and Accessories: Couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings shall match and mate with wireways as required for complete system. F. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively,when calculated according to 40 CFR 59, Subpart D (EPA Method 24). G. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.5 BOXES, ENCLOSURES, AND CABINETS A. 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. Raceways and Boxes for Electrical Systems 26 05 33-5/12 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 UL514A. D. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, aluminum,Type FD,with gasketed cover. E. Nonmetallic Outlet and Device Boxes: Comply with NEMA OS 2 and UL514C. 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 allowableweight. G. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. H. Box extensions used to accommodate new building finishes shall be of same material as recessed box. I. Device Box Dimensions: 4 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). J. Gangable boxes are prohibited. K. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250,Types as indicated with continuous-hinge cover with flush latch unless otherwise indicated. 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standardenamel. 2. Nonmetallic Enclosures: Fiberglass. 3. Interior Panels: Steel; all sides finished with manufacturer's standard enamel. 3.00 EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit: PVC Coated Rigid Aluminum. Raceways and Boxes for Electrical Systems 26 05 33-6/12 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Concealed Conduit, Aboveground: PVC Coated Rigid Aluminum. 3. Underground Conduit: RNC,Type EPC-40-PVC, concrete encased. 4. Underground Conduit Stub-ups to Equipment Pads, Concrete Floors or Other: Utilize RGS Long Radius Sweeps for transition from underground ductbank to aboveground. 5. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC. 6. Boxes and Enclosures, Aboveground: NEMA 250,Type 4X SS as indicated. B. Indoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage in Pump Room: PVC Coated Rigid Aluminum 2. Exposed, Not Subject to Severe Physical Damage in Pump Room: PVC Coated Rigid Aluminum 3. Exposed and Subject to Severe Physical Damage in Pump Room: PVC Coated Rigid Aluminum 4. Exposed in Electrical Room: 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 steel conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. PVC Externally Coated, Rigid Aluminum Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. 3. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. E. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve. F. Do not install aluminum conduits, boxes, or fittings in contact with concrete orearth. G. Install surface raceways only where indicated on Drawings. H. Do not install EMT or ENT. 3.2 INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot- water pipes. Install horizontal raceway runs above water and steam piping. Raceways and Boxes for Electrical Systems 26 05 33-7/12 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Complete raceway installation before starting conductor installation. D. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for hangers and supports. E. Arrange stub-ups so curved portions of bends are not visible above finished slab. F. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches (300 mm) of changes in direction. G. Conceal conduit within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines. H. Support conduit within 12 inches (300 mm)of enclosures to which attached or as otherwise dictated by Code. I. Raceways Embedded in Slabs: 1. Run conduit larger than 1-inch (27-mm)trade size, parallel or at right angles to main reinforcement.Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maximum 10-foot (3-m)intervals. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Arrange raceways to keep a minimum of 1 inch (25 mm) of concrete cover in all directions. 4. Do not embed threadless fittings in concrete unless specifically approved by Engineer for each specific location. 5. Change from ENT to PVC coated RGS or Rigid Aluminum as per conditions before rising above floor. J. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions:Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. K. Coat field-cut threads on PVC-coated raceway with a corrosion-preventing conductive compound prior to assembly. L. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4AWG. M. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-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. N. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more. O. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. Raceways and Boxes for Electrical Systems 26 05 33-8/12 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E P. 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 thelength. Q. 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. R. 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. S. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA70. T. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building orstructure. 3. Where otherwise required by NFPA70. U. Comply with manufacturer's written instructions for solvent welding RNC and fittings. V. 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. Revise list below to include all locations in Project with environmental conditions that require considering expansion-joint fittings in conduit runs. For each Project, consider only locations with PVC conduit with straight-run length exceeding 25 feet (7.6 m) or metal conduit in lengths over 100 feet(30 m). Also revise temperature change for each location so it safely represents conditions anticipated. Temperature-change figures below are examples of maximum total swings from the lowest to the highest environmental temperatures at the indicated typesof locations and must be revised to represent temperature swings or changes that may occur at Project locations. b. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F (70 deg C) temperature change. Raceways and Boxes for Electrical Systems 26 05 33-9/12 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E c. 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 perdeg 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. W. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches (1830 mm) of flexible conduit for recessed and semirecessed luminaires, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFMC in damp or wet locations not subject to severe physical damage. X. Horizontally separate boxes mounted on opposite sides of walls, so they are not in the same vertical channel. Y. Locate boxes so that cover or plate will not span different buildingfinishes. Z. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. AA. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. 3.3 INSTALLATION OF UNDERGROUND CONDUIT A. Duct Bank—Install duct bank per drawing and details. B. Direct-Buried Conduit: Not Permitted for this Project 3.4 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.5-mm) sieve to No. 4(4.75-mm) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch (25 mm) above finishedgrade. 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 Raceways and Boxes for Electrical Systems 260533- Whitecap 60533- Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E indicated. Select arm lengths to be long enough to provide spare space for future cables but short enough to preserve adequate working clearances in enclosure. E. Field-cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. 3.5 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 Raceways and Boxes for Electrical Systems 260533- Whitecap 60533- Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Raceways and Boxes for Electrical Systems 260533- Whitecap 60533- Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 1.00 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. 1.3 DEFINITION A. RNC: Rigid nonmetallic conduit. 1.4 ACTION SUBMITTALS A. Product Data: For the following according to Section 00 72 00 General Conditions Article 24 "Document Management": 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 handholes, boxes, and other utilitystructures. 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 ductsizes. 2. Reinforcement details. 3. Frame and cover design. 4. Ladder details. 5. Grounding details. 6. Dimensioned locations of cable rack inserts, pulling-in and lifting irons, and sumps. 7. Joint details. C. Shop Drawings for Factory-Fabricated Handholes and Boxes Other Than Precast Concrete: Include dimensioned plans, sections, and elevations, and fabrication and installation details, including the following: Underground Ducts And Raceways For Electrical Systems 26 05 43-1 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Duct entry provisions, including locations and ductsizes. 2. Cover design. 3. Grounding details. 4. Dimensioned locations of cable rack inserts, and pulling-in and liftingirons. 1.5 INFORMATIONAL SUBMITTALS 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 and handholes, as required by ASTM C 858. C. Qualification Data: For professional engineer and testingagency. 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: 1. Notify Owner no fewer than 7 days in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Owner's written permission. Underground Ducts And Raceways For Electrical Systems 260543-2 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.9 COORDINATION A. Coordinate layout and installation of ducts, 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 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 handholes, and as approved byArchitect. 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. 2.00 PRODUCTS 2.1 CONDUIT A. As per section 260533 "Raceway and Boxes for Electrical Systems". 2.2 HANDHOLES AND BOXES OTHER THAN PRECASTCONCRETE A. Description: Comply with SCTE 77. 1. Color: Green. 2. First option in first subparagraph below facilitates bottom duct entry. Second option may be provided by a separate slab placed in the excavation under an open-bottom enclosure;third option is obtained by molding or fabricating the bottom integrally with the body of the unit. 3. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated. 4. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. 5. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of0.50. 6. Cover Legend: Molded lettering, "ELECTRIC." Or as indicated for each service. 7. Consider retaining subparagraph below if wires or cables are direct buried and will enter enclosure through the side. Otherwise, entry will be made through an open bottom or through side openings cut in the field as specified in Part 3. Coordinate with Drawings. 8. 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 enclosurewall. Underground Ducts And Raceways For Electrical Systems 260543-3 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 9. Retain first subparagraph below if ducts will enter enclosure through the side. Otherwise, entry will be made through an open bottom or through side openings cut in the field as specified in Part 3. Coordinate with Drawings. 10. Duct Entrance Provisions: Duct-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosurewall. B. Polymer Concrete Handholes and Boxes with Polymer Concrete Cover: Molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. 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: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. c. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast. e. Approved equal. D. Fiberglass Handholes and Boxes: Molded of fiberglass-reinforced polyester resin, with covers of fiberglass. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: Underground Ducts And Raceways For Electrical Systems 260543-4 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a. Carson Industries LLC. b. Christy Concrete Products. c. Nordic Fiberglass, Inc. d. Approved equal. 2.3 SOURCE QUALITY CONTROL A. Test and inspect precast concrete utility structures according to ASTM C1037. B. Nonconcrete Handhole and Pull-Box Prototype Test:Test prototypes of boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. 1. Tests of materials shall be performed by an independent testingagencV. 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 NISTstandards. 3.00 EXECUTION 3.1 UNDERGROUND DUCTAPPLICATION 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. Underground Ducts And Raceways For Electrical Systems 260543-5 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 top-soiling, 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 025205 "Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement". 3.4 DUCT INSTALLATION A. Slope: Pitch ducts a minimum slope of 1:300 down toward handholes and away from buildings and equipment. Slope ducts from a high point in runs between two handholes 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 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 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. 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, includingspares. 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 Underground Ducts And Raceways For Electrical Systems 260543-6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 ductgroups. 2. Concreting Sequence: Pour each run of envelope between handholes 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 ductgroups. 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, useforms. 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 thefloor. 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 atequipment. 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 Underground Ducts And Raceways For Electrical Systems 260543-7 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (300-mm) increment of duct-bank width over a nominal 18 inches (450 mm). Space additional tapes 12 inches (300 mm) apart,horizontally. 3.5 INSTALLATION OF CONCRETE HANDHOLES,AND BOXES A. Precast Concrete Handhole 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 properentrances. 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. Handhole Covers: In paved areas and trafficways, set surface flush with finished grade. Set covers of other handholes 1 inch (25 mm) above finishedgrade. 2. Where indicated, cast handhole cover frame integrally with handhole structure. C. 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. D. Field-Installed Bolting Anchors in Concrete Handholes: Do not drill deeper than 3-7/8 inches (98 mm) for and 2 inches (50 mm) for handholes, for anchor bolts installed in the field. Use a minimum of two anchors for each cablestanchion. 3.6 INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECASTCONCRETE 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 theenclosure. Underground Ducts And Raceways For Electrical Systems 260543-8 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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, with a troweled finish. 1. 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 26 05 26 "Grounding and Bonding for Electrical Systems." 3.8 FIELD QUALITY CONTROL A. Perform the following tests and inspections and prepare testreports: 1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures. 2. Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out-of-round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indicated, remove obstructions and retest. 3. Test manhole grounding to ensure electrical continuity of grounding and bonding connections. Measure and report ground resistance as specified in Section 26 05 26 "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 handholes. Remove foreign material. END OF SECTION Underground Ducts And Raceways For Electrical Systems 260543-9 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Underground Ducts And Raceways For Electrical Systems 26 05 43-10 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.1 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground-line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.2 SUBMITTALS A. Product Data: For each electrical identification product indicated. 1.3 QUALITY ASSURANCE A. Comply with ANSI A13.1. 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, are not acceptable. 2.00 PRODUCTS 2.1 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: Identification for Electrical Systems 260553-1/6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Tags relying on adhesives or tapes-on markers are notacceptable. 2. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. 3. Provide tags for cables and for conductors No. 8 AVWG and larger consisting of permanent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps.Tags shall be Raychem TMS-CM cable markers or approved equal. 4. Tags shall be imprinted with panelboard and panelboard position number(e.g. LA3-23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). 5. Switchlegs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T"suffix. 6. Where more than one neutral is present with a group of conductors, a tag shall be ap- plied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). 2.2 CONDUCTOR IDENTIFICATION MATERIALS A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by Ito 2 inches wide. 2.3 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 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 2.4 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: Identification for Electrical Systems 260553-2/6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Preprinted aluminum signs punched or drilled for fasteners,with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal size, 7 by 10 inches. D. 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." 2.5 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark-gray background. Minimum letter height shall be 3/8inch. 3.00 EXECUTION 3.1 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with stainless steel mechanical fasteners appropriate to the location and substrate. F. Underground-Line Warning Tape: During backfilling of trenches install continuous underground-line warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. 3.2 IDENTIFICATION SCHEDULE A. 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. Identification for Electrical Systems 260553-3/6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Color-Coding for Phase Identification, 600 V or Less: Use colors listed below for un- grounded service, feeder, and branch-circuit conductors. a. Color shall be field applied for sizes larger than No. 8AWG b. Colors for 208/120-V Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral: White c. Colors for 480/277-V Circuits: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. d. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwind-ing. Locate bands to avoid obscuring factory cable markings. B. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring and optical fibercable. 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. C. 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,thefollowing: a. Power transfer switches. b. Controls with external control power connections. D. 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. E. 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 un- less equipment is provided with its own identification. Identification for Electrical Systems 260553-4/6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Labeling Instructions: a. Indoor Equipment: stainless steel screws and nuts, engraved and laminated nameplates. Unless otherwise indicated, provide a single line of text with 1/2-inch high letters on 1-1/2-inch high label;where two lines of text are required, use labels 2 inches 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 panel- board manufacturer. Panelboard identification shall be laminated acrylic or mela- mine label and placed in a clear plastic sleeve. b. Enclosures and electrical cabinets. c. Switchgear. d. Switchboards. e. Transformers: Label that includes tag designation shown on Drawings for the trans- former,feeder, and panelboards or equipment supplied by thesecondary. f. Motor-control centers. g. Enclosed switches. h. Enclosed circuit breakers. i. Enclosed controllers. j. Push-button stations. k. Contactors. I. Monitoring and control equipment. m. UPS equipment. n. Junction and Pull Boxes. END OF SECTION Identification for Electrical Systems 260553-5/6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Identification for Electrical Systems 260553-6/6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 22 00 LOW-VOLTAGE TRANSFORMERS 1.00 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. Buck-boost transformers 1.3 ACTION SUBMITTALS 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. 1.4 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For transformers to include in emergency, operation, and maintenance manuals. 1.5 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 havingjurisdiction. 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 Part3. 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 PowerTransformers." Low Voltage Transformers 262200-1/4 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.6 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. 1.7 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. 2.00 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: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Acme Electric Corporation. b. Challenger Electrical Equipment Corp. c. Controlled Power Company. d. Eaton Electrical Sector; Eaton Corporation; Cutler-Hammer Products. e. Federal Pacific Transformer Company. f. General Electric Company. g. Hammond Co. h. Magnetek Power Electronics Group. i. Micron Industries Corp. j. Myers Power Products, Inc. k. Siemens Energy&Automation, Inc. I. Sola/Hevi-Duty. m. Square D Co./Groupe Schneider NA; Schneider Electric. 2.2 GENERAL TRANSFORMER REQUIREMENTS A. Description: Factory-assembled and -tested, air-cooled units for 60-Hzservice. B. Cores: Grain-oriented, non-aging silicon steel. Low Voltage Transformers 262200-2/4 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Coils: Continuous windings without splices except for taps. 1. Internal Coil Connections: Brazed or pressuretype. 2. Coil Material:Copper. 2.3 DISTRIBUTION TRANSFORMERS A. Comply with NEMA ST 20, and list and label as complying with UL1561. 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 49 gray. 2.4 ELECTRICAL EQUIPMENT IDENTIFICATION A. The identification of electrical equipment shall be in accordance with Section 40 05 53 "Identification for Process Piping and Equipment." Identify electrical equipment in accordance with the NEC,the local authorities, and as specified. B. Use laminated three-ply engraved plastic nameplates with black surface and white interior core, at least 1/16 inch thick. Engraved lettering shall be condensed gothic at least 1/4- inch-high and properly spaced for legible and easy reading. Attach plates to equipment with stainless steel screws. Adhesive attachment is only acceptable on NEMA 4X enclosures. Identify the following items with engraved nameplates, located asfollows: 1. Each switch/fuse unit or circuit breaker in each main panel and each distribution panel - adjacent to switch/fuse unit or circuit. 2. Spares shall be labeled "Spare". 3. Each branch circuit panel -on panel trim cover immediately above panel door. 4. Each safety disconnect switch, relay cabinet, control panel -on outside of cover. 5. Each exhaust fan switch -custom engraved on outside of switch cover plate (high and low if required). 6. Instrument transmitters and sensors. 7. Each motor starter-on outside cover. 8. Each Variable Frequency Drive. 9. Outside light switches-custom engraved on outside of switch cover plate. 10. Any switch for load that cannot be seen from the control point-custom engraved on outside of switch cover plate. C. Branch circuit panelboard directories shall be completely and properly typewritten. Cover with plastic and attach to the inside of the cabinet door. Spares shall be labeled as "Spare." D. Refer to Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables" for conductor coding requirements. E. Install special custom engraved switch cover plates with engraving on the outside of the Low Voltage Transformers 262200-3/4 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E cover plate at outside light switches, and at any switch for equipment which is out of sight from the control point. F. Install same brand/manufacturer fittings throughout the project. Install UL listed products. Fasteners, anchor bolts, nuts, and washers shall be stainlesssteel. 2.5 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two keys per lock up to a quantity of 10 keys. Furnish locks to match the Owner's locking system. Key all locks alike. 2.6 CLEAN AND ADJUST A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation. 2.7 TESTING A. See each section for particular testing requirements for each type of equipment. END OF SECTION Low Voltage Transformers 262200-4/4 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 24 16 PANELBOARDS 1.00 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Distribution panelboards. 2. Lighting and appliance branch-circuit panelboards. 1.3 DEFINITIONS A. SVR: Suppressed voltage rating. B. Surge Protection Device: Surge Protection Device. 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 controlwiring. 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. Panelboards 26 24 16-1/10 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.5 INFORMATIONAL SUBMITTALS 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 thefollowing: 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 META or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by META 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, Panelboards 26 24 16-2/10 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E by a qualified testing agency, and marked for intended location andapplication. 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 panel boards; install temporary electric heating (250 W per panelboard)to prevent condensation. B. Handle and prepare panelboards for installation according to NEMA PB 1. 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 3300 feet (2000 m). B. Service Conditions: NEMA PB 1, usual service conditions, asfollows: 1. Ambient temperatures within limits specified. 2. Altitude not exceeding 3300 feet (2000m). 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 seven 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. Panelboards 26 24 16-3/10 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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. 2.00 PRODUCTS 2.1 GENERAL REQUIREMENTS FOR PANELBOARDS A. Enclosures: Surface-mounted cabinets. 1. Rated for environmental conditions at installed location. a. Outdoor Locations: NEMA 250,Type 4X 316 grade SS. b. Corrosive Locations: NEMA 250,Type 4X, 316 grade SS. c. Indoor Locations: 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 orfloor. 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: 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: Same finish as panels and trim. c. Fungus Proofing: Permanent fungicidal treatment for overcurrent protective devices and other components. 7. Directory Card: Inside panelboard door, mounted in transparent card holder. Card to be type written with circuit service. Hand written legends are notallowed. B. Incoming Mains Location:Top and bottom. C. Phase, Neutral, and Ground Buses: Panelboards 26 24 16-4/10 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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: Hard-drawn copper, 98 percent conductivity. 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. Extra-Capacity Neutral Lugs: Rated 200 percent of phase lugs mounted on extra-capacity neutral bus. E. Service Equipment Label: NRTL labeled for use as service equipment for panelboards or load centers with one or more main service disconnectingand overcurrent protective devices. F. Future Devices: Mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices. G. Panelboard Short-Circuit Current Rating: Rated for series-connected system with integral or remote upstream overcurrent protective devices and labeled by an NRTL. Include size and type of allowable upstream and branch devices, listed and labeled for series-connected short-circuit rating by an NRTL. H. Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. 2.2 PERFORMANCE REQUIREMENTS A. Surge Suppression: Factory installed as an integral part of indicated panelboards, complying with UL 1449 SPD Type 1. 2.3 DISTRIBUTION PANELBOARDS 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.(Preferred) Panelboards 26 24 16-5/10 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. Approved equal 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. 2.4 LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS 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.(Preferred) 5. Approved equal. B. Panelboards: NEMA PB 1, lighting and appliance branch-circuit type. C. Mains: Circuit breaker. D. Branch Overcurrent Protective Devices: 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. G. Load Center Panels are not acceptable. 2.5 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES 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.(Preferred) 5. Approved equal. Panelboards 26 24 16-6/10 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Molded-Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity to meet available fault currents. 1. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. 2. Adjustable Instantaneous-Trip Circuit Breakers: Magnetic trip element with front-mounted, field-adjustable trip setting. 3. Electronic trip circuit breakers with rms sensing; field-replaceable rating plug or field-replicable electronic trip; and the following field-adjustable settings: 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 12 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-mAtrip). 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 B. Fused Switch: NEMA KS 1,Type HD; clips to accommodate specified fuses; lockable handle. Panelboards 26 24 16-7/10 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Fuses, and Spare-Fuse Cabinet: Comply with requirements specified in Section 262813 "Fuses." 2. Fused Switch Features and Accessories: Standard ampere ratings and number of poles. 3. Auxiliary Contacts:Two normally open and normally closed contact(s)that operate with switch handle operation. C. Do not install Load Center Panels. 2.6 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. 3.00 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. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards. C. Mount top of trim 72 inches (1828 mm)above finished floor unless otherwise indicated. D. Mount panelboard cabinet plumb and rigid without distortion of 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. Arrange conductors in gutters into groups and bundle and wrap with wireties. H. 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." Panelboards 26 24 16-8/10 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Create a directory to indicate installed circuit 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. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. C. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. D. Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. E. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in META 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 panelboard. 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 panelboard 11 months after date of Substantial Completion. c. Instruments and Equipment: 1). Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record fordevice. F. Panelboards will be considered defective if they do not pass tests and inspections. Panelboards 26 24 16-9/10 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E G. 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. C. Load Balancing:After Substantial Completion, but not more than 60 days after Final Acceptance, measure load balancing and make circuitchanges. 1. Measure as directed during period of normal system loading. 2. Perform load-balancing circuit changes outside normal occupancy/working schedule of the facility and at time directed. Avoid disrupting critical 24-hour services such as fax machines and on-line data processing, computing,transmitting, and receiving equipment. 3. After circuit changes, recheck loads during normal load period. Record all load readings before and after changes and submit test records. 4. Tolerance: Difference exceeding 20 percent between phase loads, within a panelboard, is not acceptable. Rebalance and recheck as necessary to meet this minimum requirement. 3.6 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions. END OF SECTION Panelboards 26 24 16-10/10 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 27 26 WIRING DEVICES 1.00 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. Receptacles, receptacles with integral GFCI, and associated device plates. 2. Twist-locking receptacles. 3. Weather-resistant receptacles. 4. Snap switches. 1.3 DEFINITIONS A. EMI: Electromagnetic interference. B. GFCI: Ground-fault circuit interrupter. C. Pigtail: Short lead used to connect a device to a branch-circuit conductor. D. RFI: Radio-frequency interference. E. SPD: Surge protection device. F. UTP: Unshielded twisted pair. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Receptacles for Owner-Furnished Equipment: Match plug configurations. 2. Cord and Plug Sets: Match equipment requirements. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. 1.6 INFORMATIONAL SUBMITTALS A. Field quality-control reports. 1.7 CLOSEOUT SUBMITTALS Wiring Devices 262726-1/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing-label warnings and instruction manuals that include labeling conditions. 2.00 PRODUCTS 2.1 MANUFACTURERS A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2articles: 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). B. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. 2.2 GENERAL WIRING-DEVICE REQUIREMENTS A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location andapplication. 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 buildingwire. 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,thefollowing: 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, non-feed-through type. 2. Comply with NEMA WD 1, NEMA WD 6, UL 498, UL 943 Class A, and FS W-C-596. Wiring Devices 262726-2/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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,thefollowing: a. Cooper;VGF20. b. Hubbell;GFR5352L. c. Pass &Seymour; 2095. d. Leviton; 7590. 2.5 TOGGLE SWITCHES 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,thefollowing: a. Single Pole: 1). Cooper;AH1221. 2). Hubbell; HBL1221. 3). Leviton; 1221-2. 4). Pass &Seymour; CSB20AC1. b. Two Pole: 1). Cooper;AH1222. 2). Hubbell; HBL1222. 3). Leviton; 1222-2. 4). Pass &Seymour; CSB20AC2. c. Three Way: 1). Cooper;AH1223. 2). Hubbell; HBL1223. 3). Leviton; 1223-2. 4). Pass &Seymour; CSB20AC3. d. Four Way: 1). Cooper;AH1224. 2). Hubbell; HBL1224. 3). Leviton; 1224-2. 4). Pass &Seymour; CSB20AC4. Wiring Devices 262726-3/8 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Tamper-Resistant and Weather-Resistant Convenience Receptacles: Square face, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, and UL498. 1. Products: Subject to compliance with requirements available products that may be incorporated into the Work include, but are not limited to,thefollowing: a. Cooper;TWRBRI5. b. Hubbell; DR15TR. c. LevitonTRW15. d. Pass &Seymour;TRW26252. 2. Description: Labeled to comply with NFPA 70, "Receptacles, Cord Connectors, and Attachment Plugs (Caps)" Article, "Tamper-Resistant Receptacles in Dwelling Units" Section, when installed in wet and damp locations. D. GFCI Non-Feed -Through Type, Convenience Receptacles: Square face, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, UL 498, and UL 943 Class A. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,thefollowing: a. Cooper;VGF15. b. Hubbell;GF15LA. c. Leviton; 8599. d. Pass &Seymour; 1594. E. GFCI,Tamper-Resistant and Weather-Resistant Convenience Receptacles: Squareface, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, UL 498, and UL 943 Class A. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,thefollowing: a. Cooper;TWRVGFI5. b. Hubbell;GFTR15. c. Pass &Seymour; 1594TRWR. 2. Description: Labeled to comply with NFPA 70, "Receptacles, Cord Connectors, and Attachment Plugs (Caps)" Article, "Tamper-Resistant Receptacles in Dwelling Units" Section. F. Toggle Switches, Square Face, 120/277 V, 15 A: Comply with NEMA WD 1, UL 20, and FS W- S-896. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,thefollowing: a. Cooper; 7621 (single pole), 7623 (three way). b. Hubbell; DS115 (single pole), DS315 (threeway). c. Leviton; 5621-2 (single pole), 5623-2 (threeway). Wiring Devices 262726-4/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E d. Pass &Seymour; 2621 (single pole), 2623 (three way). 3.00 EXECUTION 4.1 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 thewall. 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. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from strandedwire. 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 werecomplete. Wiring Devices 262726-5/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches (152 mm) in length. 5. When there is a choice, use side wiring with binding-head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to three-fourths of the way around terminal screw. 6. Use a torque screwdriverwhen a torque is recommended or required by manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15-or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers usedto hold device-mounting screws in yokes, allowing metal-to-metal contact. E. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles down, and on horizontally mounted receptacles to the left. F. Device Plates: Do not use oversized or extra-deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. 4.2 GFCI RECEPTACLES A. Install non-feed-through-type GFCI receptacles. 4.3 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. 4.4 FIELD QUALITY CONTROL A. Perform the following tests and inspections[with the assistance of a factory-authorized service representative]: 1. Test Instruments: Use instruments that comply with UL 1436. 2. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital-display indicators of measurement. B. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 105 to 132V. Wiring Devices 262726-6/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher isunacceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip:Test for tripping values specified in UL 1436 and UL943. 5. Using the test plug,verify that the device and its outlet box are securely mounted. 6. Tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions remove malfunctioning units and replace with new ones, and retest as specified above. C. Wiring device will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. END OF SECTION Wiring Devices 262726-7/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Wiring Devices 262726-8/8 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 262813 FUSES 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. Cartridge fuses rated 600 V ac and less for use in the following: a. Enclosed switches. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for spare-fuse cabinets. Include the following for each fuse type indicated: 1.4 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. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Bussman B. Littlefuse C. Ferraz Shawmut D. Source Limitations: Obtain fuses, for use within a specific product or circuit, from single source from single manufacturer. 2.2 CARTRIDGE FUSES A. Characteristics: NEMA FU 1, current-limiting, nonrenewable cartridge fuses with voltage ratings consistent with circuit voltages. 1. Type RK-1: 600V, zero-to 600A rating, 200 kAIC,dual element, time delay. 2. Type J: 600V, zero-to 600A rating, 200 kAIC,dual element, time delay. 3. Type L: 600V, 601-to 6000A rating, 200 kAIC,dual element, time delay. 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 NEMA FU 1 for cartridge fuses. Fuses 26 28 13 - 1/2 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Comply with NFPA 70. E. Coordinate fuse ratings with utilization equipment nameplate limitations of maximum fuse size and with system short-circuit current levels. PART 3-EXECUTION 3.1 EXAMINATION A. Examine fuses before installation. Reject fuses that are moisture damaged or physically damaged. B. Examine holders to receive fuses for compliance with installation tolerances and other conditions affecting performance, such as rejection features. C. Examine utilization equipment nameplates and installation instructions. Install fuses of sizes and with characteristics appropriate for each piece of equipment. D. Evaluate ambient temperatures to determine if fuse rating adjustment factors must be applied to fuse ratings. E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 FUSE APPLICATIONS A. Cartridge Fuses: 1. Motor Operated Cranes: Class RK1. 3.3 INSTALLATION A. Install fuses in fusible devices. Arrange fuses so rating information is readable without removing fuse. END OF SECTION Fuses 26 28 13 -2/2 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 1.00 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Fusible switches. 2. Nonfusible switches. 3. Enclosures. 1.3 DEFINITIONS 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, asappropriate). 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. 1.5 INFORMATIONAL SUBMITTALS 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. Enclosed Switches and Circuit Breakers 262816-1/6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.6 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. 1.7 QUALITY ASSURANCE A. Source Limitations: Obtain enclosed switches and circuit breakers, overcurrent protective devices, components, and accessories, within same product category, from single source from single manufacturer. B. 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. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location andapplication. D. Comply with NFPA 70. 1.8 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 3300 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 if required. 3. Do not proceed with interruption of electric service without Owner's written permission. 4. Comply with NFPA 70E. 1.9 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. 2.00 Enclosed Switches and Circuit Breakers 262816-2/6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 GD, General Duty, Single Throw, 240-V ac, 800 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, with cartridge fuse interiors to accommodate indicated fuses, lockable handle with capability to accept two padlocks, and interlocked with cover in closed position. C. Type HD, Heavy Duty, Single Throw, 600-V ac, 1200 A and Smaller: 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. D. Type HD, Heavy Duty, Double Throw, 600-V ac, 1200 A and Smaller: 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. E. Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2. Neutral Kit: Internally mounted; insulated, capable of being grounded and bonded; labeled for copper and aluminum neutral conductors. 3. Isolated Ground Kit: Internally mounted; insulated, capable of being grounded and bonded; labeled for copper and aluminum neutral conductors. 4. Class R Fuse Kit: Provides rejection of other fuse types when Class R fuses are specified. 5. Auxiliary Contact Kit:Two NO/NC (Form "C") auxiliary contact(s), arranged to activate before switch blades open. 6. Lugs: Mechanical type, suitable for number, size, and conductor material. 7. Service-Rated Switches: Labeled for use as service equipment. 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. Enclosed Switches and Circuit Breakers 262816-3/6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Type GD, General Duty, Single Throw, 600 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, lockable handle with capability to accept two padlocks, and interlocked with cover in closed position. C. Type HD, Heavy Duty, Single Throw, 600-V ac, 1200 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. D. Type HD, Heavy Duty, Double Throw, 600-V ac, 1200 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. E. Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2. Neutral Kit: Internally mounted; insulated, capable of being grounded and bonded; labeled for copper and aluminum neutral conductors. 3. Auxiliary Contact Kit:Two NO/NC (Form "C") auxiliary contact(s), arranged to activate before switch blades open. 4. Lugs: Mechanical type, suitable for number, size, and conductor material. 2.3 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. Outdoor Locations: NEMA 250,Type 4X SS. 2. Other Wet or Damp, Indoor Locations: NEMA 250,Type 4XSS. 3. Indoor Locations: NEMA 250,Type 12. 3.00 EXECUTION 3.1 EXAMINATION A. Examine elements and surfaces to receive enclosed switches and circuit breakers for compliance with installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install individual wall-mounted switches and circuit breakers with tops at uniform height unless otherwise indicated. B. Comply with mounting and anchoring requirements specified in Section 260548.16 "Seismic Controls for Electrical Systems." Enclosed Switches and Circuit Breakers 262816-4/6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. D. Install fuses infusible 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. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in META 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. B. Enclosed switches and circuit breakers will be considered defective if they do not pass tests and inspections. 3.5 ADJUSTING A. Adjust moving parts and operable components to function smoothly and lubricate as recommended by manufacturer. END OF SECTION Enclosed Switches and Circuit Breakers 262816-5/6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Enclosed Switches and Circuit Breakers 262816-6/6 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 29 23 VARIABLE FREQUENCY DRIVES 1.1 SECTION INCLUDES A. Provide labor,equipment,supervision and materials for installation,testing,and startup of the variable frequency drives(VFDs)as shown on the Drawings and as specified herein. B. Provide a factory-trained technician to startup each VFD. The technician shall be present during the field acceptance testing. Startup service shall include overtime charges,travel, and living expenses and replacement parts. C. The VFD manufacturer shall provide in writing that the motor to be used is suitable for use with the VFD. He shall obtain motor data from the pump manufacturer or the contractor. 1.2 SUBMITTALS A. Submit in accordance with Section 01330,shop drawings and product data,for the following: 1. Equipment outline drawings showing elevation, plan and interior views,front panel arrangement, dimensions,weight,shipping splits,conduit entrances, and anchor bolt pattern. Indicate all options, special features, ratings and deviations from the specifications. 2. Power and control schematics including external connections. Show wire and terminal numbers and color-coding. 3. Drive performance specifications. 4. Instruction and replacement parts books. 5. As-built final drawings. 6. Field test and inspection reports. B. Submit the following information for record purposes at closeout: 1. 0&M Manual. The manufacturer shall furnish with the submittal and with each unit delivered an equipment manual that details the installation, operation, recommended renewal parts list, and maintenance instructions for the specified unit. 1.3 REFERENCE STANDARDS A. IEEE Standard 519-1992 IEEE Recommended Practices and Requirements for Harmonic Control in Electrical Power Systems. B. NFPA 70 National Electrical Code(NEC). 1.4 QUALITY ASSURANCE A. Variable frequency drives shall utilize a field proven design. The VFD manufacturer shall demonstrate at least 3 years of continuous field operating experience with equipment of similar size and design. Variable Frequency Drives Whitecap WWTP Improvements—18087A 262923-1/8 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. A factory authorized service and parts organization shall be located within 200 miles of the project location. Provide the name and address of the factory authorized service and parts organization nearest to the project location as part of the shop drawings. C. Equipment shall be UL labeled. 1.5 SYSTEM DESCRIPTION Refer to other sections for operation of the VFD,VFD control circuitry and input and output signals connected to the VFD. 1.6 DELIVERY,STORAGE AND HANDLING A. Package the equipment for maximum protection during delivery and storage. B. Store the equipment indoors in a clean,dry, heated storage facility until ready for installation. Do not install the equipment in its final location until the facilities are permanently weather tight. Furnish, install and wire temporary electric space heaters in the equipment until the permanent heating equipment is operational. Protect the equipment at all times from exposure to moisture, chemicals,ammonia and chlorine gas. 1.7 PROJECT/SITE REQUIREMENTS A. VFD shall meet or be less than the following harmonic limits at the point of common coupling(PCC)when the VFDs are operating anywhere in the 60%- 100%speed range under actual pumping conditions. B. Voltage: 5%total harmonic distortion (THD)per IEEE 519-1992. C. Current: limits allowed by Table 10.3 of IEEE 519-1992 for 20< ISc/IL<5. D. Manufacturer shall submit mathematical analysis to demonstrate that VFDs meet the harmonic limits stated herein. Mathematical analysis shall be a part of the shop drawing submittal. Filters, line reactors, isolation transformers,etc.,which are suitable for outdoor application,shall be supplied by VFD manufacturer if required to meet the harmonic limits. Detailed characteristics of the existing plant electrical system shall be supplied to the VFD mfr. by the Contractor. Compliance with the harmonic limitations shall be verified by field acceptance testing by the contractor after the VFDs are installed. Refer to Part 3 of this specification for field acceptance testing requirements. All additional wire and conduit to connect the filters shall be furnished and installed by the manufacturer/contractor. E. For available short circuit current at the point of common coupling. F. The VFD shall not produce motor noise in excess of the manufacturers published noise standards for 60 Hz operation. 1.8 OPERATING INSTRUCTION A. After approval, during and after construction,operating manuals covering instruction and maintenance on each type of equipment shall be furnished. Variable Frequency Drives Whitecap WWTP Improvements—18087A 262923-2/8 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. The instructions shall be bound and shall provide at least the following as a minimum: 1. A comprehensive index. 2. A complete"as-built" set of approved shop drawings. 3. Detailed service, maintenance and operation instructions for each item supplied. 4. A table listing of the "as left"drive set up parameters and alarm and trip settings. 5. The operating instructions shall also incorporate a functional description of the entire system,with references to the systems schematic drawings and instructions. 6. Complete parts list with stock numbers, including spare parts. 1.9 WARRANTY Manufacturer shall provide a one-year warranty from the time manufacturer's startup services are completed. Warranty shall include all parts and labor to troubleshoot and replace failed devices. 1.10 TRAINING Provide one four-hour training class for the Owner's employees covering the operation, maintenance and troubleshooting of the VFDs. Class shall be at the plant and the Owner shall be allowed to videotape the class. PART2-PRO DUCTS 2.1 VARIABLE FREQUENCY DRIVE A. Manufacturers. 1. Schneider(Square D). B. Rating. 1. Service Conditions. a. Input power: 460 VAC, plus 10 percent, minus 10 percent,3 Phase, 60 Hz. b. Input frequency: 57 to 63 Hz. C. Ambient temperature: 0 to 40 degrees C. d. Elevation: Up to 3300-ft above mean sea level. e. Relative humidity: Up to 95 percent non condensing. 2. Minimum drive efficiency: 98 percent. 3. Displacement power factor: greater than 95 percent or higher but not leading throughout the entire speed range, measured at drive input terminals. Provide additional power factor correction capacitors if required. 4. Drive output: 100 percent rated current continuous, suitable for operation of the driven equipment over the required speed range without overloading. Drives shall be cable of 120%current overload for one minute. Starting torque shall be matched to the load. 5. Voltage regulation: plus or minus 1 percent of rated value, no load to full load. 6. Output frequency drift: No more than plus or minus 0.5 percent from setpoint. 7. Drives shall withstand five-cycle transient voltage dips of up to 30 percent of rated voltage without an undervoltage trip or fault shutdown,while operating a variable torque load. Variable Frequency Drives Whitecap WWTP Improvements—18087A 262923-3/8 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Construction. 1. General. The general arrangement of the equipment is shown on the Drawings. All drives shall be six- pulse design with integrated or discrete 5%minimum harmonic filtering.. 2. The VFDs shall utilize a pulse width modulated space vector design to convert the fixed AC input to a variable voltage,variable frequency AC output. Construction shall be modular, using plug-in-type component mounting or keyed ribbon cable connections wherever possible to minimize downtime during repair. 3. The VFD operate satisfactorily when connected to a bus supplying other solid state power conversion equipment which may be causing up to 10 percent total harmonic voltage distortion and commutation notches up to 36,500 volt microseconds,or when other VFDs are operating from the same bus. The drive shall include transient voltage suppression to allow reliable operation on a typical commercial power distribution system. 4. The VFD shall consist of one or more full-wave diode bridge converter(s)to convert incoming fixed voltage/frequency to a fixed DC voltage. The diode bridge frontends shall be 6 pulse diode bridge. 5. Provide a DC link choke smoothing reactor to limit fault throughput. The PWM strategy shall be of the space-vector-type implemented through a microprocessor which generated a sine-coded output voltage. 6. The output shall be generated by power transistors which shall be controlled by six identical, optically isolated base driver circuits. The VFD shall have an output voltage regulator to maintain correct output Volt/Hz despite incoming voltage variations. The VFD shall have a continuous output current rating equal to or greater than the motor full load nameplate current. 7. Each VFD shall have a fused disconnect switch type main power disconnect switch,with an external operating handle. The fuses shall have a short circuit rating of 200,000 Amps, RMS symmetrical and shall be labeled in accordance with UL 489. D. Provide the following safety features: 1. Provision to padlock main disconnect handle in the OFF position. 2. Mechanical interlock to prevent opening cabinet door with disconnect in the ON position,or moving disconnect to the ON position while the unit door is open. 3. Barriers and warning signs on terminals that are energized with the power disconnect OFF. 4. Provide an equipment ground bus or lug connectors in each enclosure,suitable for connection to the copper grounding conductors shown on the Drawings. E. The VFD manufacturer shall evaluate the location of the motor in reference to the VFD and shall furnish and install necessary reactor inside the VFD enclosure to mitigate the reflected walls. F. Operator Interface. 1. Provide a door-mounted digital keypad/display, capable of controlling the drive and setting drive parameters. The digital display shall normally display: a. Speed demand in percent. b. Output current in amperes. C. Frequency in Hz. d. Control mode-manual or automatic. 2. The digital keypad shall allow operators to enter exact numerical settings in English engineering units. A user menu shall be provided as a guide to parameter settings. Coded Variable Frequency Drives Whitecap WWTP Improvements—18087A 262923-4/8 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E messages on keypad will not be acceptable. Parameters are to be factory set in EEPROM and resetable in the field. Parameters shall be password protected. The EEPROM stored variables shall be transferable to new and spare boards. 3. The keypad/display module shall have a key switch to control operation of the keypad. The key shall be removable in either the "Enabled"or"Disabled" positions. The keypad module shall contain a "self-test" software program that can be activated to verify proper keypad operation. The keypad display shall contain a full alphanumeric character set. 4. The following controls and indicators shall be provided,either separately or as part of the keypad/display: a. POWER ON, RUN AND FAULT indication. b. FAULT RESET control. C. MANUAL-AUTO control mode selector. d. Manual START/STOP controls. e. Manual speed adjust capability. 5. Auxiliary Contacts. Three output status relays. 6. Marking and Identification. a. Provide 1-in by 3-in, nominal, engraved lamicoid equipment nameplates on each VFD fastened with stainless steel screws or rivets. Nameplates shall be black with white core, 3/8-in high lettering. b. Provide permanent warning signs as follows. 1) "Warning-Hazard of Electric Shock-Disconnect power before opening or working on this unit"on main power disconnect. G. Protective and Operational Features. 1. Make provisions for field adjustment of the following parameters through the keypad/display: a. Current limit and boost. b. Voltage (Volts/Hz) C. Frequency(Minimum/Maximum) d. Independently adjustable acceleration and deceleration rates. e. Auto restart delay. 2. Provide the following short circuit and input protective features. a. High speed current limiting input fuses and line reactors. b. Solid state instantaneous over current trip. C. Undervoltage protection with automatic restart. d. Ground fault protection. 3. Provide the following internal protective features. a. Transient surge protection. b. Transistor over current protection. C. Current limit, inverse time type. d. DC bus fuse protection and discharge circuit. e. DC bus overvoltage trip. 4. Provide the following output protective features: Inverse time motor overload protection. 5. Provide all necessary control relays,timers, indicating lights,etc. as shown on the drawing. All these devices shall be installed in the VFD enclosure. H. Diagnostic and Fault Capability. Variable Frequency Drives Whitecap WWTP Improvements—18087A 262923-5/8 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. The following conditions shall cause an orderly drive shutdown and lockout. a. Incorrect phase sequence. b. Blown input fuse or single phasing of supply. C. Control power supply failure. d. Instantaneous over current. e. Sustained overload. f. Transistor over current. 2. Provide complete built-in diagnostic and test capability to enable maintenance personnel to rapidly and accurately identify the cause of equipment failure. I. Surface Preparation and Shop Coatings. 1. All non-current carrying metal parts of the equipment cabinet shall be cleaned of all weld spatter and other foreign material and given a heat cured, phosphatized chemical pre-treatment to inhibit rust. 2. Equipment shall be finish painted with one coat of manufacturer's standard electrocoated, heat cured enamel. 3. All device contacts shall be silver cadmium plated. J. Shop Testing. Perform manufacturer's standard production testing and inspection. 2.2 ENCLOSURE Install the VFD in a free standing NEMA 12 painted steel cabinet,or in motor control centers as indicated on the drawings. PART 3-EXECUTION 3.1 INSTALLATION A. Install the equipment in accordance with the manufacturer's instructions. B. Remove temporary lifting angles, lugs and shipping braces. Touch-up damaged paint finishes. 3.2 FIELD TESTING A. Provide all testing and recording instruments as part of the field-testing, at no extra cost to Owner. B. Make the following minimum test and checks before the manufacturer's representative is called in for testing and adjustment. 1. Verify that all connections are completed in accordance with shop drawings. 2. Verify supply voltage and phase sequence are correct. 3. Check mechanical interlocks for proper operation. 4. Test ground connections for continuity and resistance. 5. Check control circuit interlocking and continuity. 6. Test each drive through the specified speed ranges and for a minimum of two hours. Variable Frequency Drives Whitecap WWTP Improvements—18087A 262923-6/8 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 7. Test each drive by using the actual control signals for remote and local operations. 3.3 Test each drive alarm functions. A. Retain a qualified representative of the manufacturer for a minimum period of 8 hours per variable speed drive to perform the following services: 1. Equipment installation 2. Inspect the completed installation and note deficiencies. 3. Be present and assist the CONTRACTOR during startup,adjusting, and field-testing of the completed installation. 4. Furnish all test forms and procedures for field-testing. 5. The manufacturer's representative shall revisit the job site as often as necessary until the installation is entirely satisfactory to the Owner. B. Additional site visits shall be provided at no additional expense to the Owner. C. In the event of an equipment fault, notify the ENGINEER immediately. After the cause of the fault has been identified and corrected,a joint inspection of the equipment shall be conducted by the CONTRACTOR,the ENGINEER, and the equipment manufacturer's factory service technician. Repair or replace the equipment as directed by the Owner. D. After startup,the manufacturer/contractor shall perform field acceptance testing which shall measure the harmonics generated at the point of common coupling(PCC). Refer to the following testing for each drive. E. After operating for one hour at maximum speed and load imposed by the driven equipment, reduce speed in 6 equal increments between 60 hertz and minimum speed. F. Using the power recorder, record the resultant fundamental and harmonic voltages and currents and the total rms voltage,watts and rms current at both the drive input and at the drive output to the motor at each operating point. G. Using the power recorder, record the voltage waveforms at the motor terminals or at the motor disconnect, if the disconnect is located within 10 feet of the motor. Demonstrate that the peak value of the wave form does not exceed 1000 volts. H. If the peak voltage does exceed 1000 volts then adjustments or modifications to the variable speed drive shall be made to remedy the situation. I. Repeat field-testing and adjustment of the variable speed drive unit until the requirements are met. J. Submit copies of the reports and graphs generated during the testing which show compliance with the specifications. K. If the harmonics are not within the limits of the IEEE-519,the manufacturer shall install all necessary filters required and the manufacturer shall bear all costs for the design, manufacture and installation of the filters. The above test shall be resumed to prove IEEE-519 compliance. Variable Frequency Drives Whitecap WWTP Improvements—18087A 262923-7/8 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.4 ADJUSTMENT Make all VFD internal adjustments and all adjustments necessary for manual and automatic operation of the entire system of driven equipment. 3.5 CLEANING Remove all rubbish and debris from inside and around the equipment. Remove dirt,dust, or concrete spatter from the interior and exterior of the equipment using brushes,vacuum cleaner,or clean, lint-free rags. Do not use compressed air. END OF SECTION Variable Frequency Drives Whitecap WWTP Improvements—18087A 262923-8/8 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 4113-LIGHTNING PROTECTION FOR STRUCTURES 1.0 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 lightning protection for the Bar Screen and Grit Removal system structures. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For air terminals and mounting accessories. 1. Layout of the lightning protection system, along with details of the components to be used in the installation. 2. Include indications for use of raceway, data on how concealment requirements will be met, and calculations required by NFPA 780 for bonding of grounded and isolated metal bodies. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer and manufacturer. Include data on listing or certification by UL. B. Certification, signed by Contractor, that roof adhesive is approved by manufacturer of roofing material. C. Field quality-control reports. D. Comply with recommendations in NFPA 780, Annex D, "Inspection and Maintenance of Lightning Protection Systems,"for maintenance of the lightning protection system. E. Other Informational Submittals: Plans showing dimensioned as-built locations of grounding features, including the following: 1. Ground rods. 2. Ground loop conductor. Lightning Protection for Structures 264113-1/4 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.5 QUALITY ASSURANCE A. Installer Qualifications: Certified by UL, trained and approved for installation of units required for this Project. B. System Certificate: 1. UL Master Label. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 780, "Definitions" Article. 1.6 COORDINATION A. Coordinate installation of lightning protection with installation of other building systems and components, including electrical wiring, supporting structures and building materials, metal bodies requiring bonding to lightning protection components, and building finishes. B. Coordinate installation of air terminals attached to roof systems with roofing manufacturer and Installer. C. Flashings of through-roof assemblies shall comply with roofing manufacturers' specifications. 2.0 PRODUCTS 2.1 LIGHTNING PROTECTION SYSTEM COMPONENTS A. Comply with UL 96. B. Roof-Mounted Air Terminals: NFPA 780, Class I, aluminum unless otherwise indicated. 1. Approved Lightning Protection Manufacturers: a. Advanced Lightning Technologies b. National Lightning Protection Corporation C. Robbins Lightning d. Thompson Lighting Protection 2. Air Terminals: a. 24 Inches (600 mm) Long: With brace attached to the terminal at not less than half the height of the terminal. C. Main and Bonding Conductors:Aluminum. D. Ground Loop Conductor: Refer to Section 26 05 26 "Grounding and Bonding for electrical Systems". E. Ground Rods: Refer to Section 26 05 26 "Grounding and Bonding for electrical Systems". Lightning Protection for Structures 264113-2/4 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.0 EXECUTION 3.1 INSTALLATION A. Install lightning protection components and systems according to UL 96A. B. Install conductors with direct paths from air terminals to ground connections. Avoid sharp bends. C. Cable Connections: Use crimped or bolted connections for all conductor splices and connections between conductors and other components. Use exothermic-welded connections in underground portions of the system. D. Air Terminals on Single-Ply Membrane Roofing: Comply with roofing membrane and adhesive manufacturer's written instructions. E. Bond extremities of vertical metal bodies exceeding 60 feet (18 m) in length to lightning protection components. F. Bond lightning protection components with intermediate-level interconnection loop conductors to grounded metal bodies of building at 60-foot (18-m) intervals. 3.2 CORROSION PROTECTION A. Do not combine materials that can form an electrolytic couple that will accelerate corrosion in the presence of moisture unless moisture is permanently excluded from junction of such materials. B. Use conductors with protective coatings where conditions cause deterioration or corrosion of conductors. 3.3 FIELD QUALITY CONTROL A. Notify Architect at least 48 hours in advance of inspection before concealing lightning protection components. B. UL Inspection: Meet requirements to obtain a UL Master Label for system. END OF SECTION Lightning Protection for Structures 264113-3/4 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E PAGE LEFT BLANK INTENTIONALLY Lightning Protection for Structures 264113-4/4 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 50 00 LIGHTING 1.00 GENERAL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install light fixtures, complete with lamps, drivers and other incidentals. Electrical work shall be in accordance with Section 26 05 00"Common Work Results for Electrical." 1.2 QUALITY ASSURANCE A. Acceptable Manufacturers: Lamps shall comply with the specifications and shall be by the following Manufacturers: 1. Lithonia 2. Approved Equal B. Fixtures and Lamps shall be of the LED Type and UL Listed. 1.3 STANDARDS A. The applicable provisions of the following standard shall apply as if written here in its entirety: 1. NFPA 70. 2. UL 1570. 3. U L 844. 4. UL 1029. 5. ANSI C82.4. 6. UL924. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 0133 01 "Submittal Register" and shall include: 1. Product data sheets: Product data sheets shall be marked for each fixture type, arranged in the order of the fixture designation. Product data shall describe fixtures, and emergency lighting units and shall include thefollowing: a. Outline drawings indicating dimensions and principal features of thefixture. b. Electrical ratings and photometric data provided by certified laboratory tests for the fixture and lamps. c. Battery and charger data for emergency lighting units. Lighting 265000-1/4 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.5 DELIVERY AND STORAGE A. Ship light fixtures inside protective cartons and keep packaged until installed. Deliver lamps to the job site in the original packing cases and sleeves. 1.6 JOB CONDITIONS A. Provide cold weather ratings for fixtures which are subject totemperatures below 32 F. B. Provide U.L. labels where fixtures are subject to moisture. Provide DL or WI label on fixtures required for the location. 2.00 PRODUCTS 2.1 MATERIALS A. Suspended Enclosed and Gasketed LED Lighting fixtures direct shall utilize linear discreet low wattage LED array technology as a light producing source. Provide one-piece 5VA fiberglass housing with integral perimeter channel utilizing continuously poured-in-place NEMA 4X gasket and wet location fittings on both ends. Provide 316 stainless steel latches. Provide polycarbonate low profile frosted lens. LED array light source shall be 3000 Kelvin. Color temperature shift between discreet LEDS on array shall be+or—275 CCT falling within a 3 Macadam ellipse or less. LED arrays shall have a minimum output efficacy of 115 Lumens per watt or better off the individual boards with a life span of no less than 50,000 hours at L70. Life ratings shall comply with TM-21-11 standards. LED arrays shall be individually coded by manufacture to enable tracking and replacement if failure occurs. Dimming shall be standard on all luminaires through the use of a two wire 0-10 volt protocol. Dimming range shall be from 100%on high end down to 15%on the low end. Color rendering of fixture shall not be less than 80 CRI. LED fixtures shall have at least two or more light level outputs. LED drivers utilized in fixtures shall be mounted in fixture in discreet electrically approved enclosures that can be mechanically removed from fixture through the use of non-permanent reusable electrical connections.These shall be field replaceable by maintenance personal. LED fixtures shall be Design Light Consortium (DLC) listed as well as carrying typical UL or ETL listings. LED fixtures shall have a minimum 5-year warranty on all components. 3.00 EXECUTION 3.1 INSTALLATION A. Provide the lighting fixtures, as specified and scheduled on the plans. If a type designation is omitted, verify the fixture selection with the Engineer before installation. B. Furnish and install photocells where indicated on the plans. Cells shall face a northerly direction. C. Furnish and install a complete exterior lighting control system, as indicated on the plans. Provide materials and equipment to properly interface timing devices and photocells with relays and contactors so that a complete and satisfactory operating system is rendered. Lighting 265000-2/4 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.2 CLEAN AND ADJUST A. Immediately before final inspection, clean all fixtures, inside and out, including plastics and glassware. Adjust all trim to properly fit adjacent surfaces, Replace broken or damaged parts. Lamp and test all fixtures for electrical, as well as, mechanical operation. 3.3 SPARE PARTS A. Lamp: Provide 10 lamps for every 100 of each type and rating installed. Furnish at least one of each type. B. Plastic Diffusers and Lenses: One for every 100 of each type and rating installed. Furnish at least one of each type. C. Drivers: One for every 10 of each type and rating installed. Furnish at least one of each type. D. Globes and Guards: Five for every 100 of each type and rating installed. Furnish at least one of each type. END OF SECTION Lighting 265000-3/4 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Lighting 265000-4/4 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 26 64 19 MOTOR-CONTROLCENTERS 1.00 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes MCCs for use with ac circuits rated 600 V and less and having the following factory-installed components: 1. Incoming main lugs and OCPDs. 2. Feeder-tap units. 3. Internal dry-type transformers (Refer to Section 26 22 00 "Low-Voltage Transformers") 4. Internal panelboards (Refer to Section 26 24 16"Panel boards") 5. Surge Protection Device. 6. Instrumentation. 1.3 DEFINITIONS A. EMI: Electromagnetic interference. B. GFCI: Ground fault circuit interrupting. C. MCC: Motor-control center. D. MCCB: Molded-case circuit breaker. E. OCPD: Overcurrent protective device. F. SPD: Surge Protection Device. 1.4 SUBMITTALS A. Product Data: For each type of controller and each type of MCC. Include shipping and operating weights, features, performance, electrical ratings, operating characteristics, and furnished specialties and accessories. B. LEED Submittals: 1. Product Data for Credit EA 5: For continuous metering equipment f o r energy consumption. Motor Control Center 26 64 19-1/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Shop Drawings: For each MCC, manufacturer's approval drawings as defined in UL 845. In addition to requirements specified in UL 845, include dimensioned plans, elevations, and sections; and conduit entry locations and sizes, mounting arrangements, and details, including required clearances and service space around equipment. 1. Show tabulations of installed devices, equipment features, and ratings. Include the following: a. Each installed unit's type and details. b. Factory-installed devices. C. Enclosure types and details. d. Nameplate legends. e. Short-circuit current(withstand) rating of complete MCC, and for bus structure and each unit. f. Features, characteristics, ratings, and factory settings of each installed controller and feeder device, and installed devices. g. Specified optional features and accessories. 2. Schematic and Connection Wiring Diagrams: For power, signal, and control wiring for each installed controller. 3. Nameplate legends. 4. Vertical and horizontal bus capacities. 5. Features, characteristics, ratings, and factory settings of each installed unit. D. Standard Drawings: For each MCC, as defined in UL845. E. Production Drawings: For each MCC, as defined in UL845. F. Coordination Drawings: Floor plans, drawn to scale, showing dimensioned layout, required working clearances, and required area above and around MCCs where pipe and ducts are prohibited. Show MCC layout and relationships between electrical components and adjacent structural and mechanical elements. Show support locations, type of support, and weight on each support. Indicate field measurements. G. Qualification Data: For qualified testing agency. H. Product Certificates: For each MCC, from manufacturer. I. Source quality-control reports. J. Field quality-control reports. K. Operation and Maintenance Data: For MCCs, all installed devices, and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include thefollowing: 1. Manufacturer's Record Drawings: As defined in UL 845. In addition to requirements specified in UL 845, include field modifications and field-assigned wiring Motor Control Center 26 64 19-2/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E identification incorporated during construction by manufacturer, Contractor,or both. 2. Manufacturer's written instructions for testing and adjusting circuit breaker trip settings. 3. Manufacturer's written instructions for setting field-adjustable overload relays. L. Warranty: Sample of special warranty. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of META or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by META to supervise on-site testing. B. Source Limitations: Obtain MCCs and controllers of a single type from single source from single manufacturer. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location andapplication. D. Comply with NFPA 70. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver MCCs in shipping splits of lengths that can be moved past obstructions in delivery paths. B. Handle MCCs according to the following: 1. NEMA ICS 2.3, "Instructions for the Handling, Installation, Operation, and Maintenance of Motor Control Centers Rated Not More Than 600 Volts." 2. NECA 402, "Recommended Practice for Installing and Maintaining Motor Control Centers." C. If stored in space that is not permanently enclosed and air conditioned, remove loose packing and flammable materials from inside MCCs; install temporary electric heating, with at least 250 W per vertical section. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Less than 0 deg F (minus 18 deg C) or exceeding 122 deg F (50 deg C), with an average value exceeding 95 deg F (35 deg C) over a 24-hourperiod. 2. Ambient Storage Temperature: Not less than minus 4 deg F (minus 20 deg C) and not exceeding 140 deg F (60 deg C). 3. Humidity: Less than 95 percent(noncondensing). 4. Altitude: Exceeding 6600 feet(2000 m), or 3300 feet (1000 m) if MCC includes solid- Motor Control Center 26 64 19-3/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E state devices. B. Interruption of Existing Electrical Service or Distribution Systems: Do not interrupt electrical service to, or distribution systems within, a facility occupied by Owner or others unless permitted under the following conditions, and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than two days in advance of proposed interruption of electrical service. 2. Indicate method of providing temporary electrical service. 3. Do not proceed with interruption of electrical service without Owner's written permission. 4. Comply with NFPA 70E. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for MCCs, including clearances between MCCs and adjacent surfaces and otheritems. 1.8 COORDINATION A. Coordinate sizes and locations of concrete bases. Cast anchor-bolt inserts into bases. B. Coordinate features of MCCs, installed units, and accessory devices with remote pilot devices and control circuits to which they connect. C. Coordinate features, accessories, and functions of each MCC, each controller, and each installed unit with ratings and characteristics of supply circuits, motors, required control sequences, and duty cycle of motors and loads. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace SPD that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. 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. 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 colorinstalled. 3. Auxiliary Contacts: Furnish one spare(s) for each size and type of magnetic controller installed. 4. Power Contacts: Furnish one spare for each size and type of magnetic contactor installed. Motor Control Center 26 64 19-4/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.0 PRODUCTS 2.1 MANUFACTURED UNITS 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. ABB; Control Products. 2. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 3. General Electric Company; GE Industrial Systems. 4. Rockwell Automation, Inc.; Allen-Bradley Brand. 5. Siemens Energy&Automation, Inc.; Power Distribution. 6. Square D; a brand of Schneider Electric. B. General Requirements for MCCs: Comply with NEMA ICS 18 and UL845. 2.2 FUNCTIONAL FEATURES A. Description: Modular arrangement of main units, controller units, control devices, feeder-tap units, instruments, metering, auxiliary devices, and other items mounted in vertical sections of MCC. B. Feeder-Tap Units: Through 225-A rating shall have drawout mountings with connectors that automatically line up and connect with vertical-section buses while being racked into their normal, energized positions. C. Future Units: Compartments fully bused and equipped with guide rails or equivalent, ready for insertion of drawout units. D. Spare Units: Installed in compartments indicated"spare." 2.3 INCOMING MAINS A. Incoming Mains Location: Top. B. Main Lugs Only: Conductor connectors suitable for use with conductor material and sizes. 1. Material: t i n n e d-copper. 2. Main and Neutral Lugs: Mechanical type. C. MCCB: Comply with UL 489, with interrupting capacity to meet available faultcurrents. 1. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. 2. Adjustable Instantaneous-Trip Circuit Breakers: Magnetic trip element with front- Motor Control Center 26 64 19-5/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 12 response. 4. Current-Limiting Circuit Breakers: Frame sizes 400 A and smaller; let-through ratings less than NEMA FU 1, RK-5. 5. Integrally Fused Circuit Breakers: Thermal-magnetic trip element with integral limiter- style fuse listed for use with circuit breaker; trip activation on fuse opening or on opening of fuse compartment door. 6. 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 material. 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. Ground-Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time-delay settings, push-to-test feature, and ground-fault indicator. e. Zone-Selective Interlocking: Integral with electronic trip unit; for interlocking ground-fault protection function. f. Undervoltage Trip: Set to operate at 35 to 75 percent of rated voltage without intentional time delay. g. Auxiliary Contacts: One SPDT switch with "a" and "b" contacts; "a" contacts mimic circuit-breaker contacts, "b" contacts operate in reverse of circuit-breaker contacts. h. Key Interlock Kit: Externally mounted to prohibit circuit-breaker operation; key shall be removable only when circuit breaker is in off position. D. Insulated-Case Circuit Breaker: 100 percent rated, sealed, insulated-case power circuit breaker with interrupting capacity rating to meet available faultcurrent. 1. Drawout circuit-breaker mounting. 2. Two-step, stored-energy closing. 3. Standard-function, microprocessor-based trip units with interchangeable rating plug, trip indicators, and the following field-adjustable settings: a. Instantaneous trip. b. Long-and short-time time adjustments. C. Ground-fault pickup level, time delay, and 12 response. 4. Zone-Selective Interlocking: Integral with electronic trip unit; for interlocking ground- Motor Control Center 26 64 19-6/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E fault protection function. 5. Remote trip indication and control. 2.4 Surge Protection Devices A. Surge Protection Device Description: IEEE C62.41-compliant, integrally mounted, wired-in, solid-state, parallel-connected, modular (with field-replaceable modules) type, with sine-wave tracking suppression and filtering modules, UL 1449, second edition, short-circuit current rating matching or exceeding the MCC short-circuit rating, and with the following features and accessories: 1. Fuses, rated at 300-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internalwiring. 3. Integral disconnect switch. 4. Redundant suppression circuits. 5. Redundant replaceable modules. 6. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 7. LED indicator lights for power and protection status. 8. Audible alarm, with silencing switch,to indicate when protection has failed. 9. Form-C contacts rated at 5 A and 250-V ac, one NO and one NC, for remote monitoring of system operation. Contacts shall reverse position on failure of any surge diversion module or on opening of any current-limiting device. Coordinate with building power monitoring and control system. 10. Six-digit, transient-event counter set to totalize transient surges. B. Peak Single-Impulse Surge Current Rating: 160 kA per mode/320 kA per phase. Retain "Withstand Capabilities" Paragraph below for MCCs located at or near Category Clocations. C. Withstand Capabilities: 12,000 IEEE C62.41, Category C3 (10 kA), 8-by-20-mic.sec. surges with less than 5 percent change in clamping voltage. D. Protection modes and UL 1449 SVR for grounded wye circuits with 480Y/277-V, three-phase, four-wire circuits shall be asfollows: 1. Line to Neutral: 800 V for 480Y/277. 2. Line to Ground: 800 V for480Y/277. 3. Neutral to Ground: 800 V for 480Y/277. 2.5 INSTRUMENTATION A. Multifunction Digital-Metering Monitor: Microprocessor-based unit suitable for three-or four- wire systems and with the following features: 1. Listed or recognized by a nationally recognized testing laboratory. 2. Inputs from sensors or 5-A current-transformer secondaries, and potential terminals rated to 600 V. 3. Switch-selectable digital display of the following values with the indicated maximum accuracy tolerances: Motor Control Center 26 64 19-7/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a. Phase Currents, Each Phase: Plus or minus 1 percent. b. Phase-to-Phase Voltages,Three Phase: Plus or minus 1 percent. C. Phase-to-Neutral Voltages,Three Phase: Plus or minus 1 percent. d. Three-Phase Real Power(Megawatts): Plus or minus 2 percent. e. Three-Phase Reactive Power(Megavars): Plus or minus 2 percent. f. Power Factor: Plus or minus 2 percent. g. Frequency: Plus or minus 0.5 percent. h. Accumulated Energy, Megawatt Hours: Plus or minus 2 percent; accumulated values unaffected by power outages up to 72 hours. i. Megawatt Demand: Plus or minus 2 percent; demand interval programmable from five to 60 minutes. j. Contact devices to operate remote impulse-totalizing demand meter. 4. Mounting: Display and control unit flush or semiflush mounted in instrument compartment door. 2.6 ENCLOSURES A. Enclosures: Freestanding 316 stainless steel cabinets unless otherwise indicated. NEMA 4X unless otherwise indicated to comply with environmental conditions at installed location. B. Compartments: Modular; individual lift-off doors with concealed hinges and quick-captive screw fasteners. Interlocks on units requiring disconnecting means in off position before door can be opened or closed, except by operating a permissive releasedevice. C. Interchangeability: Compartments constructed to allow for removal of units without opening adjacent doors, disconnecting adjacent compartments, or disturbing operation of other units in MCC; same size compartments to permit interchangeability and ready rearrangement of units, such as replacing three single units with a unit requiring three spaces, without cutting or welding. D. Wiring Spaces: 1. Vertical wireways in each vertical section for vertical wiring to each unit compartment; supports to hold wiring in place. 2. Horizontal wireways in bottom and top of each vertical section for horizontal wiring between vertical sections; supports to hold wiring in place. 2.7 AUXILIARY DEVICES A. Space heaters,with NC auxiliary contacts, to mitigate condensation in enclosures installed outdoors subject to humidity and temperature swings. 2.8 CHARACTERISTICS AND RATINGS A. Control and Load Wiring: Factory installed, with bundling, lacing, and protection included. Provide flexible conductors for No. 8 AWG and smaller, for conductors across hinges, and for Motor Control Center 26 64 19-8/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E conductors for interconnections between shipping units. B. Nominal System Voltage: 480Y/277 V, three phase, fourwire. C. Short-Circuit Current Rating for Each Unit: Fully rated; 65 kA. D. Environmental Ratings: 1. Ambient Temperature Rating: Not less than 0 deg F and not exceeding 122 deg F,. 2. Ambient Storage Temperature Rating: Not less than minus 4 deg F (minus 20 deg C) and not exceeding 140 deg F (60 deg C) 3. Humidity Rating: Less than 95 percent(noncondensing). E. Main-Bus Continuous Rating: as noted on drawings. F. Vertical-Bus Minimum Continuous Rating: 300A. G. Horizontal and Vertical Bus Bracing (Short-Circuit Current Rating): Match MCC short-circuit current rating. H. Main Horizontal and Equipment Ground Buses: Uniform capacity for entire length of MCC's main and vertical sections. Provide for future extensions. I. Vertical Phase and Equipment Ground Buses: Uniform capacity for entire usable height of vertical sections, except for sections incorporating single units. J. Front-Connected, Front-Accessible MCCs: 1. Main Devices: Fixed mounted. 2. Controller Units: Drawout mounted. 3. Sections front and rear aligned. K. Owner Metering Compartment: A separate customer metering compartment and section with front hinged door, metering, and current transformers for each meter. Current transformer secondary wiring shall be terminated on shorting-type terminal blocks. L. Bus Transition and Incoming Pull Sections: Matched and aligned with basic MCC. M. Future Devices: Equip compartments with mounting brackets, supports, bus connections, and appurtenances at full rating of unit. N. Bus-Bar Insulation: Factory-applied, flame-retardant, tape wrapping of individual bus bars or flame-retardant, spray-applied insulation. Minimum insulation temperature rating of 105 deg C. O. Fungus Proofing: Permanent fungicidal treatment for OCPDs and other components including instruments and instrument transformers. Motor Control Center 26 64 19-9/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.9 SOURCE QUALITY CONTROL A. MCC Testing: Inspect and test MCCs according to requirements in NEMA ICS18. B. defective if they do not pass tests and inspections. C. Prepare test and inspection reports. 3.0 EXECUTION 3.1 EXAMINATION A. Examine areas and surfaces to receive MCCs, with Installer present, for compliance with requirements for installation tolerances, and other conditions affecting performance of the Work. B. Examine enclosed controllers before installation. Reject enclosed controllers that are wet, moisture damaged, or mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Coordinate layout and installation of MCCs with other construction including conduit, piping, equipment, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Floor-Mounting Controllers: Install MCCs on 4-inch (100-mm) nominal thickness concrete base. Comply with requirements for concrete base specified in Division 03 Section "Cast-in- Place Concrete." 1. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch (450-mm) centers around the full perimeter of concrete base. 2. For supported equipment, install epoxy-coated anchor bolts that extend through concrete base and anchor into structural concretefloor. 3. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to beembedded. 4. Install anchor bolts to elevations required for proper attachment to supported equipment. 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 each fusible switch. E. Install heaters in thermal-overload relays. Select heaters based on actual nameplate full-load amperes after motors have been installed. Motor Control Center 26 64 19-10/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E F. Install, connect, and fuse thermal-protector monitoring relays furnished with motor-driven equipment. G. Comply with NECA 1. 3.3 IDENTIFICATION A. Comply with requirements in Division 26 05 53 Section "Identification for Electrical Systems" for identification of MCC, MCC components, and control wiring. 1. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label MCC and each cubicle with engraved nameplate. 3. Label each enclosure-mounted control and pilotdevice. 4. Mark up a set of manufacturer's connection wiring diagrams with field-assigned wiring identifications and return to manufacturer for inclusion in Record Drawings. B. Operating Instructions: Frame printed operating instructions for MCCs, including control sequences and emergency procedures. Fabricate frame of finished metal, and cover instructions with clear acrylic plastic. Mount on front of MCCs. 3.4 CONTROL WIRING INSTALLATION A. 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 within enclosed controller circuit in both manual and automatic positions for safety-type control devices such as low- and high-pressure cutouts, high-temperature cutouts, and motor overload protectors. 3.5 CONNECTIONS A. Comply with requirements for installation of conduit in Division 26 05 33 Section "Raceway and Boxes for Electrical Systems." Drawings indicate general arrangement of conduit, fittings, and specialties. B. Comply with requirements in Division 16 Section "Grounding and Bonding for Electrical Systems." 3.6 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, Motor Control Center 26 64 19-11/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E test, and adjust components, assemblies, and equipment installations, including connections. C. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. D. Acceptance Testing Preparation: 1. Test insulation resistance for each enclosed controller, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. E. 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 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Owner before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Perform each electrical test and visual and mechanical inspection stated in META Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 8. Perform the following infrared (thermographic) scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each multipole 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 multipole enclosed controller 11 months after date of Substantial Completion. C. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 9. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. 10. Mark up a set of manufacturer's drawings with all field modifications incorporated during construction and return to manufacturer for inclusion in Record Drawings. F. Enclosed controllers will be considered defective if they do not pass tests and inspections. Motor Control Center 26 64 19-12/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E G. Prepare test and inspection reports, including a certified report that identifies enclosed controllers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.7 STARTUP SERVICE A. Engage a factory-authorized service representative to perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. 3.8 ADJUSTING A. Set field-adjustable switches, auxiliary relays, time-delay relays, timers, and overload-relay pickup and trip ranges. B. Adjust overload relay heaters or settings if power factor correction capacitors are connected to the load side of the overload relays. C. Adjust the trip settings of MCPs and thermal-magnetic circuit breakers with adjustable, instantaneous trip elements. Initially adjust to six times the motor nameplate full-load amperes and attempt to start motors several times, allowing for motor cool-down between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed eight times the motor full-load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Engineer before increasing settings. 3.9 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 Motor Control Center 26 64 19-13/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Motor Control Center 26 64 19-14/14 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 31 23 10 STRUCTURAL EXCAVATION, FILL, AND BACKFILL 1.00 GENERAL 1.01 SECTION INCLUDES This section includes the requirements for the provision of the following: A. The excavation for all structures,including equipment foundations, slabs on grade, backfilling around completed structures,and the disposal of all excess excavated material. All operations required for the proper completion of the excavation work, including sheeting,shoring and bracing,dewatering of excavations and compaction of backfill shall be included, in addition to the following: 1. All structural fill required for completion of the work as shown or specified. 2. Compacted sand cushion under slabs on ground. 1.02 SUBMITTALS A. Submit drawings showing the layout of proposed sheeting,shoring and bracing for excavations over 6 feet deep or as required on the drawings,and the proposed sequence of excavation and backfill for review. The drawings shall be sealed by a Professional Engineer registered in the State of Texas. Do not begin construction of the sheeting,shoring and bracing until the drawings have been reviewed by the Engineer. Review of the drawings is for acceptance only insofar as it affects the completed work, and such acceptance will not relieve the Contractorof the responsibility for the adequacy of the design. B. Testing laboratory reports to show compliance with specifications for material from off-site locations. The specified tests shall be performed by a certified independent testing laboratory employed and paid by the Owner. C. Submit details of any proposed dewatering system for review prior to installing the dewatering system. Review by the Engineer shall not relieve the Contractorof any responsibility associated with the adequacy of the dewatering system. 1.03 PROTECTION OF FACILITIES A. Before the start of ea rthwork operations,adequately protect existing structures,utilities,trees, shrubs and other permanent objects. Costs resulting from damage to permanent facilities due to negligence or lack of adequate protection will be paid for by the Contractor. The Contractor will also be charged for damage to facilities scheduled for later removal or demolition if the damage sufficiently impairs proper operation to the extent that temporary replacement or repair is required. B. Provide surface drainage during the period of construction to protect the work and to avoid nuisance to adjoining property. Comply with all applicable requirements of the Federal Clean Water Act and all state and local ordinances for disposal of surface drainage. C. The Contractorshall conduct his operations in such fashion that trucks and other vehicles do not create a dirt nuisance in the streets. The truck beds shall be sufficiently tight,and shall be Structural Excavation,Fill,and Backfill 312310-1/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E loaded in such a manner that objectionable materials will not be spilled onto the streets. Any dirt, mud, or other materials that are spilled onto the streets or deposited onto the streets by the tires of vehicles shall be promptly and properly cleared away by the Contractor. 1.04 TESTING LABORATORY SERVICES A. Owner shall employ and pay for the services of an independent testing laboratory,ass pecified in Section 00 72 00,General Conditions,Article 16, to perform compaction tests on the compacted material. The Contractor shall cooperate with the testing laboratory in performing thesetests. The Contractor shall notify the laboratory at least 48 hours in advance of the time at which tests will be required. Any area failing to comply with the specifications shall be reworked as required to conform to the specifications. B. Frequency of in-place field density testing shall be as follows: 1. Fill and Backfill. Onetestperlift per 1,000 square feet. 2. Subgrade, Existing Ground. One test per 1,OOOsquare feet. 1.05 INSPECTION OF EXCAVATIONS A. Notify the Owner's Inspector at least 24 hours prior to completion of any excavation sothat the Owner's Inspector may inspect the excavation. Do not place reinforcing steel or concrete in the excavation prior to inspection unless Owner's Inspector has given approval to proceed without inspection. 2.00 PRODUCTS 2.01 REGULAR MATERIAL Where no other material is specified or shown,use suitable soils,from the excavation,that can be readily compacted to the specified densities. Do not use peat or other organic matter,silt, muck, debris, highly plastic claysoils of the CH and MH descriptions, borderline soils of the SC-CH description,and organic soils of the OL and OH descriptions,as defined in ASTM D 2487. 2.02 SELECT MATERIAL A. Where select material is shown or specified,use sandy clay or clayey sand,free of organic matter,foreign substa nces or rocks largerthan3 inches. When select materia lisnot available on site,obtain select material from an approved off-site source. The material shall have a plasticity index between 7 and 20, as determined by ASTM D 4318,and a maximum liquid limit of 40,as determined by ASTM D 4318. Prior to bringing any of the proposed material to the site,submit for review an analysis of the proposed material,including a moisture-density relationship curve prepared in accordance with ASTM D 698 by the Owner'stesting laboratory. B. The Contractorshall reconfirm the suitabilityof the off-site fill by testing in accordance with ASTM D 4318 at a minimum rate of one test per 500 cubic yards of placement. These tests shall be performed by the Owner's testing laboratory. C. Backfill under or against new work shall be select material unless noted otherwise. Structural Excavation,Fill,and Backfill 312310-2/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.03 OFF-SITE MATERIAL A. Any soil broughttothe sitefrom off-site locationsshall not be contaminated. The materialshall not contain more than 100 ppm TPH (total petroleum hydrocarbons) and not more than 30 ppm total BTEX(benzene, toluene,ethylbenzene, xylene). The Contractor shall have the material from each off-site location tested by the Owner's testing laboratory. 2.04 CONCRETE BACKFILL A. Concrete backfill shall conform to Class B(2500 psi) concrete as specified in Section 03 3100, Structural Concrete. 3.00 EXECUTION 3.01 CLEARING A. Remove shrubs,trees,stumps,roots,underbrush,weeds and othervegetation in the wayof new construction. Remove any existing structures, paving orfoundations in the way of the new construction. B. Strip soil and vegetation at areas of new structures and slabs to a 6-inch minimum depth or deeper as required to remove all vegetation, roots or other organic matter. C. Topsoil consisting of friable material free of vegetation,clay lumps,stones or toxic substances shall be stockpiled in areas,as directed by the Owner's Inspector,at the site for use in finish grading. 3.02 FOUNDATIONS A. Equipment Pads,Stair Foundations, and Other Ancillary Support Pads. Excavate to the bottom of the pad, taking care not to disturb the native soil below the foundation. Proof-roll the excavation to detect any soft or wet spots. Replace anysoft or wet spots and fill any depressions from stump or rock removal with compacted select material. B. Spread Footings at the Bar Screen Building Canopy. Excavate to the bottom of the spread footings,taking care not to disturb the native soil below the foundation. Proof-roll the excavation to detect any soft or wet spots. Replace anysoft or wet spots and fill any depressions from stump or rock removal with compacted select material. C. Mat Foundations at the Grit Removal Area. The Contractor shall hire a specialtyground improvement sub-contractorto design and install a stone column, geopier,or rigid inclusion system. The system shall be designed for a bearing pressure as noted on the Drawings. Additional requirements are stated on the Drawings and in the Addendum to the Geotechnical Report,included in the Contract documents. D. Compaction. 1. The methods used to secure the specified compaction and moisture content will be the Contractor's responsibility. Wet soils shall be worked by plowing, disking,or scarifying and air drying as required to reduce the moisture content to optimum levels. The Structural Excavation,Fill,and Backfill 312310-3/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Contractor may,at his option and cost,add flue dust or otherd rying material acceptable tot he Engineer to speedup the drying procedure. 2. The compacting equipment and method of compaction shall be such that uniform density will be obtained over the entire area and depth of material being compacted. All fill materials deposited in place by scrapers,dump trucks,drag lines or similar equipment shall be thoroughly broken up before spread into uniform layers. 3. Where partially completed or completed compacted areas are disturbed by subsequent construction operations or adverse weather,or if the compacted areas have been exposed tot he weathers uch that it is no longer at its optimum moisture content,scarify the surface, reshape and compact to required density prior to further construction. 3.03 EXCAVATION Excavation works ha I I be unclassified and includes removal of all types of material encountered without exception. Make excavations to lines and grades indicated on drawings. Complete excavations within the tolerances specified. Comply with all federal,state and local safety requirements. A. Sheeting,Shoring and Bracing. 1. Provide sheeting,shoring,and bracing of excavations at locations shown on the drawings and where required to properly and safely complete the work. Excavation for construction of underground structures shall either have sloped sides to prevent sloughing and cave-ins or provide sheeting,shoring and bracing of the excavations to properly and safely complete the work. Construct sheeting, shoring and bracing as required to protect adjacent structures or improvements and to protect workmen and the public. The design of sheeting,shoring and bracing shall be the responsibility of the Contractor. The drawings shall be sealed by a Professiona I Engineer registered in the State of Texas. 2. Care shall betaken to prevent voids outside the sheeting. If voids are formed,they shall immediately be filled and compacted. 3. After completion of the structure,all sheeting,shoring and bracing shall be removed unless approval has been granted by the Owner, in writing,to leave any or all of it in place. The sheeting,shoring and bracing shall be removed as excavations are backfilled in a manner that will prevent injurious caving of the excavation or damage tothe structure. 4. Voids left or caused by removal of sheeting shall immediately be filled with suitable material and compacted. B. Over excavation.Shallow footings (less than 6 foot below existing grade)and slabs on grade, may require additional over excavation due to poor surface soils.Contractor shall supply a unit price for over excavation and soil replacement with cement stabilized sand or lean concrete(per cubic yard). Forbidding purposes,contractor shall assume a 4-foot soil removal and replacement under all shallow footings and slabs in buildings and equipment pads.This does not include sidewalks and similar pavement. If over excavation isnot required, Contractor shall provide a credit to the owner at the same rate. Structural Excavation,Fill,and Backfill 312310-4/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Dewatering. Maintain excavations dewateredwhile work is in progress. Dewateringshall conform to the requirements of Section 02 20 21, Control of Groundwater. D. Excavation. 1. When recommended by the project geotechnical report,cut all footing excavations to neat lines with a tolerance of minus 1 inch or plus 3 inches,and place concrete to bear against earth sides. Where beams are shown to be monolithic with slabs on ground, shape soil to the profile shown. Excavate a sufficient distance from walls,shafts or similarelements of structures toallow for placing and removing forms and for inspections. 2. Excavate tothe elevations shown on the drawings forming a level undisturbed surface free of mud or other soft material. Remove all pockets of soft or otherwise unstable soils and replace with concrete or with suitable well-compacted soil as directed by the Owner's Inspector. 3. Contractor,at his expense,shall fill all unauthorized excessive excavation with concrete. 4. Protect all open excavations from rainfall or excessive drying soasto maintain the foundation subgrade in a satisfactory,undisturbed condition. Keep excavations reasonablyfree of water at all times and completely free of water during placement of concrete. Soils below foundation, which become soft, loose or otherwise unsatisfactory for support of the foundation as a result of inadequate excavation,dewatering orother construction methods,shall be removed and replaced with satisfactory material,as directed by the Owner's Inspector, bythe Contractor,at his expense. 5. In order to preserve the in situ moisture of the subgrade,do not remove the last 6-inch depth of excavation for slabs or footings until the seal slab is readyto be placed or where no seal slab is required until reinforcing steel and concrete are ready to be placed. 3.04 BACKFILL A. Complete backfill to the surface of natural ground or to the lines and grades shown on drawings. Use select material except where special materials are shown or specified. Deposit backfill in uniform layers and compact each layer as specified. B. Backfill at Structures. Place backfill as promptly as practicable after completion of each structure or portion of a structure. Do not, however, place backfill against concrete walls or similar structures until concrete has been cured at least 7days. Where the top of walls are supported by slabs or intermediate walls,do not begin backfill operations until the slab or intermediate walls have been placed and the concrete has cured for a minimum of 7 days. Remove concrete forms before starting backfill and remove shoring and bracing as the work progresses. Take care to prevent any wedging action of backfill against the structure. Stepcut or serrate the slopes bounding the excavation as required to prevent wedging. Do not place expansive fill within 12 inches of structural wall. Do not compact fill against walls using heavy equipment which would surcharge the wall. Structural Excavation,Fill,and Backfill 312310-5/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Compacting Backfill. Place material in uniform layers of prescribed maximum thickness and wet or dry the material to approximately optimum moisture content. Compact with power-driven hand tampers tot he prescribed density. 1. Regular Mate ria I. Place in 10-inch maximum layers, loose measure. Compact toa density equivalent tothat of the adjacent undisturbed earth. 2. Select Material Against Structure. Place in 10-inch maximum layers, loose measure. Compact to a density equivalent tot hat of the adjacent undisturbed earth. 3. Select Material Under Structures. Place in 8-inch maximum layers, loose measure. Compact to not less than 98 percent of maximum soil density as determined by ASTM D 698. 4. Sand Material. Place in 6-inch maximum layers, loose measure. Compactto not less than 95 percent of maximum soil density as determined by ASTM D4253 and D 4254. 5. Cement Stabilized Sand. Place in 8-inch maximum layers. Compacttoa dry density of 115 pounds per cubic foot. 6. Compaction testing frequency shall be every 2,500 squarefeet per lift. 3.05 DISPOSAL OF EXCESS MATERIAL A. Use excess excavation material or material unsuitable for backfill in site grading. Spread and grade as directed by the Owner's Inspector. Dispose of excess or unsuitable material from the excavation off the job site in a legal manner. END OF SECTION Structural Excavation,Fill,and Backfill 312310-6/6 Whitecap WWTP Improvements Project No.18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 40 05 50 FABRICATED GATES 1.00 GENERAL 1.1 WORK INCLUDED A. As work is completed on the WWTP facilities, basins are drained, and components brought offline for work, the contractor shall attempt to operate the existing slide or sluice gates to determine if they function properly. A list of those existing gates is at the end of this Section. B. After inspection of the existing gates and determination by the contractor and OAR that they need replacement,the contractor shall furnish labor, materials, equipment and incidentals necessary to install new slide gates or sluice gates as shown in the gate schedule with operators,gate stems, frames, gate guides, wall thimbles and other related appurtenances. C. An allowance is provided to replace defective gates, stems, and stem guides. D. In addition to the existing gates, a new slide plate shall be installed at the Grit Facility. 1.2 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Whipps. 2. Fontaine (Rodney Hunt). 3. Golden Harvest. 4. Hydro Gate. B. Acceptable Multi-Turn Motor Operator Manufacturers: 1. EIM. 2. Rotork. 3. Limitorque. 4. Auma. C. 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, and troubleshooting. D. The fully assembled gates shall be shop inspected,tested for operation and leakage, and adjusted before shipping. Manufacturer shall provide test certificates to show that they meet the leakage rate required in this Section.There shall be no assembling or adjusting on the Site other than for the lifting mechanism 1.3 MANUFACTURER'S QUALITY CONTROL SYSTEM A. The gate manufacturer shall be ISO 9001 certified and compliant or have an approved Quality Assurance Policy. 1.4 SUBMITTALS Addendum 3 - Fabricated Gates 400550- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Submittals shall be in accordance with Section 0133 01 SUBMITTAL REGISTER and GENERAL CONDITIONS 00 72 00, Article 24 DOCUMENT MANAGEMENT and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 3. ISO 9001 Quality Assurance Policy. 1.5 STANDARDS A. The applicable provisions of the following standard shall apply as if written here in its entirety: 1. American Water Works Association (AWWA)Standards: AWWA C513-05 Open Channel Fabricated Metal-Slide Gates and Open Channel Fabricated Metal-Weir Gates AWWA C561-04 Fabricated Stainless Steel Slide Gates 1.6 EXPERIENCE REQUIREMENTS A. The equipment Supplier shall have at least 10 years of experience in the design, application and supply of stainless steel fabricated gates in wastewater service.The equipment Supplier shall submit a list of not less than 10 operating installations in the United States with similar size gate as scheduled, as evidence of meeting the experience requirement. Installation list shall be submitted with the Shop Drawings. 1.7 GUARANTEE AND WARRANTY A. Manufacturer shall warrant that the complete system shall be free from defective material and workmanship for a period of 1 year from date of issue of Certificate of Substantial Completion. 2.00 PRODUCTS 2.1 MATERIALS A. Materials in fabricated gates and appurtenances shall conform to the requirements of the applicable specifications listed below for the alloy, grade, type, or class of material and the condition and finish appropriate to the structural and operational requirements: 1. Cast Iron: ASTM A48, Class 30, or ASTM A126, Class B. 2. Carbon Steel Bars: ASTM A108 or ASTM A575. 3. Structural Steel Shapes, Plates, and Bars: ASTMA36. 4. Stainless Steel: ASTM A167, ASTM A276 or ASTM A582,Type 302, 303, 304 or304L. 5. Bronze Bar, Rods, Shapes: ASTM B21 or ASTM B98. 6. Cast Bronze: ASTM B584. 7. Rubber for Gaskets and Seals: ASTM D2000, Grade R-62. Addendum 3 - Fabricated Gates 400550-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 8. UHMW Polyethylene: ASTM D4020. 2.2 GATE 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. Slide gates are defined as fabricated gates with bottom and side seals. Slide gates are typically used for open channel isolation and diversion.The top of slide gates are typically above the maximum water surface elevation. Slide gates are not suitable for submerged orifice applications. C. Weir gates are defined as fabricated gates with bottom and side seals.Weir gates are typically used as overflow downward opening adjustable weirs.The top of weir gates are typically submerged and set at the desired overflow elevation. Weir gates are mounted flush to the wall surface at the weir opening in the structuralwall. 2.3 FABRICATED GATES A. General: 1. Gates shall be as specified herein and have the characteristics and dimensions shown on the Contract Documents. 2. Leakage for fabricated gates shall not exceed 0.10 GPM/FT of wetted seal perimeter in seating and unseating head conditions. 3. The gate seal design shall meet the latest applicable AWWAstandards. 4. All structural components of the frame and slide shall be constructed of fabricated stainless steel, having a minimum thickness of 1/4 inch and shall have adequate strength to prevent distortion during normal handling, during installation and while in service. 5. All welding shall be performed by welders with AWS certification and be completed in the manufacturing facility. No welding is allowed in the field during installation. 6. Materials: Components Materials Frame Assembly and Retainers 316 stainless steel. See Paragraph 3.04 Slide and Stiffeners 316 stainless steel. See Paragraph 3.04 Stem 316 stainless steel. See Paragraph 3.04 Fasteners, Nuts and Bolts 316 stainless steel Invert Seal (Upward Opening Gates only) Neoprene or EPDM Seat/Seals and Facing UHMWPE or type that incorporates a separate neoprene seal. Lift Nuts Bronze or Stainless Steel Pedestal and Wall Brackets Stainless Steel Operator Housing Aluminum Addendum 3 - Fabricated Gates 400550-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Frames: 1. Frame shall be formed or extruded construction consisting of guides and invert members and top member where top closure is required. Suitable reinforcements will be provided to resist all operating loads. 2. Frame shall be designed for various mounting styles as shown on the Drawings. 3. The structural portion of the frame that incorporates the seat/seals shall be formed into a one-piece shape for rigidity. Guide members that consist of two or more bolted structural members are not acceptable. 4. On self-contained gates, a yoke shall be provided across the top of the frame.The yoke shall be formed by two structural members affixed to the top of the side frame members to provide a one-piece rigid assembly.The yoke shall be designed to allow removal of the slide.The maximum deflection of the yoke shall be 1/360 of the gate's span. 5. A rigid stainless steel invert member shall be provided across the bottom of the opening.The invert member shall be of the flush-bottom type on upward opening gates. Flush-bottom seal shall incorporate an embedded frame channel gate for new construction or an existing channel gate mount for existing channels. 6. A rigid stainless steel top seal member shall be provided across the top of the opening on gates designed to cover submerged openings. C. Slides and Guides: 1. The slide and reinforcing stiffeners shall be constructed of stainless steel plate. All structural components shall have a minimum thickness of 1/4 inch. 2. The gate slide deflection shall not exceed 1/360th of gate width at maximum design head or 1/16 inch at seal points,whichever is less. 3. Reinforcing stiffeners shall be welded to the slide and mounted horizontally.Vertical stiffeners shall be welded on the outside of the horizontal stiffeners for additional reinforcement. 4. The stem connector shall be constructed of two angles or plates.The stem connector shall be welded to the slide. A minimum of two bolts shall connect the stem to the stem connector. 5. The gate guides shall be designed for maximum rigidity, having a weight of not less than 9 pounds per foot for stainless steel or 4 pounds per foot for embedded frames and 7 pounds per foot for wall mounted frames.The guides shall be of sufficient length to support two-thirds of the height of the slide when the gate is fully open. On self- contained gates,where the guides extend above the operating floor, they shall be strong enough so that no further reinforcing shall be required. 6. Downward opening weir gates shall have a self-containing frame that extends beyond the weir elevation so that the top of gate slide elevation is lower than the weir elevation when fully open. D. Gate Stem and Lift: Addendum 3 - Fabricated Gates 400550-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Stems shall be of suitable length with minimum 1.5-inch diameter, and ample strength for the intended service. See paragraph 3.04 for rising and non-rising stems. The stem diameter shall be capable of withstanding twice the rated output of the operator at 40 pounds crank or hand wheel pull and shall be capable of moving the gate slide with the specified seating and unseating head against the gate. 2. The stem shall be furnished in sections as necessary to permit reasonable ease in installation. Couplings shall be bolted, pinned or machine-cut or rolled ACME threadsof sufficient length to completely open the gate.The threads shall be smooth and of uniform lead and cross-section, such that the nut can travel the full length without binding or excessive friction.The stem shall be pinned to the gate with stainless steel bolts.The entire stem shall be of solid stainless steel material and the threaded portion of the stem shall have a rolled or machine cut ACME threads. Stem extension pipes are not acceptable unless approved prior to installation by the Engineer. 3. Stem guides shall be fabricated with UHMWPE bushed collars or fabricated from stainless steel with UHMWPE bushed collars and adjustable in two directions. Stem guide spacing shall be as recommended by the manufacturer, but in no case shall it exceed slenderness ratio I/r ratio of 200, or 9'-0" center to center spacing. 4. An adjustable bronze or stainless steel stop collar shall be provided to limit both upward and downward travel of the fabricated gate. 5. Provision shall be made to prevent stem rotation within the thrust nut at the connection with the gate slide. E. Seals: 1. All gates shall be equipped with UHMW polyethylene side and bottom seat/seals or UHMW polyethylene seats,J-type seals, and neoprene bottom seals to restrict leakage and to prevent metal to metal contact between the frame and slide. 2. The seat/seals shall extend to accommodate the two-thirds the height of the slide when the slide is in the fully closed or fully opened position. 3. All upward opening gates shall be provided with a resilient seal to seal the bottom portion of the gate.The seal shall be attached to the invert member, or the bottom of the slide and it shall be held in place with stainless steel attachment hardware. 4. The seal system shall be durable and shall be designed to accommodate high velocities and frequent cycling without loosening or suffering damage. 5. All seals must be bolted or otherwise mechanically fastened to the frame or slide. Arrangement with seals that are force fit or held in place with adhesives are unacceptable. 6. The seals shall be mounted so as not to obstruct the gate opening. 7. The seal system shall be factory tested to confirm negligible wear(less than 0.01inch) and proper sealing. 8. Neoprene J-type seals are acceptable only when used in combination with UHMW polyethylene seats. F. Manual Operators: Unless otherwise indicated in Paragraph 3.04, gates shall be operated by a manual handwheel or crank-operated gearbox.The operator shall be mounted on the Addendum 3 - Fabricated Gates 400550-5 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E yoke of self-contained gates or on the pedestal of non-self-contained gates. All electric operated gates shall refer to Paragraph 2.04. 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, crank-operated gearbox, off-set crank, or other approved mechanism)at 36 inches above operator's platform elevation unless noted otherwise in the schedule or the Drawings. 4. Handwheel operators shall be fully enclosed and shall have a castaluminum 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 15 inches. 5. Crank-operated gearboxes shall be fully enclosed and shall have a cast aluminum housing. a. Gearboxes shall have single gear reduction. b. Gearboxes shall be provided with a threaded cast bronze lift nut to engage the operating stem. c. Bearings shall be provided above and below the flange on the operating nut to support both opening and closing thrusts. d. Gears shall be steel with machined cut teeth designed for smooth operation. e. The pinion shaft shall be stainless steel and shall be supported on ball or tapered roller bearings. f. Positive mechanical seals shall be provided on the operating nut and the pinion shafts to exclude moisture and dirt and prevent leakage of lubricant out of thehoist. g. The crank shall be cast aluminum or stainless steel with a revolving nylongrip. h. The crank shall be removable. Provide one crank for every gate unless otherwise approved by the Engineer. 6. Pedestals shall be constructed of 316 stainless steel. Aluminum pedestals are not acceptable. a. The pedestal height shall be such that the handwheel or pinion shaft on the crank- operated gearbox is located 36 inches above the operating platform elevation. b. Wall brackets shall be used to support floor stands where shown on the Drawings and shall be constructed of stainless steel. Addendum 3 - Fabricated Gates 400550-6 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E c. Wall brackets shall be reinforced to withstand in compression at least two times the rated output of the operator with a 40-pound effort on the crank or handwheel. d. The design and detail of the brackets and anchor bolts shall be provided by the gate manufacturer and shall be approved by the Engineer.The gate manufacturer shall supply the bracket, anchor bolts and accessories as part of the gate assembly. 7. Operators shall be equipped with fracture resistant clear Lexan plastic stem covers for gates with rising stems. 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 underwarranty. 2.4 ELECTRIC MOTOR OPERATORS A. Electric motor operators shall be furnished as specified herein. B. General: 1. The valve 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. 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 AWWAC540. 3. The handwheel shall not turn during normal operation of thevalve. 4. The operator shall be designed to raise the gate at a rate as specified by the slide gate manufacturer. C. Valve Operator Construction: 1. Operators shall be equipped with an 18-inch auxiliary stainless steel handwheel. Handwheel shall provide for manual actuation of the valve in the event of power failure. The handwheel shall not turn during normal operation of thevalve. 2. The valve 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 valve control, for remote and local OPEN and CLOSE indications. Limit switches shall be dry contacts and shall be independently adjustable Addendum 3 - Fabricated Gates 400550-7 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 120VAC. 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 schematicwiring diagram shall be attached and protected from the environment for maintenance use. A 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 continuous 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. 3.00 EXECUTION 3.1 INSTALLATION A. Fabricated gates shall be installed in accordance with the recommendations of the gate manufacturer. Guide frames for fabricated gates shall be as shown on the schedule.The bottom of the fabricated gate structure shall be embedded flush bottom, unless otherwise indicated. B. Install the gates in a manner that will prevent leakage around the seats and binding of the gates during operation. Keep surfaces where metal and the concrete placed come in contact free from oil,grease, loose mill scale, loose paint, surface rust, and other debris or objectionable coatings. Secure anchor bolts, thimbles and spigot frames in true position in the forms and hold in alignment during the placement of the concrete. Finish surfaces to provide a smooth and uniform contact surface where concrete and rubber seals come in contact and where flat frames or plates are installed.When a flat frame is installed against concrete, the Contractor shall either install using double-nuts and a grout pad or a minimum 1/2-inch EPDM or 1/2-inch non-shrink grout shall be placed between the gate and the concrete. C. Carefully align gate stems, stem guides and gate lifts so the stem is parallel to the guide bars or angles on the gate frame after installation. 3.2 FIELD QUALITY CONTROL A. Prior to final acceptance by the Owner,the slide gates shall be tested in the presence of the Engineer. A seating head corresponding to the maximum water level shall be placed on the slide gate and the gate examined for leakage.The maximum allowable leakage for fabricated gates shall be per Paragraph 2.03.A.2. Manufacturer shall provide test certificates to show that they meet the leakage rate required in this Section.The slide gate shall be opened from the fully closed position under maximum seating head, and closed from the fully open position under average flow conditions to verify that the gate lift is Addendum 3 - Fabricated Gates 400550-8 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E operational and in satisfactory working order. Addendum 3 - Fabricated Gates 400550-9 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.3 CLEAN AND ADJUST 3.4 SCHEDULES A. Slide gates shall be supplied in accordance with the following schedule: The required slide gates and certain pertinent data are given below. The list is given to facilitate description of various gates and as an aid to plan take-off and is not guaranteed to be complete. All gates listed are existing. Addendum 3 - Fabricated Gates 400550- 10 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Design Quantity Head Self Stem& Opening ng Designation Location and Gate Seating Contained Operator Size Type ? Unseating (U) Type W x H Four(4) New Bar Screen Surface Electric SG 201—204 Building Motor Mounted 17 ft; U N 4'x 4' Slide Gate actuator and Frame Four(4) New Bar Screen Surface Electric SG 205—208 By-Pass Mounted 17 ft; U N 3' Motor Gates Slide Gate and Frame actuator Aeration Two (2) New Surface Basin Pe distal ABD G 01—G 02 Mounted 16 ft; U N 2.5'x 2.5' Distribution Manual Slide Gates Structure Actuator and Frames Two (2) Surface New Aeration Pedistal AB G 01—G 02 Basin Manual Mounted 14 ft; U N 2.5'x 2.5' Slide Gates and Frame Actuator Secondary New Two (2) Clarifier Frame SID G01—G 02 Distribution Manual Slide Gates 13ft; U Y 5'x4' and Frame Structure Actuator Secondary Two (2) New Clarifier Surface Pedistal SD G 03—G 04 Distribution Manual Mounted 16 ft; U N 2.5'x 2.5' Slide Gates Structure Actuator and Frame Secondary One (1) New Clarifier Surface Pedistal SD G 05 Distribution Mounted loft; U N Manual 2'x 2' Structure Slide Gate Actuator and Frame Addendum 3 - Fabricated Gates 400550- 11 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E END OF SECTION Addendum 3 - Fabricated Gates 400550- 12 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 40 20 19 NON-POTABLE WATER BOOSTER SYSTEM 1.00 GENERAL 1.1 SECTION INCLUDES A. This section includes the requirements for the provision of procurement and installation of the Non-Potable Water(NPW) system. The system shall be skid-mounted and shall include two(2) self-priming solids handling centrifugaltype pumps, other equipment, valves, instruments,and appurtenances specified herein and shown on the drawings or otherwise required for operation.The system will replace the existing pump installed on the existing concrete structure. The discharge piping will tie-into the existing discharge pipe and electric power will tie-into the power feed for the existing pump. System controls supplied by systems integrator shall be designed to be capable of automatically providing a minimum system pressure overthe specified range of demand flows. B. The Contractor shall be responsible for additional design and costs associated with modifying applicable structure(s)to accommodate equipment with dimensions other than those shown on the drawings. This requirement includes equipment supplied by "Acceptable Manufacturers"that maydifferfrom the dimensions shown on the drawings. All designs must be approved by the Owner's Representative. C. Single Source Responsibility: Pump vendor shall be responsible for the supply, service,and operation of all equipment specified herein. Pump vendor may rely on warranties of individual components to meet requirements of the specifications, but the pump vendor, along with the Contractor,will be responsible as the supplier/packagerof the equipment for total system performance. 1.2 SUBMITTALS A. Contractorshall provide all submittals in accordance with the requirements of Section 01 33 01—Submittal Register. B. Submit complete descriptive product data for all equipment to be provided, including but not limited to, fabrication and installation drawings,electrical,instrumentation and controls component requirements and drawings, pertinent design calculations,and any other related information necessary to facilitate Ownerand Owner's Representative review. C. Shop Drawings/Product Data. At a minimum, provide the following: 1. Make, model, weight,and horsepower of each pump. 2. Make, model, weight,catalog information for all appurtenances(e.g.,valves, pressure control valves) 3. Complete catalog information, descriptive literature,specifications,and identification for all devices(e.g.electrical and control components). 4. Any exceptions to the specifications. 5. Performance data curves showing head,capacity, horsepower demand, NPSHr,and pump efficiency over the entire operating range of the pump, from shutoff to Non-Potable Water Booster System 402019- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E maximum capacity. Indicate separately the head,capacity, horsepower demand, overall efficiency, and minimum submergence required at the guarantee point. 6. Clea rlydefine the acceptable range of operation of these lected pumps, including flow rate at which up-thrust shall occur. 7. Detailed structuraI, mechanical,and elect rica I drawings showing the equipment dimensions,size,and locations of connections and weights of associated equipment. 8. Power and control wiring diagrams,inc IudingterminaIs and numbers. 9. Complete motor nameplate data,as defined by NEMA, motor manufacturer,and including any motor modifications. and Below,for additional submittal requirements. 10. Manufacturer shall supply a written description of the control scenarios. 11. Factory finish system. 12. Lateral and torsional frequency analysis as specified herein. D. Quality Control Submittals. At a minimum, provide the following: 1. Provide certification of ability to provide filed services for on the entire NPW system including and supply of all replacement partsfor the system. 2. Explanation of method usedto ensure uniform fluid entry into pump intake's four quadrants. 3. Factory Functional and Performance Test Reports and Log. 4. Manufacturer's Certification of Compliance that the factory finish system is identical to the requirements specified (see Section 09 96 00—Protective Coatings for Wastewater Systems). 5. Special shipping, storage and protection,and handling instructions. 6. Manufacturer's printed installation instructions. 7. Manufacturer's Certificate of Proper Installation. 8. Suggested spa re parts list to maintain the equipment in service for a period of 2 years. Include a list of special tools required for checking,testing,parts replacement, and maintenancewith current price information. 9. List special tools, materials,and supplies furnished with equipment for use prior to and during startupand forfuture maintenance. E. Operation and Maintenance Manuals. Provide complete operation and maintenance manuals for system asa whole, as well as individual manuals for all equipment. Provide operation and maintenance manuals in accordancewith provisions of Section 0133 01— Submittal Register. 1.3 WARRANTY A. The pump manufacturer shall warrant the units being supplied to the Owneragainst defects in workmanship and material for a period of 5 years under normal use,operation, and service. The warranty shall be in printed form and apply to all similar units.Warranty shall commence upon the date of substantial completion. Provide equipment warrantyin accordance with the requirements of Section 01 70 00—Execution and Closeout Requirements. Non-Potable Water Booster System 402019-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.00 PRODUCTS 2.1 DESIGN CRITERIA A. The NPW system shall be a skid-mounted system consisting of two(2),self-priming solids handling centrifugal type pumps and motors(1 duty, 1 standby). System shall also include check valves,isolation valves, pressure relief valves, station isolation valve, pressure sensors and indicators,flow switches,flow meter, related piping, and wiring. All equipment shall be mounted on a structural steel base toform a complete operating pumping station. a. Operating conditions Low 55 gpm @ 81 ft (35psi); High 315 gpm @ 173 ft (74.9 psi) b. 25hp- VFD C. Each pump to supply High demand; rotate operation to even run time B. Variable frequency drive units shall be provided by manufacturerand located in the vendor supplied control panel for single point electrical connection. C. The manufacturer shall provide pump control programmingand systemcontrol panel hardware(see Section 40 63 00 Control System Operation,and Section 40 90 00—Vendor Control Panels). Manufacturer shall include control provisions to prevent systemfrom operating outside the acceptable range,orat any point where the pumps may be damaged(such as flows were up-lift occurs). Manufacture to document these provisions in the Operations Manual. D. The manufacturer shall be responsiblefor pump systemcontrols. The present operation system is to continually run the NPW pumps with manual local on/off control. 2.2 ACCEPTABLE MANUFACTURERS A. Provide equipment from one of the following acceptable manufacturers: 1. All Prime. 2. Approved equal. B. If applicable,all equipment substitution requests shall be made in accordancewith the requirementsof Section 00 72 00—General Requirements. 2.3 QUALITY ASSURANCE A. Manufacturer shall have been in the businessof assembling pump skid packagesformore than 5 years. B. Manufacturerto have at leastten(10) installations of similarsystems(flow,pump type). Provide size, location, name,and references for operator. 2.4 PRODUCT DESCRIPTION B. Pump Skid. The pump skid shall be designed to support the loads and forces of the equipment supported upon it. Steel members shall be 304 stainless steel and appropriately sized.Skid deck will be covered with nonskid checkered plate. Lifting lugs or other appropriate lifting points shall be included on the skid allowing unloading and Non-Potable Water Booster System 402019-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E placement.All surfaces are to be coated according to Section 029 96 00—High Performance Coatings.Submit drawings sealed by a professional engineer for the skid assemblyand layout. B. Pumps. 1. Pumps areself-priming solids handling centrifugaltype for mounting above ground; designedfor rawwastewater. 2. Materials and Construction Features a. Pump casing is made from class 30 cast-ironwith integralvolute and incorporate the listed features: b. Broad based feet to prevent tipping even when disassembled. c. Casingwill have a large diameter drain plug atthe lowest level for complete draining. d. Casings have a recirculation port sized to accommodate a spherical solid the size of the solids passing ca pacityof the pump. e. A 3%' diameterfill port covered by a Teflon gasketed plate with restrained clamp bar is used for initial liquid filling. f. The casing is coated on the inside with one 3-5 mil coating to deter initial inside corrosion. 3. Cleanout cover is made from class 30 cast-iron with features as shown: a. Cleanout cover is retained by hand nuts which completely cover the attachment studs when tightened to prevent stud corrosion. b. A pressure relief valve which operates at 75 to 200 PSI is permanently attached to assure safety. c. A hardened steel alloy wear plate is attached tothe cover plate with studs and nuts. d. Removal of the cover plate allows access tothe impeller,wear plate, mechanical seal,and internal check valve without disturbing suction or discharge piping. e. Cleanout cover is sealed with a large diameterBuna-N o-ring. f. A heavy-duty handle is attached tothe cover plate to facilitate removal and installation. g. The cover plate has threaded pusher bolt holes to ease removal using hex head machine bolts from the rotating assembly. 4. The rotating assembly has an integral bearing housing with seal plate,shaft, bearings,impeller, mechanical seal,oil seals,and oil chambers which are removable as a unit without disturbing suction or discharge piping and have the following features: Non-Potable Water Booster System 402019-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a. The seal plate and bearing housing are class 30 cast-iron and contain separate oil chambers for seal and bearing oil, each chamber has vented plug to prevent the entryof excess moisture.The bearing chamber shall have a clear of I level gauge. b. The impeller is ductile-iron open-type six-vane non-clog designwith back side pump out vanes and will be threaded on the shaft and further retained by locking impeller bolt and protective washer. c. The shaft is constructed of 4140 alloy steel featuring hardened alloy sleeve in mechanical seal area with no more than 82%of the centerline bearingto centerline bearing distance protruding beyond the impeller end bearing. d. Bearings are anti-friction ball type of sufficient size and design to withstand all radial and thrust loads incurred during normal operations. e. The rotating assembly is sealed with one large diameter Buna-N o-ring. f. The mechanical seal is oil lubricatedfrom a dedicated chamber with faces of tungsten titanium carbide alloy each lapped towithin three light bands using an optical flat and monochromatic light.The stationaryface shall be mounted in its holder using an o-ring design to bettersecure alignment during times of extreme stress.All metallic parts of the seal are 316 stainless-steel.The mechanical seal is warranted on a prorated basis for four years,as follows: Failure Within: Percent New Price: 2 years 25% 3 years 50% 4 years 75 g. The rotating assembly impeller end clearance can be adjustable over its full range of adjustabilityexternally without removal of the rotating assemblyor its fasteners andwithout the use of special tools by utilizing socket head cap screws set intothe pump casing to move the rotating assembly awayfrom the wear plate and the hex head machine bolts to move the rotating assembly toward the wear plate and secure it in the proper place against the socket head cap screws.The socket head cap screws shall alsoact asjacking bolts when removing the rotating assembly. 5. The pump contains a suction check valve in order to save energy by preventing re- priming at each start up.The valve is floatingtype to help prevent clogging and is made from nylon and steel reinforced neoprene.The valve shall not be required for re-priming and pumps requiring such a valve to re-prime shall not be acceptable. Non-Potable Water Booster System 402019-5 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6. The pumps have as standard parts removable flanged suction and disc hargecast iron spool pieces with two plugged tapped holes suitable for the attachment of gauges or other devices such as air release valves. Select pumps to operate conservatively over thee ntire range of total head ass pecified for each pump. Select pumps with head curves constantly rising towards hutoffand preferably with efficiency curves which peak at or to the left of rated conditions. 7. The pumps shall be capable of handling biologically treated and filtered wastewater effluent solids at the concentrations specified.The pump discharge shall be above the pump base. 8. Pumps shall be capable of continuous operation, 24 hours per day 7 days per week. 9. Pumps shall be arranged in accordance with Hydraulic Institute Pump Intake Design Recommendations. 10. Provide spare parts in accordance with requirements of Section 0170 00- Execution and Closeout Requirements. C. Motors are 3-phase, horizontal TEFC, 1200 or 1800-RPM, NEMA design B with cast iron frame with copper windings,induction type,with class F insulation and 1.15 Service Factor for normal starting torque and low starting current characteristics,suitable for continuous service. 1. The motors shall not overload at the design condition or at any head in the operating range as specified. Motors are suitable for operation using the utility power specified. Motorswill be in accordancewith provisions of ANSI/IEEEStd. D. Valves. Valves shall be provided as specified in Section 15 13 90 —Wastewater VaIves and as shown on the Drawings. E. Pressure Relief Valve. If required, provide pressure relief valve to relieve pressure at low system demand flow. Pressure relief set point to be adjustable. Discharge to be returned to NPW clearwell. F. Piping and Piping Supports. NPW piping and piping supports shall be provided as specified in Section 15071—Wastewater Piping;Section 15 09 40—Supports and Hanger;Section 15 10 50—Pipe and Pipe Fittings-General;and as shown on the Drawings. Piping shall be in accordancewith Hydraulic Institute standards. G. Sensors. 1. Pressure Gauge.A pressure gauge shall be provided for each pump discharge and the discharge header complete with isolation ball valves.All gauges shall be silicone oil filled to reduce wear due to vibration. Accuracy shall be within 1.5%.Gauge shall be provided as specified in Section 40 70 00—Instruments. 2. Pressure Transducer. Pressure transducer shall be mounted on the discharge header and shall provide all pressure signals for the control logic. Pressure transducer shall Non-Potable Water Booster System 402019-6 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E be asspecified in Section 40 70 00—Instruments and asshown on the Drawings. Transducers hall berated for station discharge pressure asshown on pump schedule, and shall provide gauge pressure output, rather than absolute pressure. Pressure transducers constructed from plastic are not acceptable. 3. Magnetic Flowmeter. The NPW pumping systems ha I I have a flow sensor installed, which shall be utilized for its control and display of the NPW pumping system flow rate. Inaddition, it will allow the calculation and display of the total plant flow when added to plant effluent flow measured by the discharge weir.Supply mag meter in accordance with specification Section 40 70 00—Instruments. H. Controls. 1. Conform to requirements of specification Section 40 90 00—Vendor Control Panels. 2. NPW system operation: see Section 40 63 00—Control System Operation. I. Sequence of Operation (PLC). See Section 40 63 00—Control System Operation. J. Analog Output for Sodium Hypochlorite Feed Pacing.An analog output signal,4-20 mA, shall be provided for flow pacing hypochlorite solution addition to the NPW discharge line. K. Provide spare parts in accordance with requirements of Section 0170 00- Execution and Closeout Requirements. Recommended spare parts listed accordance with the provisions of that specification shall be provided. L. All sensoroutput shall be available for monitoring by the plant SCADA System. Communication to SCADASystem per Section 40 9443- Programmable Logic Controllers (PLC) 3.00 EXECUTION 3.1 DELIVERYAND STORAGE A. Deliver, handle, store,and protect all equipment in accordance with the requirements of the manufacturers/suppliers' recommendations and/or instructions. 3.2 FACTORYTESTAND CERTIFICATION A. All equipment to be supplied as specified herein shall be tested at the factory as a complete unit for correct operation. Field tests forall equipment shall be made over the components complete operating range,from shutoff to maximum capacity. Results ofall performance tests,as well as all data taken at the time of testing,shall be submitted for Owner and Owner's Representative review. B. Certification of all factory testing data and results shall be submitted for Owner and Owner's Representative review. 3.3 INSTALLATION Install all equipment in full accordance with manufacturer/supplier recommendations and/or instructions. 3.4 INSPECTION ANDTESTING Non-Potable Water Booster System 402019-7 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Equipment shall be completely assembled,installed, painted,and approved by the both the manufacturer's factory representative andthe Owner's Representative. B. Functional Tests. Conduct on each pump. 1. Alignment. Check and adjust complete assemblies for correct rotation, proper alignment and connection,and quiet operation as required. 2. Vibration Test. a. Test with units installed and in normal operation and discharging tothe connected piping systems at rate between the low discharge head and high discharge head conditions specified. Pumps shall not develop at any frequency or in any plane,vibration velocity in excess of acceptance limits specified in ANSI/HI Standard 9.6.4,Vibration Measurements andAllowable Values for Centrifugal and Vertical Pumps. b. If units exhibit vibration in excess of the limits specified,adjust or modify as necessary. Units which cannot be adjusted or modified to conform as specified shall be replaced. 3. Operating Temperatures. Monitor bearing areas on pump and motorfor abnormally high temperatures. 4. Performance Test. In accordance with Hydraulic Institute Standards. C. Following installation approval, equipment shall be placed in operation under the supervision of manufacturer's factory representative. Manufacturer's factory representative shall subsequently provide written certification of proper equipment installation and operation to Owner and Owner's Representative. 3.5 START-UPAND TRAINING A. Perform equipment start-up in accordance with the requirements of Section 01 70 00 - Execution and Closeout Requirements. B. Provide field instruction/training regarding equipment operation in accordancewith the requirements of Section 0170 00-Execution and Closeout Requirements. . Non-Potable Water Booster System 402019-8 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 40 2213.16 GANTRYCRANE 1.00 GENERAL 1.1 SECTION INCLUDES A. Section includes the provision of one (1) castermounted free standing, portablegantry crane,complete with hoist,and winch for installation atthe Influent Pump station.The primaryfunction of the gantrycrane is to move proposed submersible pumps from the dry pit to the first floor of the pump station as needed. B. Manufacturer/supplier shall be responsiblefor the design, manufacture,warranty,service, and operation of all equipment specified herein. 1.2 SUBMITTALS A. Contractorshall provide all submittals in accordancewith the requirements of Section 01 33 01-Submittal Register. B. Submit complete descriptive product data for all equipment to be provided, including but not limited to, fabrication and installation drawings, pertinent design calculations,and any other related information necessa ryto facilitate Owner and Engineerreview. C. Shop Drawings. Showdetails of construction outline dimensions, required clearances with side and end approach travel dimensions of load hooks, total weights,and parts identification. D. Product Data. At time of crane shipment, submit operation instructions, maintenance manuals and spare parts information. E. Operation and Maintenance Manuals. 1. Provide complete operation and maintenance manuals. 2. Installershall provide a continuing maintenance proposal to Owner,in the form of a standard yearly(or other period) maintenance agreement,which shall state services, obligations,conditions and terms for agreement period and for renewal options. 1.3 QUALITY ASSURANCE A. The cranes shall be designed and constructed in accordance with latest CMAA specifications. In addition, the cranes shall meet the latest applicable ANSI,AWS, NEC, AISC,OSHA and NEMA specifications. B. All mechanical parts of the crane system shall be designed to have a minimum safetyfactor of 5 with capacity load based on the ultimate strength of the material used. 1.4 WARRANTY The crane manufacturer shall warrant the units being supplied to the Owner against defects in workmanship and material for a period of 5 years under normal use, operation,and service. The Gantry Crane 40 22 13.16- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E warrantyshall be in printed form and applytoall similarunits. Warranty shall commence upon the date of substantial completion.. 2.00 PRODUCTS 2.1 DESIGN CRITERIA A. Portable Gantry Crane. caster mounted free standing, portable gantrycrane shall be installed Influent Pump Station meeting the following requirements: 1. Capacity: 2000 pounds (minimum) 2. Span: 4 feet (minimum) and 10 feet 6 inches(maximum) 3. Lift: 36 feet (minimum) 4. Base: Swivel lockable caster mounted 5. Hoist: Manual Hoist 6. Trolley: Manual 2.2 MANUFACTURERS A. Subject to compliance with the specific requirements of this section, provide products of one of the following for the Removable Davit Crane: 1. Thern Winches &Cranes. 2. Or,approved equal B. Subject to compliance with the specific requirements of this section, provide products of one of the following for the Jib Crane: 1. Gorbel. 2. Konecranes 3. L.K.Goodwin 4. Spa nco 5. Or,approved equal 2.3 QUALITY ASSURANCE A. The cranes shall be designed and constructed in accordance with latest CMAA specifications. In addition, the cranes shall meet the latest applicable ANSI,AWS, NEC, AISC,OSHA and NEMA specifications. B. All mechanical parts ofthe crane system shall be designedto have a minimum safety factorof 5 with capacity load based on the ultimate strength of the material used. C. Complywith AWS standards for workmanship and for qualifications of welding operators. 2.4 PRODUCT DESCRIPTION A. Crane and Trolley. Manually controlled. Gantry Crane 40 22 13.16-2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Chain Hoist. All hoist units shall be equipped with one holding brake and the braking means to control lowering speed. C. Painting. All structural parts shall be cleaned of rust and mill scale. The complete crane shall be given the appropriate number of coats of anti-corrosion primer and finish paint to protect surfacefrom environmental damage. Type of paint and color of final coat shall be accordingto manufacturer's standard. D. Lubrication. All gear boxes, bearings,etc.,shall be properly lubricated prior to shipment from factory. Lifetime lubricated bearings shall be used where possible and appropriate. 3.00 EXECUTION 3.1 DELIVERYAND STORAGE A. Deliver, handle, store,and protect all equipment in accordancewith manufacture's requirements. B. Deliver, handle, store,and protect all equipment in full accordancewith manufacturer/supplier recommendations and/or instructions. 3.2 FACTORYTESTAND CERTIFICATION A. All equipment to be supplied as specified herein shall be tested at the factory for correct operation. Field tests for all equipment shall be made over the components complete operating range,from shutoff to maximum capacity. Results of all performance tests,as well as all data taken at the time of testing,shall be submitted for Owner and Engineer review. B. Certification of all factory testing data and results shall be submitted for Ownerand Engineer review. 3.3 EXAMINATION Prior to installing cranes,the crane ma nufacturer a nd instaHer shallinspect structure, clearances,and all other conditions critical to the installation of the cranes and shall notify Contractor and Engineer in writing of any dimensional discrepancies or other conditions detrimental to the proper installation or performance of the cranes. Contractor shall not proceed with the crane installation until unsatisfactory conditions have been corrected in a manner acceptable tothe installer. 3.4 INSTALLATION OF CRANES A. General. Comply with manufacturer's written instructions and recommendations for work required during installation. B. Welded Construction. Provide welded connections for installation of work where bolted connections are not required for subsequent removal or for normal operation, adjustment,inspection, maintenance,and replacement on worn parts. Comply with AWS standards forworkmanship and for qualifications of welding operators. Gantry Crane 40 22 13.16-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Coordination. Coordinate crane work with work of other trades,for proper time and sequence to avoid construction delays. Use benchmarks, lines and levels designated by Contractor to ensure dimensional coordination of the work. D. Lubrication. Lubricate operating parts of systems as recommended by manufacturers. 3.5 INSPECTION ANDTESTING A. Equipment shall be completely assembled,installed, painted,and approved by the both the manufacturer's factory representative and the Owner's Representative. B. Upon nominal completion of crane installation and before permitting use of crane(either temporarily or permanently), perform acceptancetests as required and recommended by manufacturer. Minimum testing shall include all standard operations with load of 125 percent of rated capacity. C. Following installation approval, equipment shall be placed in operation under the supervision of manufacturer's factory representative. Manufacturer's factory representative shall subsequently provide written certification of proper equipment installation and operation to Owner and Engineer. END OF SECTION Gantry Crane 40 22 13.16-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E SECTION 40 60 00 INSTRUMENTATION AND CONTROL GENERAL PROVISIONS PART 1- GENERAL 1.1 SECTION INCLUDES A. This section includes the requirements for the provision of general instrumentation and control requirements for the Corpus Christi Whitecap Wastewater Treatment Plant. B. The requirements outlined in this section address general hardware, software, and system services necessary to provide the specified control functions. More detailed requirements of specific functions and components are presented in other sections that follow. 1.2 DEFINITIONS A. Where the word "provide" appears in these specifications, it shall be construed to mean "furnish and install complete and ready for safe and regular use." B. The definitions of terminology used in the specifications shall be as defined in ISA Standard 51.1 unless otherwise specified. Where terms used are not defined in ISA 51.1 or in these specifications, IEEE Standards Dictionary: Glossary of Terms & Definitions, ISA 550.00.1 or other ISA standards shall apply. 1. Signal Circuit. Any analog circuit whose principal purpose is the conveyance of information and not the conveyance of energy for the operation of an electrically powered device. 2. Control Circuit. Any digital circuit whose principal purpose is the conveyance of information and not the conveyance of energy for the operation of an electrically powered device. 3. Power Circuit. Any circuit whose principal purpose is the conveyance of energy for the operation of an electrically powered device. 4. Two-Wire Transmitter. A transmitter which derives its operating power supply from the signal transmission circuit and, therefore, requires no separate power supply connections. As used in this specification, two-wire transmitter refers to a transmitter which provides a 4 to 20 milliampere current regulation of signal in a series circuit with an external 24-volt direct current driving potential and a maximum external circuit resistance of 600 ohms. 5. Electrical Isolation. Pertaining to an electrical node having no direct current path to another electrical node. As used in this specification, electrical isolation refers to a device with electrical inputs and/or outputs which are galvanically isolated from ground, the device case,the process fluid, and any separate power supply terminals; but such inputs and/or outputs are capable of being externally grounded without affecting the characteristics of the device or providing a path for circulation of ground currents. The terms "galvanic isolation," "electrical isolation," "isolation," or similar terms shall mean electrical isolation whenever used in the specifications for electrical control and instrumentation equipment. Unless otherwise specified, electrical isolation for analog signal devices shall be in accordance with ANSI/IEEE C39.5. 6. Panel. An instrument support system which may be a flat surface, a partial enclosure, or a complete enclosure for instruments and other devices used in process control systems. Unless otherwise specified or clearly indicated by the context, the term "panel" in these contract documents shall be interpreted as a general term which includes flat panels, enclosures, cabinets and consoles. 7. Data Sheets. Data sheets, as used in this specification, shall comply with the requirements of ISA 20. 8. Field. Locations external to a panel or piece of equipment where a field device is connected. Addendum 3 -Instrumentation and Control General Provisions 40 60 00-1/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 9. Control Room. An environmentally controlled area intended for housing control equipment, computers, control panels, etc., and intended for those parts of a control system for which operator surveillance is required on a continuing basis. 10. UPS. Uninterruptible Power Supply. 11. HMI. Human-Machine-Interface. The control system hardware and software associated with providing the visual interface between system users and the control system. 12. PLC. Programmable Logic Controller. Field installed unit which monitors and controls devices, located within the plant. The PLCs contain all logic necessary to monitor and control the system process located at the PLC location. 13. SCADA. Supervisory Control and Data Acquisition. 14. RTU. Remote Terminal Unit. Similar to a PLC, except in a more compact form. 15. DCS. Distributed Control System. 1.3 REFERENCE STANDARDS This subsection references the latest revisions of the following standards. They are a part of Division 13 as specified and modified. In case of conflict between the requirements of this section and those of the listed standards,the requirements of this section shall prevail. Standard Title ANSI/NEMA ICS 6 Enclosures for Industrial Control and Systems ISA 5.4 Instrument Loop Diagrams ISA 20 Specification Forms for Process Measurement and Control Instrumentation, Primary Elements, and Control Valves ISA 50.00.1 Compatibility of Analog Signals for Electronic Industrial Process Instruments ISA 51.1 Process Instrumentation Terminology 1.4 WARRANTIES, MAINTENANCE, AND SUPPORT SERVICES A. Warranty. The manufacturer shall provide an all-inclusive 2-year warranty. The submittal shall provide a contract specific warranty document as detailed in the specifications. B. Software Maintenance. After system software or equipment has been placed in service and tested, the Owner may request reasonable additions, modifications and deletions, at no additional cost to the Owner,to control strategies, displays, database, and reports. 1.5 CONTRACTOR'S QUALIFICATIONS A. Perform all work necessary to select, furnish, configure, customize, debug, install, connect, calibrate, and place into operation all hardware and software specified within this section and in other sections. Addendum 3 -Instrumentation and Control General Provisions 40 60 00-2/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Utilize the following "systems integrator," who is regularly engaged in the design and the installation of instrumentation and control systems and their associated subsystems as they are applied to the municipal water or wastewater industry: CPUSA 9207 Marbach Road Suite 106 San Antonio,TX 78245 Cell: (210)420-7732 Email: itriggs@controlpaneisusa.com Webpage:www.controlpaneisusa.com Prime Controls 12144 Dairy Ashford, Bldg 3 Sugar Land,TX 77478 www.prime-controls.com Attn: Jason Ford, Business Development Manager Cell: (281) 253-2126 Email: i.ford@prime controls.com Web Page: www.prime-controls.com Tesco Controls, Inc. 8000 Jetstar Road Ste. 150, Irving,TX 75063 Attn:Tim Milberger Direct: (279) 399-4750 Email:tmilberger@tescocontrols.com Web Page: Tesco Controls Inc. Control System Integrator For the purposes of this specification section, "systems integrator" shall be interpreted to mean an organization that complies with all of the following criteria: 1. Employs a registered professional Control Systems Engineer or registered professional Electrical Engineer to supervise or perform the work required by this specification section. 2. Employs personnel on this project who have successfully completed a manufacturer's training course on the configuration and implementation of the specific programmable controllers, computers and software proposed for this project. 3. Has performed work of similar or greater complexity on at least three projects within the last 5 years and has implemented and completed at least one of these three projects with the proposed HMI software. 4. Has been in similar industries performing the type of work specified in this specification section for at least 5 continuous years. C. Maintain a fully equipped office/production facility with full-time employees capable of fabricating, configuring, programming, installing, calibrating, troubleshooting, and testing the system specified herein. Qualified repair personnel shall be available and capable of reaching the facility within 24 hours. Addendum 3 -Instrumentation and Control General Provisions 40 60 00-3/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.6 SUBMITTALS A. General. 1. Submit to the Owner technical data and drawings for all equipment, materials, software, assemblies, and installations prior to fabrication and installation. In all instances in which submittals are required by the specifications, do not proceed with the associated work until the submittal has been Successfully Reviewed. 2. Each submittal shall be complete,with all required information provided together at one time, and submitted in a sequence that allows the Owner to have all of the information necessary for checking and approving a particular document at the time of the submittal. Plan and make all submittals as necessary to avoid delays or conflicts in the work. B. Submittal Categories. 1. Project submittals are divided into the following general categories: a. Design Submittals. b. System Documentation Submittals. C. Testing Submittals. d. Training Submittals. 2. The following paragraphs define the specific contents of each of these submittal categories.The requirements outlined for each of these submittals shall apply to all equipment and services specified in the appropriate section of the specifications. Additional submittal requirements may be found in other sections of the specifications. C. Design Submittals. 1. Hardware Submittal. a. Product information shall include, but not be limited to: catalog cuts, data sheets, performance surveys,test reports, equipment lists, material list, diagrams, pictures, and descriptive material. The product information shall cover all items including mechanical devices, mounting components,wiring, terminal strips, connectors, accessories, and spare parts. The submittal information shall show product features, as well as all performance data and specifications. b. Prior to commencement of manufacture (or shipment for stock items), submit for review product information for all equipment and material specified in the specifications, or required to support equipment, or systems specified in the specifications. Specific requirements for the form and content of product information submittals are included in the individual section that defines the equipment requirements. 2. Connection Diagrams. Submit the following: a. Connection diagrams shall show the placement, labeling and wiring of components within panels, cabinets and consoles. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Connection diagrams shall include all internal wiring of the panel and connections to external devices. This shall include AC and DC power wiring and multi-conductor cables from PLC I/O modules to the associated termination blocks. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. b. Submit connection diagrams for all new panels, cabinets and consoles. Addendum 3 -Instrumentation and Control General Provisions 40 60 00-4/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Furnish drawings on paper, electronically as Adobe PDF files, and in the latest AutoCAD electronic format. Electronic files shall be submitted in CD or DVD format. 3. Panel Fabrication and Layout drawings. Submit the following: a. Panel fabrication drawings shall be drawn to scale and show the physical dimensions, materials, and construction of panels, cabinets, terminal boards, consoles, or other electrical or mechanical equipment enclosures. These drawings shall show the physical arrangement and mounting of all components in or on a panel, terminal board, cabinet, console, or enclosure, as well as the physical dimensions, and the space and mounting requirements of mechanical, electrical, control and instrumentation devices or pieces of equipment. Include ventilation requirements, locations of connections, weight, paint color, material and dry film thickness that are applicable to this design. b. Panel fabrication and layout drawings shall include a bill of materials;front, back, and section views; the locations of all components to be mounted in or on the panel, cabinet, console, enclosure or assembly; drawing scale; nameplate engraving schedule; and structural materials and supports. Overall dimensions and minimum clearances shall be shown. Sufficient detail shall be included to demonstrate material choices, outward appearance, construction methods, and seismic force resistance. C. Complete shop drawings shall be prepared and submitted for all panels, cabinets, and consoles which are custom fabricated or modified for this project. The Owner shall have the right to make modifications to the interior and exterior layouts of panels as part of the shop drawing review. d. Furnish drawings on paper, electronically as Adobe PDF files, and in the latest AutoCAD electronic format. Electronic files shall be submitted in CD or DVD format. 4. Interface Cables. Submit interface cable pin-out/cable makeup diagrams. This includes all network cables, radio to PLC/RTU cables, computer to PLC cables and printer cables. Submittal shall include copies of the actual hardware documentation. All cables shall either be standard cables from the manufacturer or custom-made. Custom cables must not require the use of gender changers, 9-25 pin converters, null modem adapters, etc., for them to function correctly. 5. Interconnection Diagrams. Submit cable interconnection diagrams. These interconnection diagrams shall include typical wiring diagrams for each type of product. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. 6. Installation drawings. Submit panel installation drawings. These panel installation drawings shall show installation arrangements for all provided equipment, mounting and anchoring details, conduit entries into cabinets, and control system electrical power supply distribution conduit and wiring. Data sheets and/or catalog cuts for mounting devices, anchors,wire and other incidental installation materials shall be included. 7. Software. Submit the following software documentation for review: a. OEM Software. Submit the product data sheets for OEM software supplied under this contract. OEM software packages include HMI software, RTU/PLC configuration/programming software, reporting software (if not part of the HMI software), and other third-party software provided under this contract. b. Application Software. Application software includes the software and programming developed to implement the specific requirements of the drawings and specifications. 1) Submit functional design descriptions of the application software that implements the control strategies described in the drawings and specifications. These descriptions shall include field actions/interactions, control interlocks, sequencing, alarms to be generated, and operator interactions with the control strategy. 2) Submit fully annotated program listings for PLC/RTU programming showing but not limited to the following: a) Custom programming provided. Addendum 3 -Instrumentation and Control General Provisions 40 60 00-5/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E b) Communication Port configuration. c) 1/0 module configuration. d) System architecture. e) Field bus layout and configuration. I) Database layout and tag naming. 3) Submit color screen prints of custom graphic screens for the HMI and layout drawings for any field panel interfaces. This submittal shall also include a list of the symbols and color scheme for the presentation of the various data. D. Operation and Maintenance (O&M) Manuals. 1. Supply O&M manuals for all the equipment and software provided. O&M manuals shall be developed for personnel at the level of electronic technician. O&M manuals shall describe the detailed preventive and restorative procedures required to keep the equipment in good operating condition. An O&M manual or a set of manuals shall be furnished for all deliverable hardware, including OEM equipment. O&M manuals for OEM equipment shall contain original printed materials, not copies, and may be provided in the manufacturer's original format. Manuals shall be provided in electronic format. 2. Instruction Manual. a. The manual shall be written in English and illustrated in detail to the component level, including assemblies, subassemblies, and components. It shall contain a detailed analysis of each major component so that maintenance personnel can effectively service, inspect, maintain, adjust, troubleshoot, and repair the equipment. b. Each manual shall include a Table of Contents, arranged in systematic order, and shall be divided into the following sections: 1) Introduction. The purpose of the manual, special tools and equipment, and safety precautions. 2) General Information and specifications. A general description of the equipment item and specifications of its major components. 3) Listings. Supplier's name, address, and telephone number. Each product shall include name, address, and telephone number of subcontractor, or installer, recommended maintenance contractor, and local source for replacement parts. 4) Theory of Operation. The relationship of assemblies, subassemblies, components and interchangeability of components, and explanation and analysis of their functions to the smallest board replaceable components. 5) Software. Listing and explanatory text for any software or firmware. 6) Operation Procedures. The locations and functional descriptions of all controller indicators or CRT displays. 7) Troubleshooting. A list in tabular format of all symptoms, probable causes of malfunction or improper operation, and probable remedies to the smallest board replaceable components. 3. Preventive Maintenance Instructions. These instructions shall include all applicable visual examinations, hardware testing, and diagnostic hardware/software routines. Instructions on how to load and use any test and diagnostic programs and any special or standard test equipment shall be an integral part of these procedures. 4. Corrective Maintenance Instructions. a. These instructions shall include guides for locating malfunctions down to the card-replacement level. These guides shall include adequate details for quickly and efficiently locating the cause of an equipment malfunction and shall state the probable source(s) of trouble,the symptoms, probable cause, and instructions for remedying the malfunction. These guides shall explain how to use on-line test and diagnostic programs for all devices and any special test equipment, if applicable. Addendum 3 -Instrumentation and Control General Provisions 40 60 00-6/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E b. The corrective maintenance instructions shall include: 1) Explanations for the repair, adjustment, or replacement of all items, including printed circuit cards. Schematic diagrams of electrical, mechanical, and parts location, illustrations, photographs, and sectional views giving details of mechanical assemblies shall be provided as necessary to repair or replace equipment. Typical signal waveforms, logic levels, bit patterns, etc., shall be included. For mechanical items requiring field repair, information on tolerances, clearances, wear limits, and maximum bolt-down torques shall be supplied. Information on the loading and use of special offline diagnostic programs, tools, and test equipment, as well as any cautions or warnings which must be observed to protect personnel and equipment, shall be included. 2) A list of test equipment and special tools required. 3) A list of all abbreviations and circuit symbols used. 4) Warranties, bonds and maintenance records, including proper procedures in the event of failures and instances which might affect the validity of warranties, bonds, or contracts. 5) A parts catalog enumerating every part to the lowest of card replaceable components. The description shall include component symbol, description, ratings, accuracy, manufacturer's name and address, manufacturer's part number, commercial equivalents, and quantity per assembly or subassembly. The parts catalog shall identify the appropriate locations of the parts and shall group each component by assemblies or subassemblies within each subsystem so that each component can be identified as being part of the next larger assembly. 6) A list of recommended spare parts that includes all parts necessary to maintain and repair control system components. The list shall identify the specific part or model number, description, manufacturer's name and address, commercial equivalents, unit price, lead time for delivery, and recommended quantity. The spare parts list shall indicate which components (by model and serial number) have been provided with the delivered system as part of the spares inventory. 5. Drawings. a. O&M Manual drawings (with the exception of those provided by third-party manufacturers) shall not be larger than 11 inches by 17 inches and shall be clearly legible when reproduced using conventional office copying machines. Originals shall be provided for all third-party O&M Manual materials. One reproducible of the O&M Manual drawing original must be supplied for each O&M Manual drawing larger than 11 inches by 17 inches, and must satisfy all drawing requirements specified herein. Those preprinted O&M Manual drawings which are not acceptable, or which must be modified or corrected to show the actual as-built design, shall be redrawn as new specially-prepared shop drawings. Acceptable equipment manufacturer's drawings incorporated into equipment operating and maintenance manuals need not be duplicated or removed from the manuals. b. Furnish drawings on paper, electronically as Adobe PDF files, and in the latest AutoCAD electronic format. Electronic files shall be submitted in CD or DVD format. C. Each O&M Manual shall be bound in 8-1/2-inch by 11-inch, 3-ring side binders with commercial quality hardback, cleanable plastic covers. Maximum of 3-inch binder size. An electronic copy of the O&M Manual shall be submitted in CD or DVD format. d. Binder covers shall contain the printed title: OPERATION AND MAINTENANCE INSTRUCTIONS [OWNER'S NAME] [PROJECT NAME] e. The manuals shall be internally subdivided with permanent page dividers with tab titling clearly printed under reinforced laminated plastic tabs. f. Each volume shall have a Table of Contents,with each product or system description identified. 6. Software Manuals. Supply original OEM O&M manuals for those standard OEM software packages provided under these drawings and specifications. Supply O&M manuals for the application software developed for these contract documents. Addendum 3 -Instrumentation and Control General Provisions 40 60 00-7/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E E. Record Documents. 1. After successful Site Demonstration Test, submit for review the Record Documents (as-built)for all equipment and software installed by the Contractor. All documents which have changed because of the engineering changes, contract changes, or error or omission shall be updated and the revised documentation provided. 2. Furnish complete as-built sets of: a. Source tapes, disk pack(s) or other storage media for all custom programs. b. Loadable and executable object disk pack(s) of the software systems. C. All previously delivered documents, with as-built updates. d. OEM standard documentation. 3. These media shall include the operating systems, all programs necessary for the operation as well as maintenance of the system, and all programs supplied by the CPU/microprocessor manufacturers, such as assembler, loaders, editors, compilers and diagnostics. 4. The documentation as outlined in this portion of the document, in conjunction with other documentation specified elsewhere in this document, shall be sufficient to allow the Owner to reconfigure or make additions or deletions to the system without assistance from the Contractor. F. Testing Documentation Submittals. Submit testing plans to meet the requirements listed in Part 3 - Execution of this section and the subsequent reports resulting from the testing. The following paragraphs describe the general content of each submittal. 1. System Test Plan. The system plan describes the overall system testing. As a minimum,the plan shall include the general objectives of the test; the delineation of responsibilities of the Owner, Engineer, and Contractor during the test; any initial coordination issues; the location of the testing; a general description of each phase of testing or subsystem test; a description of the expected results; and a description of the procedures for the tracking of the test procedures, as well as any issues and problems that might result from the testing. This plan does not list the specific test procedures. 2. Test Procedures. This test plan is a document that lists the specific tests. Each test should include a description or listing of any setup requirements, the test procedure, and the expected results. 3. Test Reports. The test reports are the documents prepared during the actual testing. These reports shall also include any documentation of any problems and the resolution of those problems. PART 2- PRODUCTS 2.1 INFORMATION ON DRAWINGS A. Include the following information at a minimum on the drawings: 1. Loop diagram on flow sheet for each control loop. Diagrams are schematic in nature and intended only as a guide to work to be performed. 2. Approximate location of primary elements, instrument panels and final control elements. 3. Approximate location of instrumentation power junction boxes for instrument electrical power connection. 4. Location of electrical distribution panelboards for instrument electrical power. 5. Location of equipment having alarms and equipment status contacts. 6. Location of equipment being controlled by system. 7. General layout of instrument cabinets. 8. Instrument installation details. Addendum 3 -Instrumentation and Control General Provisions 40 60 00-8/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 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 ANSI/ISA 55.4 minimum, desired and optional items. 2. Location of electrical distribution panelboards supplying power to any device supplied under this contract. 3. Detailed enclosure and instrument panel layouts, fabrication details and wiring diagrams. 4. Detailed system configuration. 5. Raceway and cable routing for instrumentation wiring. 2.2 OPERATING CONDITIONS A. Ambient Conditions. Provide equipment suitable for project 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 24 inches from instruments; in the presence of plant telephone lines, power lines and electrical equipment; and in the presence of digital data transmission systems. B. Field Locations. Field equipment may be subjected to ambient temperatures from -5 to 50°C with direct radiation, relative humidity from 0 to 100 percent with condensation. C. Power Supply. Power supply will be 117 volts AC, single-phase, 60-hertz commercial power. Voltage variations will be at least plus or minus 8 percent. Ensure that analog signal loops incorporate adequate power supply capacity for operations. 2.3 TRANSIENT AND SURGE ISOLATION Protect all power and communication and transmission/ receiving circuitry from any surge, including spikes up 1,000 volts peak and surges with a rise time of less than one microsecond. Use a combination of current limiting resistors, zener diodes, gas tube surge arresters, and a fusible link which melts and shorts the surge to ground before the device circuitry is affected. Provide protection adequate for personnel safety,which will prevent an erroneous output, change in calibration, or failure of component other than fuse or fusible link. 2.4 SPARE PARTS When required spare parts are utilized during construction to correct a faulty condition, replace spare part in kind. 2.5 SPECIAL TOOLS Supply one of each type of special hand tool required to open or operate equipment, to remove or replace replaceable parts, remove or replace cable connectors, or to make required operational or maintenance adjustments. A special hand tool is any tool not readily available from local retail hardware stores. Addendum 3 -Instrumentation and Control General Provisions 40 60 00-9/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.6 TEST EQUIPMENT Provide a complete list of all tools, test equipment, and commercial software programs necessary for the proper maintenance of the system. This list shall contain the quantity recommended, model number, description, cost, and name and address of supplier. 2.7 MATERIALS AND EQUIPMENT A. Materials. Material shall be new,free from defects, and of the quality specified. All instruments with the same specification shall be from the same manufacturer. B. Equipment. 1. Provide equipment of solid-state construction utilizing semiconductors available from two or more sources, unless otherwise specified. Derate components to ensure dependability and long-term stability. Provide printed or etched circuit boards of glass epoxy, hand or wave soldered, of sufficient thickness to prevent warping. Where indicated, printed circuit boards in field-mounted equipment shall be covered with a conformal coating to protect against corrosion. Alignment and adjustments shall be non-critical, stable with temperature changes or aging, and accomplished with premium grade potentiometers or electronically with settings stored in non-volatile memory. 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. Use edge connectors and pins with phosphor bronze contacts with gold-plated mating area. 2. 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. Test equipment shall have calibration traceable to NIST. 3. Equipment located in hazardous areas shall be suitable for applicable classification by use of either explosion-proof housings or by equipment and barriers being approved as "intrinsically safe" by either UL or FM. Locate barriers in cabinets outside the hazardous area. Use dual barriers in loops in order to prevent grounding loop at the barrier. 2.8 Human Machine Interface(HMI) A. Provide an HMI utilizing VTScada version 11.x to match the City standard. Provide a thin client version for all panel mounted HMIs shown in the Connection Diagrams. PART 3- EXECUTION 3.1 SPECIAL PROJECT REQUIREMENTS A. Coordinate with all the sub-systems suppliers and manufacturers, during bidding, construction, testing, installation and start-up phases of the project. The coordination is to assure that the instruments, and sub-systems are in compliance with the specifications and the central controls, and that the tie-ins and the interface signals are provided as required. B. The calibration, testing and start-up of all the instruments shall be done by the manufacturer's field technician/engineer in the presence of the Owner. Provide a list of all manufacturers whose technician will perform this work. Provide a certified calibration report stating that each instrument has been installed per manufacturer's recommendations and per these specifications. Addendum 3 -Instrumentation and Control General Provisions 40 60 00-10/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.2 SYSTEM DESIGN A. Provide all the necessary hardware, software and program development to satisfy the instrumentation and control system described in the contract documents. B. Prepare design submittals for 30, 60 and 90 percent design levels for review by the Owner. These design submittals shall be in accordance with the Submittals article of this specifications C. Configure and program the control system to meet the functional and performance requirements of the contract documents. This shall include the development of: 1. System point input/output list. 2. Control logic to implement the control strategies described in the contract documents. 3. Configuration and programming of the field units with the control logic. 4. System database and point naming (tagging) conventions. 5. Development and implementation of custom operator interfaces and screens. 6. Configuration and implementation of the system reporting to include alarm configuration and reporting. 7. Design, configuration, and any programming of the system communication network. D. Install, connect,tune and perform all necessary startup of the system in accordance with the contract documents. E. Perform all system testing described in the System Test Requirements article of this section. 3.3 INSTALLATION AND STARTUP A. Install the new equipment in accordance with the drawings and specifications. B. Coordinate with the Owner to keep the Owner processes operating during the installation and cutover phases of the project. Any outages required shall be requested in writing with the Owner and approved at least 24 hours prior to the start of the outage. C. Provide any temporary power and/or controls necessary to keep the Owner's processes operating during the installation of the new equipment. D. Coordinate any startup testing of new equipment with the Owner prior to the actual testing. Startup testing is defined as any Contractor test to verify to the Contractor's satisfaction that the new equipment has been installed in accordance with the manufacturer's recommendations and the drawings and specifications. Testing shall not be a substitute for the formal testing listed under Article 3.4, System Test Requirements of this specification. 3.4 SYSTEM TEST REQUIREMENTS A. General Requirements. 1. The control system shall undergo a comprehensive system test process to demonstrate that the system performs as an integrated unit to meet the requirements of this specification. As a normal course of system development, conduct all element, subsystem, and system tests necessary to ensure the proper operation of the control system at various stages of system development. This type of Addendum 3 -Instrumentation and Control General Provisions 40 60 00-11/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E testing normally will not be witnessed; however, the Owner and Engineer reserve the right to witness these tests if concerns arise about the progress of system implementation. 2. Three formal,witnessed tests shall be conducted on the control system: a. Factory Demonstration Test. b. Field 1/0 Point Checkout. C. Field or Site Acceptance Test. 3. The following paragraphs describe the requirements for each of these formal tests. B. Factory Demonstration Test (FDT). 1. The FDT and verification for all equipment, software, and associated documentation shall be performed prior to system, subsystem, or major components shipment. The tests shall be performed to verify that the equipment is manufactured and assembled correctly, is operating as designed, and is in compliance with the contractual documents. The tests shall be performed to verify also that the software and hardware will meet the functional and performance requirements of the contract documents. The Owner and the Engineer will witness these factory tests. The supplier of the control system shall provide the following for the Owner and the Engineer. a. Notification 4 weeks in advance of the tests. 2. The FDT shall demonstrate compliance to the stated requirement in the specification. Use the approved Factory Demonstration Test plan submitted under Article 1.6 of this specification. 3. The FDT shall include the following: a. Equipment Test and Verification. The FDT for the equipment(hardware) test and verification shall include individual end-item verification and integrated tests of all hardware. These tests shall include visual inspection verification and running the standard hardware diagnostic programs, plus all special diagnostic programs used by the Contractor to demonstrate that the hardware integration task has been completed. b. System Functional Test. The FDT for the system functional test shall exercise every specified system function and shall include, but not be limited to, the following: 1) Rigorous exercising of all devices both individually and collectively. 2) Verification of proper scanning and data acquisition of status and data points. 3) Demonstration of all redundant functions and components. 4) Demonstration of all required data base management functionality. 5) Demonstration of all required software support utilities. 6) Demonstration of all system diagnostics, both on-line and off-line. C. Project Application Software Tests. The FDT for the project application software shall demonstrate to the best extent possible, the proper functioning of the application control logic implementing the control strategies for this project. These tests shall include: 1) Control logic response to both field inputs, operator changes, and any interlocks. 2) System event and alarming. 3) Trending of variables. 4) System reporting. 5) System redundancy. d. Support Software Tests. The FDT for the support software shall include the following, as a minimum: 1) Demonstration of system editing capabilities including the addition and deletion of points in a PLC; the addition, deletion, and modification of HMI displays; the addition, deletion and modification of report formats; the addition, deletion, and modification of control strategies; and the modification of the database and all database parameters. 2) Demonstration of the editing of all system parameters including timers, intervals, etc. Addendum 3 -Instrumentation and Control General Provisions 40 60 00-12/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3) Demonstration of utility software facilities, including assembling, compiling, appending, downloading and uploading of programs. On-line programming and debug facilities shall also be demonstrated. C. Field 1/0 Point Checkout. 1. An 1/0 point-to-point test shall be performed after all equipment is shipped and installed in the field. This is an end-to-end test to verify that the equipment has been installed correctly. 2. The Owner and the Engineer will witness these field tests. 3. The 1/0 point checkout shall demonstrate the proper operation of all the field points affected by the installation of the equipment provided by this contract. 4. Provide a printed 1/0 list for all signals to be monitored and controlled under this contract with sign-off space, space for test results and space for notes for each signal. 5. The 1/0 point checkout shall include, but not be limited to,the following: a. Exercise each discrete input. Each state shall be verified at the field unit and the operator workstation. b. Exercise each analog input. Each input shall be verified at 0, 25, 50, 75, and 100 percent range of the instrument. Linearity of the signal shall be verified. Each value shall be verified at the field unit and operator workstation. C. Exercise each discrete output. Each state shall be initiated from the operator workstation. If necessary, the associated equipment shall be placed into a "safe" state such that the activation of the output will not damage the equipment or cause a safety hazard. d. Exercise each analog output. Each output shall be verified at 0, 25, 50, 75, and 100 percent range of the instrument. Linearity of the signal shall be verified. Each value shall be initiated and verified at the operator workstation. e. Unless constrained by the operation of the plant or due to safety reasons, all testing, except for the analog input tests, should include the actual equipment and not use simulated signals. D. Field or Site Acceptance Test. 1. Conduct a site acceptance test to demonstrate the proper implementation, installation and startup of the control system logic and software using the actual devices and plant equipment. 2. Conduct this test in accordance with the approved test plan submitted under Article 1.6 of this specification. 3. This test shall include, but is not limited to, the following: a. Demonstrate the communication between the local operator interfaces and field units. b. Demonstrate communication between the control room and field control units. C. Demonstrate any peer-to-peer communication. d. Demonstrate the ability to upload, modify and download control logic to field control units. e. Demonstrate that the control logic and programming has been installed and implemented in accordance with the project control strategies and contract documents. This test shall demonstrate this on a subsystem, then system-wide basis. f. Demonstrate the plant equipment responds properly to operator commands. g. Demonstrate any plant interlocks function properly and in accordance with control strategies and contract documents. h. Demonstrate system reporting and proper report formats. i. Demonstrate system event and alarming functions in accordance with the approved design and contract documents. j. Demonstrate trending of system points both real time and historical. k. Demonstrate system redundancy. Addendum 3 -Instrumentation and Control General Provisions 40 60 00-13/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.5 TRAINING A. Conduct the following training: 1. Operator Training. a. The objective of operator training is to provide the Owner's operational personnel with the knowledge necessary to properly use the new equipment to perform their day-to-day duties as plant operators. b. A combination of classroom and field training shall be provided, as required to sufficiently comply with all training requirements. In general, training shall be limited to one 8-hour day, unless otherwise necessitated to sufficiently complete required procedures outlined herein. C. Operator training shall utilize the project O&M manuals as a basis for this training. d. Submit to the Owner a course outline or syllabus and training material for the topics to be covered in operator training. e. Operator training shall occur prior to the system being placed into operation. f. As a minimum, operator training shall include but is not limited to: 1) Operation of the plant and process equipment from HMI equipment in the main control room and any remote control areas. 2) Operator response to alarms and feedback displays. 3) Trending of system variables. 4) HMI screen navigation functions. 5) Types of HMI control functions used and the operation of each (i.e. radio buttons, sliders, data entry points, etc.). 6) General functioning of the communication network. 7) Graphic screen displays in the HMI (i.e. types, information displayed on each, etc.). 8) Alarm (acknowledging and alarm history) and event functions. 9) Reporting functions (configuring, scheduling, and running reports). 2. Maintenance Training. a. The objective of maintenance training is to provide the Owner's maintenance personnel with the knowledge necessary to properly perform maintenance activities on the system to include preventive and corrective maintenance. b. A combination of classroom and field training shall be provided, as required to sufficiently comply with all training requirements. In general, training shall be limited to one 8-hour day, unless otherwise necessitated to sufficiently complete required procedures outlined herein. C. Wherever possible, the Owner's maintenance personnel shall be involved in the startup and testing of the system in order for them to get oriented to the system. d. Maintenance training shall utilize the project O&M manuals as a basis for this training. e. Submit to the Owner a course outline or syllabus and training material for the topics to be covered in maintenance training. f. As a minimum, maintenance training shall include but is not limited to: 1) Preventive and maintenance schedule(s) shown in the O&M manuals. 2) General functioning of the communication network and troubleshooting of communication errors. 3) Functioning of field equipment, instruments, and HMI equipment. 4) Use of any diagnostic software provided with the system. 5) Use of any special tools provided with the system. 6) Instrument calibration procedures and schedules. B. The Contractor has the option of utilizing manufacturer training personnel to meet the requirements of the operator and maintenance training. END OF SECTION Addendum 3 -Instrumentation and Control General Provisions 40 60 00-14/14 Whitecap WWTP Improvements— 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 40 63 00 CONTROL SYSTEM OPERATION PART 1- GENERAL 1.1 WORK INCLUDED A. This section includes the requirements for the provisions and connection of field instrumentation and control system equipment, in order to facilitate the implementation of a fully operational control system, as described in this section. B. Connect vendor-supplied equipment packages with self-contained control systems to the plant monitoring system through outputs from the vendor-supplied equipment packages.The operation of these systems and processes shall be as illustrated schematically on the drawings. C. Where SCADA communication is noted within these specifications, it shall refer to SCADA Ready System for future communication of improvement plant SCADA system. Current Plant SCADA is only a monitoring system that uses digital inputs for alarm — see Sheet 83 of 105 for further details. All new panels shall also have a common alarm for current SCADA monitoring. D. PLC required for control shall be Allen-Bradley-1769L33ER, CompactLogix 2MB ENet Controller as noted in Section 40 94 43. HMI shall be 1.2 QUALITY ASSURANCE A. Requirements Included 1. Acceptable manufacturers for the component parts of the control system are indicated and specified in individual specification sections. 2. All equipment will be of the latest and most modern design and shall perform as guaranteed by the manufacturer or as specified herein, whichever is greater. PART 2- PRODUCTS NOT USED PART 3- EXECUTION 3.1 CONTROL SYSTEM SCOPE A. All data acquisition functions shall be performed by Programmable Logic Controllers (PLC)for processes noted in the Project Manual or shown on drawings. In this project all equipment control is locally controlled, and shall be SCADA Ready for future SCADA improvements.The PLCs shall be as specified in Section 40 94 43, Programmable Logic Controllers (PLC). B. The basis of the process control system in this facility shall be industrial quality equipment as defined by the individual specification sections. Control System Operation 40 63 00- 1/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. The plant control system is designed for local operation at each piece of equipment and for monitoring through the operator's consoles. Local operation will be based upon the local control panels furnished with the major process equipment items by the equipment vendor and meeting the requirements of individual specification sections. D. All control system design and installation shall consider the protection of personnel and equipment as paramount. Contact (discrete) inputs shall be configured for fail safe operation; i.e., an open contact shall cause an alarm condition in the control system. E. Alarms shall latch until reset by the operator locally at the control panel or through the plant SCADA system. 3.2 MECHANICAL FINE SCREENS AND COMPACTOR WASHER A. General.This project includes an existing mechanical fine screen SCR-201, a new mechanical fine screen SCR-202, and a new washer compactor WC-201.The screens and compactor washer will normally operate in Automatic mode. If an alarm sounds on the screen or washer compactor they must be inspected.There will be no remote operation of these devices through the SCADA system. Automatic control shall be dependent on a timer r upstream water level of the screen. In hand mode the screens will run continuously once started by the operator until stopped. Screens will have both low and high-speed rates. Washer compactor operation shall be interlocked to operation of the screens. B. The vendor of the screens and compactor washer shall provide a new local control panel.The plant supervisory SCADA system shall be able to monitor run status of both the screens and the compactor-washer, as well as the status of spray wash systems, emergency stop, and fault status.The screens and compactor-washer shall not run when any emergency stop push button or pull cord is activated. 1. In the System Hand mode, each screen must all be manually stared or stopped using their local Run/Stop push buttons. 2. In the System Hand mode, the compactor-washers will cycle on and off with the Forward/Off/Jog Reverse selectors. a. With its Forward position selected, a press will run continuously in the Forward direction. b. By holding its selector switch in the Jog Reverse position, a compactor washer will run in the reverse direction. When released, the selector switch will spring return from Jog Reverse to Auto in forward direction. C. With its Off position selected, a compactor-washer will not operate. 3. In the System Hand mode,the speed of each screen can be selected (High Speed or Low Speed). In the System Off mode, neither the screens nor the compactor washers shall operate. 4. In the System Auto mode, the screens may be individually selected for automatic operation using a Hand/Off/Auto selector switch. a. In System Auto mode and a local screen in Hand mode, each screen may be Control System Operation 40 63 00-2/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E individually started and stopped via the local Start and Stop push buttons. Associated compactor washer operation shall be automatically interlocked to screen start. When either screen is started in Hand mode using the Run pushbutton, the associated washer compactor shall be started in its normal sequence. Conversely, when both screens are stopped using the Stop pushbuttons, the compactor washers will also stop. b. In System Auto mode and a local screen in Off mode,the screen will not run. C. In System Auto mode and a local screen in Auto mode, the screen and compactor washer operations are automatically controlled by the settings in the local control panel. 1) In Auto-Auto mode,a Time/Level switch will allow the operator to choose the method of control. 2) Time operation bases the operation of the screen on a timer set by the operator.With the screen in the Timed mode,the screen will run periodically (interval based upon the operator entered value) for a complete cycle. 3) Level operation will start the screens based upon a preset differential level across the screen.This preset differential level will be selectable in the vendor supplied control panel via an adjustable switch which receives its input from the upstream and downstream level transmitters. 4) In level mode operation, if the frequency of starts continues to increase above a set value when in low-speed mode, the screen speed shall automatically increase to the high speed. When frequency of starts reduces below a set value the screen speed shall return to low speed automatically. 5) The associated compactor washer will turn on when a screen turns on and shall run for a timed period after the screen has turned off. A solenoid valve will open, and wash water will flow to the compactor washer when running. 5. No Control points shall be provided on the plant SCADA HMI for the mechanical screens. 6. Indicating Displays at the combined screen and washer compactor control panel: a. Screen Upstream Level 7. Alarms at the combined screen and washer compactor control panel: a. Screen Fault Alarm b. Compactor Fault Alarm 8. Screen failure to start shall be alarmed locally and in the plant SCADA system. C. Emergency Stop: When any of the Emergency Stop pushbuttons or pull cords are activated, the screen, compactor-washer, and spray washes will stop immediately.The control power light will be de-energized.To reset, all Emergency Stops must be enabled, and the Reset button depressed. If power is interrupted, the equipment may restart automatically once power is restored. Pressing the reset button after a power outage will not be required. D. Plant SCADA system. 1. The plant SCADA system will have the ability to monitor the status of the screens and compactor-washer. Monitoring points shall include: a. Elapsed run time (SCADA timer with digital inputs for activation) b. Screen alarm Control System Operation 40 63 00-3/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Compactor-Washer alarm d. Channel High Level e. Screen wash water solenoid valve position (open or closed) f. Compactor washer wash water solenoid valve position (open or closed) g. Control power on h. Screen running (each screen) i. Compactor washer running j. Compactor Washer Manual Screen Feed Door Open k. Screen Speed (high/low) I. Emergency Stop (for each emergency stop switch) M. Mechanical Fine Screen System Reset n. Screen Auto position indication o. Compactor-Washer Auto position indication P. Screen upstream level (each screen) 3.3 LIFT STATION PUMP CONTROL A. General.There will be three lift station pumps (two duty pumps and a spare). Each pump will be speed controlled by an existing VFD reused for this project during normal operation. Currently the VFD cannot be bypassed using an across the line starter or a soft start if the VFD fails.The operation of the lift station pumps will be governed by the position of the Hand/Off/Auto selector switch for each pump. Existing pump controller will operate the new pumps. B. New pump seal/thermo-overload modules will be required pump supplier. Contractor is required to install the new modules in the VFD Control Panel located the Electrical Control Room as shown on drawings. Existing control panel manufacturer shall be consulted to confirm proper addition and control of seal/thermo-overload modules. Control System Operation 40 63 00-4/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.4 GRIT REMOVAL A. The Grit removal unit is passive and manually operated locally. Equipment supplier shall provide a Grit Removal Control Panel (GRCP)that will provide starter and control equipment as needed. A common alarm shall be provide for signaling to the existing SCADA monitoring system of equipment failure. B. Grit Pump 1. Grit Pumps must run continuously. An HOA switch is provided at the Grit system control panel.The grit pumps are belt driven, speed adjustments will be set by changing pulleys. No flow monitoring is provided.The operation of the grit pumps will be governed by the position of the Hand/OFF/Auto selector switch. 2. In the Hand position,the grit pumps may be started and stopped via Start and Stop pushbuttons on the local station at the pumps. In addition, in Hand position, speed will be constant and adjustable by changing belt drives and driven sheaves on the pumps. 3. In the Off position, the grit pumps will not run. 4. In the Auto position, the grit pumps operation is through the Grit System Control Panel. The grit pumps may be started and stopped via Start and Stop pushbuttons on the control panel. 5. Pump failure to start shall be alarmed locally and in the plant SCADA system. 6. Plant SCADA system. a. The plant SCADA system will have the ability to monitor the status of the Grit Pumps. Monitoring points shall include: 1) Pump general fault alarm 2) Motor temperature 3) Motor current 4) HOA position 5) Run/Stop Status 6) Pump run time C. Grit Classifier 1. The grit classifier will run continuously.There is no need for the operators to have remote control of this device. An HOA switch is provided at the Grit unit control panel. In the Hand position, the grit classifier may be started and stopped, unaffected by any HMI generated interlocks via Run/Stop pushbuttons at the local Run/Stop control station. In the Off position, the grit classifier will not run. 2. Control points shall be provided on the plant SCADA HMI to allow monitoring of the following: a. Grit general fault alarm b. Run/Stop Status Control System Operation 40 63 00-5/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Grit classifier run time 3. Wash water dwell time and wash water on time will be set by mechanical timers. All other control functions will be accomplished using relay logic with electromechanical relays. No PLCs shall be used. 3.5 ACTIVATED SLUDGE SYSTEM OPERATION A. General.The control system will contain the equipment and logic for proper operation of the activated sludge system equipment including all start up, shutdown, and safety interlock logic. B. Aeration Basins 1. Basin Configuration.There is a common influent box which combines RAS and Raw influent flow and distributes this flow to two parallel biological basins. Each basin consists of three aerobic zones. Of the three aerobic zones, the first has a higher diffuser density than the second and third. All aerobic zones have independent air drops to their respective aeration grid. The two basins discharge to a clarifier distribution box which allows flow from each train to either continue to its associated clarifier or be combined and routed to a single clarifier. 2. Aeration Control for the Aeration Basins a. Blowers and Valves-The blowers will normally operate in Remote-Automatic Mode. Blower control should be two-tier(master/slave).The Master Control Panel (MCP) should monitor the DO in each basin and determine: 1) If the difference in DO concentration between the two basins is within an acceptable range, and if not what adjustment needs to be made to the air flow split valve at the basin 2) If DO concentrations within the basins are within the acceptable operating range of the setpoint; if not, the MCP should send commands to the local blower control panel (LCP,the slave controller) to make adjustments.The local blower control panels will decide if the inlet throttling valve can be adjusted (dependent on current blower flow, possibility of surge) b. One basin will have a manual valve and one basin will have a modulating valve.This modulating control valve shall be of the square orifice type, or the eccentric ball or plug construction type, having roughly linear characteristics. Each drop pipe to the three aerobic zones in each basin shall have a manual valve.These isolation valves shall be of the eccentric ball or plug construction type allowing the operator to better manually tune the distribution of air to the three zones.These manual valves must be furnished with position indicators. C. Blowers should be locally controlled through an intelligent blower control algorithm at the Master Control Panel level (MCP).There should be a shelf-spare hot standby PLC provided for the MCP PLC.The blowers must be able to function upon failure of the MCP.The operators must have the ability to set valve positions and blower output(s) manually upon failure of the master controller. Control System Operation 40 63 00-6/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E d. Instrumentation: 1) Dissolved Oxygen.These instruments will serve as the process variable in the air flow control loops used to monitor the dissolved oxygen level in each basin. Aeration will be controlled by setpoints of the dissolved oxygen concentrations in the aeration basins. a. Basin 1:AE 301, D.O. analyzer b. Basin 2:AE 302, D.O. analyzer 2) Air Flow Rate—Basin:These thermal mass flow meters will provide measurement of the air flow into each basin.The air flow of the air drops used for mixing in the influent channel will not be metered. a. Basin 1 FE-301, b. Basin 2 FE-302, 3) Air Flow Rate—Total Blower Discharge:Two means will be used to measure/estimate the total air flow.The flow meters at each basin will be summed to determine the total scfm of air delivered.The blower amperage of each blower will be summed to estimate the total scfm produced. It is not expected that these two measurements will match, the amperage being a less direct means of estimating air flow. 4) Air Pressure—Blower Discharge Air Header:This pressure transducer will be available for use by the master controller to determine the necessary blower output. a. Blower Discharge Air Header Pressure- PE-622 5) Air Flow Rate—Each Blower:The output of each blower can be calculated or mapped based on the amperage draw of the blower. 6) Flow Control Valve—This motor operated valves will modulate the air flow into a single basin in order to maintain equal flow into both basin and control DO equivalency in both basins.The operation of the valve will be governed by the position of the Local/Off/ Remote selector switch for the control valve. a. Basin 1 FCV 301, b. In the Local position,the valve may be opened and closed, unaffected by any HMI generated interlocks via Open and Close pushbuttons on the valve actuator. C. In the Off position, the valve will not move, it will remain at its last position. Control System Operation 40 63 00-7/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E d. In the Remote position,the valve operation is controlled by the Master Control Panel. e. Control description:The D.O. concentration, monitored in each basin,will be one input used to control air flow. Each basin will use the identical zone for control. 1) The integrator shall be skilled in aeration control and shall be responsible for integrating blower and aeration control, and procuring or providing programing algorithms needed.These algorithms shall be non-proprietary, open source. 2) Automatic operation will use a constant D.O. setpoint strategy.The control strategy used will be operator selectable. Mass flow from the individual blowers will not be directly measured, mass flow rate will be inferred from blower amperage. Total air flow from the blowers FQI-300 will be available by summing FE-301 and FE- 302. 3) Constant D.O. Control: D.O. will be maintained by motor actuation of the modulating valve at the basin. A non-proprietary floating-point control strategy must be programmed into the MCP.The floating-point control shall have options for: a. Timed response of delay between corrections b. Direct acting logic C. Proportional speed control with the change in air flow proportional to the error in D.O. concentration d. Deadband—typical initial deadband 0.2 to 0.3 ppm (tolerance= +/-0.1 to+/-0.15%) e. Biased response (initial air flow changes on decreasing air flow (D.O.) an adjustable percentage (initially 60%) of the changes on increasing air flow (low D.O.) f. Rate of change inhibiting the control response (minimum rate of change approximately 0.1 to 0.15 ppm/min) 4) The initial approximations above for tuning must be modified during commissioning. Refer to Thomas E.Jenkins "Aeration Control System Design" for floating point design considerations and commissioning. C. Aeration Blowers. 1. Four blowers will be available to provide air. Only two blowers are required,the second two being on-line spares. All blowers will be connected to the automatic control system (the master control panel MPC) but may be monitored through the plant SCADA system.Three of the blowers are existing and one blower is new and will be provided with this project. Control System Operation 40 63 00-8/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. The local (slave) blower control panel provided (LCP)for the blowers will be responsible for blower protection. All four LCPs will be new in for this project (three for existing blowers, one for the new blower) 3. The operation of the aeration blowers will be governed by the position of the Local/Off/Auto selector switch associated with each blower. a. In the Local position, each blower may be started and stopped (unaffected by any HMI generated interlocks)via the Start and Stop pushbuttons on the local control panel. 1) Individual blower output will be set though the blower's associated inlet throttling valve position. b. In the Off position, the aeration blowers will not run. C. In the Auto position,the blowers capable of automatic operation will be operated as directed by the blower Master Control Panel (MCP). 1) MCP will direct the individual blowers to run, and at what specific operating point they should run. In turn, the individual Local Control Panels (LCPs)will control the inlet throttling valve position to try to meet the operating point requested by the MCP, and monitor the motor amperage to prevent surge. 4. Local Control Panels at Blowers will provide protection of individual blowers and basic information about the operation of the individual blowers.The local control panel at each blower shall have the following components, and provide indicating lights/displays for each: a. Panel Displays/Lights 1) E-Stop Has Been Pressed 2) Inlet Air Pressure Failure 3) Inlet Air Temp Failure 4) Blower In Bearing Temp Alarm 5) Blower In Bearing Temp 6) Blower In Bearing Vib Alarm 7) Blower In Bearing Vib Shut Down 8) Kw Signal Failure 9) Motor In Bearing Temp Alarm 10) Motor In Bearing Temp Shut Down 11) Motor Out Bearing Vib Alarm 12) Motor Out Bearing Vib Shut Down 13) Motor Temp Phase Al Alarm 14) Motor Temp Phase Al Shut Down 15) Motor Temp Phase B1 Alarm 16) Motor Temp Phase B1 Shut Down 17) Motor Temp Phase C1 Alarm 18) Motor Temp Phase C1 Shut Down 19) Outlet Air Pressure Failure Control System Operation 40 63 00-9/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 20) Outlet Air Temp Failure 21) Blower Out Bearing Temp Alarm 22) Blower Out Bearing Temp Shut Down 23) Blower Out Bearing Vib Alarm 24) Blower Out Bearing Vib Shut Down 25) Blower Overload Alarm 26) Blower Overload Shut Down 27) Blower Surge Warning 28) Blower Surge Shut Down 29) High Inlet Filter Pressure 30) Loss Of Communication 31) Run Signal Failure 32) Clamping Count Exceeded b. Devices associated with the blowers 1) E-Stop 2) Inlet Air Pressure 3) Inlet Air Temp 4) Blower In Bearing Temp 5) Blower In Bearing Vib 6) Kw Signal 7) Motor Bearing Temp 8) Motor Bearing Vib 9) Motor Temp Phase Al 10) Motor Temp Phase B1 11) Motor Temp Phase C1 12) Outlet Air Pressure 13) Outlet Air Temp 14) Blower Out Bearing Temp 15) Blower Out Bearing Vib 16) Blower Motor Current 17) Inlet Filter Pressure 18) Surge Timer 19) Overload Timer 20) Blower Vibration Timer 21) Motor Vibration Timer 22) Motor Bearing Temperature Timer 23) Motor Winding Temperature Timer C. Blower interlocks 1) High blower bearing temperature 2) High motor bearing temperature 3) High blower vibration 4) High motor vibration 5) High discharge pressure 6) High discharge temperature 7) Filter differential pressure Control System Operation 40 63 00- 10/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E d. 4. Alarms 1) If any of the above interlocks are triggered which causes a blower to shut down, it must be reset by the operator before a blower can restart. 2) The alarm interlock will be illuminated, along with the associated fault indicator. 3) The existing blowers may not have all the components/devices listed above, and it is not the intent to add those to the existing blower. If the blower does not have all the instrumentation components listed,the local control panel shall ignore the lack of signal from the non-reporting device. 5. Plant SCADA System a. The following information shall be provided by the MCP for display at its HMI, and SCADA Ready for future communication to the plant SCADA HMI through MCP for the following: 1) Power to the blower 2) Hand/Off/Auto mode 3) High vibration 4) High discharge pressure 5) High discharge temperature 6) Inlet filter differential pressure 7) Blower fault alarm 8) Blower failure to start shall be alarmed locally and in the plant SCADA system. 9) Differential pressure switches measuring the pressure drop across the blower intake filters will display an alarm on the plant SCADA system when their settings are exceeded. 10) Blower header pressure will be monitored by PIT-600 and displayed on plant SCADA HMI. 11) Total measured air flow delivered will be monitored by FQI-300 and displayed on plant SCADA HMI. 6. HMI Panel a. MCP will have all alarms, operator set points, system inputs, outputs and interlocks required DO blower control.These will be available for viewing and manipulation through screens on the HMI panel. b. Devices associated with MCP: 1) Total measured air flow delivered FQI-300 2) Air header pressure PIT-600 3) Basin 1 air flow rate FE-301 4) Basin 2 air flow rate FE-302 5) Air control valve FCV-301 6) Basin 1 DO AE-301 7) Basin 2 DO AE-302 Control System Operation 40 63 00- 11/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 8) Hours of operation before blower alternation 9) Aeration DO setpoint for continuous DO control 10) Blower Lead/Lag/Stand-by configuration/status 11) DO Control minimum and maximum deadband setpoints 12) DO Control time delay C. Alarms 1) All alarms from the local control panels will be duplicated at the MCP. 2) Loss of power will be indicated on the HMI. d. Plant SCADA system. 1) The plant SCADA system will have the ability to monitor all of the devices and alarms associated with the MCP. 2) The local control panel will communicate to the SCADA system through the MCP. Loss of PLC functionality in the MCP shall not prevent the SCADA system from being able to monitor the status of the individual blowers reported by the local control panels. 7. Blower Restart a. Blowers will automatically restart after power loss when power is restored. 3.6 Clarifier Operation A. General.The local control panel will contain the equipment and logic for monitoring the operation of the clarifier equipment. B. Clarifiers shall be started and stopped though the activation of the local Start/Stop push buttons. C. The operation of the clarifiers will be though local start stop controls. D. Run status, including run time hours,torque (or amp draw), and high torque alarm for the clarifier will be monitored through the HMI. E. A high torque switch for each clarifier will inhibit operation of the clarifier until reset. Status of the high torque alarm will be available through the HMI. F. Local Control Panels 1. Indicating Lights a. Run b. Stop C. High torque alarm 2. Devices associated with clarifiers a. Mechanical torque switch at clarifiers Control System Operation 40 63 00- 12/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E b. Current transmitter (at MCC) 3. C. Interlocks a. 1. Clarifier torque switch shall be interlocked to clarifier motor b. 2. Alarm shall be triggered upon over torque 4. Alarms a. High Torque 5. Plant SCADA system a. Run status b. Stop status C. High Torque d. Elapsed hours 3.7 RAS Pumps P-601, 602, and RAS/WAS Pumps 603, and 604. A. RAS and WAS pumps should be locally controlled through a local PLC Controller.There should be a shelf-spare hot standby PLC provided for the RAS pumps PLC.The pumps must be able to function upon failure of the PLC.The operators must have the ability to set valve positions and pump output(s) manually upon failure of the PLC. B. The operation of the recycle pumps will be governed by the position of the Hand/Off/Auto selector switch for the RAS Pump system. 1. In the Hand position, each recycle pump may be started and stopped, unaffected by any HMI generated interlocks via Start and Stop pushbuttons on the local control panels. Pump speed will be controlled with the pump's VFD. 2. In the Off position, the recycle pumps will not run. 3. In the Auto position, the recycle pumps operation will be controlled automatically by the local PLC controller. a. Automatic operation maintains a recycle flow rate proportional to a moving average of the plant influent flow rate. A minimum recycle rate, below which the flow may not fall, will be set by the Operator.The operator will specify the recycle to forward flow ratio which will control the pump speed. It will use the total flow FIT- 204 determined from the plant influent meters FE-204 and the sum of RAS meters FE-401,402 to control the RAS pump flow rates. Loss of any required signals for automatic operation shall be alarmed, and no further RAS flow rates adjustments will be automatically made until the signal is restored and the alarm is reset. b. Data control points shall be provided on the local PLC controller for the following: 1) a. Start and Stop functions for each pump. 2) b. Flow Ratio Setpoint. (ratio of total RAS flow based on time-averaged influent flow; Length of influent time-average shall be selectable by the operator) 3) C. Manual mode speed setpoint. Control System Operation 40 63 00- 13/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. 3. Data monitoring points shall be provided for RAS rates (FIT-401, and 402). C. Pump failure to start shall be alarmed locally and in the plant SCADA system. D. Failure of the local PLC shall not prevent the pumps from being operated manually. Pump speeds will be manually set/adjusted at the pumps VFDs. E. The local control panel (or nearby devices)will include the following operational controls and indications: 1. Switches a. A HAND/OFF/AUTO switch to select operational mode for each RAS pump. b. Local Push Buttons for use while in the HAND mode: 1) i. START button for each pump 2) ii. STOP button for each pump. 2. Indicating Lights: a. For the RAS Pumping System: HAND, OFF and AUTO lights; b. For each of the three pumps, pump ON, pump OFF. C. Pump alarm (each pump). 3. The following devices are associated with the RAS pump system: a. Flow meter FE-401 associated with clarifier 401 b. Flow meter FE-402 associated with clarifier 402 C. VFD SIC-601 for RAS pump p-601 d. VFD SIC-602 for RAS pump p-602 e. VFD SIC-603 for RAS pump p-603 f. VFD SIC-604 for RAS pump p-604 g. Current draw RAS pump p-601 (VFD) h. Current draw RAS pump p-602 (VFD) i. Current draw RAS pump p-603 (VFD) j. Current draw RAS pump p-604 (VFD) k. Pressure gauge PI-601 I. Pressure gauge PI-602 M. Pressure gauge PI-603 n. Pressure gauge PI-603 4. Digital Displays: a. Flow from clarifier CL-401 (FIT-401) b. Flow from clarifier CL-402 (FIT-402) C. Speed of RAS pump P-601 (on VFD HMI) d. Speed of RAS pump P-602 (on VFD HMI) e. Speed of RAS pump P-603 (on VFD HMI) f. Speed of RAS pump P-604 (on VFD HMI) g. Current draw RAS pump P-601 (on VFD HMI) Control System Operation 40 63 00- 14/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E h. Current draw RAS pump P-602 (on VFD HMI) i. Current draw RAS pump P-603 (on VFD HMI) j. Current draw RAS pump P-604 (on VFD HMI) k. Total flow rate from all RAS pumps (Sum of FIT-401, 402, plus FE-600) I. Instantaneous WAS flow rate to digester(FIT-600) M. Total WAS flow to digester(FQI-600) n. Difference of Total RAS Flow rate minus WAS Flow rate (actual RAS flow; sum of FIT-401,402, minus FE-600) o. Pump run-time for each pump 5. RAS Pump Speed Control: a. Pump speed can be controlled while in Local-Hand Mode through the VFD interface. 6. Interlocks: a. Pumps will shut down on high current draw b. A timer will be available to control operation of wasting (in association with FIC-600). Wasting can be intermittent, if needed, to maintain velocity in the sludge waste line. 7. Alarms a. Pump Failure to start 8. SCADA Ready Communication between the RAS PLC and future plant SCADA system will be through the communication bus for the RAS PLC controller. F. Data entry points shall be available to the plant SCADA HMI for all the monitored points: 1. Sludge Flow from clarifier CL-401 2. Sludge Flow from clarifier CL-402 3. Speed of RAS pump P-601 (on VFD HMI) 4. Speed of RAS pump P-602 (on VFD HMI) 5. Speed of RAS pump P-603 (on VFD HMI) 6. Speed of RAS pump P-604 (on VFD HMI) 7. Current draw RAS pump P-601 (on VFD HMI) 8. Current draw RAS pump P-602 (on VFD HMI) 9. Current draw RAS pump P-603 (on VFD HMI) 10. Current draw RAS pump P-603 (on VFD HMI) 11. Total flow rate from all RAS pumps 12. Actual RAS flow rate (total flow all RAS pumps minus WAS flow rate) 13. Pump run-time for each pump 14. HOA Switch position 15. Run/Stop Status P-601 16. Run/Stop Status P-602 17. Run/Stop Status P-603 18. Run/Stop Status P-604 19. Alarm Status P-601 Control System Operation 40 63 00- 15/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 20. Alarm Status P-602 21. Alarm Status P-603 22. Alarm Status P-604 3.8 Sludge Wasting. A. The operation of sludge wasting from sludge pumps shall be governed by the position of the HAND/OFF/AUTO selector switch for P-603 and P-604. Only one pump shall operate at a time and the operator shall be responsible for selection of pump operation to maintain even wear.The pumps will not alternate automatically. Sludge will be wasted from clarifier CL-402 as it is a cone bottom center draw clarifier and should have more concentrated sludge for wasting. B. The operation of the sludge wasting valves CV-603 and CV-604 will be governed by the position of the HAND/OFF/AUTO selector switch for the respective valve. 1. In the HAND position, the valve may be opened and closed, unaffected by any HMI generated interlocks via local controls on the valve or nearby panel. 2. In the OFF position, the valve will default to its last position, and not change position. 3. In the AUTO position the WAS valve operation is controlled by the local PLC. a. Manual operation allows the Operator to adjust the valve position independent from other PLC system inputs.The operator may manually adjust the valve position to obtain a desired flow rate through the Valve HMI. b. Automatic operation controls the WAS flow wastage to be conducted on an intermittent timed basis. 1) A mass balance around the clarifiers can be used to determine the WAS flow rate:W=((Q+R)Xa-RXu)/Xu where Q=Plant Influent Flow Rate, R=Actual Recycle Rate, Xa=solids concentration in the aeration basin, Xu=Clarifier Underflow Concentration, and W=Waste Rate.The values will have to be averaged over an operator determined length of time.The operator can then determine an appropriate wasting intervals which will provide adequate velocities in the WAS lines. C. Local control panel (or nearby devices)will include the following operational controls and indications: 1. Switches a. A HAND/OFF/AUTO switch to select operational mode for the WAS Valve. b. Push Buttons (at the valve actuator or nearby control panel): 1) Open button for the WAS valve to drive the valve open 2) Close button for the WAS valve to drive the valve closed 2. Indicating Lights: a. For the WAS Valve: HAND, OFF and AUTO lights. b. Valve actuator fault. 3. The following devices and Calculated values are associated with the sludge wasting system: Control System Operation 40 63 00- 16/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a. WAS flow control valves CV-603 and 604 b. WAS Flow meter FE-600 C. Influent flow meters FE-201 d. Actual RAS Flow Rate 4. Digital Displays: a. Percent open WAS flow control valves CV-603 and CV-604 b. Flow rate WAS Flow meter FE-600 C. header d. Flow rate influent flow meters FE-201 e. WAS valve percent open CV-603 and 604 f. WAS timers (open time, closed time) (KI-600 associated with FIC 600 5. WAS valve control: a. WAS valve position can be controlled while in Local-Hand Mode through the control interface at the valve actuator. 6. Interlocks: a. Loss of any input signal shall cause an alarm b. Loss of any input signal shall disable automatic control.The valve shall remain in the last position prior to signal loss. C. Flow controller FIC-600 is interlocked to FIC-603 and 604. Depending on which pump is on-line, the appropriate valve will be acted upon. d. Alignment of sludge wasting to thickener tank and full thickener tank will shut wasting valve. Realignment to a tank that is not full, or clearing of full indication will resume wasting. 7. Alarms a. Loss of input signal b. Valve actuator failure 8. Communication between the PLC and plant SCADA system: the valve actuator and the associated devices will be through the communication bus for the local PLC control panel. D. Data points shall be provided for the plant SCADA HMI from all the monitored points: 1. WAS flow control valve CV-603 and 604 2. WAS Flow meter FE-600 3. WAS valve percent open 4. Length of time for data averaging 5. Number of automatic flow rate changes made per day. 3.9 Sludge Holding Tank Control System Operation 40 63 00- 17/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. sludge holding tank will inventory WAS prior to sludge dewatering.The sludge holding tank consists of two separate trains in parallel each comprised of one small rectangular compartment to be used for gravity thickening, and a larger rectangular compartment used for sludge holding/digestion via endogenous respiration. All compartments will be mixed and aerated with jet mixing systems.The pumps for the jet mixing systems will utilize submersible pumps operating at a constant speed. Air will be aspirated via a venturi effect of the pump discharge. Both the digester and holding tank compartments may be decanted to increase solids concentration and provide longer times for inventorying solids.Thickened sludge will be transferred by a pump from the thickener section to the holding tank section. Pre thickening in the thickening section and post thickening in the endogenous respiration section will both be accomplished by decanting. B. Operation 1. Thickener Section a. Operation of the sludge holding tank will be mostly manual. WAS flow to the digester will be regulated by the control system for the RAS/WAS pumps. b. The operator will manually control which train the WAS will flow into by alignment of the three-way valve at the sludge holding tank.This valve will have a position switch to allow the WAS Control to determine if capacity exists in the thickener where discharge is aligned to by comparing position switch signal and high level switches in the thickeners.To prevent overflow of the thickener, high level alarms located in both thickener tanks and three-way valve position switch will interlock with the WAS control system to shut down WAS flow. C. Thickener decanting will be manual.The thickener can be mixed and aerated to prevent the sludge from becoming septic.Thickening will occur when the jet aerators are shut off.The operator can decant the clear upper layer of water by manually setting the telescoping valve to a level above the sludge layer. d. Thickened solids can be transferred from the thickener section to the sludge holding section by turning on the transfer pump. 2. Sludge Holding Section a. The sludge holding section will be aerated by jet mixing to allow endogenous respiration.The jet mixing system can be periodically turned off manually to allow anoxic conditions to develop, and denitrification to occur, thus reducing the power demands associated with sludge holding. b. When the jet mixing system is turned off, some sludge settling in the holding section may occur.To allow further thickening, a floating decanter will be installed which the operator can manually open to allow clear water to be skimmed. C. Instrumentation: 1. Level float devices, LSHH-601 and 602 shall be provided to alarm the operator if the liquid level has reached a critical level. 2. Level Alarm LAHH-601 and 602 can be used by the operator as an alert to remind the operator that flow must be diverted from one train to the other. Control System Operation 40 63 00- 18/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. WAS flow from clarifier CL-402 shall be controlled by FIC-600. Control will allow the selection of a wasting flow rate, and intermittent wasting time (dwell time and flow time).These parameters will be set by the operator. 4. A position switch on the three-way valve ZS-600 in combination with the float switches LSHH-601 and 602, will allow the shutdown condition for WAS flow to be cleared. Flow alignment to Thickener 601 and an open contact on LSHH-601 allows flow. Similarly, Flow alignment to Thickener 602 and an open contact on LSHH-602 allows flow. 5. Sludge Transfer Pumps (Thickener to Sludge Holding Section) a. Sludge transfer pumps will have local Start/Stop controls b. Sludge transfer pumps will have pump protection for bearing and motor temperature, and leak detection. 6. Jet Aeration pumps a. Jet Aeration pumps will have local Start/Stop controls b. Jet Aeration pumps will have pump protection for bearing and motor temperature, and leak detection. 3.10 Sludge Dewatering A. The existing belt filter press may be refurbished. A new screw press will be provided and installed as part of the work in this contract. Included in the screw press scope is a tank for flash mixing and flocculation, and a new polymer system for the screw press system. A new control panel will be provided for the belt filter press, the sludge pumps and a control panel for selection of which dewatering equipment is to be used so that signals to/from the polymer system and the sludge feed pumps can be routed to/from the correct dewatering equipment. B. Screw Press Operation 1. A MANUAL/OFF/AUTO switch will be available on the press panel. a. In the OFF position the press will not run. b. In the MANUAL Position,the operation of the press will be controlled by the operator through the HMI on the control panel. C. In the AUTO position, operation of the press will be controlled by the screw press PLC. 1) Automatic operation maintains a sludge flow rate to the screw press set by the operator.The screw press receives the sludge flow rate from FE-600. Output signals are sent to the existing VFDs for the existing sludge pumps P-608 and P-609. C. Instruments/controls included with the screw press system 1. VFDs for motors a. Flash mixer motor M-624A b. Flocculation mixer motor M-6248 C. Dewatering Drum motor GSP-624A-1 d. Dewatering Drum motor GSP-624A-2 e. Dewatering Drum motor GSP-625A-1 Control System Operation 40 63 00- 19/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E f. Future Dewatering Drum motor GSP-625A-2 2. Status lights a. Main Power on Light b. Press Running Light C. Flashing Alarm Light 3. Contacts/relays for associated equipment a. Wash Water Pump P-624. 4. Three phase/volt monitor 5. Lightning arrestor D. Associated equipment: 1. PLC and 1/0 modules 2. Operator Interface screen 3. Ethernet managed switch/router E. Discrete PLC Input 1. Panel E-Stop 2. System in Manual 3. System in Auto 4. Three phase/volt monitor 5. Alarm Horn Silence 6. Flash Tank High Level 7. Polymer System Running 8. Polymer System General Fault 9. Polymer System Remote Mode Status 10. Polymer System Remote Signal Select 11. Feed Pump Ready F. E. Discrete PLC Output 1. PLC Running 2. Press Running 3. Press Alarm 4. Alarm Horn 5. Auto Drum ETM (Elapsed [run] Time Monitor) 6. Spray 1 start 7. Spray 2 start 8. Spray 3 start 9. FUTURE Spray 4 start 10. Polymer System Remote Start 11. Wash Water Pump Start G. Analog PLC Input (4-20 mA) 1. Feed Flow Meter 2. Floc Tank Level Sensor H. Analog PLC Output (4-20 mA) Control System Operation 40 63 00-20/21 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Polymer System Pump Reference Speed I. A junction box at the flash/floc mixer tank shall have the following: 1. Contacts to energize the solenoid valves for spray wash to each drum. a. Dewatering Drum solenoid CV-625A. b. Dewatering Drum solenoid CV-625B. C. Dewatering Drum solenoid CV-625C. d. Future Dewatering Drum solenoid CV-625D. 2. Control relays and contacts for lights and alarms. a. Press Running Light. b. Press Alarm Light. C. Press Alarm Horn. 3. Buttons for a. Panel E-Stop. b. Press Alarm Light. C. Junction box alarm silence. 4. Level switch and contacts for flash tank high level probes 5. Level switch and contacts for floc tank high level probes 6. Level switch and contacts for floc tank high level probes J. The existing polymer system has its own existing control panel.The following which must be integrated into the controls for the screw press, with additional switches/components included by the contractor if required: 1. System Running indication 2. System General Fault 3. Remote Mode Status 4. Remote Signal Selected K. I. Communication between all major components (door mounted interface, HMI, Ethernet router/switch, PLC and VFDS shall be over Cat 5 cable. END OF SECTION Control System Operation 40 63 00-21/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E PAGE LEFT BLANK INTENTIONALLY Control System Operation 40 63 00-22/21 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 40 70 00 INSTRUMENTS 1.00 GENERAL 1.1 SECTION INCLUDES This section includes the requirements for the provision of field instrumentation, including but not limited to analytical, flow, level, and pressure instruments. 1.2 QUALITY ASSURANCE A. All instruments shall be of the quality as specified. B. All instruments are to be factory-tested to assure proper function and operation. The Contractor shall supply test results and calibration records. C. Contractor shall be responsible for instrument installations and configurations. 1.3 SUBMITTALS Provide submittals in accordance with the specifications. 1.4 JOB CONDITIONS A. Environmental Requirements. The equipment shall operate in ambient temperature 0-130°F, relative humidity 0-100%. B. Proiect Power. 120VAC, 60 hertz single-phase. Contractor shall provide appropriate isolation and protection. Two-wire type transmitters shall be capable of operation from a 24VDC supply. C. Standard Signal. 1. Output Signal. Each instrument, which outputs a signal, shall output the standard 4- 20 mA signal. The signal shall be constant over a load range of 0 to 600 ohms. 2. Input Signal. a. Electronic devices, such as controllers, match function devices etc., shall have an input impedance of one Mohm minimum for an input signal of 1 to 5VDC. b. The 1 to 5VDC signal shall be developed by the standard 4 to 20 mA transmitted signal through a precision 250 ohm, one-watt resistor. C. These requirements allow several receiving units to monitor the same transmitting unit without causing any perturbation of the received signal. d. Receiving devices shall not be wired in parallel. Instruments 40 70 00- 1 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.00 PRODUCTS 2.1 ANALYTICAL EQUIPMENT A. pH Sensors. 1. Hach DPD1R1 2. Supply with immersion-mounting hardware for each sensor. 3. To be used in conjunction with 2-sensor Hach sc100 controller. B. Ammonium & Nitrate Probes. 1. WTW IQ Sensor Net VARiON Plus 700 IQ. 2. Supply with immersion-mounting hardware for each sensor and cleaning accessories. C. DO Probes. 1. Fluorescent-type, WTW FDO 701 IQ, or Luminescent-type, Hach LDO 5790000,with ball float immersion-mounting hardware, to be used in conjunction with 2-sensor Hach sc100 controller. 2. To be used in conjunction with Amperometric-type, Hach EVITA OXY 4100 Series, with immersion-mounting hardware and USC 6000 signal converter. D. Sensor/Probe Controllers. 1. Hach sc100 display module (LXV402.99.00002) and probe module (LXV400.00113572). 2. Supply with mounting hardware as shown on the Drawings. 2.2 FLOW EQUIPMENT A. Magnetic Flowmeters. 1. Flowtube: Toshiba LF430 Series. 2. Transmitter: Toshiba LF600 Series, integral mounting. 3. Instruments shall be configurable using HART standard communication devices. B. Thermal Dispersion Air Flowmeters. 1. Thermal Dispersion, insertion-style flowmeter, constructed of all-welded 316L SS wetted parts. NEMA 4X rated 2. Refer to mechanical drawings for pipe material and diameters 3. 4-20mA output with HART communications option. 4. Supply with remote-mounted transmitter and flow conditioner. 5. Meter: FCI ST98. 6. Conditioner: FCI Vortab VIP. 7. Approved alternate: Kurz C. Ultrasonic Flowmeters, Doppler-Type. 1. Siemens Sitrans FUS1010. 2. NEMA 4X clamp-on transducers. 3. NEMA 4X transmitter. Instruments 40 70 00- 2 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. Provide one thickness gauge. D. Ultrasonic Level Transducers and Flow Transmitter. 1. Transducer: Siemens Echomax XPS Series 2. Transmitter: Siemens HydroRanger 200 Series, NEMA 4X enclosure. 3. Configured for flow measurement. 4. Supply with one handheld programmer for all HydroRanger transmitters. E. Thermal Dispersion Liquid Flow Switch. 1. Insertion-type sensor with temperature compensation. 2. FCI FLT93S Series 2.3 LEVEL EQUIPMENT A. Submersible Level Transmitters. 1. Dwyer Mercoid PBLTX Series. 2. Contractor to provide 3-1/2" Sch. 40 PVC slotted pipe for stilling well. B. Ultrasonic Level Transducer and Transmitter. 1. Transducer: Siemens Echomax XPS Series 2. Transmitter: Siemens HydroRanger 200 Series, NEMA 4X enclosure. 3. Configured for level or differential level measurement. C. Float Switch-Type 1. 1. Mercury-free float switch with submersible-rated cable. 2. Siemens 9GEF. 3. Approved alternate: Contegra D. Float Switch-Type 2. 1. Weighted, cable-suspended float switch. 2. Gems Sensors LS-750. 2.4 PRESSURE EQUIPMENT A. Pressure Switches. 1. Weatherproof NEMA 4X housing. 2. 25-200 psi range. 3. 316SS pressure port and diaphragm with Viton O-ring. 4. Provide with diaphragm seal. 5. DPDT switch rated 5A at 125/250 VAC. 6. Dwyer Mercoid Series 1000W. B. Pressure Gauges. 1. 316SS case, liquid-filled, provide with diaphragm seal. Instruments 40 70 00- 3 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Wika 233.54 Series. C. Pressure Transmitters. 1. Rosemount 30515 Series 2. E&H Cerabar S 3. Siemens Sitrans DS III 4. Provide with diaphragm seal. 5. Instruments shall be configurable using HART standard communication devices. D. Differential Pressure Switches. 1. United Electric J402K Series. 2.5 TEMPERATURE EQUIPMENT A. Rosemount 3144P Temperature Transmitter or approved equal. 3.00 EXECUTION 3.1 INSTALLATION A. Install instruments and associated devices. Coordinate exact locations with Engineer as shown on the drawings. B. Install instruments in various locations in the field and on panels. Coordinate exact locations with Engineer. C. Coordinate outages and shutdowns with Engineer. Quantity and duration of outages and shutdowns are to be minimized. D. Starting or stopping of any existing pump; opening any existing breaker or disconnecting any instrument; shall be approved in advance through the Engineer. All installations shall be in accordance with the Manufacturer's recommendations and instructions. E. All the necessary mounting accessories shall be provided. END OF SECTION Instruments 40 70 00- 4 Whitecap WWTP Improvements Project No. 18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 40 80 00 COMMISSIONING OF PROCESS SYSTEMS 1.00 GENERAL 1.1 SCOPE A. Inspection,operational testing,adjustment,and calibration of each device,subsystem,and system,and placement of each device and system into service.The system supplier shall submit certified calibration reportsfor all instrumentsand loops for this project. The calibration shallcomply with the manufacturers'and ISA recommended practices.All calibrations shall be performed in the presence of Owner's authorized representative.The system supplier shall also recalibrate all instruments immediately prior to acceptance of the project by the Owner. Calibrations of all instruments shall be performed by the instrument manufacturer's factorytechnicians only. 1.2 SUBMITTALS A. Test Pla n: 1. At least 60 days before commissioning starts,submit a description of the tests to be conducted. The test procedure shall be detailed. Step-by-step on a loop-by-loop basis. 2. Include list of test equipment,test procedures,check-lists,and test report formats. 3. At the completion of each commissioning phase,deliver all test reports for phase to Owner with statement that phase test requirements have been satisfied. 4. Shop drawings. 5. All other applicable requirements of Division 01-General Provisions. B. Responsibility: Review for acceptance by the Owner's representative ofany plan, report, or other commissioning activity will not relieve the Contractor of his responsibility to meet the Contract requirements. 2.00 PRODUCTS 2.1 MATERIALS A. Devices and systems are specified in othersections of this Specification. Reference to "devices"means all devices included in the Contract. B. Any device which fails to meet contract requirements or published performance specifications of the manufacturer must be repaired or replaced as directed by the Owner at no cost to the Owner. C. Demonstrate that test equipment is fully operational and properly calibrated. D. The Owner reserves the right to disapprove test equipment that is improper or functioning improperly. 3.00 EXECUTION 3.1 OBSERVATION Commissioning Of Process Systems 408000-1/4 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. The Owner and/or Engineer reserves the right to witness any test,inspection,calibration,or start-up activity. B. Notify the Engineer in writing at least 2 working days in advance of any test.All tests executed without notifying the Enginee rare invalid and must be repeated. C. Perform commissioning of each device,subsystem and system under direct supervision of the individual manufacturer's factory-trained representative. 3.2 REPORTS A. Prepare report showing test procedures,conditions,and results of each test. Inthe test report,give applicable contract requirements,manufacturer's performances pecificat ions, permissible tolerances at each test point,actual values of tests igna Is,and test results. B. Checkoff List: 1. Maintain check-off list by loop number indicating tasks remaining to be done to make loop operational. 2. Submit check-off listform at least60days before commissioning starts. 3. Submit check-off lists when requested by Owner. 4. Lists will be requested no more frequently than once a week. 3.3 SCHEDULING GUIDELINES FOR COMMISSIONING PHASES A. Perform all commissioning in accordancewith the instructions on the Contract Drawings, these Specifications, manufacturer's instruction manuals,andthe direction of the Owner's representative. B. Commission field devices after installation of field instruments and prior to commissioning the instrument or the control panel. C. After installation of the instrument or control panel,and prior to loop commissioning, commission panel-mounted devices and systems. D. After commissioning field devices and panel-mounted devices,commission loops. 3.4 REQUIREMENTS A. Transmitters and Receivers: 1. Remove shipping stops before starting with these procedures. 2. Have manufacturer's instruction manuals available. 3. Install miscellaneous components such as charts,illumination,etc.,which have been supplied separately but are integral parts of equipment. 4. Test and exercise each instrument to demonstrate correct operation,first individually, then collectively, as functional network. 5. Check calibration of and recalibrate,where necessary,instruments at a minimum of three points over full operational range and prove instruments to be within specified accuracy. Commissioning Of Process Systems 408000-2/4 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6. Calibrate instruments individually and,where applicable,as loop(i.e.,transmitter, controller,and valve). 7. Specified accuracyfor loop is defined as root-mean-square summation(RMS) of individual device specified accuracies. 8. Individual device specified accuracy requirements shall be as specified by contract requirements,or by published manufacturer accuracy specifications whenever contract accuracy requirements are not specified. 9. Test each loop by applying simulated analog and/or discrete inputs to first elements of loop (i.e.,applying simulated analog and/or discrete sensor signals)and measuring outputs from final elements of loop (i.e.,controllers,alarms,indicators,etc.). 10. Apply continuously variable analog inputs to verify proper operation and setting of discrete devices(i.e.,alarms,etc.). 11. Make provisional settings on controllers,alarms,etc.,during loop installation tests. 12. Prepare calibration report on each instrument and loop. B. Flow Meters, Level Transmitters,and Pressure Transmitters: 1. Perform volumetric drawdown test for all flow meters and level transmitters. 2. Prepare test report for each meter and level transmitter. 3. If test results conflict with calibration report, recalibrate and repeat volumetric drawdown test. 4. Continue until drawdown test results prove calibration to be correct. C. Software Level Switches: Perform drawdown test for each level switch. Set switch in accordance with Specifications or,in absence of switch setting in Specifications, set in accordance with instructions from Owner's representative. D. PLC PID Controllers: 1. Check control action of each controller. 2. Check calibration of gain,integral and rate adjustments where specified,including all codes of operation. 3. For each setting,checkoutput for at least three inputs evenly spaced through input range. 4. Check at least three settings foreach adjustment evenly spaced throughout the adjustment range. 5. Run all diagnostic procedures. E. Interlocks: Ring and check interlocking circuits for conformance to Plans and Specifications. F. Start Up of Instruments: 1. Testeachcontrol loop under startupand steady-state operating conditions to verify that proper and stable control is achieved using instruments in each instrument panel and control panel. Commissioning Of Process Systems 408000-3/4 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a. Test control of final control elementsusing specified modes of manual and automatic control. b. Demonstrate bumpless transition between control station modes. c. Use signals from transducers,sensors,andtra nsmitters. d. Simulated input data signals are not permitted.Simulated input date signals may be used subject to prior written approval on a case-by-case basis by the Owner's or Engineer's representative. 2. Set proportional band, reset rate and derivative settings foreach control as recommended by manufacturer. 3. Verify transient stabilityof each control loop by applying control signal disturbances, monitoring amplitude and decay rate of control parameter oscillations,and making necessary controller adjustments to eliminate excessive oscillatory amplitudes and decay rates while retaining control sensitivity.Verify proper suppression of"reset wind- u p. „ 4. Contractor shall be responsible for calibration and ringing out all devices which are to be interfaced with the distributed control system. This shall include devices purchased and installed under other contracts or are already existing. END OF SECTION Commissioning Of Process Systems 408000-4/4 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 40 90 00 VENDOR CONTROL PANELS 1.00-GENERAL 1.01 WORKINCLUDED A. This section Includes: 1. Vendor Control Panel 2. Covers the furnishing and installation of control panels,including all devices,accessories and appurtenances required for proper operation of the control equipment for a complete and operating system. This section is supplemented by Division 26 Electrical. Also supplementing this section are the drawings which indicate locations and arrangement of equipment. The drawings also provide one-lines and schematics regarding connection and interaction with otherequipment. 3. Related Specifications • Section 40 63 00"Control System Operation" • Section 40 70 00"Instruments" • Section 40 9443 "Programmable Logic Controllers" 1.2 COORDINATION Control panels and equipment supplied under this section shall be designed and coordinated for proper operation with related equipment and specifications. All equipment shall be applied in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the device manufacturer and the related equipment manufacturer. Review of drawings submitted prior to the final determination of related equipment shall not relieve the Contractor from supplying systems in full compliance with the specific requirements of the related equipment. Related equipment and materials may include, but will not be limited to, instrument/control devices, conduit, cable, and piping as described in other specifications associated with this project. Installation drawings shall be prepared for interconnecting wiring between the related equipment and the equipment furnished under this section. 1.3 RESPONSIBILITY The control panels shall be provided and installed by the Contractor or his appointed subcontractors. The services of the controlled equipment supplier's technical representative shall be provided as necessaryto calibrate,test,and advise others of procedures for adjustment and operation. 1.4 SUBMITTAL DATA The following data shall be submitted for approved to the Engineer prior to fabrication or assembly of the control panels. Partial submittals of drawings or data will not be acceptable. No part of the panels shall be fabricated, assembled or shipped to the jobsite until the submittal data has been approved by Vendor Control Panels 409000-1/8 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E the Engineer. A. Outline drawings showing equipment arrangement,dimensions and weight. B. Descriptive bulletins and catalog information on all components sufficient for the Engineer to determine whether the proposed item follows the drawings and specifications. C. One-line or three-line diagram showing all breakers, starters, contactors, meters, switches, relays,etc.The diagrams shall alsoshowall equipment sizes and ratings. D. Elementary (schematic) diagrams for each control circuit showing device and terminal block numbers and all wire numbers. E. Wiring diagram showing the relative physical location of all items in the panel and all interconnecting wiring between devices. The wiring diagrams shall also show the identification of all device terminals,terminal blocks and wires, F. Interconnection diagrams shall be furnished by the supplier of the control panels.These drawings shall show the interconnection field wiring between the control panel and any remote equipment, panels, devices, etc. The interconnection drawings shall show the termination of this wiring both at the control panels and at the remote location. These drawings shall also show wire numbers, terminal block numbers, wire groupings in conduits and conduit numbers corresponding to those usedon the plan drawings. G. Material list - listing the quantity, manufacturer, rating, type, and manufacturer's catalog number of all components in the panel. 2.0 MATERIALS 2.1. CONTROL PANEL COMPONENTS A. Control Devices: All required control devices shall be furnished and installed as specified herein. All selector switches, push buttons, pilot lights, etc., for non- hazardous service shall be heavy duty, corrosion-resistant, NEMA 4X, Square D Class 9001, type SK or equal. Push- buttons shall be extended guard type. Pilot lights shall be push-to-test, transformer type. All devices shall be mounted on an internal hinged subpanel door. B. Motor Circuit Protector (MCP's): Short circuit and locked rotor protection shall be provided for each pump motor by a molded case circuit breaker with instantaneous magnetic trip. Trip and interrupting ratings shall be selected for actual motor full load and locked rotor amperage. Voltage rating shall be 480V minimum. Switching and resetting shall be accomplished without need to open the internal panel door. Breaker shall include an auxiliary contact that changes state on breaker trip. Vendor Control Panels 409000-2/8 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Circuit Breakers: Control and accessory circuits 240 volt and less shall be molded case circuit breakers for short circuit protection and switching. Breakers shall be U.L. listed for 120/240 volts with 10000 A.I.C.and 277/480 volts with 18000 A.I.0 minimum. Switching or reset shall be accomplished without need to open the inner panel door. D. Motor Starters: Magnetic type, full voltage start, non-reversing starters shall be provided for pump motor. Starters shall be horsepower rated in accordance with NEMA standards (IEC ratings are not acceptable). Overload relays shall be NEMA Class 20 with one thermal element per motor phase and shall be manually reset. Overload reset shall be accomplished without need to open the inner panel door. Starter coils shall be 120 volts. E. Control Power Transformers (CPT):Transformers 500 VA and smaller shall be internally mounted machine tool type, specifically designed for high inrush currents of starter and relay coils. Transformers larger than 500 VA shall be externally mounted outdoor rated dry type. Primary windings shall be provided with short circuit protection and switching. Secondary windings shall be fused and grounded. F. Alternator:An automatic,electronic alternatorshall change pump sequence aftereach operating cycle to equalize run time.The alternatorshall be equipped with selector switches toallow automatic alternationfor one or two pumps. LED indicators shall be provided to show lead pump position. Unit voltage shall be 120 volts. Contact rating shall be 10 amps resistive at 120 volts.The alternator unit shall be U.L. listed and shall be manufactured by Time Mark, Diversified, or equivalent. G. Space Heater and Thermostat: A 120-volt, 50-watt space heater shall be mounted to the panel back plate and equipped with a protective shield. A separate thermostat shall be provided for temperature control. The thermostat setting shall be adjustable to turn the space heateron at 300Fto 100°F. H. Elapsed Time Meters: Meters shall be mounted on the inner panel door to measure the running time of each motor. Meters shall be five digits, indicate tenths of hours and be non-resettable. Operating power shall be 120 volts. Relays and interlocks shall be provided to prevent operation of the meters when motor short circuit or overload devices are tripped. I. Control Relays: Relays for 120- and 24-volt circuits shall be industry standard plug-in type with tube type connectors. Contacts shall be rated 10 amps resistive, continuous. An internal light shall be provided to indicate relay energization. Relay sockets shall be the single-tier type. J. Surge Arrestors: The incoming power supply shall be furnished with a surge arrestor to limit damage from lighting surges. The arrestor shall be the silicon oxide varistor type designed for 600-volt, three phase service with a maximum rating of 100,000 amp with 1500 joule maximum energy. Vendor Control Panels 409000-3/8 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E K. Power Monitor Relay: Incoming power shall be monitored by a plug-in type relay which shall sense under or over voltage, phase loss or phase sequence charge and deenergized the control circuit when abnormal power conditions occur. Voltage drop out shall occur at 10% above or below an adjustable set point. Relay contacts shall delay one second prior to transfer under abnormal power supply and shall automatically reset 5 seconds after normal conditions are restored miniature pilot light on top of the relay shall be energized to indicate normal power conditions. Relay contacts shall be 10 amp resistive at 250 VAC,single pole double throw. L. Wiring: Control panels shall be completely factory assembled and pre-wired. The pump supplier shall thoroughly test the control panel and level control system for proper operating sequence under all conditions before shipment of the panel to the job site. Control wiring shall be stranded copper, #14 AWG minimum size. Power wiring shall be stranded copper, #12 AWG minimum. All wiring insulation shall be dual rated for Type THHN and THWN applications. All control wiring terminations shall be made using vinyl insulated, crimp type connectors, with spade type lugs. Each control wire shall be labeled at each end with a preprinted, tube type or heat-shrink type wire marker, or shall be color coded. Screw type terminal strips shall be provided and suitably identified for termination of field wire control circuits. Submittal drawings shall include wire identification and terminal numbers. Control terminal blocks shall be rated 300 volts minimum and shall provide four unidentified spare sets. Incoming power terminals shall be lug type rated 600 volts minimum. Separate bare copper ground lugs shall be provided for incoming and pump ground wire. All wiring shall be neatly tie- wrapped and secured. M. Legends and Nameplates: Provide an appropriately engraved laminated plastic nameplate for each control device in panel and on panel exterior door. Legend plate indicating the operating function of pilot devices (START, STOP, RESET etc.) shall be aluminum with black background and white lettering. Nameplates indicating the controlled device shall be black laminated plastic 1/2-inch-wide with 1/4-inch white engraved lettering. Nameplates identifying the control panel and mounted on the exterior door shall be black laminated plastic one inch wide with 3/8-inch white lettering. Legends shall be mechanically attachedwiththe pilot device. N. Float Switches:Wet well liquid level shall be signaled by non-metallic float switches with a normally open contactthat closes on liquid level rise.Switches shall be the non- floating type with internal weighting to keep the switch below water after tilting. Float switches shall consist of a polypropylene float housing, mercury switch and neoprene jacketed control cable. Float housing shall be leakproof, shock and corrosion resistant. Mercury switch shall be metal-encased,shock resistant,with 10-amp, 120-volt contact, N.O.or N.C.as indicated by the control schematics. Power cables shall be of adequate Vendor Control Panels 409000-4/8 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E length to prevents plicing prior to terminal connection but not less than 20 feet. Floats shall be the product of Anchor Scientific, Inc.or Flygt or an approved equal. O. Field Wiring: Panel shall include terminal stripfor field wiring. P. Enclosure:Control panels shall conform to NEMA4X 316SS Standards and be constructed of fiberglass-reinforced polyester-resin. Backpanels for mounting components shall be aluminum. Panels shall be completely dead front and shall have no equipment, pilot lights, pushbuttons or other devices installed in the exterior door. All such components required to be panel mounted shall be installed on an internally mounted, hinged, swing-out aluminum subpanel.The subpanel shall have captive screw- fastened latches,shall be capable of being opened a full 90 degrees,and shall be grounded. Exterior doors shall be gasketed, pad-lockable,continuous piano-type hinged and equipped with luggage type latches.All external hardware shall be stainless steel. The panel shall be sized as required to contain all required components. 2.2 CONTROL PANEL A. Effluent Lift Pump Control Panel: 1. Nema 4X 316SS Enclosure 2. Ela psedtime meters for each pump 3. Hand-off-auto switch with auxiliary contacts 4. Motor Circuit Protectorfor each motor 5. Motor Over loads with auxiliary contacts 6. Control Power Transformer 7. Circuit Breakers for additional devices 8. Motor Sta rters for each pump 9. Surge Arrestors 10. Wiring 11. Alternating Relay 12. Auxiliary Relays 13. Space heaterwith thermostat 14. Name Plates as required 15. Red run light for motors 16. Power/Phase monitor 17. Field wiring terminal blocks 2.3 CONTROLSEQUENCE 1. Referto Section 40 63 00"Control System Operation". 3.0 EXECUTION 3.11 NSTALLATI ON: Vendor Control Panels 409000-5/8 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Control panels shall be installed as indicated on drawings and as specified herein. Any deviation from such must be approved by the Engineer. 3.2 STARTUPAND FIELDTESTING: A. General: The equipment manufacturer shall furnish the services of a qualified factory field service engineer for one 8-hour working day at the site to inspect the installation and instruct the Owner's personnel on the operation and maintenance of equipment. The qualifications of the field service engineer are subject to the approval of the Engineer B. Installation Inspection: After the motors have been completely installed and wired the contractor shall: a. Meggerstatorand power cables b. Check for proper motor rotation C. Check power supply voltage d. Measure motor no load current e. Check control operation and sequence During this initial inspection, the manufacturer's service representative shall review recommended operation and maintenance procedures with the Owner's personnel. Any defects or improper operation shall be corrected by the Contractor at no additional cost to the Owner. 3.3 PANELS A. Labeling 1. Enclosures: Labels shall be provided for each control panel as specified herein and on drawings. 2. Control devices: Limit switches, solenoid valves and similar pilot devices shall be labeled with stainless steel tags having 1/4" high indented lettering. The tags shall be permanently and securely attached with stainless steel tie wire. B. Wiring: All field control wiring shall be labeled with wire markers where entering control enclosures, terminal boxes, etc. Wire markers shall be tube type, heat-shrink type or write-on adhesive type. Single digit individual markers shall not be used. Wire numbers shall be in accordancewith the approved schematic drawings. C. Voltage warning signs 1. Voltage warning signs shall be installed on all distribution enclosures or devices containing voltages over 120 volts to ground. Voltage warning signs on outdoor Vendor Control Panels 409000-6/8 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E equipment shall be furnished and mounted by the supplier of the equipment. Signs shall read - "DANGER - HIGH VOLTAGE" and shall indicate the circuit voltage present within the enclosure. 2. Multiple source signs: Multiple source signs shall be provided for any enclosure containing voltage sources from more than a single disconnecting means. Signs shall be yellow laminated plastic with 1/4" high engraved lettering. "CAUTION: Energized wiring from sources is contained in this unit. END OF SECTION Vendor Control Panels 409000-7/8 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Vendor Control Panels 409000-8/8 Whitecap WWTP Improvements-18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 40 94 43 PROGRAMMABLE LOGIC CONTROLLERS 1.0 GENERAL 1.1 RELATED DOCUMENTS A. References: 1. NFPA 70(NEC) 2. Programming Languages IEC 61131-3 1.2 SUMMARY A. This Section includes Programmable logic controllers for control of process equipment, process-oriented machinery, and process systems. 1.3 SUBMITTALS A. Product Data: For each type of PLC include dimensions, mounting arrangements, and weights. Also include, manufacturer's technical data on features, performance, electrical ratings, characteristics, and terminal connections. B. Operation and Maintenance Data: Provide for each PLC component literature detailing routine maintenance requirements (if any). 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer shall have, within 100 miles of Project site, a facility, distributor, system integrator, or panel shop capable of providing training, parts, and coordination of emergency maintenance and repairs. B. Source Limitations: 1. Provide all PLCs from a single manufacturer. If the PLC manufacturer has authorized third party vendors to provide modules that are compatible with their platforms, then products manufactured by these authorized third-party vendors will be acceptable. 2. To insure reliability and compatibility with all aspects of the control system, all PLC equipment shall be from the same vendor as the SCADA software, Operator Interface Terminals, and Power Distribution Equipment. C. Comply with NFPA 70. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver PLC components in packaging designed to prevent damage from static electricity, and physical damage. B. Store PLCs according to manufacturers'requirements. Programmable Controllers 409443-1/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.6 SPARE 1/0 A. Each PLC will be sized to handle the required 1/0 plus a percentage of spares. When calculating spare, 1/0 count, always round up. When configuring spare, 1/0 counts, use the following criteria: 1. Analog Inputs (Al): Required for the PLC plus 15%. 2. Analog Outputs (AO): Required for the PLC plus 15%. 3. Digital Inputs (DI): Required for the PLC plus 15%. 4. Digital Outputs (DO): Required for the PLC plus 15%. 1.7 SPARE PARTS A. Furnish spare parts as described below for each type of PLC. Material shall be packaged for long term storage and identified with labels describing contents. 1. 1/0 Cards: Provide as a minimum a spare of each type of card identified. Provide an additional spare for every 10 cards of a specific type installed. 2. Processors: Provide as a minimum a spare for each type of CPU identified. 3. PLC oriented Power Supplies: Provide as a minimum a spare of each type of power supply identified. Provide an additional spare for every 10 power supplies of a specific type installed. 4. Memory Cards: Provide as a minimum a spare of each type of card identified. Provide an additional spare for every 10 cards of a specific type installed 5. Specialty Modules: Provide as a minimum a spare of each type of module identified. Provide an additional spare for every 10 modules of a specific type installed 2.0 PRODUCTS 2.1 MANUFACTURERS A. Qualified Manufacturers: 1. Plant Process Control PLCs: a. Process Control: Allen-Bradley-1769L33ER, CompactLogix 2MB ENet Controller 2.2 PROGRAMMABLE LOGIC CONTROLLERS A. GENERAL: 1. Description: A module-based PLC designed for up to 120 points of 1/0. Each module shall have a limited amount of 1/0, an ability to accept communication or processor card, and an integrated power supply for that module and communication or processor card. The PLC shall not require a chassis or rack. 2. The PLC shall: a. Collect data, perform process control functions, communicate with other PLCs, and distribute process information along the local area network. b. Be able to have its program downloaded from a remote workstation over a network, or locally programmed from a portable laptopcomputer. C. Allow for the expansion of the system by addition and configuration of hardware. 3. Executive firmware shall be stored in Flash memory and can be updated in the field using standard programming tools. Executive firmware files shall be readily available via a public web site. Programmable Controllers 409443-2/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. Each discrete point shall have a light emitting diode to indicate point status. An illuminated LED shall indicate that the point is logic level "1", also referred to as "on" or"high". 5. The PLC shall utilize Ethernet protocols that meet thefollowing: a. Protocols that are assigned to port 502 of the TCP/IP stack by the IANA (Internet Assigned Numbers Authority). b. Devices must utilize embedded web pages, or a physical means such as DIP switches, to be recognized and properly addressed on the network. Ethernet protocols that require network management software or utilize configuration files that must be downloaded to Ethernet devices, for proper network addressing, and recognition are not acceptable. C. Will not rely on third party vendors to meet the above criteria. 6. Processor Features: a. Each processor shall have a RS-232 Modbus port for programming. Processor performance shall be rated at least 1ms/K. Acceptable processors are detailed below: 1) 2MB of internal user RAM. Processor shall have a RS-232 Modbus port and an Ethernet port. 2) 2MB of internal user RAM. Processor shall have a I/O bus port and an Ethernet port. 3) Standalone processor with 2MB of internal user RAM. Processor shall have a RS-232 Modbus port and a 4 Ethernet port. b. The PLC shall utilize a battery to protect the memory in the case of powerloss. C. The PLC shall have on board status lights to indicate the following various functions: 1) Program execution 2) Communication status 7. I/O: The PLC modules shall have embedded I/O capability. Modules will be available that supports the following: a. Analog Inputs: All Analog input cards will offer isolation between channels. 1) Four (4) +/-25mV, +/- 100mV, Pt100, Pt1000, Ni100, Ni1000, B, E,J, K, N, R, S,T differential input 2) Eight (8) +/- 10V or 0-20mA differential input. 3) Sixteen (16) +/-10V or 0-20mA single ended input. b. Analog Outputs: All analog output cards will offer isolation between channels, 1) Four (4) channel +/- 10V, 0-20mA output C. Discrete Inputs: 1) Sixteen (16) channel sink 24VDC input cards 2) Sixteen (16) channel 120VAC input card d. Discrete Outputs: 1) Sixteen (16) channel 24VDC (0.5A/channel) solids state switch outputcard 2) Eight (8) channel 120VAC (0.5A/channel) output card. 3) Sixteen (16) channel 120VAC (0.5A/channel) output card. 8. Specialized I/O Cards: The PLC shall have a series of application specific I/O cards. These will be as follows: a. High speed counter card: Six (6) channels rated 24VDC at 10 KHz single ended, or Three (3) channels 5VDC at 200Khz differential. b. Combination Card with Six(6) 120 VAC inputs, and Three (3) solid state switch Programmable Controllers 409443-3/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E output. Card will include a Modbus port. 9. Communication Capabilities: Each base module will be capable of mounting a communication card. Cards will be available for the following protocols: a. Ethernet TCP/IP utilizing Modbus TCP protocol b. Modbus Plus C. Modbus d. DeviceNet 10. Option Adapters: The PLC shall have a series of option adapters to enhance the communication capabilities of the processors. The option adapters shall fit between the module and processor card. The adapter will fit in the same spot reserved for processor or communication cards. The option adapters will be available with the following configurations: a. Single Modbus Plus port b. Redundant Modbus Plus ports C. Single serial port with RS-232 or RS-285 configuration via software. 11. Power Supplies: Each module shall have an integral power supply. The modules shall be available in both 24 VDC and 115 VAC models. The power supply should be capable of powering the 1/0 and communication adapter; 1/0 and processor; or I/O, processor, and will be from 16 to 36W. B. PLC PROGRAMMING REQUIREMENTS: 1. The system shall be compatible with the Studio 5000 LogixDesigner. C. PLC ENVIRONMENTAL REQUIREMENTS: 1. The PLCs must meet or exceed the following environmental requirements: a. Minimum temperature range: 1) Operating: 0-55°C (+32 to+131°F) 2) Storage: -25 to +70°C (-13 to +158°F) b. Relative humidity: 30 to 95% non-condensing. C. Altitude: 1) Operation 0-6,500 feet minimum 2) Storage 0-9,800 feet minimum d. Degree of protection: NEMA 1 (11320) D. MANUFACTURER: 1. The basis of design is the Allen-Bradley-1769L33ER, CompactLogix 2MB ENet. 3.0 EXECUTION 3.1 APPLICATIONS A. Select PLC based upon 1/0, memory, communication, expansion, and system requirements. If multiple PLC panels from different vendors will be supplied, coordinate with other vendors to ensure that PLCs are of similar brand and are equipped to utilize identical communication networks. Programmable Controllers 409443-4/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.2 INSTALLATION A. PLC mounting shall be in accordance with manufacturers requirements. This includes anchorage within enclosures, spacing, wire sizing, and ventilation requirements. Before starting up, remove all temporary stickers used to cover ventilation holes. B. PLC lights, keys, communication ports, and memory card slots shall be accessible at all times. Lights shall be visible at all times when enclosure door is opened. 3.3 IDENTIFICATION A. Identify PLC components, and wiring according to all applicable codes, standards and contract document sections. B. Each 1/0 point shall be identified on the door of PLC 1/0 cards. C. DEMONSTRATION 1. Control panel supplier shall provide a qualified service representative to train Owner's maintenance personnel to adjust, operate, and maintain PLCs. Manufacturer's standard training will be sufficient unless specified elsewhere. END OF SECTION Programmable Controllers 409443-5/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Programmable Controllers 409443-6/6 Whitecap WWTP Improvements—18087A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 43 11 17 AERATION BLOWERS 1.00 GENERAL 1.01 SECTION INCLUDES A. Provide Multistage Centrifugal blower and related appurtenances as a package as shown on the drawings. B. This section includes the requirements for the provision of one (1) blower unit as indicated on the drawings, one (1) blower shall be installed in the Blower Building 2.The aeration basin blowers shall be identified as B-619. New B-619 will be installed in parallel piping with three (3) existing blowers and feed air to the aeration basin. C. Provide blower and all associated air service equipment, in place, as shown on the drawings.The specified blower package shall include, but is not limited to, the blower, PLC (including surge protection), flow conditioning equipment, DO monitoring equipment(DO probes, sensor controllers, and associated mounting hardware), air service valves and electric actuators, air flowmeters, and blower master control panel for coordination of blower operation amongst all installed blowers. D. The Contractor shall be responsible for additional design and costs associated with modifying applicable structure(s)to accommodate equipment with dimensions other than those shown on the drawings. This requirement includes equipment supplied by "Acceptable Blower Manufacturers"that may differ from the dimensions shown on the drawings. All designs must be approved by the Owners Representative. E. All equipment specified under this section shall be provided by a single manufacturer/supplier. F. Manufacturer/supplier shall be responsible for the manufacture, warranty, service, and operation of all equipment specified herein. Moreover, manufacturer/supplier shall, in addition to the Contractor, assume responsibility for the proper function of all equipment, following installation. 1.02 RELATED WORK A. Section 40 63 00, Control System Operation B. Section 40 94 43, Programmable Logic Controllers (PLC) C. Section 40 90 00, Vendor Control Panels D. Section 40 70 00, Instruments Addendum 3 -Aeration Blowers 431117 - 1 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.03 SUBMITTALS A. Contractor shall provide all submittals in accordance with the requirements of Section 01 30 00-Submittals Register. B. If applicable, all equipment substitution requests shall be made in accordance with the requirements of 00 72 00 General Conditions. C. Submit complete descriptive data of blower and driver, including, but not limited to,the following: blower curves, horsepower requirements, materials of construction for blower components, fabrication and installation drawings; complete description of driver including horsepower, electrical characteristics, bearing life ratings, and electrical, instrumentation and controls component requirements and drawings; pertinent design calculations, insulation ratings, and any other related information necessary to facilitate Owner and Owners Representative's review. 1. Provide complete control schematics, electrical diagrams, and logic diagrams. 2. Provide ladder logic diagrams. 3. DO Control logic algorithms. Submit operating and maintenance instructions, service manuals and parts list applicable to each item of equipment furnished. Once approved by Owners Representative, deliver three bound sets of same for Owner's use. Delivery of required documents is a condition of final acceptance. Operation and maintenance instructions should include all nameplate data and design parameters. Clearly distinguish between information that pertains to the particular equipment and information that does not. If proprietary algorithms are proposed for control, open equivalents shall also be provided with provisions for bypassing proprietary closed portions of control.All open code shall be provided. D. Shop Drawings/Product Data. At a minimum, provide the following: 1. Make, model, weight, and horsepower of major items of equipment. 2. Complete catalog information, descriptive literature, specifications, and identification of materials of construction. 3. Any exceptions to the specifications. 4. Detailed structural, mechanical, and electrical drawings showing the equipment dimensions, size, and locations of connections and weights of associated equipment. 5. Complete motor nameplate data, as defined by NEMA, motor manufacturer, and including any motor modifications 6. Factory finish system. E. Quality Control Submittals. At a minimum, provide the following: 1. Positive Displacement Blower: Manufacturer's written procedure for his ISO 1217 testing. Certified ISO 1217 test results, including all electronic data taken for each unit. 2. Location of U. S. factory authorized service centers, and parts inventory location for major components. 3. Special shipping, storage and protection, and handling instructions. 4. Manufacturer's printed installation instructions. 5. Manufacturer's Certificate of Proper Installation. 6. Millwright's certification of proper field alignment. Addendum 3 -Aeration Blowers 431117 -2 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 7. Suggested spare parts list to maintain the equipment in service for a period of 2 years. Include a list of special tools required for checking, testing, parts replacement, and maintenance with current price information. 8. List special tools, materials, and supplies furnished with equipment for use prior to and during startup and for future maintenance. F. Operation and Maintenance Manuals. Provide two copies of the preliminary operations and maintenance manual for review and approval. Upon approval of the preliminary manuals, provide three copies of the operation and maintenance manuals. 1.04 WARRANTY A. Provide equipment warranty in accordance with the requirements of Section 0170 00, Contract Closeout. 1.05 QUALITY ASSURANCE A. The Manufacturer shall have been in the business of manufacturing/design of blowers for a minimum of 5 years through direct experience, or through the purchase of design technology. B. Certified Blower Test: Submit a detailed test plan with complete piping and instrumentation configuration diagram, showing inlet and discharge air test pipes size. The location, type, and quantity of all major instruments necessary for performance data, with corresponding distances from reference points, shall be identified. As a minimum, the detailed test plan shall include: 1. Quality control procedures as written in ISO or ASME manual. 2. ISO 1217 or ASME PTC-10 test procedure and method of calculating results. 3. Functional testing of entire package, instrumentation, ancillary components, and LC P. C. Provide performance test results per ISO 1217 on each blower, as applicable. Provide results of each required test, summarized in a separate, certified, written report. 1. Tests shall be conducted using the actual blowers being supplied.Test results from previous models or similar sized blowers shall are not acceptable. 2. All tests shall be conducted at the manufacture's factory. 3. Test reports shall be signed and sealed by the blower manufacturer's engineer in charge of testing. 1.06 If the certified factory tests indicate noncompliance with the requirements of this specification, the blower shall be reworked and retested at the manufacturer's expense until complacence with the specification is attained. 1.07 DESIGN CRITERIA A. Design Requirements: 1. Aeration Basin Blowers: A summary of the design parameters is given in Table 43 11 17-1. Addendum 3 -Aeration Blowers 431117 -3 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Table 43 1117-1 DESIGN PARAMETERS,AERATION BASIN BLOWERS Parameter Aeration Blower Quantity 1 Designation B-619 Capacity 1,300 scfm Number of stages 1 - 10 Operating speed 3,525 RPM Maximum casing 20 PSIG pressure Discharge Pressure 11.8 psig Inlet Temperature 5 - 1050F Inlet Elevation 10.00 ft. Driver Arrangement Direct Drive Horsepower 100 HP(Max) Filter/Silencer 1,300 scfm Capacity 2. Select equipment to operate with minimum of noise and vibration. If equipment is judged by the Owner or Owner's Representative to produce objectionable noise or vibration,the Contractor, at his expense, must rectify such conditions without change in the contract sum. 2.00 PRODUCTS 2.01 MANUFACTURER A. Multistage Centrifugal Blower Manufacturers: 1. Garner Denver 2. Atlas Copco 3. Approved Equal 2.02 PRODUCT DESCRIPTION A. Multistage Centrifugal Blower: Provide Multistage Centrifugal type blower assemblies, motors, , expanders, valves, controls,gauges and related items. B. The furnished equipment shall provide a constant volume of gaseous flow and operate at a pressure that is within the manufacturer's recommended limits. 1. Impeller housings shall consist of ASTM A48 class 30 cast iron intermediate sections (Class 25 is not acceptable) held securely between cast iron inlet and outlet heads with steel tie rods. The modular housing components shall be sealed by precision- Addendum 3 -Aeration Blowers 431117 -4 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E machined rabbet joints and bonded with a sealant that can withstand the operating temperature of the blower.A tapped drain hole with a stainless steel pipe plug shall be provided in the bottom of each section. The inlet and outlet connections shall have an ANSI 125 pound drilled, tapped, and flanged pattern. The flanged connections shall be an integral part of the head castings.Materials: 2. Impellers shall be of fabricated ASTM 6061-T6 or cast ASTM SC64C Sr-319 aluminum construction. Each impeller will be dynamically balanced to insure mechanical operation of not more than .235 IPS(peak to peak) vibration amplitude when measured on the bearing housing in the vertical and horizontal direction for direct driven packages. Vibration readings will be taken with the blower at operating speed.Tip speed of the impellers will not exceed 350 ft./sec 3. Diffusers: Diffuser sections shall be provided between impellers. These sections shall receive air from one impeller and guide it into the next impeller. Diffuser vanes shall be an integral part of the intermediate section casting. Guide vanes shall be an integral part of the return channel in the intermediate casting. 4. Baffle Rings: The blower shall have one-piece ASTM A240 Grade 304 stainless steel baffle rings connected to the castings directly or by mounting rings. 5. Shaft:The blower shaft shall be of sufficient diameter and rigidity/strength to operate at least 20% below the first lateral critical speed and shall be fabricated from high strength carbon steel. 6. Bearing Housing: Bearings shall be mounted in ASTM A48 class 30 cast iron outboard bearing housings designed to isolate the bearing from the blower temperature. Each bearing housing shall have a bronze labyrinth, viton lip, or cast iron type insert in the area inboard of the bearing. This insert shall serve as a back- up bearing and protect the bearing from external contamination. 7. Seals: No contact shall be allowed between the rotating element and the housing, except at the shaft bearings or when special contact seals are provided. Non- contact labyrinth seals shall be provided to minimize air/gas leakage. 8. Bearings:The blower shaft will be supported between two deep groove anti-friction ball bearings without filling slots.The bearings shall be able to be lubricated, inspected or replaced without disconnecting any piping or disassembling the blower. The blower shall be grease lubricated. Bearings will be sized for extended L10 life, at the speeds and loads imposed by this application, in accord with AFBMA Standards for Ball and Roller bearings, Section 9. The Engineer reserves the right to require substantiating bearing life calculations. 9. Base: Each motor-blower unit will be mounted on an ASTM A36 hot rolled structural steel fabricated base. Suitable resilient foundation mounting pads will be furnished and installed beneath the base. 10. Flexible Drive Coupling: The blower shall be connected to the driver with a suitable non-lubricated flexible coupling,with a minimum service factor of 1.35 (Elastomer Type) or 1.5 (Flexible Disc Type). The installing contractor shall check, and if necessary, adjust the alignment of the coupling(s) in accordance with the manufacturer's instructions. Each coupling shall be covered with a suitable coupling guard. During layout a factory laser alignment shall be conducted prior to shipment to facilitate alignment in the field Addendum 3 -Aeration Blowers 431117 -5 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 11. Expansion Joint: Reinforced, flexible rubber expansion connectors shall be supplied to mate with the blower's inlet and outlet flanges. This will isolate the blower from the piping system. The connectors shall be reinforced EPDM, rated for 20 PSIG (20" Hg Vac) and 300 degrees F operation. The connectors shall be shipped loose for field installation. 12. Inlet Throttle Butterfly Valve: A wafer style butterfly valve for mounting on the blower inlet shall be provided and be of the same size as the blower inlet connection. Valve design shall have bi-directional flow, metal seat, 416 stainless steel shaft, and 200-PSI CWP rated. Valves 8" and smaller shall have a ten (10) position locking lever operator. Valves 10" and larger shall have a gear type hand- wheel operator. The valve shall be shipped loose for field installation. 13. Discharge Check Valve: A check valve to prevent backflow shall be provided for installation in the discharge piping of each blower. The check valve shall be sized to match the blower discharge piping. It shall be of the positive sealing, springless, double leaf style with silicon seats suitable for 500 degrees F. The valve shall be shipped loose for field installation. 14. Discharge Isolation Butterfly Valve: A discharge butterfly valve shall be provided for installation in the downstream piping. It shall provide positive line shutoff during periods of blower maintenance. Valve design shall have bi-directional flow, EPDM seat, 416 stainless steel shaft, and 200-PSI CWP rated. Valves shall have a gear type lever operator. Valves installed more than seven feet above the floor shall be provided with chain-wheel operators and chain regardless of size. The valve shall be shipped loose for field installation. 15. Local blower Protection Panel: A local blower protection panel shall be provided for each blower to protect against blower surge and motor overload. The panel shall be Gardner Denver"SmartMeter[fl" II digital solid state meter, in a NEMA 4X, 304 stainless steel, outdoor rated enclosure, or equal. A properly sized current transformer shall be provided loose,for installation in the MCC by others. Each SmartMeter[d II monitor shall have four separate setpoints, each with a 5 amp, SPST, Form A, 240VAC rated relay contact. The following setpoints shall be pre- programmed and field adjustable: Impending Surge, Surge, Impending Overload, and Overload. The SmartMeter[d II shall have three seven segment LED digital displays that provide current equipment status in a message format, digital readout of motor amperage, and digital readout of the blower air flow. Alarm LEDs shall be provided on the front of the SmartMeterld II,visible through a plexiglass window in the panel door. The alarm LEDs shall provide indication when impending surge, surge, impending overload, and overload conditions exist. A manual reset pushbutton shall be provided that is accessible from the front panel exterior. The protection panel shall be Gardner Denver model BA2140 SmartMeterld II or equal. 16. Provide TEFC motor, sized for horsepower as shown in Table 43 1117-1. Motor rating will be 460 volt, 3 phase, 60 hertz squirrel-cage induction motor with 1.15 service factor, and will be factory tested and mounted with the blower. The service factor of the motor will not be used in establishing the nameplate rating. Motors Addendum 3 -Aeration Blowers 431117 -6 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E will be suitable for starting on full voltage. Blower BHP at design conditions shall not exceed the nameplate rating of the motor. 2.03 COATING A. Provide manufacturer's standard coating for equipment being placed in corrosive and coastal environments. Refer to Sections 09 96 00, High Performance Coatings. 3.00 EXECUTION 3.01 INSTALLATION A. Support all piping so as to preclude the possibility of exerting undue forces and moments on the blower flanges. The blower frame shall be mounted on a flat and level concrete pad suitable for supporting the dead weight of the unit. B. Provide a complete change of the correct lubricant for blowers. C. The blower manufacturer shall furnish the services for 1 days of a factory-based mechanic to check the installation of the blower and make any field adjustments necessary to ensure proper mechanical operation. The blower manufacturer shall submit a written report certifying that the equipment has been satisfactorily installed and lubricated. D. Blower manufacturer shall provide required support to contactor to ensure Most Open Valve DO control system works as intended. 3.02 TESTING AND TRAINING A. After all equipment installation has been completed and put into operation, subject each to an operating test under design conditions to ensure proper sequence and operation throughout the range of operation. Make adjustments as required to ensure proper functioning of all equipment. B. Upon completion of work, and at a time designated by the Owner's Representative, provide services of a competent representative of the Contractor for a period of at least 8 hours to instruct the Owner's representative in the operation and maintenance of the equipment. END OF SECTION Addendum 3 -Aeration Blowers 431117 -7 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 46 20 20 CONTINUOUS CLEANING MECHANICAL BAR SCREEN 1.00 GENERAL 1.1 SECTION INCLUDES A. This section includes the requirements for the provision of all required equipment, controls, appurtenances, installation and testing for one (1) automatic continuous cleaning mechanical bar screens with multiple rake blades.As indicated on the drawings, the screen shall be installed at the Bar Screen Building. The automatic bar screens shall be identified as SCR-201and shall include all components required for complete and fully operational continually cleaned mechanical bar screen. Coordinate with compactor-washer under Section 46 20 21-Screenings Compactor-Washer. B. A new Lakeside Raptor mechanical bar screen was recently(2021) installed. C. The Contractor shall be responsible for additional design and costs associated with modifying applicable structure(s)to accommodate equipment with dimensions other than those shown on the drawings. This requirement includes equipment supplied by "Acceptable Manufacturers" that may differ from the dimensions shown on the drawings. All designs must be approved by the Engineer. D. All equipment specified under this section and Section 46 20 21 -Screenings Compactor- Washer, shall be provided by a single manufacturer/supplier. E. Manufacturer/supplier shall be responsible for the manufacture, warranty, service, and operation of all equipment specified herein. Moreover, manufacturer/supplier shall, in addition to the Contractor, assume responsibility for the proper function of all equipment, following installation. 1.2 SUBMITTALS A. Contractor shall provide all submittals in accordance with the requirements of Section 01 33 01 -Submittal Register. B. Submit complete descriptive product data for all equipment to be provided, including but not limited to, fabrication and installation drawings, electrical, instrumentation and controls component requirements and drawings, pertinent design calculations, and any other related information necessary to facilitate Owner and Engineer review. C. Shop Drawings/Product Data. At a minimum, provide the following: 1. Make, model, weight, and horsepower of each equipment assembly. 2. Complete catalog information, descriptive literature, specifications, and identification of materials of construction. 3. Any exceptions to the specifications. 4. Detailed structural, mechanical, and electrical drawings showing the equipment dimensions, size, and locations of connections and weights of associated equipment. Continuous Cleaning Mechanical Bar Screen 462020- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. Power and control wiring diagrams, including terminals and numbers. 6. Complete motor nameplate data, as defined by NEMA, motor manufacturer, and including any motor modifications. 7. Factory finish system. D. Operation and Maintenance Manuals. Provide complete operation and maintenance manuals for all equipment. E. Provide a letter of certification for: installation, operation, training, and factory and field testing data and results. 1.3 WARRANTY A. Provide equipment warranty in accordance with the requirements of Section 01770, Closeout Procedures. 1.4 REFERENCE STANDARDS A. ASTM A48 B. ASTM A536 C. NEMA D. UL 2.00PR0DUCTS 2.1 DESIGN CRITERIA A. The following chart represents the design criteria for FS-101 and 102 Number of Bar Screens One (1) Screen Capacity(each) 2.5 MGD Screen Channel Depth 17'-0" Screen Channel Width 4'-0" Screenings Discharge Height above Channel Floor 91-411 Maximum Upstream Water Depth 3'-0" Blinding Assumed at Maximum Water Depth 40% Loss Across Screen at Maximum Flow and Assumed Blinding 1'-0" Minimum Bar Height 5'-6" Bar Spacing 1/4 inch Maximum Screen Incline from Vertical 15 degrees Continuous Cleaning Mechanical Bar Screen 462020- 2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Screen shall have no wall recess (Pull-Out Type) 2.2 ACCEPTABLE MANUFACTURERS A. Provide equipment from one of the following acceptable manufacturers: 1. Lakeside 2. Or approved substitution. B. If applicable, all equipment substitution requests shall be made in accordance with the requirements of Section 00 72 00 General Conditions. 2.3 QUALITY ASSURANCE A. Manufacturer shall have at least 5 years experience in manufacture, operation, and servicing of equipment of type, size, quality, performance, and reliability equivalent to that specified. B. All materials used shall be new, of high grade, and with properties best suited to this working environment. 2.4 PRODUCT DESCRIPTION A. General Screen Provisions. 1. Rakes shall approach channel invert from upstream side of screen and rake upward at upstream face with tines penetrating between the bars. 2. Screenings shall be discharged on downstream side of screen to a compactor-washer (WC-201 ). See Specification 46 20 21 Screenings Compactor-Wahser. 3. Framework of screen shall be constructed of Grade 304 stainless steel with a minimum cross section thickness of 1/4 inch. Various parts fastened by welding, riveting, or bolting shall be braced as necessary to ensure a rigid structure. The side frames shall be formed to a channel profile. No braces, gussets or stiffeners shall be inside the screen frame that shall allow for screenings to collect. 4. The screen frame shall be supplied in one piece requiring no field assembly. 5. Bolts and nuts shall be of Grade 304 stainless steel. 6. Anchor bolts shall be 3/4-inch Grade 304 stainless steel furnished by the Contractor. 7. Screen bars shall be constructed of Grade 304 stainless steel. 8. The screen bars shall be individually replaceable without any welding or cutting. Replacement screen bars shall be available from the screen manufacturer. 9. Bars shall be tapered in a wedge shape. Round bars shall not be used. 10. Bars shall be fastened to a dead plate that extends to the point of discharge. Screen shall be designed to be pulled out of the channel. Plastic side flaps shall seal the screen to the channel walls. 11. The screen field shall be accurately constructed to give a clear opening of inches between the bars. There shall be no space wider than the opening between the bars which would permit passage of larger solids through the screen. 12. Bars shall be supported from framework and be readily removable. Continuous Cleaning Mechanical Bar Screen 462020-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 13. Dead plate of Grade 304 stainless steel plate (1/4 inch thickness) shall extend to the point of discharge. 14. Supply emergency stop pull chord switches and guarding for moving equipment in conformance to OSHA requirements for personnel safety. B. General Motor Provisions. 1. The motor shall be AC induction type, inverter duty rated. The motor shall be 3 phase, 460 volt and mounted to the gear reducer. Motor shall be 3HP maximum. C. Control Panel. 1. A bar screen main control panel shall be furnished, completely pre-wired and tested, requiring only mounting and connection to external wiring by an electrical contractor in the field. Control panel shall include all equipment required to control the bar screen as specified herein and in Section 40 63 00-Control System Operation. 2. Control Panel(s) shall be NEMA 4X stainless steel and shall include a main, lockable, flange mounted disconnect. The panel shall be constructed by a UL certified control panel build facility and shall be supported by the appropriate UL 508A labeling. 3. Control panel enclosure shall be sized as required to house equipment and shall be suitable for mounting or mounting to strut-type supports. Enclosure shall be rated NEMA 4X 316 SSTL. A separate local control panel rated NEMA 4X 316 SSTL shall be provided. 4. Bar screen shall be controlled by relays based off of level sensor and timer inputs. 5. Local control pannel shall include all equipment necessary as stated in in Section 40 63 00-Control System Operation. 6. Door mounted indication lights, non-metallic, NEMA 4X, shall be provided to indicate running status, mode status, and alarm status of the bar screen. Legend plates shall be provided. 7. Refer to specification in Section 40 63 00-Control System Operation, and Section 40 90 00—Vendor Control Panels, for additional information and requirements. D. Provide spare parts in accordance with requirements of Section 01770, Closeout Procedures. 3.00 EXECUTION 3.1 DELIVERY AND STORAGE A. Deliver, handle, store, and protect all equipment in full accordance with manufacturer/supplier recommendations and/or instructions. 3.2 FACTORY TEST AND CERTIFICATION A. All equipment to be supplied as specified herein shall be tested at the factory for correct operation. Field tests for all equipment shall be made over the components complete operating range, from shutoff to maximum capacity. Results of all performance tests, as Continuous Cleaning Mechanical Bar Screen 462020-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E well as all data taken at the time of testing, shall be submitted for Owner and Engineer review. B. Certification of all factory testing data and results shall be submitted for Owner and Engineer review. 3.3 INSTALLATION A. Install all equipment in full accordance with manufacturer/supplier recommendations and/or instructions. B. Contractor shall be responsible for all miscellaneous field wiring not shown on the drawings. 3.4 INSPECTION AND TESTING Equipment shall be completely assembled, installed, painted, and approved by the both the manufacturer's factory representative and the Owner's Representative. A. Following installation approval, equipment shall be placed in operation under the supervision of manufacturer's factory representative. Manufacturer's factory representative shall subsequently provide written certification of proper equipment installation and operation to Owner and Engineer. 3.5 START-UP AND TRAINING A. Perform equipment start-up in accordance with the manufactory's requirements. B. Provide field instruction/training regarding equipment operation. C. The manufacturer shall provide factory service, during one trip, for one day for inspection of installation, equipment start-up and operator training. END OF SECTION Continuous Cleaning Mechanical Bar Screen 462020-5 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Continuous Cleaning Mechanical Bar Screen 462020-6 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 46 20 21 SCREENINGS COMPACTOR-WASHER 1.00 GENERAL 1.1 SECTION INCLUDES A. This section includes the requirements for the provision of all equipment, controls, appurtenances, installation and testing necessary for one (1) screenings compactor- washer. As indicated on the drawings,these units shall be installed at the Bar Screen Building, and shall be identified as WC-201. The compactor-washers shall each consist of an entrance hopper, a shafted spiral auger, a wash-deluge zone, a compaction zone, a discharge tube, and accessories to be installed as indicated on the drawings and as specified herein. Compacted and washed screenings shall discharge through the discharge tube into the headworks structure's hopper, and subsequently into a readied dump truck destined for the landfill. Coordinate with mechanical bar screens under Section 46 20 20- Continuous Cleaning Mechanical Bar Screens. B. The Contractor shall be responsible for additional design and costs associated with modifying applicable structure(s)to accommodate equipment with dimensions other than those shown on the drawings. This requirement includes equipment supplied by "Acceptable Manufacturers"that may differ from the dimensions shown on the drawings. All designs must be approved by the Engineer. C. All equipment specified under this section and Section 46 20 20-Continuous Cleaning Mechanical Bar Screens, shall be provided by a single manufacturer/supplier. D. Manufacturer/supplier shall be responsible for the manufacture, warranty, service, and operation of all equipment specified herein. Moreover, manufacturer/supplier shall, in addition to the Contractor, assume responsibility for the proper function of all equipment, following installation. 1.2 SUBMITTALS A. Contractor shall provide all submittals in accordance with the requirements of Section 01 33 01 -Submittal Register. B. Submit complete descriptive product data for all equipment to be provided, including but not limited to, fabrication and installation drawings, electrical, instrumentation and controls component requirements and drawings, pertinent design calculations, and any other related information necessary to facilitate Owner and Engineer review. C. Shop Drawings/Product Data. At a minimum, provide the following: 1. Complete assembly drawings of mechanical fine screen system components, including materials of construction, dimensions and location of each component. 2. Equipment layout drawings. 3. Product information on the unit and its components. Addendum 3 -Screenings Compactor-Washer 462021 - 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. Control details and electrical schematic diagrams, including details on circuit breakers, motor starters, limit switches, and other electrical components pertinent to proper functioning of the equipment. 5. Performance data including, but not limited to, motor data, gear reducers, etc. 6. Recommended spare parts for one year's normal maintenance with prices, delivery and location of stock (local or factory). 7. List of any exceptions or deviations, with reasons and calculations supporting such exceptions or deviations from specifications. D. Operation and Maintenance Manuals. Provide complete operation and maintenance manuals for all equipment, in accordance with the requirements of Section 0170 00, Closeout Procedures. E. Provide a letter of certification for: installation, operation, training, and factory and field- testing data and results. 1.3 WARRANTY A. Provide equipment warranty in accordance with the requirements of Section 01770, Closeout Procedures. 2.00 PRODUCTS 2.1 DESIGN CRITERIA A. Compactor Type. Compactor-washer shall be capable of processing a minimum of 70 cubic feet per hour of screenings. The dewatered screenings shall have a maximum moisture content of 60-70 percent and shall be discharged above the floor into the discharge hopper. B. Washer Type. Wash port manifold shall be integrated into the housing, with at least one connection at the washing section and one connection at each collection trough. All wash water connections shall be designed to accept a %-inch to 1-inch NPW line from the plant's NPW system. Spent wash water shall be collected and drained. Wash water requirement shall not exceed 25 gpm or 50 psig. Note that NPW system has a lower operating pressure of approximately 35 psi. Manufacturer to provide booster pump if this supply pressure is not adequate. Contractor to coordinate all headworks equipment with manufactures so multiple booster pumps are not installed (induced vortex grit unit, grit washer, and screening washer compactor). C. Materials. 1. All welded fabrications shall be made from stainless steel. Welded areas are to be pickled. 2. Select power transmission parts may be made from cast iron; however, they shall conform to coating requirements as specified in Section 09 96 00— High Performance Coatings. Addendum 3 -Screenings Compactor-Washer 462021 -2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Motor Gearbox assembly components shall be coated per the requirements specified in Section 09 96 00—High Performance Coatings. 4. Parts not covered above shall be made from UHMW polyethylene. D. Operation. Compactor-washer shall be designed for continuous operation, requiring no operator supervision. Operation shall be based on the run time of the associated screens. Compactor-washer shall have the ability to clear blocking automatically: if current monitoring relay senses high load condition, the screw shall stop and a clearing cycle shall be initiated. 2.2 ACCEPTABLE MANUFACTURERS A. Provide equipment from one of the following acceptable manufacturers: 1. Lakeside 2. Or approved substitution. B. If applicable, all equipment substitution requests shall be made in accordance with the requirements of 007200 General Conditions. 2.3 QUALITY ASSURANCE A. Manufacturer shall have at least 5 years experience in manufacture,operation,and servicing of equipment of type, size, quality, performance, and reliability equivalent to that specified. B. All materials used shall be new,of high grade,and with properties best suited to this working environment. 2.4 PRODUCT DESCRIPTION A. Compactor Housing. The compactor housing shall be fabricated from 1/8-inch minimum thickness stainless steel. Housing shall include two trough openings for screenings deposit from SCR-201 and 202. The trough openings shall be located behind SCR 201 and 202 respectively, as indicated on the drawings. A level mounting flange shall be provided around each trough for the transitional hoppers that direct the screenings into the troughs. The hoppers shall be fabricated from 1/10-inch minimum thickness stainless steel. The housing shall house the shafted screw and shall include, at minimum, one wash water connection in the washing zone and one connection in each screening's trough. B. Auger. The shafted screw shall transport the collected screenings into the main washing zone and shall force the compacted screenings out the discharge pipe. The shafted screw shall be sized to receive screenings from the hatch and each trough, as indicated on the drawings. The shafted screw and flights shall be fabricated from 1/5-inch minimum thickness stainless steel. The screw shall include a minimum 6-inch flight pitch in the hatch and trough areas and washing zone and a minimum 4-inch flight pitch in the compaction zone. A stainless steel backed brush with nylon bristles shall be attached to the shafted screw with stainless steel holder clips and fasteners for the full length of the washing zone. C. Drive Assembly. Addendum 3 -Screenings Compactor-Washer 462021 -3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. The drive unit shall include a gear and motor rated for continuous duty and shall be selected to match the requirements of the particular screen. The drive motor shall be no more than 5 hp, and shall be a totally enclosed fan cooled (TEFC) unit designed for application in a Class 1, Division 2 area. The motor shall be a constant speed unit rotating at no more than 1800 rpm, and shall be powered by 460 VAC, 60 Hz, 3 phase power. 2. The drive unit shall be direct coupled to the screen drive shaft through the gear box.The gear box housing shall be constructed from ASTM A-48, Class 30 cast iron. 3. The gear box shall be designed for AGMA Class II. 4. Drive motor shall be mounted in line with shaft to prevent conflict with the gate actuator pedestal located adjacent to the Compactor/Washer. D. Discharge Pipe. The discharge pipe shall be made of stainless steel and shall be connected to the screening's washer by flange. E. Controls. 1. Controls shall be provided by compactor-washer manufacturer and coordinated with continuous cleaning mechanical bar screen controls. 2. Refer to specification Sections 40 63 00 -Control System Operation, and Section 40 90 00—Vendor Control Panels, for additional information and requirements. 3.00 EXECUTION 3.1 INSTALLATION A. Installation shall be accomplished in strict conformance with the compactor-washer manufacturer's installation instructions. Installation shall utilize standard torque values and shall secure compactor-washer in position with a neat appearance. Plumbing connection shall be a standard % -inch NPT pipe with male threads for supply and a 3-inch female NPT for drainage. Plumbing shall be completed by a qualified individual, in accordance with all prevailing local and national plumbing regulations. 3.2 FACTORY TEST AND CERTIFICATION A. All equipment to be supplied as specified herein shall be tested at the factory for correct operation. Field tests for all equipment shall be made over the components complete operating range, from shutoff to maximum capacity. Results of all performance tests, as well as all data taken at the time of testing, shall be submitted for Owner and Engineer review. Certification of all factory testing data and results shall be submitted for Owner and Engineer review. Addendum 3 -Screenings Compactor-Washer 462021 -4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.3 INSPECTION AND TESTING A. Equipment shall be completely assembled, installed, painted, and approved by the both the manufacturer's factory representative and the Owner's Inspector. B. Following installation approval, equipment shall be placed in operation under the supervision of manufacturer's factory representative. Manufacturer's factory representative shall subsequently provide written certification of proper equipment installation and operation to Owner and Engineer. 3.4 START-UP AND TRAINING A. Perform equipment start-up in accordance with the requirements. B. Provide field instruction/training regarding equipment operation. C. Checkout of final installation, start-up, and instruction of operating personnel shall be performed by an authorized representative of the manufacturer. Startup service to be performed in one (1)trip of one (1) day. END OF SECTION Addendum 3 -Screenings Compactor-Washer 462021 -5 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Vortex Grit Pump Data Sheet Project: Whitecap Wastewater Treatment Plant Grit Station Pumps: Operating Conditions: Service: Grit Pumps Pump Tag Number: P-221, 222, 223 Liquid: Removed Grit Pump Manufacturer:WEMCO or Hayward Gordon Flow Rate (design pt): 300 gpm @ 28 ft TDH Pump Model Number: C Curve No: 4C P10C-D56 NPSHa available: * ft Min. Sphere Passing: 4 inch* Liquid Temp:Ambient Liquid SP. GR.: 1.04 Performance Data @ 740* RPMDrive Motor Specifications: BEP: 37%* Manufacturer* Enclosure:TEFC Rated HP: 20 HP* Frame* NPSH required @ design: * ft Speed: 1800 rpm Shut Off Head: 32.3 ft* HP Rating: 20 HP* Phase/Hz/Volts : 3/60/480 Run Out Point: 840 gpm @ 18 ft Pump Specifications: Suction ftg. &size:4 inch* Discharge ftg. &size:4 inch* Impeller Diameter: 16 inch* Type of Seal/Manf./Model: Packing* Seal Lubrication: Type of Lubrication: Water Lubrication Method(s): Constant level oiler Belt and Sheave Manf./Model: Materials of Construction: Casing: High Chrome Stuffing Box Cover: Cast Iron ASTM-A-48 Impeller: High Chrome Shaft: 1045 Grade Steel Shaft Sleeve(s): * Bearings/Service Life: L10= 100,000 hrs Belt Guard: Required Vortex Grit Pump 462302- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Vortex Grit Pump Data Sheet Weights and Measurements: Pump and Motor: *Lbs Other Details and Information: Pump to be supplied with the following components: Discharge pressure gauge and gauge isolation valves Belt and pully drive configuration, Offset Overhead* * Vendor Confirmed or Supplied Information. END OF SECTION Vortex Grit Pump 462302- 2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 46 23 02 VORTEX GRIT PUMP 1.00 GENERAL 1.1 SECTION INCLUDES A. This section includes the requirements for the provision of two (2) centrifugal solids handling pumping units for grit pumping. As indicated on the drawings these pumps shall be installed at the headworks.The pumps shall be identified as P-213 and, 214. Each installation shall include the setting of pumps, motors, controls, leveling and aligning of equipment, and connection to piping to provide a complete operational system, as well as other specified accessories. Pumps P-213 and 214 shall be speed adjustable by changing pullies on a belt drive system. B. The Contractor shall be responsible for additional design and costs associated with modifying applicable structure(s)to accommodate equipment with dimensions other than those specified and shown on the drawings. This requirement includes equipment supplied by"Acceptable Manufacturers"that may differ from the dimensions shown on the drawings. All designs must be approved by the Engineer. C. All equipment specified under this section shall be provided by a single manufacturer/supplier. D. Manufacturer/supplier shall be responsible for the manufacture, warranty, service, and operation of all equipment specified herein. Moreover, manufacturer/supplier shall, in addition to the Contractor, assume responsibility for the proper function of all equipment, following installation. 1.2 SUBMITTALS A. Contractor shall provide all submittals in accordance with the requirements of Section 01 33 01 —Submittal Register. B. Submit complete descriptive product data for all equipment to be provided, including but not limited to, fabrication and installation drawings, electrical, instrumentation and controls component requirements and drawings, pertinent design calculations, and any other related information necessary to facilitate Owner and Owner's Representative review. C. Shop Drawings/Product Data. At a minimum, provide the following: 1. Make, model, weight, and horsepower of each equipment assembly. 2. Complete catalog information, descriptive literature, specifications, and identification of materials of construction. 3. Any exceptions to the specifications. 4. Manufacturer of electric motor, motor data and guaranteed efficiency at pump rated conditions. Vortex Grit Pump 462302- 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. Guaranteed performance curves (manufacturer's standard certified test data) for each pump, including head curve, horsepower curve and efficiency curve. Curves shall indicate recommended minimum flow rate, maximum attainable flow rate at rated pump speed, brake horsepower at rated conditions, and maximum horsepower over entire pump performance curve, including shutoff. Curves shall also indicate minimum recommended flow rate. 6. Guaranteed pump efficiency at rated conditions. 7. Recommended spare parts for 1 year's normal maintenance with prices, delivery and location of stock(local or factory). 8. Certified dimensioned outline drawings for pumping units and motors with shipping weights and unit weight. 9. Cross-sectional drawing with detailed parts list for pumps and motors. 10. Controls and Pump Assembly Components. Provide product data, assembly drawing, control schematic drawings and related information to show compliance with this section and the drawings. D. Operation and Maintenance Manuals. Provide complete operation and maintenance manuals for all equipment, in accordance with the requirements of Section 01770, Closeout Procedures. E. Provide a letter of certification for: installation, operation, training, and factory and field testing data and results. 1.3 WARRANTY A. Provide equipment warranty in accordance with the requirements of Section 0177 00, Closeout Procedures. B. The pump manufacturer shall warrant the units being supplied to the Owner against defects in workmanship and material for a period of two (2)years under normal use, operation and service. The warranty shall be in printed form and apply to all similar units. Warranty shall commence upon the date of substantial completion. 1.4 REFERENCE STANDARDS A. The work in this section is subject to the requirements of applicable portions of the following standards: 1. Pumps shall comply with Hydraulic Institute (HI) standards. 2.00 PRODUCTS 2.1 DESIGN CRITERIA A. See attached data sheet for P-213 and 214 attached. 2.2 ACCEPTABLE MANUFACTURERS Vortex Grit Pump 462302- 2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. For P-213 and 214, provide pumps from the following acceptable manufacturer: 1. Wemco 2. Hayward Gordon 3. or Owner approved substitution. B. If applicable, all equipment substitution requests shall be made in accordance with the requirements of 00 72 00 General Conditions. 2.3 QUALITY ASSURANCE A. Manufacturer/supplier shall have a minimum of 20 years of equipment production/installation experience. B. Equipment shall be identified with a corrosion resistant nameplate and include manufacturers name, address, equipment model number and other pertinent information. C. A factory-trained service engineer employed by the pump manufacturer shall advise the installing contractor in the installation and start-up of the pumping units. Upon completion of the physical installation of the unit, the manufacturer shall submit in writing to the Owner's Representative a letter stating that the unit has been properly installed and is acceptable for operation. The pump manufacturer's service engineer shall include in his bid two working days to advise the Owner's operator of operation and maintenance of the pumping units and controls. D. Supply of Equipment. All equipment called for under this section of the specifications shall be supplied by the pump manufacturer. This includes the motors, control panel, portable lifting devices, and motor carts if applicable.The supplier shall, in addition to the Contractor, assume the responsibility for the proper functioning of the equipment. E. Parts and Service. The supplier shall satisfy the Owner's Representative that he maintains the following within a reasonable distance from the project location: 1. A store or branch storing a representative supply of parts for the equipment specified, and provisions for securing parts within a reasonable length of time. 2. A shop staffed with qualified factory-trained service personnel. 3. Pickup and delivery trucks for parts or pumps. 2.4 NOISE AND VIBRATION A. Select equipment to operate with minimum of noise and vibration. If, in the opinion of the Architect/ Engineer, objectionable noise or vibration is produced or transmitted to or through building structure by equipment, piping ducts, or other parts of work, rectify such conditions without change in the contract sum. B. If equipment is judged by the Owner's Representative to produce objectionable noise or vibration, the Contractor, at his expense, must demonstrate that the equipment performs within limits set forth on the vibration chart at the end of this section. 2.5 PRODUCT DESCRIPTION Vortex Grit Pump 462302-3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. In general, select pump to operate conservatively over the entire range of total head as specified for each pump. In general, select pumps with head curves constantly rising toward shutoff and with efficiency curves which peak at or to the left of rated conditions. Specific exceptions may be allowed by approval. B. The pumps shall be horizontal centrifugal type. Each unit shall be equipped with an electric motor suitable for variable speed operation.The overall pump design shall combine reasonable efficiency, low required NPSH, and the ability to handle high solids concentration efficiently. The bearing frame shall be designed for long life and low maintenance. C. The pumps shall be capable of handling concentrated wastewater grit. D. Each pump casing shall be constructed of Hi Chrome and designed for side tangential discharge. The casting shall be designed for a minimum working pressure of 50 psig and hydrostatically tested to 11/2 times the working pressure. E. The pump shaft shall be of ASTM 1045 Grade Steel shaft designed for heat treatment to high mechanical properties with superior corrosion-resistant characteristics.The shaft shall be of sufficient diameter to assure rigid support of the impeller and to prevent excessive vibration at all operating speeds. F. Each pump shall be provided with a seal housing constructed of fine-grained cast iron (ASTM A48 class 30) and designed to accommodate commercially available sealing designs (single, double, tandem and cartridge mechanical seals or standard packing). A tapped and plugged hole shall be available for connection to seal water drainage. G. Mechanical Seal 1. A single cartridge mechanical seal requiring no external flushing shall be furnished in the pump. The seal shall utilize a rotational sealing ring mounted in an elastomer cup with an o-ring mounted stationary ring loaded by a non-fouling, conical spring encapsulated in Viton. Installation of the seal shall require no measurements or scribe marks on the shaft. 2. The rotational sealing ring shall be made of tungsten carbide Grade VC 805,the surface of which shall be lapped to a flatness not to exceed three helium light bands and shall be bonded inside a Viton rubber cup, which shall have three (3) integrally molded anti-rotational lugs to prevent the rotary seal face from turning within the rotary body. Additionally, the rotary body shall have three (3) 1/8" solid stainless steel pins to also prevent the rotary seal face from turning within the rotary body. 3. The stationary sealing ring shall be also be constructed of tungsten carbide Grade VC 805. . The surface shall be lapped to a flatness not to exceed three helium light bands. The stationary ring shall have a slot milled on the side opposite of the mating side, which engages an anti-rotation pin. Stationary sealing rings of converted carbon or other surface-only treatments are not acceptable. Vortex Grit Pump 462302-4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4. The spring that loads the rotational sealing ring shall be cone-type, non-fouling design and shall run in the pumped product without fouling or hang-up. The spring metal material shall be SAE1095 Carbon Steel, ASTM A-682 heat-treated to a Rockwell C hardness of 45 to 50 and be totally encapsulated in Viton for protection from the pumped fluid. The product side of the spring shall have a minimum 1/4" thick Viton rubber covering for corrosion/abrasion protection. Seals which use single coil, multiple coil, bellows and rubber-in-shear designs are not acceptable. 5. To minimize the number of points where the slurry must be sealed, the mechanical seal assembly shall have no more than three (3) o-rings: one (1) shaft sleeve o-ring, one (1) stationary face o-ring, and one (1) retainer o-ring. O-rings are to be made of Viton. Seals using more than three (3) o-rings are not acceptable. H. Bearing frame shall be of cast iron and should be fitted with a constant level oiler, vent and drain plugs for oil lubrication. I. The pump impellers shall be one-piece and shall not be susceptible to clogging when pumping solids and string material entrained in sewage. The impeller shall be statically and dynamically balanced. The impeller hub shall be accurately fitted to the impeller shaft and secured to a straight fit on the shaft by means of a key and threaded locknut. Impeller and casing shall be designed to pass the minimum test sphere size scheduled hereinafter. Clearance between the rotating and stationary parts shall be adjustable to provide sustained performance without excessive maintenance. J. Motors must not operate in service factor in any portion of pump operating range. K. Pump Speed: 1. For P-213 and 214 pump speed shall be controlled be adjustable by manually changing pullies in a belt driven system. L. Supply local control panel as detailed in the drawings and specifications. Refer to specification Sections 40 63 00-Control System Operation and Section 40 90 00-Vendor Control Panels. M. Provide pressure gauges in the appropriate range, with diaphragm seals and isolation valves. See Section 40 70 00, Instruments. N. O. Provide spare parts as recommended in specification section 01770, Closeout Procedures, and in accordance with requirements of the same. P. Pump coatings shall be as specified in Section 09 96 00—High Performance Coatings. 3.00 EXECUTION Vortex Grit Pump 462302-5 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.1 DELIVERY AND STORAGE A. Deliver, handle, store and protect all equipment in accordance with manufacturer/supplier recommendations and/or instructions. 3.2 FACTORYTEST AND CERTIFICATION A. All equipment to be supplied as specified herein shall be tested at the factory for correct operation and certified test curves submitted. B. Certification of all factory testing data and results shall be submitted for Owner and Engineer review. 3.3 INSTALLATION A. Install all equipment in accordance with manufacturer/supplier recommendations and/or instructions. 3.4 INSPECTION AND TESTING A. Equipment shall be completely assembled, installed, painted, approved by both the manufacturer's factory representative and the Owner's representative. B. Following installation approval, equipment shall be placed in operation under the supervision of manufacturer's factory representative. Manufacturer's factory representative shall subsequently provide written certification of proper equipment installation and operation to Owner and Engineer. 3.5 START-UP AND TRAINING A. Perform equipment start-up in accordance with the requirements. B. Provide field instruction/training regarding equipment operation. C. Checkout of final installation, start-up, calibration and instruction of operating personnel shall be performed by an authorized representative of the manufacturer. Startup service to be performed in one (1) trip of one (1) day. END OF SECTION Vortex Grit Pump 462302-6 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 46 23 23 INDUCED VORTEX GRIT UNIT 1.00 GENERAL 1.1 SECTION INCLUDES A. This section includes the requirements for the provision of one (1) hydraulically induced vortex grit unit. This unit is to be completed in place, installed in the Grit Removal System, as indicated on the drawings. The de-gritting unit shall be identified as GRU-211, and shall include chamber inlet tube, underflow pipe to grit pump suction, controls, and all auxiliary equipment and appurtenances required for a complete and operational system. B. This requirement may include equipment supplied by"Acceptable Manufacturers"that may differ from the dimensions shown on the drawings. All designs must be accepted by the Engineer. 1.2 SUBMITTALS A. Contractor shall provide all submittals in accordance with the requirements of Section 01 33 01-Submittal Register. B. Submit complete descriptive product data for all equipment to be provided, including but not limited to, fabrication and installation drawings, electrical, instrumentation and controls component requirements and drawings, pertinent design calculations, and any other related information necessary to facilitate Owner and Engineer review. C. Shop Drawings/Product Data. At a minimum, provide the following: 1. Provide complete descriptive product data, detailed installation drawings, accessories and related information. 2. Any exceptions to the specifications. D. Operation and Maintenance Manuals. Provide complete operation and maintenance manuals for all equipment, in accordance with the requirements of Section 0170 00, Closeout Procedures. E. Submit operating data to show compliance with removal efficiencies specified. F. Provide a letter of certification signed by an authorized representative of the manufacturer stating that the manufacturer has inspected the installation and verified training of the Owner's operations and maintenance personnel upon completion of the installation. The certification shall state that the equipment has been installed in accordance with the manufacturer's recommendations, is in proper adjustment and operating condition, the manufacturer is prepared to warrant the equipment to perform in full compliance with these specifications, and the equipment is ready to be turned over to the Owner for operation. Addendum 3 - Induced Vortex Grit Unit 462323 - 1 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.3 WARRANTY A. Provide equipment warranty in accordance with the requirements of Section 01770, Closeout Procedures. 2.00 PRODUCTS 2.1 DESIGN CRITERIA A. Induced vortex grit unit shall be designed based on the following conditions: Item Description Quantity 1 Designation GRU-211 Hydraulically Induced Type Vortex Peak Flow (mgd) (each unit) 7.5 Design Flow (mgd) (each unit) 2.5 Upstream Channel Width 21-8" Downstream Channel Width 4'-0" Grit Chamber Cross Sectional Dimensions 16'-0" (L)x 16'-0" (W) Grit Chamber Water Surface Depth (Floor 13.17' to Effluent Wier) Necessary Water Supply(manually 10 gpm @ 50 psig* controlled each unit) *Note that NPW system has a lower operating pressure of approximately 35 psi. Manufacturer to provide booster pump if this supply pressure is not adequate. Contractor to coordinate all headworks equipment with manufactures so multiple booster pumps are not installed (induced vortex grit unit, grit washer, and screening washer compactor). B. The de-gritting units shall at a minimum be capable of removing the following at the specified hydraulic peak flow rate, and no decrease in efficiency shall be allowed at flows less than this rate. 1. 95 percent of grit 106 microns in size and larger having a specific gravity of 2.65 at peak flow or 7.5 MGD 2. At an average flow rate of 2.5 MGD, 95 percent of all grit 75 microns in size and larger having a specific gravity of 2.65. Addendum 3 - Induced Vortex Grit Unit 462323 -2 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. The de-gritting units shall have no more than 1 foot of head loss and shall be capable of removing grit from raw screened waste and depositing it to a storage hopper. 2.2 ACCEPTABLE MANUFACTURERS A. Provide equipment from the following acceptable manufacturer: 1. Hydro International/Eutek. 2. or Owner approved substitution. B. If applicable, all equipment substitution requests shall be made in accordance with the requirements of 00 72 00 General Conditions. 2.3 QUALITY ASSURANCE A. All equipment items furnished under this specification shall be furnished by a single supplier who shall be responsible for the adequacy of design. B. Equipment shall be supplied by a firm that has regularly engaged in the design,fabrication, assembly,testing, start-up, and service of grit chambers, as proposed for use in wastewater treatment for a minimum of five (5)years. The manufacturer must have installed and had in satisfactory use a minimum of five (5) installations of similar type, comparable size or larger, and of the approximate capacity as given to the units specified. Submit list with contacts to engineer for review. C. Manufacturer/supplier shall be responsible for the manufacture, warranty, service, and operation of all equipment specified herein. Moreover, manufacturer/supplier shall, in addition to the Contractor, assume responsibility for the proper function of all equipment, following installation. 2.4 PRODUCT DESCRIPTION A. Grit Chamber. 1. Influent shall enter the de-gritting chambers through a concrete channel,which shall be capable of isolation though the use of hand gates. 2. Fluidized grit shall exit the de-gritting chambers through a pipe at the bottom of the chamber which shall connect to the grit pump suction line. 3. Flow through the removal chamber shall travel between the inlet and the outlet in such a way that it will provide maximum travel of the liquid for effective grit removal. B. Spare Parts. Provide spare parts in accordance with requirements of Section 01770, Closeout Procedures. 3.00 EXECUTION Addendum 3 - Induced Vortex Grit Unit 462323 -3 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.1 DELIVERY AND STORAGE A. Deliver, handle, store, and protect all equipment in accordance with the requirements of manufacturer. B. Deliver, handle, store, and protect all equipment in full accordance with manufacturer/supplier recommendations and/or instructions. 3.2 INSTALLATION A. Install all equipment in full accordance with manufacturer/supplier recommendations and/or instructions. 3.3 INSPECTION AND TESTING A. Equipment shall be completely assembled, installed, and approved by the manufacturer's factory representative and subject to review by the Owner's Representative. B. Following installation approval, equipment shall be placed in operation under the supervision of manufacturer's factory representative. Contractor shall submit written certification from Manufacturer's factory representative of proper equipment installation and operation to Owner and Owner's Representative. 3.4 START-UP AND TRAINING A. Perform equipment start-up in accordance with the requirements. B. Provide field instruction/training regarding equipment operation. END OF SECTION Addendum 3 - Induced Vortex Grit Unit 462323 -4 Whitecap WWTP Improvements Project No. 18087A Rev 07/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 46 23 63 GRIT CONCENTRATING AND DEWATERING 1.00 GENERAL 1.1 SECTION INCLUDES A. This section includes the requirements for the provision and installation of grit concentration and dewatering equipment, including one (1)grit hydro-cyclone and one (1) grit washer. As indicated on the drawings, this unit shall be installed at the Grit Removal System.The units shall be identified as GC-210 and GDW-212. Installation shall be completed in place and include appurtenances required for a complete and operational system. B. The Contractor shall be responsible for additional design and costs associated with modifying applicable structure(s)to accommodate equipment with dimensions other than those shown on the drawings. This requirement includes equipment supplied by "Acceptable Manufacturers"that may differ from the dimensions shown on the drawings. All designs must be accepted by the Owner's Representative. C. All equipment specified under this section shall be provided by a single manufacturer/supplier. D. Manufacturer/supplier shall be responsible for the manufacture, warranty, service, and operation of all equipment specified herein. Moreover, manufacturer/supplier shall, in addition to the Contractor, assume responsibility for the proper function of all equipment, following installation. 1.2 SUBMITTALS A. Contractor shall provide all submittals in accordance with the requirements of Section 01 33 01-Submittal Register B. Submit complete descriptive product data for all equipment to be provided, including but not limited to, fabrication and installation drawings, electrical, instrumentation and controls component requirements and drawings, pertinent design calculations, and any other related information necessary to facilitate Owner and Owner's Representative review. C. Shop Drawings/Product Data. At a minimum, provide the following: 1. Provide complete descriptive product data, detailed installation drawings, including, but not limited to, control panel wiring schematic, electrical diagrams, logic diagrams, component description, and control sequence description, accessories, and related information. 2. Provide the recommended spare parts for 1 year's normal maintenance with prices, delivery, and location of stock(local or factory). Addendum 3 -Grit Concentrating and Dewatering 462363 - 1 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Operation and Maintenance Manuals. Provide complete operation and maintenance manuals for all equipment, in accordance with the requirements of Section 01770, Closeout Procedures. E. Provide a letter of certification for: installation, operation, training, and factory and field testing data and results. 1.3 WARRANTY A. Provide equipment warranty in accordance with the requirements of Section 0177 00, Closeout Procedures. 2.00 PRODUCTS 2.1 DESIGN CRITERIA A. GC-210 shall be designed based on the following conditions: Item Description Quantity 1 Diameter (inches) 32 Inlet Diameter(inches) 4 Outlet Diameter (inches) 6 Intermittent Supply Water 50 Required (for 0.5-2 mins every 1- 2 hrs) (gpm) Material of Construction Type 304 SS Design Flow (gpm) 300 Maximum Flow(gpm) 520 B. GDW-212 shall be designed based on the following conditions: Item Description Quantity 1 Continuous Supply Water 15 Required (@ 50 psig*) (gpm) Material Type 304 SS Maximum Capacity(ft3/hr) 41 *Note that NPW system has a lower operating pressure of approximately 35 psi. Manufacturer to provide booster pump if this supply pressure is not adequate. Contractor to coordinate all headworks equipment with manufactures so multiple booster pumps are not installed (induced vortex grit unit,grit washer, and screening washer compactor). Addendum 3 -Grit Concentrating and Dewatering 462363 -2 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Grit and water mixture shall enter GC-210 specified herein, from the grit pumps specified in Section 46 23 02 -Vortex Grit Pump. 2.2 ACCEPTABLE MANUFACTURERS A. Provide equipment from the following acceptable manufacturer: 1. Hydro International/Eutek. a. Hydro International/Eutek,Wemco/Hydrogritter 2. or Owner approved substitution. B. If applicable, all equipment substitution requests shall be made in accordance with the requirements of Section 00 72 00 General Conditions. 2.3 QUALITY ASSURANCE A. The equipment shall be supplied by a firm that has regularly engaged in the design, fabrication, assembly,testing, start-up, and service of grit treatment units as proposed for use in wastewater treatment. The manufacturer must have installed and had in satisfactory use a minimum of five installations of similar type, comparable size or larger, and of the approximate capacity as given to the units specified. B. Provide a letter of certification signed by an authorized representative of the manufacturer stating that the manufacturer has inspected the installation and verified training of the Owner's operations and maintenance personnel upon completion of the installation. The certification shall state that the equipment has been installed in accordance with the manufacturer's recommendations, is in proper adjustment and operating condition, the manufacturer is prepared to warrant the equipment to perform in full compliance with these specifications, and the equipment is ready to be turned over to the Owner for operation. 2.4 PRODUCT DESCRIPTION A. Grit Removal Unit Washing Trough and Tank. 1. Grit washer and classifier trough and tank shall be constructed of stainless steel. 2. Trough shall be fitted with a tank of suitable size to contain the grit and water being received. 3. GRU-208 wash water requirement shall be no more than 15 gpm at 50 psig. B. Grit Removal Unit Supports. Supports shall be provided in conformance with manufacturer's design requirements and shall be fixed to concrete or steel. C. Grit Removal Unit Motor. 1. Motor shall be provided in accordance with the manufacturer requirements and shall not be more than 1HP. D. Grit Removal Unit Controls. Addendum 3 -Grit Concentrating and Dewatering 462363 -3 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1. Provide NEMA 4X, 316 stainless steel control panel rated for outdoor use in accordance with Section 40 90 00, Vendor Control Panels, for the operation of GRU- 208. 2. Provide elapsed run time meter for GRU-101 motor. Elapsed run time meter shall be 6-digit, non-resettable, sealed against dirt and moisture, 120 VAC, and shall provide indication of unit run time in hours with 1/10 hour increments. 3. GRU-101 shall be controlled through a Local/Off/Remote switch, which shall be located on the control panel. 4. Controls shall be by relays and timers to provide function described in Specification 40 63 00, Control System Operation 5. Indicating lights for unit on and off shall be furnished on the control panel. 6. Provide single power disconnect and combination motor starter. 7. Provide an unpowered (dry) contact for remote monitoring of the motor status (on/off). E. Spare Parts. Provide spare parts as recommended in Part 1.2 Subpart C.3 and in accordance with requirements of Section 01770, Closeout Procedures. 3.00 EXECUTION 3.1 DELIVERY AND STORAGE A. Deliver, handle, store, and protect all equipment in accordance with the requirements of sections. B. Deliver, handle, store, and protect all equipment in full accordance with manufacturer/supplier recommendations and/or instructions. 3.2 FACTORY TEST AND CERTIFICATION A. All equipment to be supplied as specified herein shall be tested at the factory for correct operation. Field functional tests for all equipment shall be made over the components complete operating range,from shutoff to maximum capacity. Results of all functional tests, as well as all data taken at the time of testing, shall be submitted for Owner and Owner's Representative review. B. Certification of all factory testing data and results shall be submitted for Owner and Owner's Representative review. Addendum 3 -Grit Concentrating and Dewatering 462363 -4 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.3 INSTALLATION Install all equipment in full accordance with manufacturer/supplier recommendations and/or instructions. Provide access platform to inspect and operate GC-210. Contractor to coordinate with equipment manufacturer. 3.4 INSPECTION AND TESTING A. Equipment shall be completely assembled, installed, painted, and approved by the both the manufacturer's factory representative and the Owner's Representative. B. Following installation approval, equipment shall be placed in operation under the supervision of manufacturer's factory representative. Contractor shall submit written certification from Manufacturer's factory representative of proper equipment installation and operation to Owner and Owner's Representative. 3.5 START-UP AND TRAINING A. Perform equipment start-up in accordance with the requirements. B. Provide field instruction/training regarding equipment operation in accordance with the requirements of sections. END OF SECTION Addendum 3 -Grit Concentrating and Dewatering 462363 -5 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 46 43 21 CIRCULAR CLARIFIER EQUIPMENT CL-401 1.00 GENERAL 1.1 SECTION INCLUDES The work included in this section of the specifications consists of furnishing and installing one (1) new pier supported hydraulic differential type sludge collector mechanisms with separate scum removal detailed to fit the existing circular clarifier basins. This equipment shall be constructed such that all rotating ele- ments of the mechanism shall be supported above the water surface. Generally,the units furnished shall include a stationary center pier column supporting a turntable gear drive, access bridge with drive service platform, rotating drive cage frame, rake arm frames, sludge suction pipes, return sludge manifold troughs, separate skimming trough, influent feed well, and flocculation baffle. Accessory items also covered under this section include fabricated weirs, troughs, baffles, scum spray system, foam suppression rings, and local control panel . 1.2 SUBMITTALS A. Provide submittals in accordance with the Section 01 33 01 — Submittal Register. Provide complete descriptive data and fabrication and installation drawings, including but not limited to structural calculations, product data, drive AGMA compliance, controls, accessories, and related information. B. Shop Drawings. Submit shop drawings and product data.This will include, but is not limited to, product data for motors. C. Manufacturer's Report. Upon completion of installation, a service engineer employed by the manufacturer will submit a written report of start-up, set points and calibrations. D. Design Certification. The manufacturer shall submit a written report, signed, and sealed by registered Professional Engineer, certifying that all drives and other designs, such as structural, have been performed using sound engineering judgment and according to good engineering practice. 1.3 OPERATION AND MAINTENANCE A. Operation and Maintenance Manuals. Provide operation and maintenance manuals in accordance with Section 0133 01—Submittal Register. 1.4 QUALITY ASSURANCE A. Manufacturer's Qualifications. CL-401 equipment to be furnished under this section of the specifications shall be manufactured by an equipment manufacturer who has furnished similar clarifiers of the same design in a similar size or larger for a minimum of ten (10) installations. B. Qualifications. The following are acceptable manufacturers for secondary clarifier equipment. 1. WesTech Engineering, Inc. 2. Walker Process Equipment. 3. Ovivo— Eimco. (Ovivo Model SS 3.5 G) 4. Evoqua— Envirex. Addendum 3 -Circular Clarifier Equipment 46 43 21-1 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.5 DESIGN CRITERIA A. Design Parameters. 1. CL-401 shall be designed to handle the following flows and comply with the following parameters. a. Overflow rates, assuming two clarifiers in service. 1) Design flow: 2.5 MGD(650 gpd/ftz)each clarifier. 2) 2-hr peak flow: 7.5 MGD(1,950 gpd/ftz)each clarifier. 3) With one clarifier out of service,design flow will double. Clarifiers are not intended to be taken out of service during peak flow events. b. Underflow rate, assuming two clarifiers in service. 1) 565 to 787 gal/min (140 to 195 gpd/ftz)each clarifier. C. Underflow MLSS(mg/L): 10,000-20,000 (approximate) d. Number of clarifiers: 1 e. Tank diameter(ft.): 70 f. Side water depth -SWD (ft.): 12.5 g. Freeboard depth (ft) at peak flow: 1.5 h. Launder trough depth: 18 in * i. Bottom slope (in./in.): Flat Bottom j. Influent column diameter (in.): 30" minimum* k. Motor HP: .5 HP I. Continuous Torque Rating(per ANSI/AGMA 2001-D04)for 20-year life (ft-lbs): 89,200* assumed M. Diameter of Center Pier: Minimum 30" n. Diameter of RAS Pipe: 12" o. Diameter Influent Well: 16'-0" p. Depth of Influent Well: 6'-0" q. Number of Sludge Pick Up Tubes: 6 r. Diameter of Sludge Pick Up Tubes: Minimum 5 * Information to be confirmed by manufacturer. B. Structural Members. 1. Structural steel shall conform to ASTM A36. Steel pipe used for structural members shall conform to ASTM A53. All steel parts which are continuously or intermittently in contact with liquids shall have a minimum thickness of 1/4 inch. Connections shall be shop welded or field bolted. Field welding will not be permitted. 2. The truss, cage, and all other structural members shall be designed such that the stresses on the net section and the overall deflection of any member shall not exceed the allowable stresses and deflection as listed under AISC specifications for "Design, Addendum 3 -Circular Clarifier Equipment 46 43 21-2 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Fabrication, and Erection of Structural Steel for Buildings." The stress and deflection calculations for these members shall be based on the uniform distribution of the AGMA rated torque of the drive mechanism applied at the panel points of one support truss. The equipment manufacturer shall submit a written report, by a registered Professional Engineer,certifying that all stress and deflection calculations for the truss and cage (with input data and shop drawings) have been performed using sound engineering judgment and according to good engineering practice. 3. All anchor bolts used to secure the mechanism to the tank shall be 316 stainless-steel, all fasteners shall be high strength steel. Handrail, skimmer, and rake squeegee fasteners shall be 316 stainless-steel. 4. Fabricated assemblies shall be shipped in the largest sections permitted by carrier regulations, properly match-marked for ease of erection. C. Welding. 1. The equipment manufacturer's shop welding procedures, welders and welding operators shall be qualified and certified in accordance with the requirement of AWS D1.1, Welding in Building Construction, of the American Welding Society. 2. The equipment manufacturer's shop drawings shall clearly show complete information regarding location, type, size, and length of all welds in accordance with Standard Welding Symbols,AWS A2.0 of the American Welding Society. Special conditions shall be fully explained by notes or details. 3. The Contractor's welding procedures,welders and welding operators shall be qualified and certified in accordance with the requirements of AWS D1.1, Welding in Building Construction, of the American Welding Society. 1.6 STORAGE A. All equipment stored on the job shall be protected and maintained in accordance with the manufacturer's recommendations. B. Electrical equipment must be stored in weatherproof,ventilated enclosures. C. Structural materials may be stored outdoors on pallets or other wooden supports providing for the proper support and drainage. Equipment shall not be allowed to contact the ground directly 1.7 WARANTY A. Clarifier Mechanism shall be warranted as specified in Section 01 70 00 — Closeout Procedures. 1.8 REFERENCE STANDARDS A. ASTM A-36 American Society of Testing Materials—Structural Steel Specifications B. ASTM A-325 American Society of Testing Materials— Fastener Specifications C. ASTM 304 American Society of Testing Materials—Bolt Specifications Addendum 3 -Circular Clarifier Equipment 46 43 21-3 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. ASTM A-48 American Society of Testing Materials—Cast Iron Specifications E. ASTM A-536 American Society of Testing Materials—Cast Iron Specifications F. AISI 4142 American Iron and Steel Institute—Heat Treated Steel Specifications G. AGMA American Gear Manufacturers'Association—Gear Ratings H. AWS American Welding Society-Current Standards I. AFBMA Anti-friction Bearing Manufacturers'Association—Bearing Life Specifications J. ASTM A283C American Society of Testing Materials—Steel Plate Specifications K. NEMA National Electrical Manufacturer's Association—Motor Design Standards and Standards for Control Enclosures 2.00 PRODUCTS 2.1 GENERAL DESCRIPTION FOR CL-401 A. Components. 1. Provide hydraulic differential type sludge collector for installation in concrete settling tanks. CL-401 tank has a 70-foot diameter,with a 12.5-foot side water depth, and 1.5- foot of freeboard. Clarifier 401 will have a flat tank floor and shall include the following: a. Drive assembly, complete with necessary primary and secondary gear reduction units, motor, and overload protection. b. Sludge removal truss arms with scrapers which move sludge vertical suction pipes. C. Influent feed well and supports. d. Octagonal Flocculation Baffle e. Center pier and center cage. f. Access truss or beam bridge. g. Anchor bolts and attachments. h. Effluent trough (launder),weirs, scum baffles, and eddy current baffle (Stamford baffle), in accordance with the manufacturer's recommendations and the requirements of Section 1128 10—Weirs and Baffles. B. Operation. 1. Hydraulic Differential Type Clarifier A. Drive Mechanism: The center drive assembly mounted to the center pier shall consist of a cast iron turntable base with ball race, and an internal forged steel spur gear designed such that the gear, bearing balls, and raceways can be removed for service or replaced without removing the access bridge, gear housing, or disconnecting the drive cage and anything attached thereto from the drive assembly.All repairs or replacement of drive components can be performed without dewatering the collector basin or disrupting the flow through the basin. Addendum 3 -Circular Clarifier Equipment 46 43 21-4 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E All work should be performed with the aid of only a portable hoist with no more than one-ton capacity. 1. The main gear shall be an internal cut spur gear which shall be of AISI 1045 forged steel, hardened to 280 to 320 BHN, having a 99,000 psi yield strength. The main gear shall have teeth with a diametric pitch and length to produce up to 43,000 ft.-lbs. continuous operating torque as calculated by AGMA 2001.88B. The gear shall have a minimum 35.0" pitch diameter. The gear teeth shall be stressed to no more than the allowable bending stress at the continuous rated output torque. Life factors should be based on 1 million load cycles. The main bearing shall have a 40" ball race diameter and 1%" diameter chrome alloy balls with nylon spacers.The bearing balls shall run mostly submerged in an oil bath protected by dust seals and condensate drain.The bearing balls shall be of Type 52100 steel hardened to 60/66 Rc.The bearing balls shall rotate in a full circle four-point contact raceway having a 60-degree contact angle for the transfer of large thrust and overturning moment loading.The raceway shall be induction hardened to 60 Rc for a depth of 3/16" and ground to shape. 2. A separate circular cast iron load and torque transfer ring with heavy cast iron mounting pads for the drive cage shall be bolted to the inner rotating race of the gear-bearing. Each of the four mounting pads shall have provision for four fasteners. 3. The main gear housing shall be a heavy casting of high strength Class 40B gray iron. The housing shall be adequately proportioned and stiffened to support the entire rotating weight of the mechanism,the access bridge, and all possible dead and live loads anticipated for the life of the equipment. The housing shall be circular in shape and conform with the general geometry of the spur gear bearing and load plate, and shall provide a containment for the oil bath lubrication of the spur gear and bearing. 4. The main gear housing shall be fitted with an oil fill port and oil level sight glass. One (1) drain shall be provided to assure the complete removal of spent oil and condensate from the housing. The center opening of the housing shall be fitted with a removable steel floor plate for access to the oil and condensate drain.The main housing shall also be fitted with a minimum of eight mounting/leveling bolts, 1" in diameter. 5. The spur gear shall be driven by an internal pinion.The pinion shall be machined from AISI Type 4140 alloy steel, quenched and tempered to 350 to 400 BHN hardness.The pinion shall be keyed to and driven by a low speed shaft mounted between bearing assemblies to offset the overhung load produced by gear meshing. Addendum 3 -Circular Clarifier Equipment 46 43 21-5 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 6. The intermediate gear reducer housing shall be constructed of SAE Class 30 gray cast iron. Gears shall be manufactured from case hardened steel and hardened to 58-62 Rockwell C.All gear teeth are shaved or ground to ensure accurate tooth profile. Minimum 95% gear efficiency shall be achieved regardless of ratio. The bearings shall be of ABEC-1 tolerance class.The shafting shall be of SAE 1045 steel or equivalent. The shaft seals shall be of Nitrile (Buns-N) rubber with double lip on the output seal. The reducer shall be rated for continuous duty at the mechanical capacity and shall not be thermally limited. The gearbox shall be designed with a high cross section modulus and a center wall for maximum rigidity. The gear reducers shall be provided with stainless steel nameplates.The reducers shall be AGMA rated to provide a maximum Class 1 output torque required to achieve the required continuous operating torque. The reducer output shaft shall be direct coupled to the drive pinion with machined slip fit tolerances to effectively provide a continuous pinion shaft through the intermediate drive unit.The primary gear motor shall be constructed to the same specifications as the intermediate reducer with the exception of the integrally mounted motor and the hollow output shaft. 7. The motor shall be 3 phase TEFC, with NEMA B characteristics. It shall be rated for continuous duty at nameplate rating meeting electrical standards per NEMA publication MG1. The conduit box and output shaft end shield/flange shall be of SAE Class 30 gray cast iron. The motor shall have Class F winding insulation with Mylar phase separators and slot liners. The stator shall be copper wound. The motor shall have an oil seal at the shaft end shield and V-ring at the fan end shield. The motor shall have double sealed or shielded bearings lubricated for life. The motor shall be fitted with stainless steel nameplates. The motor stator shall be made of corrosion resistant aluminum alloy (Silafont-13). The internal surfaces, including stator bore,windings, end shields, and conduit box shall be coated with Dolph's Spray ER-41, Class F polyurethane red insulator. The end shields and conduit box shall be sealed at the joints. Fastener hardware shall be plated or stainless steel. The motor shall be painted with corrosion resistant paint. The motor shall be rated for a 1.15 service factor. 8. A spring loaded torque arm shall be attached to the secondary reducer to restrict rotation of the primary reducer about the secondary reducer. The compression imposed upon the spring shall be proportional to the amount of torque transmitted between the primary and secondary reducers. The torque arm shall be fitted with adjustable, magnetically actuated proximity switches to signal alarm or shut-off when the load torque reaches a designated value. The alarm value is 70% of the continuous output torque and the shut-off value is 100% of the expected floor load. In addition to providing signals at specific load torque set points, a continuous torque readout, as a percent of full load, shall be provided by a mechanical scale and pointer integral to the torque arm.The torque monitor unit shall be suitable for outdoor service including stainless steel or plated internal ports for corrosion resistance.The components shall be intrinsically safe for hazardous locations. Addendum 3 -Circular Clarifier Equipment 46 43 21-6 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 9. The complete spur gear drive assembly shall rotate the rake arm at a tip speed of approximately 7 to 10 ft/min with the drive cage and rake arm assembly designed to withstand approximately twice the design torque of the drive unit.The design torque capabilities of the drive assembly clarifier mechanism will be based on a 10 Ib./ft.arm loading factor multiplied by the squared radius of the clarifier basin, or 16,000 ft-Ib continuous output torque. 10. A size 0 motor starter with motor circuit protector, main disconnect switch, thermal overload protection, alarm and shut-down contacts and wiring, alarm light w/horn, on/off switch w/run light, and alarm reset button all mounted in NEMA U enclosure will be provided. Motor starter shall be provided as required. B. Center Pier: The manufacturer shall provide a circular steel center pier. The top of the center pier shall provide a stable and accurate surface upon which the main gear may be mounted. The center pier shall support the main gear, access bridge, and the entire weight of the rotating mechanism. 1. The center pier shall be sized as indicated in Section 1.01-C,2. and shall be constructed of minimum 3/16" thick steel plate or steel pipe. The pier shall be provided with minimum 1" thick steel plate top and bottom flanges. The top flange shall have mounting holes matching the main spur gear drive.The bottom flange shall provide for the existing center pier anchorage. The required anchorage shall be selected and provided by the equipment manufacturer; however, as a minimum, eight (8) 1" diameter anchor bolts shall be provided as required 2. The area of the annular space between the outside diameter of the concentric sludge return pipe and the inside diameter of the center pier shall not be less than the area of the clarifier mixed liquor influent pipe. A minimum of four (4) outlet ports shall be provided at the upper end of the pier with the top edge of the port opening at least 3" below the bottom of the return sludge sight well. The total clear open area of these ports shall be determined by the equipment manufacturer, but as a minimum shall be greater than or equal to the area of the clarifier influent feed pipe. 3. The center pier shall be shop fitted with an inner concentric sludge return pipe of carbon steel construction that is to be rigidly welded in position and shall prevent mixing of the basin influent flow with the return sludge flow. The concentric return sludge pipe shall be designed to prevent vortexing at its entrance,and shall terminate in a sleeve type coupling located approximately 22" above the bottom flange of the center pier for connection to the existing embedded sludge return pipe. The sleeve coupling shall present a smooth profile to avoid restricting the influent flow. Couplings with external flanges and fasteners are unacceptable. Two (2) access ports with bolted covers shall be provided at the center pier to allow this connection to be made. 4. Four (4) inlet ports for the return sludge shall be provided. The total clear open Addendum 3 -Circular Clarifier Equipment 46 43 21-7 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E area of these ports shall be determined by the equipment manufacturer; but as a minimum, shall be greater than or equal to the area of the sludge returns pipes. 5. A scum collection chamber shall be formed in the center pier with a false floor mounted just above the return sludge ports. The floor of the scum chamber shall lead to a scum pipe. There shall be four(4) scum ports to allow the scum to pass into the scum chamber from the rotating scum trough and scum sight well. C. Drive Cage: The center rotating drive cage and integral sight well assembly shall be furnished to provide an attachment structure for the sludge collector arms, RAS and scum trough, and influent well. The drive cage shall be completely supported and stabilized by the main bearing. No below water supports, bearings or bumpers will be allowed. 1. The 6'-6" square drive cage shall be of shop welded and field bolted connections. 2. A center sight well, fabricated as an integral part of the drive cage, shall be provided for the collection of sludge and scum from the rotating RAS troughs. The floor of the sight well shall be positioned below the bottom of the sludge collection troughs and shall include a dual continuous lip type neoprene seal acting against the center pier to keep the return sludge from leaking back into the clarifier. The sight well seal shall be replaceable from outside the sight well. 3. The drive cage shall be designed as a box truss for the load conditions described in Section 2.01 A. D. Scum Collection Trough/ Box: 1. One (1) 12" wide tapered scum collection trough with approach ramp shall be mounted to the scum collection sight well and influent feed well wall. This trough shall be on the inside of the influent well and trap and remove scum at this location. There shall be a pivoting scum wiper mounted from the bridge to pull the scum up the inclined beach and deposit it into the scum trough. 2. A 1'- 6" deep x 4'- 6" square scum collection sight well surrounding the center pier column shall be provided to collect scum into the scum ports located at the top of the pier. Dual neoprene seal rings shall be provided to close the gap against the outside diameter of the center pier column. E. Rake Arm Frames / Suction Pipes / Sludge Return Troughs: The sludge collector mechanism shall have two (2) collector rake arm frames with V-plow flights arranged to sweep the floor twice each revolution and a hydraulic differential sludge removal system designed for high rate sludge return and concurrent skimming the clarifier surface between the influent well and the scum baffle. The sludge removal system shall consist of vertical withdrawal suction pipes connected to the bottom of the sludge collecting manifold troughs. This system shall allow for straight or nearly straight sludge suction pipes that allow the sludge to be easily viewed,sampled, or cleaned from the access truss bridge. The collection manifold shall consist of an open trough that provides for visual Addendum 3 -Circular Clarifier Equipment 46 43 21-8 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E inspection of the return sludge flows discharged from the sludge suction pipes and for full surface skimming by means of skimming weirs located at the liquid surface. Bent hydraulic differential pick-up tubes or submerged sludge collection manifolds will not be allowed. 1. The rake arm frames shall be made from 3/16" thick stainless-steel type 316 plates connected to the lower portion of the drive cage. V-plow flights shall be positioned to direct sludge to the entrance of the nearest suction pipe. Flights shall be a minimum 8" deep and shall be formed from 11 ga. stainless steel type 316 plate. Adjustable squeegees shall be provided of 26 gauge x 8"wide stainless steel and shall be attached with 1/2 inch diameter stainless steel bolts in slotted holes on a maximum of 24" centers. Stainless steel washers shall be provided for both sides of the connection. 2. The sludge suction pipes shall be minimum schedule 10S wall stainless steel type 304 pipe and be sized as indicated in Section 1.01-C.2. The sludge suction pipes shall extend from a point near the floor to a flanged connection at the bottom of the sludge collection manifold troughs. The pipes shall be straight and vertical with the exception of the outermost tube which may have a maximum off-set of 20° from the vertical provided that the suction point for the outermost tube on each arm shall be located approximately 5'-0"from the inside wall of the clarifier. 3. The fabricated sludge collection troughs shall extend from the scum baffle to the sight well built into the drive cage. The sludge collection troughs shall be sized to induce and control the sludge flow from the suction pipes and convey the sludge with minimal losses to the sight well. The sludge return troughs shall have stiffened edges and the necessary cross bracing. The return sludge collection trough shall have at least three (3) 12" wide x 4" deep scum collection ports on the forward face to collect surface scum outside the inlet well. a. At least one (1) weir shall be located at the outboard end of the trough, and one (1)weir at the leading face just outside of the influent well. Each port shall be fitted with an adjustable 14-gauge stainless steel weir plate. The outboard end of the trough shall be angled back and have a wiper assembly that will continuously contact the scum baffle, trapping scum for removal through the outboard scum port. 4. Stainless steel tie rods shall be supplied to connect the elements of the rake arm frame assembly and sludge collection trough and shall be minimum 5/8" in diameter. 5. The rake arm frame,vertical suction piping, return sludge trough, and connecting tie rods shall form a trussed system capable of withstanding the loads described in Section 2.01-A. The tie rods shall be configured in order to maintain the top of trough elevation in all empty or operating conditions. F. Access Walkway: A fixed access bridge, walkway and service platform nominal 7'-0" square shall be furnished to provide access to the center drive assembly.The bridge shall Addendum 3 -Circular Clarifier Equipment 46 43 21-9 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E span one-half of the clarifier tank and shall be supported at the tank wall and the main spur gear. 1. The bridge structure shall be4 hot dipped galvanized and shall consist of two structural steel shapes interlaced with steel angles for rigidity. Structurally, the bridge shall be designed such that the maximum deflection shall be limited to 1/360 of the span,with all dead loads plus a live load of 50 Ibs ft2 on the walkway. The manufacturer shall be responsible for sizing the bridge members to meet these requirements; except, that the members specified are the minimum acceptable. 2. Two slide plates shall be provided at the clarifier side wall to allow for thermal expansion.The slide plates shall be a minimum of 1/2"thick steel plate. 3. The bridge shall be provided with a minimum 36"wide walkway designed to allow for an uninterrupted passage along its entire length. The access walkway shall consist of aluminum grating sections, 1-1/2" x 3/16" x 1" clear openings. 4. Aluminum handrails assembled from 1-1/2" nominal size aluminum pipe shall be provided for both sides of the access bridge.The railing shall be a two rail system with the top rail located at 42" above the deck. Vertical posts shall be Schedule 40 and horizontal runs shall be a minimum of Schedule 10. Sections shall be field assembled with anodized aluminum fittings. 5. A drive service platform shall be provided to allow easy maintenance of the gear drive assembly. The platform shall be nominal 7'-0" square fabricated from minimum 6" deep channel shapes and angles. Platform to be covered with removable 1/4"thick aluminum checkered floor plate. G. Scum Spray System:A fixed scum spray system to be supplied to direct surface scum into the return sludge and scum collection trough. System to include the following: 1. Water supply line fabricated from 1-1/2" dia. schedule 40 galvanized steel piping starting at the basin wall, extending along the access bridge to the drive service platform. a. Piping to supply spray water to three (3) individual surface spray headers and include a cast iron Y-strainer with blow-off valve. 2. Two (2) surface spray headers fabricated from 1-1/2"dia. sch.40 galvanized steel pipe. One (1) header to extend from the peripheral scum baffle to the influent feed well. The second header to extend from the drive cage to the feed well. Headers to include 1/2" dia. stainless steel drop pipes with flat pattern spray nozzles spaced on approx.48" centers and a cast iron screwed plug valve for flow control and throttling. Addendum 3 -Circular Clarifier Equipment 46 43 21-10 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Note: These two (2) outside spray headers to be supplied for manual operation only. 3. One(1)foam suppressant spray assembly to be provide water around the center column just below the gear drive. Assembly to be field assembled from 1" dia. schedule 80 PVC pipe and fittings and include five (5) PVC cone shape nozzles, solenoid valve, and 1" dia.true-union plug valve for flow control and throttling. Note: This inner PVC spray system to be supplied for manual or automated operation. Automated mode to coincide with the scum pump cycle. H. Octagonal Flocculation Baffle: Clarifier influent shall exit the influent ports in the center pier and be directed toward the water surface while velocities are being reduced and diffused and scum directed to the water surface inside the octagonal flocculation baffle. The flocculation baffle shall be fabricated from nominal 11ga. stainless steel type 316 sheet and transition from the square shape of the drive cage to an octagonal shape at the top, terminating 20 inches below the water surface. The flocculation baffle shall have a split floor plate that bolts to the drive cage and comes to within 1"of the outside diameter of the center pier. I. Influent Feed Well: Clarifier influent shall pass through an influent feed well sized as indicated in Section 1.01-C.2. 1. The influent well shall be furnished as 16 ga. SS plate, supported by a frame constructed of stainless-steel type 316 angles constructed from minimum 3/16" thick plate and vertical splice plates for field-bolted connections using minimum 1/2" diameter fasteners. 2. The influent well shall be supported by and rotate with the drive cage frame. Four (4) 12" deep structural steel channels shall be provided to support the inlet well. J. Effluent Troughs: FRP per section 1128 10 inboard effluent troughs shall be furnished as shown on the plans. The troughs shall be furnished in individual segments approximately 10'-0' in length. One trough segment shall have a drop box for connection to the existing effluent wall blockout. 1. A 316 stainless-steel flat bar weldment shall be placed over the effluent manifold trough dropbox. Weldment is supported from angles attached to the drop box such that the top (of grating) is level with the bottom of the troughs 2. The effluent troughs shall be individually supported by heavy fabricated 316 stainless-steel knee braces anchored to the concrete wall. Design and fabrication of the effluent troughs will be coordinated with the clarifier manufacturer for the peak flow with 3" minimum free fall. Addendum 3 -Circular Clarifier Equipment 46 43 21-11 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. Weir plates shall be FRP per 1128 10 with 1.5" deep 90-degree v-notches bolted to both sides of the troughs with minimum %" diameter stainless steel fasteners. A 2-1/2" x 2-1/2" x 3/16" stainless steel angle is used to clamp and seal the weir plates to the troughs. The clamp angles are the same length as the weir plates. 12"scum baffles shall be supplied to form a complete inner circumference around the clarifier. 4. Scum baffles are supported with stainless steel angles attached to the inboard side of the effluent troughs. Knee braces are fabricated from minimum 4" x 4" x 3/16" horizontal and 3" x 3" x 3/16" diagonal structural angles attached to the concrete wall with a minimum of(3) 5/8" diameter stainless steel anchors. 5. Stamford baffles are to be provided per section 1128 10. K. Corrosion Protection: 1. Clarifier drive unit shall be painted with the manufacturer's standard machinery enamel. 2. All fabricated carbon steel items shall be hot dipped galvanized after fabrication. No field welding will be allowed on hot dipped galvanized equipment. 3. For 10-gauge stainless steel plate and thinner: Only welds seams and heat tint to be "electro-passivated" per the TIG Brush Stainless Steel Cleaning System. Sand blasting of gauge plate will not be included due to the resulting excessive warpage. 4. Structural stainless-steel weldments (using shapes supplied with standard mill finish): These components can be supplied utilizing either of the following two (2) approaches: a. Only welds seams and heat tint to be "electro-pass ivated" per the TIG Brush Stainless Steel Cleaning System. The balance to be maintain its mill finish appearance. b. Sand blast the entire component for a uniform finish appearance. 5. All anchorage and fasteners used shall be of Type 316 stainless steel and shall be a minimum of%" diameter. Anchors shall be of the drop-in type with one-piece stainless-steel clip. 6. Handrails and kick plates will be aluminum with cast fittings to match existing. 2.2 APPURTENANCES A. Anchorage. The equipment manufacturer shall furnish all anchor bolts, nuts,and associated fasteners. These items shall be of Type 316 stainless steel construction. The manufacturer shall furnish anchor bolt templates and related instructions. Addendum 3 -Circular Clarifier Equipment 46 43 21-12 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Painting. Protective finishes shall be of the type specified in Section 09 96 00 — High Performance Coatings. 2.3 CONTROL PANEL A. The manufacturer shall supply a local NEMA 4X type 316 stainless steel control panel for the clarifier. Configure the control panel in accordance with any applicable control diagrams in the drawings. B. Contractor shall provide conduit and wiring between control panel, motors, and all field devices in accordance with applicable sections of Division 26. 2.4 CLARIFIER OPERATION A. Provide clarifier operation in accordance with Section 40 63 00—Control System Operation. 3.00 EXECUTION 3.1 DELIVERY AND STORAGE A. Deliver, handle, store and protect all equipment in accordance with manufacturer/supplier recommendations and/or instructions. 3.2 FACTORY TEST AND CERTIFICATION A. All equipment to be supplied as specified herein shall be tested at the factory for correct operation. Field tests for all equipment shall be made over the component's complete operating range, from shutoff to maximum capacity. Results of all performance tests, as well as all data taken at the time of testing, shall be submitted for Owner and Owner's Representative review. 3.3 INSTALLATION A. Installation of the clarifier mechanism is a part of this contract. Assemble and install the clarifier mechanism/sludge collector in the proposed clarifier basin in accordance with the manufacturer's instructions. B. Contractor shall be responsible for installing all clarifier components as shown in the plans and in accordance with the manufacturer's working drawings after the drawings have been reviewed by the Owner's Representative, and the manufacturer's standard installation requirements. C. After the equipment is installed, the alignment and installation shall be checked and approved by the factory representative in the presence of the Owner's Representative. The installation shall be rechecked and approved by the factory representative in the presence of the Owner's Representative after alignment and bolt tightening is complete. D. Grout all foundation bolts after approval of the installation by the Owner's Representative. Two(2)inches of bonded concrete topping shall be swept on the clarifier basin bottom using the sludge collector. Such grouting shall be done in strict accordance with the manufacturer's instructions. Provide all necessary lubricants. E. The Contractor shall be responsible for the installation and connection of all associated control wiring between the control panel, equipment and/or Owner-required monitoring locations. Addendum 3 -Circular Clarifier Equipment 46 43 21-13 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.4 FIELD TESTING A. Torque Tests. 1. The equipment supplier shall perform on site field torque tests on the clarifier to verify the design of both the drive unit and the mechanism. Tests shall provide proof of running torque capability and shall also verify the operation of the warning and overload shutdown systems. 2. The entire sludge collector mechanism shall be statically load tested by individually loading each clarifier arm with 150 percent of the specified design running torque. The test shall verify the torque overload control device settings for alarm and motor cutout. Each arm shall be individually anchored, and the load measured to demonstrate the arm's, cages, and drive unit's ability to withstand the specified torque. Sketches and calculations shall be submitted illustrating how the torque will be applied prior to the test taking place. B. Operational Test. The mechanism shall be operated in a dry tank for a minimum of 6 continuous hours before flow is allowed to enter the system. There shall be no binding, jerky or unusual motion exhibited during this run-in period. Motor amperage shall be checked at least hourly for any unusual or higher than normal figures. After the unit has successfully passed this initial test, flow shall be introduced into the tank and the same 6- hour observation test run. If the unit should fail under any of these conditions,the test shall be halted, and the problem corrected. If, after several attempts, the unit does not successfully pass the field test, the faulty portion of the equipment shall be replaced at no additional cost to the Owner, and the test rerun. 3.5 START-UP SERVICE A. The equipment manufacturer shall provide a factory-trained representative to inspect the equipment installation, supervise mechanical adjustments, conduct start-up, and supervise torque testing of the equipment. The manufacturer will submit to the Owner's Representative a written report certifying that the equipment has been satisfactorily installed, lubricated, and is ready for operation. The time and travel will be as required by the Contractor and will be in addition to the specified time for training of Owner's operating personnel. B. Upon completion of work,and at a time designated by the Owner's Representative, provide services of a competent representative of the supplier for a period of at least 8 hours to instruct the Owner's operating personnel in the operation and maintenance of the system. END OF SECTION Addendum 3 -Circular Clarifier Equipment 46 43 21-14 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 46 43 21 CIRCULAR CLARIFIER EQUIPMENT CL-402 1.00 GENERAL 1.1 SECTION INCLUDES This section includes the requirements for the provision of all supervision, labor, materials, tools, equipment, and related items to furnish, install and place in operation a 70-foot diameter, scraper plow collector type secondary clarifiers CL-402, as shown on the drawings and described herein. 1.2 SUBMITTALS A. Provide submittals in accordance with the Section 01 33 01 — Submittal Register. Provide complete descriptive data and fabrication and installation drawings, including but not limited to structural calculations, product data, drive AGMA compliance, controls, accessories, and related information. B. Shop Drawings. Submit shop drawings and product data.This will include, but is not limited to, product data for motors. C. Manufacturer's Report. Upon completion of installation, a service engineer employed by the manufacturer will submit a written report of start-up, set points and calibrations. D. Design Certification. The manufacturer shall submit a written report, signed, and sealed by registered Professional Engineer, certifying that all drives and other designs, such as structural, have been performed using sound engineering judgment and according to good engineering practice. 1.3 OPERATION AND MAINTENANCE A. Operation and Maintenance Manuals. Provide operation and maintenance manuals in accordance with Section 0133 01—Submittal Register. 1.4 QUALITY ASSURANCE A. Manufacturer's Qualifications. The secondary clarifier equipment to be furnished under this section of the specifications shall be manufactured by an equipment manufacturer who has furnished similar clarifiers of the same design in a similar size or larger for a minimum of ten (10) installations. B. Qualifications. The following are acceptable manufacturers for secondary clarifier equipment. 1. WesTech Engineering, Inc. 2. Walker Process Equipment. 3. Ovivo— Eimco. 4. Evoqua— Envirex. 1.5 DESIGN CRITERIA A. Design Parameters. 1. CL-402 shall be designed to handle the following flows and comply with the following parameters. Addendum 3 -Circular Clarifier Equipment 46 43 21-1 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a. Overflow rates, assuming two clarifiers in service. 1) Design flow: 2.5 MGD (650 gpd/ft2). 2) 2-hr peak flow: 7.5 MGD (1,950 gpd/ft2). 3) With one clarifier out of service, design flow will double. Clarifiers are not intended to be taken out of service during peak flow events. b. Underflow rate (each clarifier): 1) 597 to 787 gal/min (140 to 195 gpd/ft2) each clarifier. C. Underflow MLSS(mg/L): 10,000-20,000 (approximate) d. Number of clarifiers: 1 e. Tank diameter(ft.): 70 f. Side water depth -SWD (ft.): 14.5 g. Freeboard depth (ft): 2 h. Launder trough depth - 18 in. minimum, 24 in. as designed* i. Bottom slope (in./in.): 1/12* j. Influent column diameter (in.): 30* k. Scum box width (ft.): 5.0* I. Motor HP: 1.5 HP* maximum M. Continuous Torque Rating (per ANSI/AGMA 2001-D04) for 20-year life (ft-lbs.): 22,000* * Information to be confirmed by manufacturer. B. Structural Members. 1. Structural steel shall conform to ASTM A36. Steel pipe used for structural members shall conform to ASTM A53. All steel parts which are continuously or intermittently in contact with liquids shall have a minimum thickness of 1/4 inch. Connections shall be shop welded or field bolted. Field welding will not be permitted, except for the bridge splice. 2. The truss, cage, and all other structural members shall be designed such that the stresses on the net section and the overall deflection of any member shall not exceed the allowable stresses and deflection as listed under AISC specifications for "Design, Fabrication, and Erection of Structural Steel for Buildings." The stress and deflection calculations for these members shall be based on the uniform distribution of the AGMA rated torque of the drive mechanism applied at the panel points of one support truss. The equipment manufacturer shall submit a written report, by a registered Professional Engineer,certifying that all stress and deflection calculations for the truss and cage (with input data and shop drawings) have been performed using sound engineering judgment and according to good engineering practice. Addendum 3 -Circular Clarifier Equipment 46 43 21-2 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. All anchor bolts used to secure the mechanism to the tank shall be 316 stainless-steel, all fasteners shall be high strength steel. Handrail, skimmer, and rake squeegee fasteners shall be 304 stainless-steel. 4. Fabricated assemblies shall be shipped in the largest sections permitted by carrier regulations, properly match-marked for ease of erection. C. Welding. 1. The equipment manufacturer's shop welding procedures, welders and welding operators shall be qualified and certified in accordance with the requirement of AWS D1.1, Welding in Building Construction, of the American Welding Society. 2. The equipment manufacturer's shop drawings shall clearly show complete information regarding location, type, size, and length of all welds in accordance with Standard Welding Symbols,AWS A2.0 of the American Welding Society. Special conditions shall be fully explained by notes or details. 3. The Contractor's welding procedures,welders and welding operators shall be qualified and certified in accordance with the requirements of AWS D1.1, Welding in Building Construction, of the American Welding Society. 1.6 STORAGE A. Store the equipment and accessories on-site prior to installation in accordance with the manufacturer's recommendations. 1.7 WARANTY A. Clarifier Mechanism shall be warranted as specified in Section 00 70 00 — Closeout Procedures. 1.8 REFERENCE STANDARDS A. ASTM A-36 American Society of Testing Materials—Structural Steel Specifications B. ASTM A-325 American Society of Testing Materials— Fastener Specifications C. ASTM 304 American Society of Testing Materials—Bolt Specifications D. ASTM A-48 American Society of Testing Materials—Cast Iron Specifications E. ASTM A-536 American Society of Testing Materials—Cast Iron Specifications F. AISI 4142 American Iron and Steel Institute—Heat Treated Steel Specifications G. AGMA American Gear Manufacturers'Association—Gear Ratings H. AWS American Welding Society-Current Standards I. AFBMA Anti-friction Bearing Manufacturers'Association—Bearing Life Specifications J. ASTM A283C American Society of Testing Materials—Steel Plate Specifications K. NEMA National Electrical Manufacturer's Association—Motor Design Standards and Standards for Control Enclosures. Addendum 3 -Circular Clarifier Equipment 46 43 21-3 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.00 PRODUCTS 2.1 GENERAL DESCRIPTION FOR CL-402 The drive mechanism shall be completely factory assembled and shall consist of a solid or split internal main gear, turntable, pinion, secondary speed reducer, support base, drive unit bearing, and an overload protection device. The drive shall be mounted on the center column and support the entire rotating load of the mechanism. A. Design Parameters. 1. The drive unit shall be designed for the running torque value of 22,000 ft-lbs to be confirmed by manufacturer. The drive main bearing shall be designed for the total rotating mechanism loads with a minimum L-10 life of 50 years. The drive gear shall be designed to a minimum AGMA 5 rating when rated in accordance with AGMA 2001- C95. 2. All gearing shall be designed per AGMA standard 2001-C95 for strength and surface durability, based on a life of 175,000 hours. The design running torque rating of the drive gearing shall be based on the smaller of the two values determined from the above AGMA standard. 3. The main internal gear shall be forged of alloy hardened steel or ASTM A 536 grade 80-55-06 ductile iron. The pinion shall be heat treated alloy steel. All speed reducers shall be fully enclosed and running in grease or oil. The support base for the drive shall be ASTM A 48 Class 40 cast iron to assure rigidity. Oil and dust shields shall be provided. 4. The drive bearing shall include a forged steel precision gear/bearing set, with fully contoured raceways hardened to a minimum 58-60 Rc or bearing balls with 4140 strip linear heat treated to minimum hardness of 43-46 Rockwell. The drive shall be designed so that the balls can be easily replaced independent of the main gear and without removing the access walkway. 5. The main gear and pinion shall be grease or oil lubricated. Lubrication fittings shall be readily accessible from the access bridge. Condensate drains shall be provided in the main gear housing. B. Overload Protection. 1. An overload device shall be provided in a stainless steel or cast aluminum, weatherproof enclosure. The device shall be actuated by torque from the rotation of the secondary speed reducer or the thrust of the worm shaft,which shall operate two independently adjustable switches (the alarm switch at 80 percent of design running torque,and the motor cutout switch at 100 percent of design running torque). Provide shear pin to stop mechanism at 120 percent of design running torque. These two switches shall be factory adjusted to accurately calibrate the alarm torque value and the overload position. 2. A visual torque indicator shall be provided and oriented so that it may be read from the walkway. It shall be calibrated from 0 to 160 percent of the design running torque. C. Turntable. The turntable base shall have an annular bearing raceway upon which the rotating assembly rests. The center cage shall be fastened to and supported from the gear Addendum 3 -Circular Clarifier Equipment 46 43 21-4 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E casing. Ball bearings shall be of the highest quality high carbon chrome alloy steel running in fully contoured races, as part of a precision gear/bearing set or on replaceable strip liners. The balls shall be grease or oil lubricated and protected by elastomer seals. D. Speed Reducing Unit. 1. The speed reducing unit shall consist of cycloidal, planetary, or helical speed reducers directly connected to a motor or a worm gear assembly with a primary gear motor. 2. The main ring gear of cycloidal drives shall be made of high carbon chromium bearing steel and be fixed to the drive casing. An eccentric bearing on the high-speed shaft shall roll cycloidal discs of the same material around the internal circumference of this main ring gear. The lobes of the cycloidal disc shall engage successively with pins in the fixed ring gear. The movement of the cycloid discs shall be transmitted then by pins to the low-speed shaft. 3. The speed reducer helical gearing shall be manufactured to AGMA standards. The speed reducer shall have a service factor of 1.40(AGMA Class II) 4. The reducers shall be fitted with radial and thrust bearings of proper size for all mechanism loads and run in a totally submerged oil bath or be grease lubricated. E. Motor. 1. The motor shall be TEFC, "Severe Duty Classification for Hostile Environments," 1.15 service factor, NEMA Design B. The motor shall be designed for continuous operation in humid outdoor conditions. The power supply to the equipment shall be 460 Volt, 3 phase, 60 hertz. 2. Contractor shall provide an elapsed run time meter for the motor. The elapsed run time meter shall be 6-digit, non-resettable and sealed against dirt and moisture, 120 VAC, with indication of motor run time in hours with 1/10 hour increments. 2.2 CENTER PIER, CAGE, INFLUENT WELLAND BRIDGE A. Center Pier. A stationary cylindrical steel center pier shall support the drive, sludge scraper mechanism and access bridge. The top of the pier shall have a drive mechanism mounting plate which shall be set plumb with the centerline. The drive mechanism shall be positioned, shimmed, leveled, and grouted in place with a no shrink grout. The center pier shall be fabricated of 3/16-inch-thick (at a minimum) steel plate and shall be anchored to the concrete base with a minimum of twelve 1-inch diameter anchor bolts. The equipment manufacturer shall provide a steel template to accurately locate these anchor bolts. The center pier shall serve as influent pipe (30-inch diameter) and suitable openings shall be provided in the upper portion of the column to allow unrestricted passage of the flow into the energy dissipating inlet.The center pier shall be sized by the manufacturer and reviewed by the Owner's Representative. B. Center Drive Platform. A center drive platform shall be provided which allows a minimum of 24-inch clearance outside the center drive components. It shall consist of 1/4-inch aluminum nonskid checkered plate with necessary stiffeners and supports, resting on the center column,and provided with connections to the walkway. The entire platform shall be surrounded by handrails 42 inches high of double-row 1-1/2-inch diameter horizontal aluminum pipe with 1/4" x 4" high kickplates. The center drive platform shall be 8-feet by 8-feet minimum. Addendum 3 -Circular Clarifier Equipment 46 43 21-5 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C. Energy Dissipating Inlet. A circular energy dissipating inlet with bottom shall be supported by the cage and be designed to diffuse the liquid into the feed well in a tangential direction without excessive disturbance or formation of vertical velocity gradients. Alternately, a flocculating Energy Dissipating well shall be acceptable. D. Influent Feedwell. The influent feedwell shall be fabricated of 3/16-inch steel plate sections with bolted connections and 1/4-inch structural steel trim angles top and bottom for shape and rigidity. The well shall diffuse the flow into the tank at a uniform flow-through velocity (well dimension shall be, at minimum,18-foot diameter by 5-foot depth). Ports shall be cut into the influent well to permit the escape of entrapped scum. Ports shall be baffled to prevent short circuiting to the effluent weir. The feedwell shall be supported from the center cage or from the bridge. E. Drive Cage. The center cage shall be of steel box truss construction and shall be constructed of 1/4-inch minimum structural steel members designed to support and rotate the two (2) sludge rake arms. The cage top shall be bolted to the main gear which shall rotate the cage with the attached arms and feedwell. The cage and each arm shall be designed to withstand 150 percent of the design running torque of the drive without over-stressing the members. Loading to develop the torque shall be considered as uniform loads applied to each arm individually. F. Bridge. 1. An all-welded structural steel access bridge hot dipped galvanized, of truss or beam construction, shall extend from the tank wall to the stationary drive base. A bridge extension shall be provided to access to the drive. The bridge shall be designed to support, in addition to the dead load, a live load of 50 pounds per square foot, with a deflection not exceeding 1/360 of the span. A 3-foot-wide walkway, with 1-1/4" x 3/16"aluminum grating between the beams, shall be provided. 2. The walkway shall be diagonally braced against lateral movement, and provided with handrails 42" high, of double-row 1-1/2" diameter horizontal aluminum pipe, and %" x 4" high kickplates on both sides. Walkway trusses may serve as handrailing's if the top chord is 3'-6"' above the walking surface. Extend walkway out over the scum pit to match existing configuration. G. Scum Spray System: A fixed scum spray system to be supplied to direct surface scum into the return sludge and scum collection trough. System to include the following: 1. Water supply line fabricated from 1-1/2" dia. schedule 40 galvanized steel piping starting at the basin wall, extending along the access bridge to the drive service platform. a. Piping to supply spray water to three (3) individual surface spray headers and include a cast iron Y-strainer with blow-off valve. 2. Two (2) surface spray headers fabricated from 1-1/2"dia. sch.40 galvanized steel pipe. One (1) header to extend from the peripheral scum baffle to the influent feed well. The second header to extend from the drive cage to the feed well. Headers to include 1/2" dia. stainless steel drop pipes with flat pattern spray nozzles spaced on approx.48" centers and a cast iron screwed plug valve for flow Addendum 3 -Circular Clarifier Equipment 46 43 21-6 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E control and throttling. Note: These two (2) outside spray headers to be supplied for manual operation only. 3. One(1)foam suppressant spray assembly to be provide water around the center column just below the gear drive. Assembly to be field assembled from 1" dia. schedule 80 PVC pipe and fittings and include five (5) PVC cone shape nozzles, solenoid valve, and 1" dia.true-union plug valve for flow control and throttling. Note: This inner PVC spray system to be supplied for manual or automated operation. Automated mode to coincide with the scum pump cycle. 2.3 SLUDGE REMOVAL SYSTEM A. Scraper Plow Collector Type Primary Clarifiers 1. Sludge Rake Arms and Scraper Blades. a. The mechanism shall include two sludge rake arms of steel truss construction with steel spiral type rake blades. b. Scraper blades shall be designed for sufficient sludge transport capacity to handle the design solids loading rate. c. The rake speed shall be sufficient to transport the necessary volume of sludge to the sludge outlet but shall not re-suspend settled sludge. 2.4 SKIMMER/SCUM BOX A. General Description. A "full surface" skimmer shall be furnished consisting of a stationary scum baffle, rotating scum blade and skimming assembly, and scum box. The rotating scum skimmer shall include a vertical steel plate skimmer blade supported by vertical steel members extending up from the rake arms. The blade shall extend tangentially from the influent feedwell to the hinged scum skimmer assembly at the tank periphery. B. Stationary Scum Baffle. The stationary scum baffle shall be designed to trap scum as the scum blade rotates and direct the trapped scum out toward the scum box. The scum baffle shall consist of 15"deep fiberglass sections with support brackets as described in Section 11 28 10—Weirs and Baffles. The baffle sections shall be curved and fastened to the launder wall with adjustable support brackets, stainless steel fasteners, and anchor bolts. C. Scum Skimmer Assembly. A hinged scum skimmer assembly shall be mounted on the outer end of the skimmer device. The hinged scum skimmer assembly shall be designed to form a pocket for trapping the scum. The hinged arrangement shall ensure continual contact and proper alignment between wiper blade, scum baffle, and ramp as the blade travels up the ramp. The wiper blade shall have a wearing strip on its outer end which contacts the scum baffle and a neoprene strip on its lower and inner edge. The neoprene wipers shall be a minimum 1/4-inch thickness. The scum is trapped as the wiper blade meets the ramp and is raised up the ramp to be dumped into the scum box for disposal. Addendum 3 -Circular Clarifier Equipment 46 43 21-7 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D. Scum Box. The scum box shall be 4 feet wide, supported from the tank wall and connected to the scum withdrawal piping. It shall be made of% inch thick welded steel plate to serve as an integral section of the tank's scum baffle. The assembly shall have a scum trough, vertical steel sides,and a sloping ramp. A flexible connector shall be provided for connection to the scum withdrawal piping in the tank wall. E. Scum Flushing System. Provide a 1 % " nozzle, pipe and ball valve on the scum box side accessible from the walkway. The location shall be submerged and be operated manually on the secondary clarifiers. Delay and flush duration shall be adjustable.The valve shall use mechanical or hydraulic means without the use of electrical or pneumatic motors or switches. 2.5 APPURTENANCES A. Anchorage. The equipment manufacturer shall furnish all anchor bolts, nuts and associated fasteners. These items shall be of Type 316 stainless steel construction. The manufacturer shall furnish anchor bolt templates and related instructions. B. Painting. Protective finishes shall be of the type specified in Section 09 96 00 — High Performance Coating. 2.6 CONTROL PANEL A. The contractor shall remove and reinstall existing clarifier control panel. Thoroughly clean interior and exterior of panel. B. Provide conduit and wiring between control panel, motors, and all field devices in accordance with applicable sections of Division 26. 2.7 CLARIFIER OPERATION A. Provide clarifier operation in accordance with Section 40 63 00—Control System Operation. 3.00 EXECUTION 3.1 DELIVERY AND STORAGE A. Deliver, handle, store and protect all equipment in accordance with the requirements of 00 72 00—General Conditions. B. Deliver, handle, store and protect all equipment in accordance with manufacturer/supplier recommendations and/or instructions. 3.2 FACTORY TEST AND CERTIFICATION A. All equipment to be supplied as specified herein shall be tested at the factory for correct operation. Field tests for all equipment shall be made over the component's complete operating range, from shutoff to maximum capacity. Results of all performance tests, as well as all data taken at the time of testing, shall be submitted for Owner and Owner's Representative review. 3.3 CONCRETE A. Perform any concrete work in the clarifier basin in accordance with Division 3 -Concrete. 3.4 EARTHWORK Addendum 3 -Circular Clarifier Equipment 46 43 21-8 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Perform earthwork in accordance with Division 2 -Site Work. 3.5 INSTALLATION A. Installation of the clarifier mechanism is a part of this contract. Assemble and install the clarifier mechanism/sludge collector in the proposed clarifier basin in accordance with the manufacturer's instructions. B. Contractor shall be responsible for installing all clarifier components as shown in the plans and in accordance with the manufacturer's working drawings after the drawings have been reviewed by the Owner's Representative, and the manufacturer's standard installation requirements. C. After the equipment is installed, the alignment and installation shall be checked and approved by the factory representative in the presence of the Owner's Representative. The installation shall be rechecked and approved by the factory representative in the presence of the Owner's Representative after alignment and bolt tightening is complete. D. Grout all foundation bolts after approval of the installation by the Owner's Representative. Two(2)inches of bonded concrete topping shall be swept on the clarifier basin bottom using the sludge collector. Such grouting shall be done in strict accordance with the manufacturer's instructions. Provide all necessary lubricants. E. The Contractor shall be responsible for the installation and connection of all associated control wiring between the control panel, equipment and/or Owner-required monitoring locations. 3.6 FIELD TESTING A. Torque Tests. 1. The equipment supplier shall perform on site field torque tests on the clarifier to verify the design of both the drive unit and the mechanism. Tests shall provide proof of running torque capability and shall also verify the operation of the warning and overload shutdown systems. 2. The entire sludge collector mechanism shall be statically load tested by individually loading each clarifier arm with 150 percent of the specified design running torque. The test shall verify the torque overload control device settings for alarm and motor cutout. Each arm shall be individually anchored, and the load measured to demonstrate the arm's, cages, and drive unit's ability to withstand the specified torque. Sketches and calculations shall be submitted illustrating how the torque will be applied prior to the test taking place. B. Operational Test. The mechanism shall be operated in a dry tank for a minimum of 6 continuous hours before flow is allowed to enter the system. There shall be no binding, jerky or unusual motion exhibited during this run-in period. Motor amperage shall be checked at least hourly for any unusual or higher than normal figures. After the unit has successfully passed this initial test, flow shall be introduced into the tank and the same 6- hour observation test run. If the unit should fail under any of these conditions,the test shall be halted, and the problem corrected. If, after several attempts, the unit does not successfully pass the field test, the faulty portion of the equipment shall be replaced at no additional cost to the Owner, and the test rerun. Addendum 3 -Circular Clarifier Equipment 46 43 21-9 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.7 START-UP SERVICE A. The equipment manufacturer shall provide a factory-trained representative to inspect the equipment installation, supervise mechanical adjustments, conduct start-up, and supervise torque testing of the equipment. The manufacturer will submit to the Owner's Representative a written report certifying that the equipment has been satisfactorily installed, lubricated, and is ready for operation. The time and travel will be as required by the Contractor and will be in addition to the specified time for training of Owner's operating personnel. B. Upon completion of work,and at a time designated by the Owner's Representative, provide services of a competent representative of the supplier for a period of at least 8 hours to instruct the Owner's operating personnel in the operation and maintenance of the system in accordance 00 72 00—General Conditions. END OF SECTION Addendum 3 -Circular Clarifier Equipment 46 43 21-10 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Jet Aerators Data Sheet Project: Whitecap Wastewater Treatment Plant Aerobic Digester Tag Number: P-610, 611, 612, 613614, 615, 616, 617, 618, and 619 Name: Aerobic Digester Jet Aerator Manufacturer and Model Number: Flygt JA 112-3102 (51-1 P) &JA-117-3153 (15HP) Service Conditions Liquid: Waste Activated Sludge Actual Air Flow Rate (design pts.): 2100 ACFM (total combined air required for aerobic digestion) @ 15 ft SWD Fluid Temperature (degrees Fahrenheit): Max 85 Min 53 Specific Gravity at 60 degrees F: 1.07 Viscosity at 60 degrees F: Similar to water Vapor pressure at 60 degrees F: 0.26 psia Abrasive (Y/N): Y Possible Scale Build Up (Y/N): Y Corrosion Caused By: Diameter Solids Pump Shall Be Capable of Passing: 3 inch* Pump Location: ❑ Indoor ❑ Heated Min Air Temp: 10 deg FAltitude: Oft ■ Outdoor ■ Unheated Max Air Temp: 115 deg F ■ Submersible ❑ Dry Application Electrical Code Classification: Class 1 Div. 1 Group C and D Existing Tank Conditions Number of tanks: 2 Number of Proposed aerators/tank: 10 Tank Dimensions: 39 ft x 106 ft Tank Side Water Depth: 15 ft Jet Aerator Performance Requirements Type: Submersible Jet Aerator Total Actual Oxygen Transfer Rate: 4,400 lbs 02/day (3, Beta: 0.95 a,Alpha: Volumetric Air rate (SCFM Total): Minimum DO Maintained in Digester: 1.0 mg/L Max. Brake HP: 130 BHP* Pump Specifications: Type of Seal/Manf./Model: Tandem Mech. Shaft Seal Seal Lubrication: Oil Reservoir Type of Lubrication: Perm. Lubrication Jet Aerators Data Sheet 465117- 1 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Jet Aerators Data Sheet Lubrication Method(s): Oil Filled Materials of Construction: Casing: Cast Iron ASTM-A-48 Stuffing Box Cover: N/A Impeller: Spheroidal Graphite Cast Iron Shaft: Stainless Steel Shaft Sleeve(s): N/A- Bearings/Service Life: L10=40,000 hrs* Coupling Guard: N/A Drive Motor Specifications: Manufacturer: Drive motor manufactured by pump vendor* Enclosure: Class I Div 1 Group C&D Rated HP: 5 HP & 15 HP* Frame: Phase/Hz/Volts: 3/60/460 Weights and Measurements: Pump, Motor, ejector, Air Pipe (Max): 3000 Lbs Other Details and Information: Complete with the setting of submersible pump, motor, closed coupled volute, ejector, air intake pipe and support, power cable and controls as well as other specified accessories Sheet 2 of 2 * Vendor Confirmed or Supplied Information. Jet Aerators Data Sheet 465117- 2 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 46 51 17 J ET AE RATO RS 1.00 GENERAL 1.01 SECTION INCLUDES A. This section includes the requirements for the provision of ten (10) non-clog stand- alone submersible jet aerator units. As indicated on the drawings, all ten (10) aerators shall be installed in the existing plant sludge aerobic digester.The jet aerators shall be identified as P-610 through P-619. Each installation shall include the setting of submersible pump, motor, closed coupled volute, ejector, air intake pipe and support, power cable and controls as well as other specified accessories. B. The Contractor shall be responsible for additional design and costs associated with modifying applicable structure(s)to accommodate equipment with dimensions other than those shown on the drawings.This requirement includes equipment supplied by "Acceptable Manufacturers"that may differ from the dimensions shown on the drawings. All designs must be approved by the Owner's Representative. C. Each type of equipment specified under this section shall be provided by asingle manufacturer/supplier. D. Manufacturer/supplier shall be responsible for the manufacture, warranty, service, and operation of all equipment specified herein. Moreover, manufacturer/supplier shall, in addition to the Contractor, assume responsibility for the proper function of all equipment,following installation. E. Manufacturer/supplier shall coordinate and be same as specified in Section 22 13 30 Submersible Pumps. 1.02 SUBMITTALS A. Contractor shall provide all submittals in accordance with the requirements of Section 0133 01 Submittal Register. B. Submit complete descriptive product data for all equipment to be provided, including but not limited to, fabrication and installation drawings, electrical, instrumentation and controls component requirements and drawings, pertinent design calculations, and any other related information necessary to facilitate Owner and Owner's Representative review. C. Shop Drawings/Product Data. At a minimum, provide the following: 1. Manufacturer of pump, size, weight, make, model, horsepower, and figure number. 2. Thrust required calculations, thrust produced per jet aerator calculations, SOR produced/jet aerator. 3. Complete catalog information, descriptive literature, specifications, and Addendum 3 -Jet Aerators 465117 - 1 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E identification of materials of construction. 4. Any exceptions to the specifications. 5. Manufacturer of electric motor, motor data and guaranteed efficiency at pump rated conditions. In addition, supply power cable information. 6. Guaranteed performance curves (manufacturer's standard certified test data) foreach aerator, including Standard Oxygen Transfer Rates (SOTR) curve, with Side Water Depth (SWD), Standard Aeration Efficiency(SAE) and Air Draft. 7. Guaranteed pump performance curves (manufacturer's standard certified test data) for each pump, including head curve, horsepower curve and efficiency curve. Curves shall indicate recommended minimum flow rate, maximum attainable flow rate at rated pump speed, brake horsepower at rated conditions, and maximum horsepower over entire pump performance curve, including shutoff. Curves shall also indicate minimum recommended flow rate. 8. Recommended spare parts for 1 year's normal maintenance with prices, delivery,and location of stock(local or factory). 9. Certified dimensioned outline drawings for aerator units, air intake pipe with support, and motors with shipping weights and unit weights. 10. Cross-sectional drawing with detailed parts list for pumps, ejectors, intake pipe,intake pipe support and motors. D. Testing and Final Submittals. 1. Prior to submergence, each Jet Aerator shall be run dry to establish correct rotation. 2. Each Jet Aerator shall be run submerged in water. 3. Motor and cable insulation shall be tested for moisture content or insulation defects. 4. The following data shall be submitted upon shipment of pumps and motors: a) Installation, operation, maintenance, and lubrication manuals. b) Complete bill of materials to include factory part numbers, or drawing numbers, which would indicate interchangeability, materials of construction, and the number of parts used in one unit. C) Facsimile or rub-off of nameplate on pumps, ejector, and motors.Pump nameplate shall include impeller size or number. E. Operation and Maintenance Manuals. Provide complete operation and maintenance manuals for all equipment, in accordance with the requirements of Section 0170 00- Execution and Closeout Requirements. F. Provide a letter of certification for: installation, operation, training, and factory and field-testing data and results. 1.03 QUALITY ASSURANCE A. A factory-trained service engineer employed by the manufacturer shall advise the Addendum 3 -Jet Aerators 465117 -2 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E installing contractor in the installation and start-up of the aerator units. Upon completion of the physical installation of the unit, the manufacturer shall submit in writing to the Owner's representative a letter stating that the unit has been properly installed and is acceptable for operation.The pump manufacturer's service engineer shall include in his bid 3 working days to advise the Owner's operator of operation and maintenance of the pumping units and controls. B. The pump manufacturer shall have a minimum of 5,000 heavy-duty submersible wastewater pumps installed and operating for no less than 5 years in the United States. C. Manufacturer/supplier shall be ISO 9001 certified. D. Supply of Equipment. All of the equipment called for under this section ofthe specifications shall be supplied by the same manufacturer.This includes the motors, ejectors, mechanical seals, and control panel.The supplier shall, in addition to the Contractor, assume the responsibility for the proper functioning of the equipment. 1.04 REFERENCE STANDARDS A. Pumps shall comply with Hydraulic Institute standards. 1.05 EXTENDED WARRANTY A. Provide equipment warranty in accordance with the requirements of Section 0170 00 Execution and Closeout Requirements. B. The pump manufacturer shall warrant the units being supplied to the Owner against defects in workmanship and material for a period of 5 years under normal use, operation, and service.The warranty shall be in printed form and apply to all similar units. 2.00 PRODUCTS 2.01 DESIGN CRITERIA A. See attached Jet Aerator Data in Section 22 13 30 Submersible Pump Data Sheets for performance criteria. B. Aerator Layout.The aerators shall be a placed within the digester to provide effective mixingand aeration to maintain minimum dissolved oxygen levels over the entire digester area. 2.02 ACCEPTABLE MANUFACTURERS A. For Jet Aerators P-610 through P-619, provide equipment from one ofthe following acceptable manufacturers: 1. Flygt. 2. Landia 3. Contractor submitted and Owner approved substitution. B. If applicable, all equipment substitution requests shall be made in accordance withthe requirements of sections. Addendum 3 -Jet Aerators 465117 -3 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.03 PRODUCT DESCRIPTION A. Ten (10) proposed non-clog stand-alone jet aerators shall be installed in the existing digester. B. Two (2) proposed non-clog stand-alone jet aerators shall be 5 hp and be installed in the east end of the Aerobic Digester and the other eight(8) shall be 15 hp. 2.04 JET AERATOR DESIGN A. The jet aerator consists of a submersible pump, motor, closed coupled volute, ejector, air intake pipe and support.The pump shall be capable of handling sewage sludge.The jet aerator shall be easily removed for inspection or service.There shall be no need for personnel to enter digester to either remove or replace the aerator.The jet aerator (including pump and ejector) shall be rigidly connected and supported by manufacturer supplied 304 or 316 stainless steel frame, which shall rest on the digester floor.The pump, with its appurtenances and cable, shall be capable of continuous submergence under water without loss of watertight integrity to a depth of 65 feet. Cable shall be equipped with a floating mechanism. Each pump shall be provided with a Type304 or Type 316 stainless steel lifting cable secured to a stainless steel eyebolt or hook attached to the intake air pipe. B. SUBMERSIBLE PUMP 1. CASING a. Each pump casing shall be constructed of fine-grained cast iron and designed for side tangential discharge. Diffusion vanes are not permitted. The casting shall be designed for a minimum working pressure of 50 psig and hydrostatically testedto 1-1/2 times the working pressure. b. All mating surfaces where watertight sealing is required shall be machined and fitted with nitrile rubber O-rings. Fitting shall be such that sealing is accomplished by metal-to-metal contact between machined surfaces, resulting in controlled compression of nitrile rubber O-rings without the requirement of a specific torque limit to effect this. No secondary sealing compounds, rectangular gaskets,elliptical O-rings, grease or other devices shall be used. 2. PUMP SHAFT a. The pump shaft shall be of stainless, a nickel-bearing chromium steel designed for heat treatment to high mechanical properties with superior corrosion-resistant characteristics. Nonstainless steel pump shafts having direct contact with the raw sewage are not acceptable.The pump shaft shall rotate on two permanently lubricated ball or roller bearings.The shaft shall be of sufficient diameter toassure rigid support of the impeller and to prevent excessive vibration at all operating speeds. b. Each pump shall be provided with a tandem mechanical rotating shaft sealsystem running in an oil reservoir having separate, constantly Addendum 3 -Jet Aerators 465117 -4 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E hydrodynamically lubricated lapped seal faces.The lower seal unit between the pump and oil chamber shall contain one stationary and one positively driven rotating tungsten-carbide ring.The upper seal unit between the oil sump and motor housing shall contain one stationary tungsten-carbide ring and one positively driven rotating carbon ring. Each interface shall be held in contact by its own spring system.The seals shall require neither maintenance nor adjustment but shall be easily inspected and replaceable. 3. OIL CHAMBER - Each pump shall be provided with an oil chamber for the shaft sealing system.The oil chamber shall house a pressure equalizer ring filled with air for oil pressure compensation.The drain and inspection plug,with positive anti-leak seal, shall be easily accessible from the outside. 4. IMPELLER -The pump impellers shall be one-piece cast iron, fully enclosed, designed with wide passages to prevent clogging when pumping solids, trash, rags, and string material entrained in sewage.The impeller shall be statically and dynamically balanced.The impeller hub shall be accurately fitted to the impeller shaft and secured to a straight fit on the shaft by means of a key and threaded locknut. Impeller and casing shall be designed to pass the minimum test sphere size scheduled hereinafter. Clearance between the rotating and stationary parts shall be adjustable to provide sustained performance without excessive maintenance. 5. WEAR RING -A wear ring system shall be installed to provide efficient sealing between the volute and impeller.The wear ring shall consist of a stationary ring made of nitrile rubber molded with a steel ring insert,which is drive fitted to the volute inlet, and a rotating stainless-steel Type 304 ring, which is drive fitted to the impeller eye. 6. COOLING SYSTEM - Each unit shall be provided with an adequately designed cooling system. Thermal radiators (cooling fins) integral to the stator housing, shall be adequate to provide the cooling required by the motor. Dry pit installations shall be provided with a water-cooling jacket. 7. ELECTRICAL CABLE SEAL-The electrical cable entry water seal design shall preclude specific torque requirements to ensure a watertight and submersible seal. It shall be comprised of a single cylindrical elastomer grommet flanked by washers, all having a close tolerance fit against the cable outside diameter and the entry inside diameter and compressed by the entry body containing a strain relief function separate from the function of sealing the cable.The assembly shall bear against a shoulder in the pump top.The cable entry junction chamber and motor shall be separated by a stator lead sealing gland or terminal board, which shall isolate the motor interior from foreign material gaining access through the pump top. Epoxies, silicones, or other secondary sealing systems are not acceptable. Addendum 3 -Jet Aerators 465117 -5 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 8. MOTOR a. Pump motor shall be NEMA Design B, squirrel-cage, induction, shell-type design, housed in an air-filled watertight chamber.The stator winding and stator leads shall be insulated with moisture-resistant Class F insulation, which will resist a temperature of 155 C (311 F).The stator shall be dipped and baked three times in Class F varnish.The motor shall be designed for continuous duty, capable of sustaining a minimum of 10 starts per hour. The rotor bars and short circuit rings shall be made of aluminum. b. The junction chamber, containing the terminal board, shall be sealed from the motor by elastomer compression seal (O-ring). Connection between the cable conductors and stator leads shall be made with threaded compressed-type binding posts permanently affixed to a terminal board and thus, perfectly leak proof. C. The pump motor cables installed shall be suitable for submersible pump application and shall have Mine Equipment Safety Association approval; such approval shall be indicated by code or legend permanently embossed on the cable. Cable sizing shall conform to NEMA-IPCEA specifications for pump motors. d. Motors must not operate in service factor in any portion of pump operating range e. Provide leak switch for pump/motor. Furnish intrinsically safe control relayfor installation by the System Integrator. C. EJECTOR - Manufacturer shall supply an ejector assembly that will supply specified oxygen transfer rates and forces for mixing. D. AIR INTAKE SUPPORT AND MANUFACTURER SUPPLIED FRAME 1. Provide support for air intake pipe and frame to allow aerator to sit levelly on the tank bottom constructed of Schedule 40,Type 304 or 316 stainless steel, and of the size recommended by the aerator manufacturer. Intermediate supports shall be furnished,in accordance with the aerator manufacturer's recommendation. 2. If any welding is required, it shall be done by the MIG process to provide full penetration of the welded material. All welding shall be performed by certified welders. All mounting hardware shall be constructed of Type 304 or 316 stainless steel. E. CONTROL- For Jet Aerators P-610 through P-619, the manufacturer shall furnish a single Control Panel in accordance with Sections 40 63 00, Control System Operation and 40 90 00, Vendor Control Panels. F. SPARE PARTS- Provide spare parts as recommended in Part 1.2 Subpart C.8 and in accordance with requirements of 0170 00 - Execution and Closeout Requirements . Addendum 3 -Jet Aerators 465117 -6 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3.00 EXECUTION 3.01 PAINTING TOUCH-UP-Touch-up abrasions and other defective areas in items furnished with factory finish, using primers and paints for finish coat equal to that employed for factory coats. 3.02 DELIVERY AND STORAGE A. Deliver, handle, store, and protect all equipment in full accordance with manufacturer/supplier recommendations and/or instructions. 3.03 FACTORY TEST AND CERTIFICATION A. All equipment to be supplied as specified herein shall be tested at the factory for correctoperation. Field tests for all equipment shall be made over the components complete operating range,from shutoff to maximum capacity. Results of all performance tests, as well as all data taken at the time of testing, shall be submitted for Owner and Owner's Representative review. B. Certification of all factory testing data and results shall be submitted for Owner and Owner's Representative review. 3.04 INSTALLATION -Install all equipment in full accordance with manufacturer/supplier recommendations and/or instructions. 3.05 INSPECTION AND TESTING A. Equipment shall be completely assembled, installed, painted, and approved by the boththe manufacturer's factory representative and the Owner's Representative. B. Following installation approval, equipment shall be placed in operation under the supervision of manufacturer's factory representative. Manufacturer's representative shall subsequently provide written certification of proper equipment installation and operation to Owner and Owner's Representative. 3.06 START-UP AND TRAINING A. Perform equipment start-up in accordance with the requirements of Manufacturer. B. Provide field instruction/training regarding equipment operation in accordance withthe requirements of Manufacturer. END OF SECTION Addendum 3 -Jet Aerators 465117 -7 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E THIS PAGE INTENTIONALLY LEFT BLANK Addendum 3 -Jet Aerators 465117 -8 Whitecap WWTP Improvements Project No. 18087A Rev 10/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 46 51 64 AERATION DIFFUSER SYSTEMS 1.00 GENERAL 1.01 SECTION INCLUDES This section includes the requirements for the design, manufacture, installation, and start- up of a fine bubble system aeration diffuser systems. Systems shall include diffusers and appurtenances with all related piping, supports,valves, and fittings. 1.02 SUBMITTALS A. General. Contractor shall provide all submittals in accordance with the requirements of Section 0133 00, Submittal Register.The engineering submittal package shall be provided in sufficient detail and scope to confirm compliance with the requirements of this section. Submittals shall be complete for all required components. Partial submittals will not be accepted. B. Shop Drawings. Detailed layout drawings for in-basin aeration components. Layout drawings shall include: 1. Layout and configuration of aeration system. 2. Detail drawings of diffuser assemblies showing components, method of construction, and attachment mechanism to air header distribution piping. 3. Detail drawings of all piping connections including drop to manifold, manifold to header and inline connections for manifold and headers. In addition, show cooling loop if needed. 4. Detail drawings of pipe support components. C. Product Data. 1. Detailed listing of materials and materials of construction. 2. Product literature. D. Installation Instructions. 1. Installation requirements and guidelines for all proposed equipment shall be provided. 2. Information on the aeration system shall include but not be limited to: a. Diffuser unit assembly. b. Diffuser assembly attachment. c. Diffuser membrane replacement instructions. d. Piping support components. E. Operation and Maintenance Data. 1. Operations and maintenance data for all proposed equipment shall be provided in accordance with Section 0170 00, Execution and Closeout Requirements. 2. Information on the aeration system shall include but not be limited to: a. Diffuser assembly cleaning procedures. b. Maintenance and replacement data. 1.03 WARRANTY Addendum 3 -Aeration Diffuser Systems 465164- 1 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. Provide equipment warranty in accordance with the requirements of Section 0170 00, Execution and Closeout Requirements. B. The manufacturer of the equipment shall warrant for two years from startup that the equipment will be free from defects in design, material, and workmanship. C. In the event a component fails to perform as specified or is proven defective in service during the warranty period, excluding items of supply normally expended during operation, the manufacturer shall provide a replacement part without cost to the Owner, and the Contractor shall install the component without cost to Owner.This warranty shall be valid only if the product is properly serviced and operated under normal conditions and in accordance with the manufacturer's instructions. 2.00 PRODUCTS 2.01 DESIGN AND PERFORMANCE REQUIREMENTS A. The aeration basin system design criteria are as follows: 1. Aeration Basin Configuration: one common influent channels feed two separate aeration basins. Each aeration basin will have aerated zones with fine bubble diffusers. 2. Aeration Basins a. Number of Basins 2 b. Number of Drops per Basin 3 (3 zones of diffusers per basin) c. Basin Dimensions 1) Length,ft 96 2) Width, ft 19 3) Diffuser Submergence, ft 17.0 4) SWD, ft 17.9 3. Design aeration system to transfer not less than 6,926 lbs 02 per day total for both basins at the specified submergence, air rate and pressure under the following conditions a. The aeration diffuser system including the piping shall be capable of delivering a peak air flow of 1) 2,034 scfm with one (1) basin in service 2) An assumed water temperature of 86°F 4. Diffuser Layout: a. The Aeration Basin diffusers shall be arranged in a tapered pattern,with approximately 50% of the diffusers in the first third length of the basin and 50%of the diffusers in remaining two thirds. b. The diffuser layout shall provide spacing between diffuser laterals that allows access paths for servicing and cleaning the diffusers. Diffusers caps must be within easy reach of the pathways. c. Spacing between individual laterals may be irregular, if necessary, to provide required pathways. Spacing between groups of laterals between pathways should be as uniform as possible within a particular zone. 5. Additional information on system is presented below: At Design Flow Rate Addendum 3 -Aeration Diffuser Systems 465164-2 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a. Operating Pressure at top of dropleg (psig) Not to exceed 8.9 b. Maximum temperature at Blower (°F) 254 (at maximum 12 PSI header pressure, 110°F ambient temperature) c. Maximum temperature top of drop leg (°F) (to be estimated by manufacturer) d. If temperature exceeds that permitted by the manufacturer for any part of the diffuser system being supplied, the manufacturer shall provide a cooling loop as part of the system to reduce the temperature as necessary. 6. MANUFACTURERS a. ITT/Sanitaire. b. Stamford Scientific, Inc. (SSI). c. Environmental Dynamics, Inc. (EDI). d. Aquarius Technologies. 7. Minimum Transfer Efficiency a. Minimum clean water transfer efficiency at standard conditions (SOTE) at 17.0 feet submergence shall be: 1) One Basin in Service: Approximately 31 percent (31 %), an average of SOTE all zones. b. Provide test data demonstrating compliance with SOTE requirement, at various air flows per diffuser, between 0.5 scfm/diffuser and 4 scfm/diffuser. Vendor to provide calculated SOTR value at vendor's demonstrated transfer efficiency. 2.02 QUALITY ASSURANCE A. The Contractor shall provide evidence to the Owner's Representative that the manufacturer has a minimum of five (5)years' experience,within the last seven (7)years, in the design, manufacture, and supervision of installation of equipment of the type required under this Specification. B. The Contractor shall provide evidence to the Owner's Representative that equipment which was designed and manufactured by the manufacturer of choice, and which is similar to the equipment required under this Specification, has been in continuous and successful operation in at least five (5) separate facilities for the past five (5)years. C. The Contractor shall require that the manufacturer of the Aeration Diffuser Systems be responsible for the integration and compatibility of all equipment components provided under this Specification. 2.03 MATERIALS, FABRICATION AND FINISHING A. Air Drop Pipe and Air Header Manifold 1. Fabricate all welded parts and assemblies from sheets and plates of 316/316L dual certified stainless steel with a 2D finish conforming to ASTM A240, 554, 774, 778. 2. Fabricate non-welded parts and flanges from sheets, plates or bars of 316/316L dual certified stainless-steel conforming to ASTM A240 or ASTM A276. 3. Welds and Welding Procedure. Addendum 3 -Aeration Diffuser Systems 465164-3 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E a. Weld in the factory with ER 316L filler wire using MIG,TIG or plasma-arc inert gas welding processes. Provide a cross section equal to or greater than the parent metal. b. Provide full penetration butt welds to the interior surface with gas shielding of interior and exterior of joint. c. Continuously weld both sides of face rings and flanges to eliminate potential for crevice corrosion. 4. Manifold piping shall be a minimum of schedule 40 PVC 5. Provide schedule 10S 316 stainless steel clamp adapters to convert from a metal drop pipe connected to isolation/manual throttling valve (valve by Contractor)to underwater UPVC manifold piping. Include flex coupling to avoid difficulties in installation and to absorb any minor vibration from the system. Manifold piping shall be at specified depth. Stainless steel drop will be used between UPVC piping and isolation valve. 6. If cooling loop is required, provide as schedule 10S 316/316L dual certified stainless- steel pipe. 7. Furnish manifold and header supports for each manifold and header. Manifold supports shall be designed for the maximum anticipated bending moments and uplift forces. All components shall be of 316 or 316L stainless steel, or glass filled polypropylene. Header supports shall allow for vertical adjustment and leveling of the diffuser grid to within 0.25 inches of a common horizontal plane. 8. No worm clamps shall be used. 9. Attach supports to concrete basin floor by means of mechanical anchors. Adhesive anchors will not be accepted. 10. All nuts, bolts and washers shall be 316 stainless steel and shall be furnished by the manufacturer. 11. Corrosion Protection and Finishing. Clean all welded stainless-steel surfaces and welds after fabrication by using the following procedure: a. Pre-clean all outside weld areas to remove weld splatter with stainless steel brushes and/or deburring and finish grinding wheels. b. Finish clean all interior and exterior welds and piping by full immersion pickling and rinse with water to remove all carbon deposits and contaminants to regenerate a uniform corrosion resistant chromium oxide film per ASTM A380 Section 6.2.11, Table A2.1 Annex A2 and Section 8.3. 2.04 AERATION SYSTEM COMPONENTS A. Aeration System 1. The aeration system components for each aeration system (droplegs, manifolds, diffuser assembly, supports and anchors, and all other components required for a complete aeration system) shall be from a single manufacturer providing single source responsibility for the system.The manufacturer shall be responsible for all system design including, but not limited to, sizing of pipes (per TCEQ chapter 217), and support spacing. B. Manifolds. Provide PVC manifolds for air distribution grid in the diffuser basin. 1. Fabricate manifolds with fixed threaded union or flanged joints for connection to the air distributors. Addendum 3 -Aeration Diffuser Systems 465164-4 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2. Design manifold, distributor connections and supports to resist thrust generated by expansion/contraction of the air distributors with a maximum air temperature of 125°F. 3. Connect manifolds with fixed threaded union or flanged joints to prevent rotation or blow apart. 4. Manifolds shall connect to air supply by a stainless-steel drop pipe. C. Diffuser Assembly. 1. Basins a. Each diffuser assembly shall consist of an EPDM porous membrane disc diffuser element, provisions for connection to the diffuser holder installed on the air distribution piping, and a gasket to provide the required sealing. b. The diffusers shall be designed to withstand periodic cleaning using a method detailed by the manufacturer. c. The diffuser unit shall be fully capable of operating under continuous or intermittent conditions and shall be designed with check valve capabilities to prevent entry of sludge into the diffuser unit or air piping on air shutdown or interruption of air supply. D. Supports. 1. Aeration Basins. Provide each section of manifold and air distributor with a minimum of two (2) supports. a. Limit maximum support spacing to 8 feet. b. Design all supports to allow for thermal expansion and contraction forces with a maximum air temperature of 125° F and to minimize stress build up in the piping system. c. Design supports to be adjustable without removing the air distributor from the support. d. Design supports to allow for complete removal from the tank to facilitate installation of additional headers and in-tank maintenance. e. The supports shall be capable of withstanding the buoyant force of the manifold. E. Anchor Bolts. 1. Design anchor bolts for embedment in 4000 psi concrete with a pullout safety factor of 4. 2. Provide a mechanical 316 stainless steel expansion type anchor bolt system. F. Liquid Purge System. Diffuser Manufacturer shall provide adequately sized purge system on each submerged diffuser grid header. Purge system shall utilize either individual pipes routed to a discharge valve at the end of the grid lateral for a manual purge system above the water line and conveniently located to support operational use or shall utilize a bubble cap diffuser at the end of the laterals or manifold for an automatic purge system. 3.00 EXECUTION 3.01 DELIVERY AND STORAGE A. Deliver, handle, store, and protect all equipment in full accordance with manufacturer/supplier recommendations and/or instructions. 3.02 FACTORY TEST AND CERTIFICATION Addendum 3 -Aeration Diffuser Systems 465164-5 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E A. All equipment to be supplied as specified herein shall be tested at the factory for correct operation. Field tests for all equipment shall be made over the components complete operating range, from shutoff to maximum capacity. Results of all performance tests, as well as all data taken at the time of testing, shall be submitted for Owner and Owner's Representative review. B. Certification of all factory testing data and results shall be submitted for Owner and Owner's Representative review. 3.03 INSTALLATION A. Contractor shall furnish, inspect, store, and install aeration system components in accordance with manufacturer's written instructions and approved submittals. B. Diffuser assemblies on a common grid shall be installed within an elevation tolerance of ±1/2 inches. C. Contractor shall provide all air header piping,wall sleeves with seals, and concrete pedestals as necessary to complete the system. D. Contractor shall be responsible for cleanliness of piping and shall manually clean pipe, or air or water flush piping as required. 3.04 INSPECTION AND TESTING A. Equipment shall be completely assembled, installed, painted, and approved by the both the manufacturer's factory representative and the Owner's Representative. 3.05 START-UP AND TRAINING A. Perform equipment start-up in accordance with the requirements of the equipment manufacturers. B. A manufacturer's representative shall be present at the job site to inspect the installation of the equipment, start-up the system, and train operations and maintenance personnel on the supplied equipment.The representative shall provide written certification of general conformance giving action items and/or recommendation that startup can occur.After installation is completed, the Contractor shall perform the field tests in the presence of the Owner's Representative, a factory representative, and the Owner. C. Services including a total of one (1)trip for two (2) days for startup and training. D. Fill the basin to a level of 4 feet above the top of the diffusers using non-potable water. E. Release air to the system and inspect the system for air leaks at all piping or diffuser connections. F. Check all diffusers for damage that may have occurred during the installation. G. Adjust any piping or diffusers that show leaks or disproportionate amount of airflow. H. Fill basins to operating depth with non-potable water. I. Operate the blowers at the design air rate and observe air release and air distribution patterns. If adjustments are required, drain basin, adjust, and repeat steps from G. above. Addendum 3 -Aeration Diffuser Systems 465164-6 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E J. All water, air, power and labor associated with testing and adjustment of diffuser assemblies is to be coordinated by the Contractor. K. A manufacturer's representative shall be present at the job site to inspect the installation of the equipment, start-up the system, and train operations and maintenance personnel on the supplied equipment.The representative shall provide written certification that the equipment was installed by the contractor according to the manufacturer's instructions. END OF SECTION Addendum 3 -Aeration Diffuser Systems 465164-7 Whitecap WWTP Improvements Project No. 18087A Rev 08/2021 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 43 73 20 FLOATING SUPERNATANT DECANTER 1.00 GENERAL 1.1 SECTION INCLUDES A. This section includes the requirements for the provision of two (2) floating supernatant decanter. This unit is to be completed in place,installed in the sludge holding tank structure, as indicated on the drawings.The decanter shall include a withdrawal manifold with orifices, a floatation device, and all auxiliary equipment and appurtenances required for a complete and operational system. B. This requirement may include equipment supplied by"Acceptable Manufacturers"that may differ from the dimensions shown on the drawings. All designs must be accepted by the Engineer. 1.2 SUBMITTALS A. Contractor shall provide all submittals in accordance with the requirements of Section 0133 01, Submittal-Register. B. Submit complete descriptive product data for all equipment to be provided, including but not limited to,fabrication and installation drawings,electrical, instrumentation and controls component requirements and drawings, pertinent design calculations, and any other related information necessary to facilitate Owner and Engineer review. C. Shop Drawings/Product Data. At a minimum, provide the following: 1. Provide complete descriptive product data,detailed installation drawings,accessories, and related information. 2. Any exceptions to the specifications. D. Operation and Maintenance Manuals. Provide complete operation and maintenance manuals for all equipment, in accordance with the requirements of Section 01 70 00, Execution and Closeout Requirements. E. Submit operating data to show compliance with removal efficiencies specified. F. Provide a letter of certification signed by an authorized representative of the manufacturer stating that the manufacturer has inspected the installation and verified training of the Owner's operations and maintenance personnel upon completion of the installation. The certification shall state that the equipment has been installed in accordance with the manufacturer's recommendations, is in proper adjustment and operating condition, the manufacturer is prepared to warrant the equipment to perform in full compliance with these specifications, and the equipment is ready to be turned over to the Owner for operation. Floating Supernatant Decanter 46 73 20-1 Whitecap WWTP Improvements Project No. E18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.3 WARRANTY A. Provide equipment warranty, a minimum 2 years in duration from final completion, in accordance with the requirements of Section 01 70 00, Execution and Closeout Requirements. 2.00 PRODUCTS 2.1 DESIGN CRITERIA A. Decanter shall be designed based on the following conditions: Item Description Quantity 2 Design Flow(gpm) 1,468 2.2 ACCEPTABLE MANUFACTURERS A. Provide equipment from the following acceptable manufacturer: 1. Evoqua 2. or Owner approved substitution. B. If applicable, all equipment substitution requests shall be made in accordance with the requirements of Section 00 72 00 General Requirements. 2.3 QUALITY ASSURANCE A. All equipment items furnished under this specification shall be furnished by a single supplier who shall be responsible for the adequacy of design. B. Equipment shall be supplied by a firm that has regularly engaged in the design, fabrication, assembly,testing, start-up, and service of grit chambers, as proposed for use in wastewater treatment for a minimum of five (5) years. The manufacturer must have installed and had in satisfactory use a minimum of five (5) installations of similar type, comparable size or larger, and of the approximate capacity as given to the units specified. Submit list with contacts to engineer for review. C. Manufacturer/supplier shall be responsible for the manufacture, warranty, service, and operation of all equipment specified herein. Moreover, manufacturer/supplier shall, in addition to the Contractor, assume responsibility for the proper function of all equipment, following installation. 2.4 PRODUCT DESCRIPTION A. Piping. Each orifice shall allow equal flow into the draw tube.The draw tube, containing the orifices for removal of supernatant shall be integrally attached to the foam filled float such that the float remains level throughout the full range of operation, and to maintain Floating Supernatant Decanter 46 73 20-2 Whitecap WWTP Improvements Project No. E18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E submergence of the orifices of the main body. The main body will be connected to the effluent piping by means of a 4" flanged stub. The effluent pipe shall include a "knee"joint to allow vertical movement. The "knee" joint shall be wire reinforced rubber hose with a flange at each end, and include a support mechanism that allows vertical articulation, but precludes lateral or twisting movement. Hose shall be suitable for abrasive materials and shall be rated at 30 inches mercury vacuum and 15 PSI working pressure. The effluent pipe shall be provided with a flanged connection for mounting the decanter system to the installed pipe through the basin wall. Flange connection shall be in accordance with ANSI standard 150-pound bolt pattern. Hardware at this flanged connection interface shall be furnished by the contractor. B. Supports. All necessary supports for the decanter mechanism shall be provided. The supports will be located on the basin floor and will support the decanter mechanism when the basin is dewatered. The supports shall be fabricated 304 stainless steels for corrosion resistance. The supports shall consist of a support plate welded to a supporting base. The base shall be anchored with anchor bolts and grouted in place, if necessary. Fastening hardware shall be Type 18-8 stainless steel. C. Spare Parts. Provide spare parts in accordance with requirements of Section 01 70 00, Execution and Closeout Requirements. 3.00 EXECUTION 3.1 DELIVERY AND STORAGE A. Deliver, handle, store, and protect all equipment in full accordance with manufacturer/supplier recommendations and/or instructions. 3.2 INSTALLATION A. Install all equipment in full accordance with manufacturer/supplier recommendations and/or instructions. 3.3 INSPECTION AND TESTING A. Equipment shall be completely assembled, installed, and approved by the manufacturer's factory representative and subject to review by the Owner's Representative. B. Following installation approval, equipment shall be placed in operation under the supervision of manufacturer's factory representative. Contractor shall submit written certification from Manufacturer's factory representative of proper equipment installation and operation to Owner and Owner's Representative. 3.4 START-UP AND TRAINING A. Perform equipment start-up in accordance with the requirements of sections. Floating Supernatant Decanter 46 73 20-3 Whitecap WWTP Improvements Project No. E18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B. Provide field instruction/training regarding equipment operation in accordance with the requirements of sections. END OF SECTION Floating Supernatant Decanter 46 73 20-4 Whitecap WWTP Improvements Project No. E18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 46 76 28 VOLUTE DEWATERING PRESS 1.00 GENERAL REQUIREMENTS 1.1 SCOPE OF WORK A This section shall include furnishing One (1) Volute Dewatering Press' together with associated sludge conditioning tank(s), control panel, flowmeter, extended discharge chute, and all appurtenances as specified in the Contract Documents and as required to meet the specified performance requirements and to provide a full and properly functioning sludge dewatering system B Unit responsibility: All equipment furnished under this section shall be the responsibility of a single Manufacturer to fabricate or procure, integrate,factory test,and deliver to the project site. It shall be the responsibility of the Manufacturer to coordinate all details and components required for a properly functioning system. C If the system requires additional space, utilities, and/or equipment which are not described in the Contract Documents or cannot be provided within sufficient existing footprint in the sludge handling building, the Manufacturer shall be responsible for costs associated with modifications, additions, and changes, including design effort, required to locate and place the proposed equipment into service. D The Dewatering Unit provided must include at least three(3)separate Dewatering Drums that operate independently such that in the event that one Drum is inoperable for any reason, the unit can still dewater sludge at a minimum of 50% of its full capacity. In the even that a unit only has a single Dewatering Drum,two(2)separate units will need to be provided under this section. 1.2 RELATED SECTIONS A 15 10 50—Pipe and Pipe Fittings General B 09 96 00- High Performance Coatings C 15 13 90—Wastewater Valves 1.3 REFERENCES A National Electrical Manufacturers Association (NEMA). B Underwriters Laboratory(UL). Addendum 3 -Volute Dewatering Press 46 76 28-1 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 1.4 SUBMITTALS The following design submittals are to be provided by Manufacturer following award of contract. All submittals shall be approved by the Engineer, prior to installation of such equipment. Submittals shall include as a minimum: A General Assembly drawings of all equipment to be supplied detailing all relevant dimensions and connection sizes. B Electrical drawings for all control panels showing all necessary field connections to be made. C Manufacturer's catalog sheets showing specified equipment, control panel, connecting piping and valves, spare parts package, O&M Manuals, and warranty information D Installation instructions E Motor characteristics and performance information. F Parts list including a list of recommended spare parts and all components located within the control panel. 1.5 SYSTEM PERFORMANCE A The sludge dewatering system will be capable of dewatering the feed sludge and producing a solids cake with no free water present. The system will be able to start up, operate as required and shut down in the absence of any operators. 1.6 SYSTEM DESCRIPTION A The sludge dewatering system shall consist of One (1)Volute Dewatering Press and all appurtenances. B The Volute Dewatering Press shall be a complete prefabricated system consisting of: 1) Sludge conditioning system consisting of two-stage flocculation tanks with a mixing tank with gear motor and mixing impeller to allow efficient mixing of polymer in the sludge and a flocculation tank including gear motor and large cross-sectional area agitator. 2) Three(3)x 350 series"Dewatering drums"including spray wash down system and gear drives. 3) Support structure for the Dewatering Drum including filtrate collection pan and outlet plumbing. Support structure will include capacity to add an additional dewatering drum and increase the throughput capacity of the unit by 33% with no structural modifications. All required mounting holes and brackets will be in place, drilled and tapped. Addendum 3 -Volute Dewatering Press 46 76 28-2 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 4) A self-contained electrical and control panel including control for auxiliary equipment such as feed pumps and solids C Appurtenances: 1) One (1) polymer dilution and dosing equipment 2) One (1) magnetic flow meter 1.7 SPARE PARTS A Furnish the following spare parts: 1) Spray wash system solenoid valve 2) Rubber hose clamp blind flange with hose clamp connection; for isolating floc tank outlet pipes 1.8 PATENTS A The manufacturer warrants that the use of this system and its equipment, in the process for which the system has been expressly designed,will not infringe on any U.S. or foreign patents or patents pending. In the event of any claim of infringement the manufacturer shall defend and indemnify the owner free from any liabilities associated with the use of the patented equipment or process. B The contractor hereby grants to the owner, in perpetuity, a paid-up license to use any inventions covered by patent or patents pending, owned, or controlled by the supplier in the operation of the facility being constructed in conjunction with the equipment supplied under this contract, but without the right to grant sublicenses. 1.9 WARRANTY A The manufacturer shall warrant, in writing, that all equipment supplied by them shall be free from defects in material and workmanship, for a period of twelve (12) months from the date of startup, not to exceed eighteen (18) months from the date of delivery, unless noted otherwise within the specifications. 1.10 CONDITIONS OF SERVICE A The sludge dewatering equipment shall be designed to adequately condition and dewater the sludge such that a dewatered sludge cake is produced that easily discharges from the dewatering unit, without blinding or plugging, and that may be handled by solids conveying equipment. Addendum 3 -Volute Dewatering Press 46 76 28-3 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E B Each unit shall be designed to operate in the environment for which it is intended, continuously or intermittently on demand, and shall perform the required dewatering operations without spillage of water or sludge beyond the nominal machine envelope. In addition, the unit will operate with no requirement for operator attention other than periodic inspection and chemical replenishment. 1.11 QUALITY ASSURANCE A All components of the sludge dewatering equipment shall be engineered for long, continuous, and uninterrupted service with minimal operator intervention. Provisions shall be made for easy maintenance, adjustment, or replacement of all parts. B To ensure unity of responsibility, the screw press, supporting frames, integration with existing polymer feed system, polymer mixing and feeding blend unit, and control systems shall be furnished and coordinated by a single supplier.The Contractor shall assume full responsibility for the satisfactory installation and operation of the entire screw press dewatering system package C Prior to shipment, the Volute Dewatering Press and control panel shall be factory tested at the place of assembly. Factory test each pre-assembled, pre-wired,Volute Dewatering Press and its associated control panel to be supplied to the job site. Prior to shipment,verify through a one-hour continuous operating test that the Volute Dewatering Press and associated equipment operate smoothly, noiselessly,vibration free, and without overheating of any bearing or motor. D The owner/engineer shall, at their option, be permitted to witness the factory quality control test at the manufacturer's facility. The manufacturer shall give the owner/engineer a minimum of one (1)weeks' notice prior to testing. E The Supplier shall have at least ten (10)full-scale systems utilizing the exact technology at the same scale size proposed for this project operating successfully for at least three (3)years in North America at municipal wastewater treatment plants that were furnished under the manufacturer's own name. Addendum 3 -Volute Dewatering Press 46 76 28-4 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.00 PRODUCTS 2.1 MANUFACTURER A Manufacturer 1) Volute Dewatering Press Model ES-354[3] as supplied by Process Wastewater Technologies LLC, Rosedale, MD 2) Or equal B This specification is based on one product,which will be the basis of design and the base bid by contractors. Alternative designs will be considered, but the base bid will be based on the model ES-354[3] Volute Dewatering Press as specified and shown in the drawings. C The contractor may substitute an alternative product for sludge dewatering, but his base bid must be based on supplying the model ES-354[3] Volute Dewatering Press. The alternative bid shall show a deduct for the alternative supply, and the Contractor shall supply information on the alternative to the Consulting Engineer at least 2 weeks before bid showing that it meets the performance requirements of this specification. D Substitute equipment for the Volute Dewatering Press may be submitted for review in accordance with the provisions of the Contract Documents. 1) Proposed substitutions shall have the ability to increase the throughput capacity by 33% with no additional structural work and with no addition to the footprint of the equipment or shall be required to have 133%of the capacity of the named equipment. 2) Submit drawings showing the layout of the proposed substitute dewatering system as well as any changes in the building, foundation, and civil/mechanical/electrical construction details to accommodate the proposed substitute equipment. E The contractor shall also provide pilot testing data on the sludge from the WWTP, showing final sludge water content, filtrate quality, and chemical dosing rates. The contractor shall also produce at that time drawings showing the layout of the alternative dewatering system as well as any changes in the building, foundation, and civil/mechanical/electrical construction details to accommodate the alternative device. F The contractor shall also pay for the services of the Consulting Engineer in reviewing the alternative product. A down payment for these services of$10,000, non-refundable, shall accompany the Alternative Bid Engineering Design Package when it is submitted at least 2 weeks before the bid date. G The Unit provided must include at least two (2) separate Dewatering Drums that operate independently such that in the event that one Drum is inoperable for any reason,the unit can still dewater sludge at a minimum of 50% of its full capacity. In the even that a unit Addendum 3 -Volute Dewatering Press 46 76 28-5 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E only has a single Dewatering Drum,two (2) separate units will need to be provided under this section. 2.2 MATERIALS AND COATINGS SCHEDULE A All materials utilized in the construction of the sludge dewatering equipment shall be entirely suitable in every respect for the service required. All metals in contact with polyelectrolyte or sludge, and all other metal components other than those specified below in Table 1 shall be stainless steel,type 316. B No carbon steel will be used for any part of the press with the exception of the gearmotors. C The following table indicates the materials and coatings that shall be provided for the Volute Dewatering Press and related components unless specified otherwise herein: --------------------------------------------------------------------------------------------------------------- Item of Equipment Material Tanks and support frame Type 316 Stainless steel Plumbing and Spray bars Type 316 Stainless steel Dewatering Drums Type 316 Stainless steel Dewatering Drum screw Type 316 Stainless steel with flame coating 10Co-4Cr Gear Motors Die cast Aluminum and Type 316 Stainless steel Gear Motor coating Acrylic paint Spray nozzles Polypropylene Electrical enclosure Type 316 Stainless steel Electrical wiring housing Non-metallic flexible liquid-tight conduit and fittings Valves—wetted sections Stainless Steel, EPDM Seating --------------------------------------------------------------------------------------------------------------- Table 1. Material and Coatings Schedule 2.3 STRUCTURAL COMPONENTS A The structural support frame shall be fabricated of type 316 stainless steel members conforming to the latest ASTM Standard Specifications for Structural Steel, Designation A36 It will be a rigid structure, adequately braced to withstand intended loads without excessive vibration or deflection. B The framework shall be of welded and/or bolted construction. All welding shall conform with the American Welding Society Structural Welding Code. Addendum 3 -Volute Dewatering Press 46 76 28-6 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E C The structure shall be designed for installation on a prepared concrete foundation, suitable flat concrete slab, or fabricated platform and secured with anchor bolts. D The construction shall allow easy access and visual inspection of all internal components. 2.4 DEWATERING DRUMS A The dewatering drums will be constructed of ATSM type 316 SS. All circular components will be laser cut to ensure maximum evenness of wear and therefore operating life. B Assembly will be undertaken in such a way that all fixed rings are concentric and parallel. All fixed rings will be equally spaced apart for each section of the dewatering drum. When mounted on the retaining rods and installed, all moving rings will move freely between the fixed rings. C Each Dewatering Drum shall be equipped with individual spray bars. Each spray bar shall consist of a spray pipe fitted with spray nozzles, located above the dewatering drum. The spray pipe and spray nozzle assembly shall be readily removable. Nozzle spacing and spray pattern shall be such that the sprays from adjacent nozzles overlap one another on the dewatering drum surface. The sprays will operate periodically and will remove solids built up externally on the drum such that over time no significant buildup of solids occurs on the drum. D Each Dewatering Drum will have a drive motor: 1) The Dewatering Drum drive motor will be a one-piece gearmotor. Gearmotors will be hollow shaft design designed to drive the dewatering drum screws with no additional couplings or joints. Motors will be filled with grease on assembly and sealed for life. Screw rotational speed shall be obtained through a hypoid reduction gear. Input power to the dewatering drum drive shall be supplied through an A.C. variable frequency drive unit. 2) Drive Motor Data: (a) Maximum Horsepower: 3 (b) Power Requirements: 208/240/480 VAC, 3 phase, 60 hertz (c) No load motor speed: 1760 RPM (d) Gear Reduction: 504:1 (e) Output shaft speed: 3.5 RPM @ 60Hz (f) Insulation Class: IP56 (g) Enclosure: TEFC (h) Enclosure material: Die Cast Aluminum Addendum 3 -Volute Dewatering Press 46 76 28-7 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (i) Service Factor: 1.15 2.5 MIXING AND FLOCCULATION TANKS A Each Volute Dewatering Press shall have an integrated two-stage mixing system comprising of a flash/rapid mix tank and flocculation tank, each with mixers and drive motors. Tank sizing and design will ensure adequate residence times and mixing conditions to ensure complete flocculation and satisfactory dewatering performance. Tank design will minimize the possibility of any short circuiting of flow. B Design and manufacture of tanks and spill trays must ensure no leakage or spillage of fluids under normal working conditions. C Mixing and flocculation tanks will be manufactured in type 316 stainless steel and will be a minimum of 11 gauge (0.12").Tanks and spill containment trays will be fully welded internally and externally. D Each Mixer will have a drive motor: 1) The mixer and flocculation tank drive motors will be a one-piece gearmotor. Gearmotors will be hollow shaft design designed to drive the mixing impeller shafts with no additional couplings or joints. Motors will be filled with grease on assembly and sealed for life. Mixer rotational speed shall be obtained through a hypoid reduction gear. Input power to the dewatering drum drive shall be supplied through an A.C. variable frequency drive unit allowing variable mixing energy to be input to the system. 2) Flash Mixing tank drive motor data: (a) Maximum Horsepower: 1 (b) Power Requirements: 480 VAC, 3 phase, 60 hertz (c) No load motor speed: 1760 RPM (d) Gear Reduction: 15:1 (e) Output shaft speed: 180 RPM @ 60Hz (f) Insulation Class: IP65 (g) Enclosure: TEFC (h) Enclosure material: Die Cast Aluminum (i) Service Factor: 1.15 3) Flocculation tank drive motor data: (a) Maximum Horsepower: 3 (b) Power Requirements: 480 VAC, 3 phase, 60 hertz (c) No load motor speed: 1760 RPM Addendum 3 -Volute Dewatering Press 46 76 28-8 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (d) Gear Reduction: 60:1 (e) Output shaft speed: 30 RPM @ 60Hz (f) Insulation Class: IP65 (g) Enclosure: TEFC (h) Enclosure material: Die Cast Aluminum (i) Service Factor: 1.15 2.6 CONTROL PANEL A Each Volute Dewatering Press shall have an integrated electrical and control system that will allow for safe, simple and automated operation of the unit. All electrical work, motors and drives will comply with any relevant NEMA standards. B The electrical control system will be able to accept remote start and stop signals, and will have outputs for unit in operation, and unit alarms to an external PC. C Control Panel Features: 1) Control Panel will be UL listed. 2) Enclosures: Control panel enclosures shall be wall mounted or free-standing, fabricated of type 316 stainless steel and shall be suitable for NEMA 4X service. 3) The control panel shall accept a 480 volt, 60 hertz, 3 phase ac power input. A main disconnect circuit breaker and operator mechanism shall be included. When the disconnect is in the open position,all power shall be removed from the control system. 4) IEC rated motor starters shall be provided for all non-VFD and DC motors. 5) Variable frequency drives (VFD) shall be provided for the dewatering drum drive and mixing and flocculation tank agitators as well as any feed pumps. 6) Short circuit protection for system components shall be accomplished utilizing fuses. Individual thermal overload protection shall be provided. 7) A transformer shall be included that will provide 120 volts, ac for the polymer dilution and dosing system and control system 8) A Programmable Logic Controller (PLC) will control all timing and switching functions D External Enclosure Features 1) The external door of the panel will have the following switches and indicators: (a) Main Isolating Switch (Circuit Breaker) Addendum 3 -Volute Dewatering Press 46 76 28-9 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E (b) An emergency stop button which shall be a mushroom head style pushbutton that when depressed shall immediately de-energize all moving equipment in the system. 2) Within a widowed enclosure mounted on the panel door: (a) HMI Touch Screen (b) An H-O-A system switch to switch the system from Auto to off to manual modes (c) Power on Light (white) (d) An Operating Light-for when the unit is actually in operation - (green) 3) In addition to items located on the main enclosure door: (a) An Alarm Light -a flashing light located on the top of the panel (red) 2.7 PROGRAMMABLE LOGIC CONTROLLER (PLC) A Each Volute Dewatering Press will be provided with an Allen Bradley CompactLogix PLC, installed, wired, and programmed to perform the following functions: 1) Operational Control (a) Control of all components of the Volute Thickener-system including the ability to set times and operating speeds for any feed pump installed, solids conveyor, dewatering drums, mixers, polymer dosing system and wash-down sprays. 2) System Tuning (a) PLC will allow suitably qualified operators to adjust operating parameters such as delay timers for fault alarms and system calibration constants. 3) Monitoring Operation (a) PLCwill allowthe operatorto inspectthe operation of all the components including indicators such as output frequency, current draw, thermal condition,elapsed operating times,and any faults present. Operator will be able to view approximated readouts of all operational speeds and flowrates relevant to the operation of the system. 4) Manual operation of components (a) Operator will be able to manually operate each item of equipment from the PLC interface for inspection and maintenance reasons. 5) Time Clocks (a) Operator will be able to set the unit to operate at specific time or on specific days with no operators present. Addendum 3 -Volute Dewatering Press 46 76 28-10 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2.8 ELECTRICAL HARDWARE A Power wiring shall be 600 volt, type SIS insulation stranded copper and shall be sized for the required load, 14 AWG minimum. B Control wiring shall be 250 volt, type SIS insulation stranded copper and shall be sized for the required load, 18 AWG minimum. C Circuit breakers for the main disconnect shall be thermal magnetic molded case units. Circuit breakers shall be Square D, Class 650,Type FAL or equivalent. D Motor starters shall be full voltage, non-reversing, IEC style across-the-line units. Coils shall be 120 volts ac. Siemens type Sirius 3RT10 or equivalent. E Selector switches shall be heavy duty, corrosion resistant units rated for NEMA 4X service. Contact blocks shall be rated for 10 ampere continuous service. Selector switches shall be Idec Series TWTD. F Pilot lights shall be heavy duty, corrosion resistant units rated for NEMA 4X service. Units shall be 120 VAC full voltage incandescent type. Pilot lights shall be Idec Series TWTD or equal G Terminal blocks shall be high density, solderless box lug style, with 600-volt rating. Terminal blocks shall be Allen Bradley type 1492 or equal H Control relays shall be general purpose type with a 10 amp contact rating, miniature square base and internal on status pilot light. Relays shall be Allen Bradley Type 700-HF Series or equal. I Programmable Logic Controller(PLC) shall be an Allen Bradley CompactLogix PLC. J Variable Frequency Drives (VFD) shall be UL listed and shall be Altivar 320 Series as manufactured by Square D. 1) Each VFD will include a 2 Port ATV320 Communications card with Modbus/TCP, Ethernet/IP(DLR) capability 2.9 FUNCTIONAL SPECIFICATION A The control panel will undertake the following operations: B Auto-Manual operation 1) The Volute Thickener-Dewatering Press system may be set to either Auto/Manual/Off on the control panel via a 3-position switch. This will be the "main switch"for the plant. 2) When set to manual, all items may be switched on and off at the control panel by the switches on the HMI unit. Addendum 3 -Volute Dewatering Press 46 76 28-11 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3) When set to off, no items will work whether switched on or off either at the control panel or anywhere else. 4) When set to Auto, all items of equipment will work as per the following descriptions. C Clock Operation 1) The clock function will be controlled by the PLC in the control panel. Two clock functions will be allowed for in the program. The clock may be set to either"On" or"Auto/timer" via at the PLC. If the clock is set to "On"the plant will run for as long as the main switch is set to "Auto". When the clock is set to "Auto/Timer" the plant will operate in accordance with the clock settings. 2) Clock function settings will allow the operator to set the dewatering press and all associated equipment to switch on and off, at pre-designated times on pre- designated days with no operators being present. A minimum of two (2)different "clock programs" will be allowed for in the PLC program. D Sludge Feed to plant 1) Sludge is fed to the plant by a pump controlled from the control panel. A VFD will control the speed of the pump. In the event of a pump overload or a VFD fault the plant will shut down and an alarm will occur. 2) A flow meter will monitor the sludge flow. The operator will be able to set the flow and the feed pump will operate to maintain that flow via a PID loop. Any variations from the preset flow will cause the system to shut down and an alarm to occur. E Polymer Feed 1) Polymer feed to the plant is achieved by the integral polymer preparation system connected to the plant. This system is controlled and powered by the control panel. Outputs from the control panel to the polymer preparation system will include power, start and stop signals, and variable speed control for the polymer feed pump. 2) Manual adjustment of the speed control for the polymer dilution mixing chamber will be make from the control panel. The control panel will also monitor the polymer preparation system for faults due to low water pressure, or no polymer flow and shut the system down with an alarm should this occur. F Flocculation Tank Agitation 1) Whenever the plant is operating 2 motorized agitators will operate continuously, stirring the contents of the flocculation tank. These are geared motors and will be controlled by a VFD in the control panel. The VFD will be adjustable from 5 Hz up to 75 Hz Addendum 3 -Volute Dewatering Press 46 76 28-12 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 2) A high-level sensor will detect any high fluid level in the flocculation tank and will shut the plant down and cause an alarm should this occur. G Dewatering Drums 1) The Dewatering Drums will operate whenever the plant is operating. The motor is controlled by a single VFD. The Range of Adjustment for this will be 15 Hz to 100Hz. When the plant shuts down the dewatering drum will continue to operate for a pre-set time before they shut down. Sprays will periodically switch on while the dewatering drum is operating. The frequency and duration of the spray are adjustable in the PLC. 3.00 EXECUTION 3.1 INSTALLATION A Contactor will undertake installation of equipment in this section as per the manufacturer's submitted instructions and in accordance with these specifications and associated plans. B Manufacturer will provide phone/email consultation as necessary to ensure correct installation and resolve any issues that arise during installation. C No on-site supervision should be required for installation, however, should the contractor deem it necessary, onsite services may be provided and charged to the Contractor at the manufacturer's standard service rates plus travel. 3.2 START-UP AND COMMISSIONING A Upon completion of the installation, and at a time that is deemed to be most appropriate by consensus of all parties, the services of the manufacturer's factory trained startup technician shall be provided at the project site for equipment start-up. The following tasks will be undertaken during this time: 1) Installation inspection to ensure all equipment is installed properly and is ready to be started up and operated. 2) Functional Startup of equipment, calibration and setting of equipment parameters. 3) Operational startup, optimization, and data collection. 4) Operator Training B Start-up or commissioning service provided by anyone other than the manufacturer, or their authorized representative shall limit or void equipment warranty. C The contractor shall provide manufacturer a minimum of two (2)weeks' notice prior to onsite start up, functional testing, and manufacturer training services. Addendum 3 -Volute Dewatering Press 46 76 28-13 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E D In the event that the manufacturer's startup technician arrives on site and equipment is not ready for start-up, functional testing, field performance testing, and training services on date contractor stated to manufacturer, the contractor shall pay all additional costs incurred by manufacturer incurred as a result of the equipment not being ready for start-up. E Contractor shall ensure that start up is not performed until there is a minimum volume of sludge to allow four (4) days of operation at dewatering system design capacity plus sludge production rates sufficient to allow plant operators to operate the press on a regular schedule following start-up and training of plant staff. 3.3 START-UP A Contractor shall provide 45 days' notice to the city to ensure sufficient sludge is available to evaluate equipment performance. 3.4 OPERATOR TRAINING A Upon satisfactory completion of the start-up and calibration, a representative of the manufacturer shall be provided to instruct Owner's personnel in the proper operation and maintenance of the equipment. B Manufacturer will provide training during the four(4)day start-up period. C Training will occur during one (1)training session for all relevant plant staff. D Total time for equipment training session will not exceed three (3) hours. 3.5 ON SITE SERVICES A Manufacturer will allow for one (1)trip of four (4) consecutive days on site for installation inspection, start-up, and operator training. 3.6 DOCUMENTATION A Upon completion of commissioning, the manufacturer will provide the owner with four (4) copies of the operation and maintenance manuals for the Volute Dewatering Press. B Upon completion of commissioning, the manufacturer will provide an electronic copy on the PLC program to the owner. 3.7 OTHER SERVICES A Additional services, other than those provided for by warranties or as specified herein, may be charged to the Owner/Contractor at the manufacturer's standard service rates. Addendum 3 -Volute Dewatering Press 46 76 28-14 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E END SECTION Addendum 3 -Volute Dewatering Press 46 76 28-15 Whitecap WWTP Improvements Project No. 18087A Rev 10/21 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Whitecap Improvements,,WWTP Project No. 18087A JI) 0 4000 1852 APPENDIX 1 GEOTECHNICAL REPORT DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E • GEOTECHNICAL ENGINEERING • MATERIALS ENGINEERING &TESTING • SOILS • ASPHALT • CONCRETE 0 GEOTECHNICAL SUBSURFACE INVESTIGATION AND RECOMMENDATIONS FOR THE PROPOSED WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS CITY OF CORPUS CHRISTI PROJECT NO. 18087A - TASK ORDER NO. 2 13409 WHITECAP BOULEVARD CORPUS CHRISTI, TEXAS RETL REPORT NUMBER: G121212 PREPARED FOR: CITY OF CORPUS CHRISTI ENGINEERING SERVICES 4917 HOLLY ROAD, BUILDING 2 CORPUS CHRISTI, TEXAS 78411 MAY 18, 2021 PREPARED BY: ROCK ENGINEERING & TESTING LABORATORY INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 P: (361) 883-4555; F: (361) 883-4711 T B P E FIRM NO. 2101 00 4 Ni d,�uwas�nmruo�r/ 1 u/ r r / i f S / IGa� DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E aCa cg GEOTECHNICAL ENGINEERING CONSTRUCTION MATERIALS ENGINEERING &TESTING geoRgr �Qo�p�� SOILS *ASPHALT* CONCRETE p'S'Y May 18, 2021 City of Corpus Christi — Engineering Services 4917 Holly Road, Building 2 Corpus Christi, Texas 78411 Attention: Ms. Sandra L. Gomez, P.E. SUBJECT: SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM, AND FOUNDATION RECOMMENDATIONS FOR THE PROPOSED WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS 13409 Whitecap Boulevard Corpus Christi, Texas City of Corpus Christi Project No. 18087A— Task Order No. 2 RETL Job No. — G121212 Dear Ms. Gomez, In accordance with our agreement, we have conducted a subsurface investigation, laboratory testing program and are providing foundation recommendations for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted for your records and for distribution to the project design team. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions and Rock Engineering and Testing Laboratory, Inc. (RETL) (TBPE Firm No. 2101), would be pleased to continue its role as the Geotechnical Engineer during project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. Sincerely, w,; ,,,w..... ... James P. Bauer, P.E. Corpus Christi Branch Manager ROCK ENGINEERING & TESTING LABORATORY, INC. (TBPE FIRM NO. 2101) Corpus Christi San Antonio Round Rock Office: 361.883.4555 Office:210.495.8000 Office: 512.284.8022 Fax: 361.883.4711 Fax:210.495.8015 Fax: 512.284.7764 6817 Leopard St. 10856 Vandale 7 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78664 www.rocktesting.com DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E iiiiiiiiiiiiiiiiiiiiiillillillillillilliillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliillillillillillillillillillillillillilliillillillillilliillillillillillillilliilI SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM AND FOUNDATION RECOMMENDATIONS FOR THE PROPOSED WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS 13409 WHITECAP BOULEVARD CORPUS CHRISTI, TEXAS RETL JOB NUMBER: G121212 PREPARED FOR: CITY OF CORPUS CHRISTI — ENGINEERING SERVICES 4917 HOLLY ROAD, BUILDING 2 CORPUS CHRISTI, TEXAS 78411 MAY 18, 2021 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS PROFESSIONAL ENGINEERING FIRM y REGISTRATION NO. 2101 ........................................ ',_ Mark , C. Rock, P.E. Francisco J. Arias, P.E. Senior Consultant Senior Geotechnical Engineer DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E TABLE OF CONTENTS Page INTRODUCTION..................................................................................................................... 1 Authorization........................................................................................................................................................ 1 Purposeand Scope............................................................................................................................................. 1 General................................................................................................................................................................ 1 SITEDESCRIPTION............................................................................................................... 2 FIELD EXPLORATION ........................................................................................................... 2 Scope...................................................................................................................................................................2 Drilling and Sampling Procedures....................................................................................................................... 3 FieldTests and Observations.............................................................................................................................. 3 LABORATORY TESTING PROGRAM................................................................................... 4 SUBSURFACE CONDITIONS................................................................................................ 4 General................................................................................................................................................................ 4 SoilConditions..................................................................................................................................................... 5 Groundwater Observations.................................................................................................................................. 6 OSHASoil Type Classification ............................................................................................................................ 6 SeismicSite Class............................................................................................................................................... 7 FOUNDATION DISCUSSION ................................................................................................. 7 ProjectDescription............................................................................................................................................... 7 Potential Vertical Rise (PVR) Discussion............................................................................................................ 8 FOUNDATION TYPES CONSIDERED................................................................................... 8 FOUNDATION RECOMMENDATIONS .................................................................................. 9 Mat/Footing Foundation Recommendations ....................................................................................................... 9 Straight Shaft Drilled Pier Foundation Recommendations................................................................................ 10 LateralPier Analysis.......................................................................................................................................... 11 Interior Modifications in Existing Buildings ........................................................................................................ 13 CONSTRUCTION CONSIDERATIONS ................................................................................ 14 SitePreparation................................................................................................................................................. 14 Straight Shaft Drilled Piers with Slurry Displacement Method .......................................................................... 14 Earthwork and Foundation Acceptance............................................................................................................. 15 Utilities ............................................................................................................................................................... 15 GENERAL COMMENTS....................................................................................................... 16 APPENDIX: Site Vicinity Map Boring Location Plan Boring Logs B-1 through B-4 Key to Soil Classifications and Symbols DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas INTRODUCTION This report presents the results of a soils exploration, laboratory testing program and foundation recommendations for the proposed improvements to be implemented at the existing Whitecap Wastewater Treatment Plant (City of Corpus Christi Project No. 18087A - Task Order No. 2) located at 13409 Whitecap Boulevard, in Corpus Christi, Texas. Authorization The scope of work for this project was performed in accordance with the Rock Engineering and Testing Laboratory, Inc. (RETL) Proposal No. CGPO12621A dated January 28, 2021. The scope of work and proposal were approved via the MSA for Geotech and Construction Materials Testing (Contract No. 3399, Task Order No. 2), signed by Mr. Jeff H. Edmonds, P.E., Director of Engineering Services representing the City of Corpus Christi, on April 15, 2021. This document was returned to RETL via email transmission. Purpose and Scope The purpose of this exploration was to evaluate the soil and groundwater conditions at the site and to provide foundation and construction recommendations suitable for the proposed improvements. The scope of the exploration and analysis included the subsurface investigation, field and laboratory testing, engineering analysis and evaluation of the subsurface soils, provision of foundation recommendations, and preparation of this report. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to provide foundation recommendations for the proposed project. These recommendations are based on the available soil information and project information provided by the Client (City of Corpus Christi, Ms. Gomez) and the Designer (Lockwood, Andrews & Newman, Mr. Scott M. Harris) in emails on January 25th and 26th 2021. If the designers require additional soil parameters to complete the design of the proposed foundations and improvements, and the requested information can be determined from the soil data and laboratory tests performed within the scope of work included in our proposal for this project, RETL will provide the additional information requested as a supplement to this report at the request of the client Page 1 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. RETL operates in general accordance with, "Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction, (ASTM D3740)." No other representations are expressed or implied, and no warranty or guarantee is included or intended. This report has been prepared for the exclusive use of the City of Corpus Christi and the design team for the specific application to the proposed Whitecap Wastewater Treatment Plant Improvements to be constructed at this plant located at 13409 Whitecap Boulevard in Corpus Christi, Texas. SITE DESCRIPTION The project site for the proposed plant improvements is located at the peninsula at the end of Whitecap Boulevard, next to the Padre Island Yacht Club, in Corpus Christi, Texas. The site is bounded by canals from the Yacht Club to the north and west, by Bonasse Court at the east, and by an undeveloped empty track of land to the south. The site is fairly flat and open, with grassy areas and paved roads. Existing plant structures, associated appurtenances, and above and below grade utilities exist at, near and/or adjacent to the proposed project areas. The surface at the proposed project locations at the time of our field investigation was firm and did not present any difficulties to the drill crew moving their equipment around the site. It should be noted, however, that the existing soils at the site consist of loose sands and the supporting capabilities of the ground may be different at the time of construction. With this consideration RETL recommends that the Contractor verifies the ground conditions before construction starts and plan for adequate equipment and construction techniques. FIELD EXPLORATION Scope The field exploration performed to evaluate the engineering characteristics of the subsurface materials included reconnaissance of the project site, performing the test boring operations and obtaining disturbed split spoon soil samples. During the sample recovery operations, the soils encountered were classified and recorded on the boring logs in accordance with "Standard Guide for Field Logging of Subsurface Exploration of Soil and Rock, (ASTM D5434)." Two (2) exterior borings were performed with the purpose of providing foundation recommendations for the new structures planned for the project, while two (2) interior borings were drilled inside existing buildings to investigate the thickness of the floor slabs and the condition of the subgrade, for a total of four (4) borings with an overall footage of 80 feet. The table below provides the boring identifications, boring locations, boring depths and approximate GPS coordinates. Page 2 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas Summary of Boring Information Boring Boring Type of Boring GPS Coordinates No. Location Boring Depth (ft) B-1 New Grit Chamber Structure Exterior 50 N 27.60225° W 97.24979° New Loading Dock and Ramp B-2 (Next to the Existing Lift Station Exterior 20 N 27.60256° W 97.24964° Building) B-3 Improvements for the Existing Interior 5 N 27.60328° W 97.25018° Solids Handling Building B-4 Improvements for the Existing Interior 5 N 27.60256° W 97.24942° Bar Screen Building The approximate GPS coordinates were obtained at the boring locations using a Garmin GPS model eTrex and are provided in this report and on the boring logs. RETL determined the number, location, and depth of the borings, and performed the drilling and logging operations. Upon completion of drilling and obtaining the groundwater observations the borings were backfilled with excavated soils. The top of borings drilled on pavement or concrete surfaces were plugged with concrete, and the site was cleaned as required. A Boring Location Plan is provided in the Appendix of this report. Drilling and Sampling Procedures The exterior borings were performed using a drilling rig equipped with a rotary head turning solid and hollow stem augers to advance the boreholes to the desired boring termination depths. Drilling mud was used on boring B-1 to stabilize the borehole. Due to space constrains inside the existing buildings the interior borings were drilled with a hand auger and the approximate thickness of the existing slabs was measured. Disturbed soil samples were obtained employing split-barrel sampling procedures in general accordance with the procedures for "Penetration Test and Split-Barrel Sampling of Soils, (ASTM D1586)". The samples were classified, placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Tests and Observations Penetration Tests — During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil at selected intervals. The standard penetration value (N) is defined as the number of blows of a 140-pound hammer, falling 30 inches, required to advance the split-barrel sampler 1 foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6-inch penetrations. The "N" value is obtained by adding the second and third 6-inch increment number of blows. An automatic hammer was utilized when performing SPT. An automatic hammer is usually taken as having an efficiency of one. The results of standard penetration tests indicate the relative density of cohesionless soils thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. Page 3 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas Water Level Observations — Water level observations were obtained during the test boring operations. Water level observations are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, such as clayey soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land-use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations — The ground surface elevations at the boring locations were not surveyed, therefore, depths referred to in this report are from the ground surface at the boring locations during the time of our field investigation, further referenced in this report as "existing grade". LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the foundations for the proposed project. The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on the samples. In addition, selected samples were subjected to Atterberg limits tests (ASTM D4318) and percent material finer than the#200 sieve tests (ASTM D1140). The laboratory testing program was conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs provided in the Appendix. SUBSURFACE CONDITIONS General The types of foundation bearing materials encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration tests, water level observations and other laboratory tests are presented on the boring logs. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, the samples will be disposed of three months after issuance of this report. The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur and should be expected between or beyond the boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. Page 4 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The generalized soil conditions encountered at the project site have been summarized and soil properties including soil classification, strength, angle of internal friction and effective unit weight are provided in the tables below. Soil Profile Table Borings B-1 (New Grit Chamber) and B-2 (New Loading Dock and Ramp) D Description LL PI ye 4200 N Poorly Graded SAND, 0 -6 Poorly Graded SAND with NP-24 NP -9 28 100 3- 7 3- 15 Silt Poorly Graded SAND, 6-28 Poorly Graded SAND with NP-23 NP -5 28 40 2- 8 1 -8 Silt, Clayey SAND Poorly Graded SAND with 28-42 Silt, Clayey SAND, Silty -- -- 34 60 5 14 -24 Clayey SAND 42- 50 Poorly Graded SAND with NP NP 36 60 9 38- 50 Silt Soil Profile Table Borings B-3 ( Existing Solids Handling Bldg.)and B-4( Existing Bar Screen Bldg.) D Description LL PI ye 4200 Concrete Slab 0-0.6 (Refer to the Boring Logs for -- -- -- -- -- Thickness Details) 0.6 -5 Poorly Graded SAND with 28 100 6 Silt Where: D = Depth in feet below existing grade LL= Liquid Limit (%) PI = Plasticity Index NP = Non-Plastic =Angle of Internal Friction, deg. (undrained) 4200 = Material passing#200 sieve, % ye = Effective soil unit weight, pcf N = Standard Penetration Test, blows per foot Page 5 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas Exceptions to the generalized soil profile provided in the above tables were encountered. Most notable exceptions are: • Pavement structure was identified in boring B-2, consisting of 3'/2 inches of asphalt over 5'/4 inches of base, approximately. • A shallow medium dense sand layer was identified in boring B-1, extending form the ground surface to a depth of approximately 6 feet. The rest of the borings drilled showed very loose to loose sands from the ground surface to an approximate depth of 28 feet. Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. Groundwater Observations Groundwater (GW) observations and the depth the borings caved are provided in the following table. Summary of Groundwater(GW) Observations Boring During Drilling Upon Completion Identification B-1 8 feet GW at 8 feet and Caved at 9 feet B-2 5 feet GW at 6 feet and Caved at 8 feet B-3 Dry Dry and Open (Interior Boring) B-4 Dry Dry and Open (Interior Boring) Based on observations made in the field, it appears as if the groundwater was present at depths of approximately 5 to 8 feet below existing grade at the time of our field investigation. This depth approximately coincides with the mean sea level (MSL) of the channels around the project site. It should be noted that groundwater levels may vary and can be present at different depths at other times based on seasonal conditions, recent rainfall, drought or temperature effects. In addition, water level in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils. RETL recommends that the Contractor verifies the groundwater depth before construction starts to determine the appropriate construction equipment and methods to be implemented for the project. OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classification based on the soils encountered at the boring locations. Page 6 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas Depth OSHA Soil Type (feet) Description Classification 0-20 Non-Cohesive Soil (Sand) Type C It should be noted that the contractor's "competent person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. The maximum allowable slopes during construction for various OSHA soil types are provided in the following table. Guidelines for Maximum Allowable Slopes Soil Type Max. Allow. Slopes for Excavations < Than 20' Deep Type A 3/ Horizontal : 1 Vertical Type B 1 Horizontal : 1 Vertical Type C 1'h Horizontal : 1 Vertical Seismic Site Class In accordance with the International Building Code (IBC), "When the soil properties are not known in sufficient detail to determine the site class, Site Class D shall be used unless the building official determines that Site Class E or F soil is likely to be present at the site." Since our field investigations have not included a 100-foot deep boring, by definition the soil properties are not known in sufficient detail. However, based on the soils encountered in the borings, as well as the soils anticipated to be present below the boring termination depths, RETL recommends using Soil Site Classification "E" (Soft Clay Soil) for this project. Site Class E soils should have a Standard Penetration Resistance (N-value) of less than 15 blows per foot (bpf), as it was predominantly observed in the borings. FOUNDATION DISCUSSION Project Description Based on information provided to RETL, the following works will be performed for the project- 1. roject:1. Interior modifications and installation of new equipment in the Bar Screen and Solids Handling buildings. 2. Construction of a new Grit Chamber Structure. This structure is planned to have a bottom chamber elevation of about 2 feet below existing grade and will be supported on either a mat foundation or drilled piers. 3. Construction of a new Loading Dock and Ramp adjacent to the existing Lift Station Building. Page 7 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas It should be noted that additional details of the proposed structures, including finish floor elevations, dimensions, loads or movement tolerances have not been provided. If this information becomes available, it should be forwarded to RETL, so we can review our recommendations and provide additional information or recommendations as appropriate. Potential Vertical Rise (PVR) Discussion Differential vertical movements associated with the shrinking and swelling of clayey soils is often a concern that needs to be addressed during the design and construction process. However, due to the relatively shallow seasonally active depth at this site, as well as the low to non-plastic nature of the soils encountered, the site can be considered as non-expansive. The expansive potential of the soils at this site is considered to be negligible and is not a controlling factor in the design. FOUNDATION TYPES CONSIDERED The foundation types considered for this project include a shallow mat foundation and straight- shaft drilled piers for the new Grit Chamber structure, and shallow footings for the new Loading Dock and Ramps. The interior modifications and new equipment proposed for the existing Bar Screen and Solids Handling buildings will be supported on the existing foundations, for which RETL is providing the approximate slab thicknesses and modulus of subgrade reaction (k). A brief description of the proposed new foundation systems is presented below. Mat Foundation — A mat foundation is typically used most advantageously when it is necessary to distribute comparatively heavy structural and working loads onto the supporting foundation materials or when it is necessary to uniformly support multiple concentrated loads on a common foundation. A mat foundation can be designed to be thick and sufficiently reinforced such that stiffness is developed within the mat foundation itself. Mat foundations typically require the structural engineer to model the loads using the modulus of subgrade reaction (k), a spring constant, to assure the mat has sufficient thickness and stiffness to support the proposed loads. Drilled Piers — Conventional straight shaft drilled piers are considered for the project. Due to the occurrence of sandy soils at the site underreamed drilled piers are not recommended. Also, it should be noted that due to the propensity of the sandy soils for sloughing, the construction of the drilled piers will require temporary steel casing, the slurry method of pier installation, or a combination of both, to prevent the excavated soils from caving. Drilled pier foundations should be utilized in conjunction with structural slab systems. This combination is typically recommended when it is essential to obtain the highest level of performance from the foundations. Shallow Footings — Shallow footings are typically used most advantageously when it is necessary to distribute comparatively light structural and working loads onto the supporting foundation materials or when it is necessary to uniformly support multiple concentrated loads at different locations on separate foundations. Page 8 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas FOUNDATION RECOMMENDATIONS Mat/Footing Foundation Recommendations Based on the information provided, the new Grit Chamber is planned to be founded on a mat foundation, while the new Loading Dock and Ramp adjacent to the existing Lift Station building is planned to be supported on footings. Mat and footing foundation design is generally the same, except that mats are generally considered to be larger in plan dimensions and may be more subject to bending warranting a more complex structural analysis to include modeling the mat to be supported on springs using the modulus of subgrade reaction (k) as the spring constant. The recommendations provided herein can be applied for both mat and footing foundations. In addition, due to the proximity of the observed groundwater to the existing grade (about 5 feet), buoyancy should be checked during the design of the proposed structures. Based upon information provided to RETL, we understand that the bottom chamber elevation is planned to be located approximately 2 feet below existing grade. RETL recommends also considering a minimum depth of embedment for the footings of 2 feet below existing grade. With this consideration, mats or footings bearing at a minimum depth of 2 feet below existing grade, and constructed on properly prepared subgrade soils can be designed for an allowable net unit bearing pressure of 1,000 psf. This allowable pressure considers a factor of safety of about 3.0 for bearing capacity. For the mat foundation, the structural designer may utilize a modulus of subgrade reaction (kp) of 90 pcil for the soils supporting the mat foundation at a depth of 2 feet. This modulus is for a 1-ft square plate. However, the mats should be designed using reduced values based on the mat width by using the equation given be1ow2: ( 1 o.s ks = kp \Bm) Where: ks = Modulus of subgrade reaction for the specific mat width, pci. kp = Modulus of subgrade reaction for a 1-foot square plate, pci. B,r, = Mat width, feet. Mats designed using the net allowable unit soil pressures provided could expect total settlements to be approximately 1 inch. Differential settlements of the mat foundation will be dependent upon the rigidity of the foundation and could be on the order of/2-inch to %-inch. In order to reduce the effects of any differential movement that may occur due to variations in the character of the supporting soils or due to loading conditions, it is recommended that the foundation be suitably reinforced to make it as rigid as possible. Braja M. Das (8th Edition). Principles of Foundation Engineering. 2 ACI 336.2R-88. Suggested Analysis and Design Procedures for Combined Footings and Mats. Page 9 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas If it essential to demand the highest level of performance from the Grit Chamber Structure foundation, then RETL recommends utilizing a deep foundation system consisting of straight shaft drilled piers in conjunction with a structural floor slab. Recommendations for drilled piers are provided in the next section of the report. Foundation excavations may be neat cut with conventional excavation equipment, preferably with a smooth-mouthed bucket. If a toothed bucket is used, excavation with this equipment should be stopped 12-inches above the final grade and the foundation excavation completed with a smooth-mouthed bucket or by hand labor. The exposed subgrade soils at the foundation bearing depth shall be compacted to a minimum density of 95 percent of the maximum dry density as determined by the standard Proctor test (ASTM D698) and the moisture content shall be maintained at, or above, the optimum moisture content. Dewatering is expected to be required for excavation 5 feet deep or deeper, based on the groundwater conditions observed during drilling. However, as indicated before, RETL recommends that the Contractor investigates the groundwater conditions before construction and be prepared to implement groundwater control if needed. In addition, it is likely that the exposed subgrade soils at the foundation bearing depths may be soft and wet. If this is the case the Contractor should stabilize the base of the excavation to improve the bottom condition at the foundation bearing levels. The stabilization may utilize bull rock, 5-7 stone, and/or flowable fill. The specific material types, thicknesses and techniques to be implemented can and should be at the Contractor's discretion and should be placed in a manner to achieve a firm, dry, stable and uniform subgrade bearing surface appropriate for the planned construction. The prepared bearing surface shall be protected to prevent excessive wetting and desiccation of the subgrade soils. Where possible, concrete should be placed the same day of the foundation excavations. For a large mat foundation, or where placement of concrete cannot occur on the same day as the foundation excavation, the properly compacted bearing surface shall be protected with lean concrete to prevent excessive wetting and desiccation of the subgrade soils and to provide a stable subgrade during placement of reinforcing steel. In this case the use of a bond breaker is recommended to reduce the potential for cracking of the mat. Straight Shaft Drilled Pier Foundation Recommendations The structural designer can utilize the allowable unit skin friction values for the range in depths included in the following table for straight shaft drilled piers to resist the axial loads from the new Grit Chamber structure. Page 10 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas Allowable Unit Skin Friction Values (New Grit Chamber Structure) Depth Below Existing Grade (ft) Allowable Unit Skin Friction (psf) 0- 5 Neglect 5- 15 120 15 -30 100 30 -40 420 40 -45 540 The allowable unit skin friction values provided above are based on the strengths of the in-situ soils and utilize a design safety factor of approximately 2 against shear failure. Uplift forces on the piers due to swelling soils will be negligible. Any uplift force resulting from loading conditions can be resisted utilizing the dead load on the pier and the buoyant weight of the pier itself. If additional resistance to uplift is required, 60 percent of the allowable skin friction capacities may be used to resist uplift. Settlement of a properly designed and constructed straight shaft drilled pier is estimated to be on the order of 1 percent of the shaft diameter of the pier and differential settlements of equally loaded same size drilled shafts should experience differential settlements on the order of '/2 percent of the pier shaft diameters. A detailed settlement analysis of pier foundations was not included in the scope of work. Straight shaft drilled piers should be spaced no closer than three pier diameters apart measured center to center. Drilled piers at this site should be adequately reinforced with a minimum of 1 percent of the cross-sectional area of the pier shaft throughout the depth of the pier to withstand uplift forces. The beams used to stiffen the structural floor slab should be structurally connected to the piers. Lateral Pier Analysis Drilled piers may be subjected to lateral loads. Lateral pier analysis programs such as L-pile will require the following soil parameters for this site. Page 11 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas L-Pile Design Criteria (Drilled Piers) D Description C ye I K E50 0-5 Neglect 5-28 0 28 40 20 N/A SAND 28-42 0 34 60 20 N/A 42-45 0 36 60 60 N/A Where: D =depth (ft) yE = effective unit weight, pcf C =shear strength, psf = angle of internal friction, deg. K= modulus of subgrade reaction (pci) E50= 50%strain value K and E50 values were estimated from known correlations. Retaining Structures The proposed new Grit Chamber structure is planned with a bottom chamber elevation of about 2 feet below existing grade. With this consideration the chamber walls constructed below grade will act as retaining wall structures and must be designed to resist the loads imposed by the retained soil. The soil properties in the following table can be used for the design of the below grade walls for the project and are appropriate for compacted select fill materials, which is the recommended fill material. Backfill Material Active Earth At Rest Earth Moist Effective Undrained Soil Pressure Pressure Soil Unit Soil Unit Cohesion Coefficient Coefficient Weight,ye Weight,ye (psf) (Ka) (Ko) (pcf) (pcf) Select Fill (CL-ML, CL, SC or SM-SC) 0.53 0.69 120 60 1,200 (P1= 5 to 18) Retaining walls which are allowed to move slightly will develop an "active" earth pressure condition. If the wall is restrained from lateral movements such as when it is part of a fixed structure, the "at rest" earth pressure condition will be developed. Page 12 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas Moist soil unit weights should be used where the fill materials are above the groundwater elevation and will not become submerged. Where the fill materials will be located below the groundwater elevation, and where there is a possibility for submergence, the effective soil unit weight should be used to calculate the lateral earth pressures from the buoyant soils, and the pressure calculations should also include the hydrostatic loads. It is very important to note that in designing below grade wall structures, the calculated equivalent fluid densities utilizing the design parameters provided in the above table will not include the effect of surcharge loads due to adjacent structures, equipment, vehicular loads or future storage near the walls. These items should be a sufficient distance from the walls such that surcharge loads are not placed on the below grade walls. Backfill for retaining walls shall be compacted to a minimum density of 95 percent of the maximum dry density as determined by the standard Proctor test (ASTM D698) and the moisture content shall be maintained at, or above, the optimum moisture content. All compaction operations shall be performed in an attempt to minimize stress on the below grade walls for the new Grit Chamber structure. Compaction operations for each lift of fill soils shall begin at the wall and work back away from the wall in an effort to reduce the pressures on the wall due to construction activities. Interior Modifications in Existing Buildings As indicated before, interior modifications and the installation of new equipment are planned for the existing Bar Screen and Solids Handling buildings. For these structures, interior borings were drilled and the thickness of the existing slabs and the Modulus of Subgrade Reaction (k) were estimated as follows: Building Approx. Existing Concrete Modulus of Subgrade Reaction, k Slab Thickness (psi) (inch) Bar Screen 6 '/4 90 Solids Handling 83/4 90 As indicated before, these subgrade modulus (k) values must be reduced based on the actual dimensions of the foundations analyzed. Page 13 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas CONSTRUCTION CONSIDERATIONS Site Preparation For the Grit Chamber structure, in case drilled piers used in combination with a structural floor slab are selected to be used, no special site preparation will be required other than ordinary compaction as necessary to provide proper support for Contractor's activities. If a mat foundation is used it will be necessary to excavate to a minimum depth of 2 feet below existing grade to reach the proposed bearing surface. This recommendation also applies for the loading dock and ramp adjacent to the existing Lift Station Building where shallow footings are planned. As indicated before, Contractor should take care when performing excavations adjacent to existing structures such that they are not compromised or undermined due to loss of soil or lateral support beneath the existing foundations. Once the excavation operations in the structure areas are performed, the upper 1 foot of exposed subgrade soils shall be moisture conditioned and recompacted to a minimum density of 95 percent of the maximum dry density as determined by the standard Proctor test (ASTM D698) and the moisture content shall be maintained at, or above, the optimum moisture content. If any soft areas are identified, the soils should be removed and recompacted in place. Also, as indicated before, Contractor may opt to stabilize the bottom of the excavations to provide a competent subgrade for construction. Straight Shaft Drilled Piers with Slurry Displacement Method Depending upon the final design plans and pier founding depths, the drilled pier contractor may be required to or may desire to utilize the slurry displacement method or to utilize a combination of casing and slurry displacement method to excavate straight shaft drilled piers at this site and to prevent the excavated soils from caving inside the excavation. The slurry displacement method of performing the pier excavation is applicable for any situation requiring casing. It is required to keep groundwater out of the shaft cavity if it is not possible to get an adequate water seal with the casing near the pier founding depths. Note that it is essential in this method that there is a sufficient slurry head available (or that the slurry density can be increased as needed) so the inside pressure is greater than that from the groundwater table or the tendency of the soil to cave. Bentonite is most commonly used with water to produce the slurry ("bentonite slurry"). Some experimentation may be required to obtain optimum percentage for a site but amounts in the range of 4 to 6 percent by weight are usually adequate. The bentonite should be well mixed with water so that the mixture is not lumpy. The slurry should be capable of forming a filter cake on the shaft wall and to carry the smaller (say, under 6mm) excavated particles in suspension. With the slurry method it is generally desirable to: Page 14 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas • Prevent having the slurry in the shaft too long to avoid the formation of an excessively thick filter cake that maybe difficult to displace with concrete during shaft filling. Using polymer or a combination of polymer and slurry may reduce the possibility of developing an undesirable thick filter cake. • Pump the slurry and screen out the larger soil particles in suspension. After "desanding" operations the "conditioned" slurry can be returned to the shaft prior to concreting. When the shaft is complete, the rebar cage is set in place and a tremie is installed (this sequence is usually necessary so that the tremie does not have to be pulled to set the cage and then reinserted, almost certain to produce a slurry film discontinuity in the shaft). Concrete is pumped with great care taken that the tremie is always well submerged in the concrete, so a minimum surface area is exposed and contaminated with slurry. Studies have shown that the concrete will adequately displace slurry particles from the rebar cage so a good bond can be obtained, and as previously noted, if the shaft is not open too long the filter cake on the pier wall is reasonably displaced as well. The success of a drilled pier foundation system is highly dependent upon the expertise of the drilled pier foundation contractor and the expedient placement of concrete. Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils at the foundation bearing level if the excavations remain open for long periods of time. Therefore, it is recommended that the foundation excavations be extended to final grade and that the foundations be constructed as soon as possible to minimize potential damage to the bearing soils. The foundation bearing levels should be free of loose soil, ponded water or debris and should be observed prior to concreting by the Geotechnical Engineer, or his designated representative. Foundation concrete should not be placed on soils that have been disturbed by rainfall or seepage. If the foundation bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed and replaced with properly compacted clean fill, per Engineer's direction, prior to placement of concrete. The Geotechnical Engineer, or his designated representative, should monitor subgrade preparation. As a guideline, a minimum of one, in-place density test shall be performed on the subgrade soils for each 3,000 square feet, or a minimum of three in-place density tests per testing interval, whichever is greater. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. Utilities Utilities that project through the slab or walls should be designed with either some degree of flexibility, or with sleeves, in order to prevent damage to these lines should vertical movement occur. Page 15 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas Expansion and Control Joints Expansion and control joints should be designed and placed in various portions of the structures. Properly planned placement of these joints will assist in controlling the degree and location of material cracking that normally occurs due to material shrinkage, thermal affects, soil movements and other related structural conditions. GENERAL COMMENTS If significant changes are made in the character or location of the proposed Whitecap Wastewater Treatment Plant Improvements project, a consultation should be arranged to review any changes with respect to the prevailing soil conditions. At that time, it may be necessary to submit supplementary recommendations. It is recommended that the services of RETL be engaged to test and evaluate the soils in the foundation excavations prior to concreting in order to verify that the bearing soils are consistent with those encountered in the borings. RETL cannot accept any responsibility for any conditions that deviate from those described in this report, nor for the performance of the foundations if not engaged to also provide construction observation and testing for this project. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, dewatering and bracing of trenches, pits and excavations should be made the responsibility of the Contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. Page 16 of 17 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E N, . GEOTECHNICAL ENGINEERING � '' ,,, • CONSTRUCTION MATERIALS ENGINEERING&TESTING • SOILS •ASPHALT•CONCRETE co ro '% Ile SITE VICINITY MAP f!J vi f ... q. a ., . ®p I t, Y T� PO 7 ?f May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas ROCK ENGINEERING&TESTING LABORATORY,INC. Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office: 512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax:512.284.7764 6817 Leopard St. 10856 Vandale 7 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78664 vwwwww„p�.ocl�tcstnu�ig„cow ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E N, . GEOTECHNICAL ENGINEERING � '' ,,, • CONSTRUCTION MATERIALS ENGINEERING&TESTING • SOILS •ASPHALT•CONCRETE co ro '% Ile BORING LOCATION PLAN 4 p /Oiu�%/Ili 0 r/ e N, r e May 18, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas ROCK ENGINEERING&TESTING LABORATORY,INC. Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office: 512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax:512.284.7764 6817 Leopard St. 10856 Vandale 7 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78664 vwwwww„p�.ocl�tcstnu�ig„cow ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E LOG OF BORING B-'I SHEET 1 of 1 CLIENT: City of Corpus Christi Engineering Annex Rock Engineering&Testing Lab. Inc PROJECT: WWTP Improvements 6817 Leopard Street Corpus Christi,Texas 78409 LOCATION: 13409 Whitecap Blvd., Corpus Christi, TX ° ' � Telephone: 361-883-4555 NUMBER: G121212 �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 4/21/2021 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Mud Rotary LIMITS X GROUNDWATER INFORMATION: zp > Groundwater(GW)was encountered at a depth of 8 feet during drilling. Lu Lu Lu z ? F, GW at 8 feet and caved at 9 feet upon completion. Lu 0 LL 0 z �U�U�� Lu o H H U) U (� O Lu Lu �rncnz > > Q Q W 0 M z z F- m o o° o a a } z z SURFACE ELEVATION: N/A O) o � � z a u 2 LL PL PI o a ov of t DESCRIPTION OF STRATUM SS S-1 X N=15 N=11 17 NP NP NP 3 POORLY GRADED SAND, brown, moist, medium. (SP) 5ss S--2 N=5 26 Same as above, loose. S--3 ss N=8 20 23 18 5 2 Same as above, greenish gray. 10 S-4 ----- ———— ———— -- -- -- ------------------------------ ss N=4 24 20 18 2 8 POORLY GRADED SAND WITH SILT, greenish gray, moist, S-5 very loose to loose. (SP-SM) ss N=3 26 Same as above,with shell,very loose. 15 S-6 - N=5 27 NP NP NP 8 Same as above, loose. 20 S 7 ----- ———— ———— -- -- -- ------------------------------ SS N=1 32 CLAYEY SAND, with shell, greenish gray, moist, very loose. 25 S-8 ----- ———— ———— -- -- -- ------------------------------ Ss N=23 23 5 POORLY GRADED SAND WITH SILT, greenish gray, moist, 3 S-9 0 medium. ----- ———— ———— -- -- -- ------------------------------ N=14 19 CLAYEY SAND, greenish gray, moist, medium. 35 5--11 0 ---------------------- ---- -- -------------------------------- _ ss N=24 26 POORLY GRADED SAND WITH SILT, brown, moist, medium. N 40 S-11 N W N=38 24 NP NP NP 9 Same as above, dense. (SP-SM) 45 S-1 12 a N SS N N=50 23 Same as above, dense to very dense. N 50 S-13 Boring was terminated at a depth of 50 feet. c� o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: m, Qc- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by RETL at GPS Coordinates P - POCKET PENETROMETER RESISTANCE No 27.60225 w°97.24979 o Tv- TORVANE SHEAR STRENGTH TEST J DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E LOG OF BORING B-2 SHEET 1 of 1 CLIENT: City of Corpus Christi Engineering Annex Rock Engineering&Testing Lab. Inc PROJECT: WWTP Improvements 6817 Leopard Street Corpus Christi,Texas 78409 LOCATION: 13409 Whitecap Blvd., Corpus Christi, TX ° ' � Telephone: 361-883-4555 NUMBER: G121212 �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 4/21/2021 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X GROUNDWATER INFORMATION: w p w Groundwater(GW)was encountered at a depth of 5 feet during drilling. Lu z ? F, GW at 6 feet and caved at 8 feet upon completion. Lu 0 Q Q W 0 M z- z a 2 moo° o a a } Z M z z SURFACE ELEVATION: N/A U) o of of z , ( LL PL PI o a of DESCRIPTION OF STRATUM ASPHALT, approximately 3.5 inches ss N=6 7 24 15 9 7 BASE, a roximatel 5.25 inches S-1 pp Y POORLY GRADED SAND WITH SILT, brown, moist, loose. ss N=3 23 (SP-SM) 5 S-2 Same as above,very loose. ss N=2 25 NP NP NP 5 Same as above,with shell, greenish gray. S-3 ----- ———— ———— -- -- -- ------------------------------ ss N=1 24 POORLY GRADED SAND, with shell, greenish gray, moist, 10 S-4 very loose. ss N=1 25 NP NP NP 4 Same as above. S-5 N=7 23 Same as above, loose. (SP) 15 S--6 ss N=1 22 POORLY GRADED SAND, with shell, greenish gray, moist, 20 s-7 very loose. N=3 24 Same as above. 25 S--8 SS N=20 19 SILTY CLAYEY SAND, greenish gray, moist, medium. 30 S-9 Boring was terminated at a depth of 30 feet. N N N 0 J W YI U O Ira c� N N N o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: m, Qc- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by RETL at GPS Coordinates 0 P - POCKET PENETROMETER RESISTANCE No 27.60256 w°97.24964 o Tv- TORVANE SHEAR STRENGTH TEST J DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E LOG OF BORING B-3 SHEET 1 of 1 CLIENT: City of Corpus Christi Engineering Annex Rock Engineering&Testing Lab. Inc PROJECT: WWTP Improvements 6817 Leopard Street Corpus Christi,Texas 78409 LOCATION: 13409 Whitecap Blvd., Corpus Christi, TX ° ' � Telephone: 361-883-4555 NUMBER: G121212 �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 4/21/2021 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hand Auger LIMITS X W GROUNDWATER INFORMATION: w z w Dry and Open upon completion of drilling. Lu z }— in JL~L LL LL 0 J F }U - � p m z ��oQ Lu 0 H H � Q U) H O O Lu -j �rncnz > > Q Q W 0 z z F- m o o F- o a n- } LU o z SURFACE ELEVATION: N/A O) o � � z a 1 c7 2 LL PL PI o a of t F DESCRIPTION OF STRATUM CONCRETE, approximately 8.75 inches S-1 Qc=25 5 6 POORLY GRADED SAND WITH SILT, brown, moist, loose. S-1 UGE Qc=38 5 Same as above. 5 S-2 Boring was terminated at a depth of 5 feet. N N N 0 J W YI U O Ita c� N N N o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: m, Qc- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by RETL at GPS Coordinates 0 P - POCKET PENETROMETER RESISTANCE No 27.60334 W°97.25010 o J Tv- TORVANE SHEAR STRENGTH TEST DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E LOG OF BORING B-4 SHEET 1 of 1 CLIENT: City of Corpus Christi Engineering Annex Rock Engineering&Testing Lab. Inc PROJECT: WWTP Improvements 6817 Leopard Street Corpus Christi,Texas 78409 LOCATION: 13409 Whitecap Blvd., Corpus Christi, TX ° ' � Telephone: 361-883-4555 NUMBER: G121212 �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 4/21/2021 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hand Auger LIMITS X W GROUNDWATER INFORMATION: w z w Dry and Open upon completion of drilling. Lu z }— in J L~L LL LL 0 J F } U- � p m z ���� Lu �_ H H U U U) H O O Lu Lu rncnz > > Q Q W 0 M z z a m o o° - a a } Z) 2 L o z SURFACE ELEVATION: N/A o Lu of of z a'8 2 LL PL PI o a 0 of t DESCRIPTION OF STRATUM AUGCONCRETE, approximately 6.25 inches S-1 Qc=30 4 POORLY GRADED SAND WITH SILT, brown, moist, loose. S-1 Boring was terminated at a depth of 2.5 feet due to refusal. N N N 0 J W YI U O Ira c� N N N o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: m, Qc- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by RETL at GPS Coordinates 0 P - POCKET PENETROMETER RESISTANCE No 27.60256 w°97.24942 o Tv- TORVANE SHEAR STRENGTH TEST J DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E Rock Engineering&Testing Laboratory e� FS 6817 Leopard Street Corpus Christi,TX 78409-1703 e C Engineering&Testing Telephone: 361-883-4555 <, �o Laboratory, Inc. Fax: 361-883-4711 KEY TO SOIL CLASSIFICATION AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM TERMS CHARACTERIZING SOIL MAJOR DIVISIONS SYMBOL NAME STRUCTURE OW GW little Well Graded Gravels or Gravel-Sand mixtures, SLICKENSIDED-having inclined planes of ' little or no fines weakness that are slick and glossy in appearance GRAVEL GP °�° Poorly Graded Gravels or Gravel-Sand mixtures, AND o p little or no fines FISSURED-containing shrinkage cracks, GRAVELLY frequently filled with fine sand or silt; usually SOILS GM ° Silty Gravels, Gravel-Sand-Silt mixtures more or less vertical LAMINATED(VARVED)-composed of thin layers of varying color and texture, usually grading from COARSE GC Clayey Gravels, Gravel-Sand-Clay Mixtures sand or silt at the bottom to clay at the top GRAINED CRUMBLY-cohesive soils which break into small SOILS SW Well Graded Sands or Gravelly Sands, little or no fines blocks or crumbs on drying Poorly Graded Sands or Gravelly Sands, little or CALCAREOUS-containing appreciable quantities SAND SP no fines of calcium carbonate,generally nodular AND SANDY WELL GRADED-having wide range in grain sizes SOILS SM Silty Sands, Sand-Silt Mixtures and substantial amounts of all intermediate particle sizes SC Clayey Sands, Sand-Clay mixtures POORLY GRADED-predominantly of one grain size uniformly graded)or having a range of sizes with some intermediate size missing(gap or skip ML Inorganic Silts and very fine Sands, Rock Flour, graded) Silty or Clayey fine Sands or Clayey Silts SILTS Inorganic Clays of low to medium plasticity, SYMBOLS FOR TEST DATA AND CLAYS CL Gravelly Clays, Sandy Clays, Silty Clays, Lean Clays LL<50 _ a — Groundwater Level Organic Silts and Organic Silt-Clays of low - (Initial Reading) FINE OL plasticity GRAINED 1 — Groundwater Level SOILS JH Inorganic Silts, Micaceous or Diatomaceous fine - (Final Reading) Sandy or Silty soils, Elastic Silts ' SILTS — Shelby Tube Sample AND CLAYS Inorganic Clays of high plasticity, Fat Clays LL>50 ® — SPT Samples Organic Clays of medium to high plasticity, Organic Silts m — Auger Sample Ji, Ji HIGHLY ORGANIC SOILS PT „ Peat and other Highly Organic soils n — Rock Core TERMS DESCRIBING CONSISTENCY OF SOIL COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE NO. BLOWS/FT. DESCRIPTIVE NO. BLOWS/FT. UNCONFINED TERM STANDARD PEN. TERM STANDARD PEN. COMPRESSION TEST TEST TONS PER SQ. FT. Very Loose 0-4 Very Soft <2 <0.25 Loose 4-10 Soft 2-4 0.25-0.50 Medium 10-30 Firm 4-8 0.50-1.00 Dense 30-50 Stiff 8-15 1.00-2.00 Very Dense over 50 Very Stiff 15-30 2.00-4.00 Hard over 30 over 4.00 Field Classification for"Consistency"is determined with a 0.25'diameter penetrometer DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E WhitecapImprovements,,WWTP Project No, 18087A nil 1852 APPENDIX 1A ADDENDUM No. 1 GEOTECHNICAL REPORT DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E �Ca � GEOTECHNICAL ENGINEERING CONSTRUCTION MATERIALS ENGINEERING &TESTING 9e0, QP • SOILS *ASPHALT* CONCRETE �r09y `aGO�QO August 19, 2021 City of Corpus Christi — Engineering Services 4917 Holly Road, Building 2 Corpus Christi, Texas 78411 Attention: Ms. Sandra L. Gomez, P.E. SUBJECT: ADDENDUM NO. 1 — GROUND IMPROVEMENT RECOMMENDATIONS FOR THE PROPOSED WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS 13409 WHITECAP BOULEVARD CORPUS CHRISTI, TEXAS CITY OF CORPUS CHRISTI PROJECT NO. 18087A -TASK ORDER #2 RETL Job No. — G121212 Dear Ms. Gomez, Introduction Rock Engineering & Testing Laboratory, Inc. (RETL) is pleased to submit this Addendum Letter which presents ground improvement recommendations for the proposed Whitecap Wastewater Treatment Plant Improvements, to be constructed at 13409 Whitecap Boulevard, in Corpus Christi, Texas. RETL submitted a Geotechnical Engineering Services Report, dated May 18, 2021, which presented recommendations for the design of mat foundations, footings and straight shaft drilled piers for the support of the structures planned for the project. Based on recent correspondence with Mr. Ashish Patel, P.E., structural engineer with Lockwood, Andrews & Newman, Inc. (LAN), and member of the Design Team, we understand that consideration is being given to the utilization of ground improvement methods in order to support shallow foundations. At Mr. Patel's request, RETL is providing discussion and recommendations related to ground improvement methods, specifically stone columns and/or rammed aggregate piers. The objective of these ground improvement methods is to increase the soil strength and reduce its insitu compressibility, thus allowing for the use of shallow foundations for the support of the structures in lieu of using deep foundations. ROCK ENGINEERING &TESTING LABORATORY, INC. (TBPE FIRM NO.2101) Corpus Christi San Antonio Round Rock Office: 361.883.4555 Office:210.495.8000 Office: 512.284.8022 Fax: 361.883.4711 Fax:210.495.8015 Fax: 512.284.7764 6817 Leopard St. 10856 Vandale 7 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78664 www.rocktesting.com DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E August 19, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas From May thru July of 2021 , RETL coordinated teleconferences with ground improvement specialty contractors, Menard Group USA and GeopierT"', who have provided Mr. Patel with cost estimates for the execution of their proposed ground improvement systems based on the scope defined my Mr. Patel. Ground Improvement Discussion Due to the loose sandy soils that extend to an approximate depth of 28 feet below existing grades at the site, ground improvement would need to be performed to increase the soil's in situ strength and reduce their compressibility, in order for a shallow foundation system to be utilized for the support of the structures. The preferred soil improvement method selected by the Design Team's structural engineer consists of the installation of rigid inclusions (stone columns or rammed aggregate piers) to stiffen the soils immediately below and adjacent to desired shallow foundation locations. These methods of ground improvement are performed through the services of a specialty design/install contractor which can design and execute their system to meet predefined performance specifications, thereby modifying the site to enable construction of standard shallow foundation systems. The diameter, spacing and depth of the rigid inclusions are defined by the specialty contractor using proprietary design tools, to achieve target foundation performance characteristics defined in a document titled "Performance Specifications for Ground improvement". These specifications are defined by the project's structural engineer and include the target minimum allowable bearing capacity, minimum modulus of subgrade reaction (K), and maximum total and differential settlement that the structural engineer is considering for the design of the shallow foundations. These parameters are further discussed below- 1. elow:1. Bearing Capacity. The net allowable bearing capacity (considering a minimum Safety Factor of 3.0) for shallow foundations should be defined by the structural engineer based on the expected loads to be applied by the structures. 2. Settlement. The maximum total and differential settlement for shallow foundation systems should be defined by the structural engineer, based on the settlement tolerances defined for the project, and should include short-term (elastic), long-term (consolidation) and secondary compression (creep) components. 3. Modulus of Subgrade Reaction (K). The minimum modulus of subgrade reaction for the design of grade-supported shallow foundations should be defined by the Design Team's structural engineer. 4. Integrity of Existing Structures. Existing structures and equipment at the site should not be affected by the implementation of the ground improvement. These performance specifications shall be clearly communicated to the specialty contractor in writing, so he can design the ground improvements to comply with them. Page 2 of 3 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E August 19, 2021 WHITECAP WASTEWATER TREATMENT PLANT IMPROVEMENTS Attn: Ms. Sandra L. Gomez, P.E. 13409 Whitecap Boulevard RETL Job Number G121212 Corpus Christi, Texas Foundation Recommendations After the soil improvements are completed and the post-improvement soil conditions are verified by the specialty contractor, the structural engineer can use the bearing capacity and modulus of subgrade reaction (K) defined in the project's Performance Specifications to design the shallow foundation systems for the project. Closing The Geotechnical Engineer states that the findings contained herein have been presented after being prepared in a manner consistent with the level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. RETL operates in accordance with "Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction", (ASTM D3740). No other representations are expressed or implied, and no warranty or guarantee is included or intended. This letter has been prepared for the exclusive use of the City of Corpus Christi — Engineering Services and its Design Team for the specific application towards the proposed Whitecap Wastewater Treatment Plant Improvements to be constructed at 13409 Whitecap Boulevard, in Corpus Christi, Texas. Recommendations previously submitted in our referenced report that are not modified by those presented herein remain applicable. We appreciate the opportunity to provide our services for this project. If there are any questions, please contact our office. Sincerely, ow M iilif ;� lic�LIll j� James P. Bauer, P.E. Francisco J. Arias, P.E. Corpus Christi Branch Manager Senior Geotechnical Engineer Page 3 of 3 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E WhitecapImprovements,,WWTP Project No, 18087A nil 1852 APPENDIX 2 Alternate Product Cut Sheets DocuSign Envelope ID:F42F1504-D745-48D0-B600-48A37A78953E PREFABRICATED NON—POTABLE WATETR SKID PACKAGE PHi EN VIRO-S TA TION'� MODEL NO..- PUMPS:All Prime model 1-3 Pump CI/STD Construction, 394 1 - I-3 pump 36 2 - electric motor 12 ----------------------------------------------- 3 - 3" wa Per check valve - ------------=E---;�--------_;E=-=,e-----��'--� L. 4 - b ball plug valve, 3-way _ 5 - belt drive, guard 6 - base frame 7 - gauge kit 8 - air release valve 9 - panel stand 3 ® 3 1-3 Duplex 616 7 5 2 u g oll o o 0 2841-286i oii o ® z 2J3r 217 sr-F56? 48 O O -zi --_ 60 i 71 457 0 24� of o 16 168 �'�'228�'�ii - a� i'O °! o 36,96 3 31 6 ���—-;'r-__-�_ _ _ __ -a-__ ------------ -- a _- III pit--# I - , I I n + 'i' II II II �� '; I n ---------------- 76 15 1276 6 42 -- 6 ~� - 6116 316 54 Nonce PRaecr. Pumps of Houston, Inc. ® � ro� ������°�° ���������� WHITECAPUVWiP S� PROJECT PUMPS OF HOUSTON WATER/WASTEWATER PUMPS&CONTROLS eTS DTEE.BTOORR00WETR %S CONTF o ENGINEER owc No RESIDENTIAL•INDUSTRIAL•COMMERCIAL•MUNICIPAL q.S.T.M.-Dl D3299 PHONE 281448-1352 SALES@PUMPSOFHOUSTON.COM A.S.T.M.-D3757 A. OWNER. DRAWN BV DATE. REV: TDP 07/02/2021 A DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ALL PRIME PUMPS 00 A Division of Power & Pumps, Inc. ALLPRIME 803 N. Myrtle Ave. Jacksonville, Florida 32204 Ph: 800-803-0353 Fax: 904-356-8717 sales@allprimepumps.com Specifications I-3, I-4 Series Self Priming Pump STD - construction A. Pumps are self priming solids handling centrifugal type for mounting above ground; designed for raw wastewater. B. The manufacturer of the pumps has an ISO 9001 quality management system certificate. C. The pumps carry a one-year manufacturer's materials and workmanship warranty. D. The pumps have the necessary characteristics and are properly selected to perform under the operating conditions and efficiency as shown. E. Materials and Construction Features 1. Pump casing is made from class 30 cast-iron with integral volute and incorporate the listed features: a. Broad based feet to prevent tipping even when disassembled. b. Casing will have a large diameter drain plug at the lowest level for complete draining. c. Casings have a recirculation port sized to accommodate a spherical solid the size of the solids passing capacity of the pump. d. A 31/2" diameter fill port covered by a Teflon gasketed plate with restrained clamp bar is used for initial liquid filling. e. The casing is coated on the inside with one 3-5 mil coating to deter initial inside corrosion. 2. Cleanout cover is made from class 30 cast-iron with features as shown: a. Cleanout cover is retained by hand nuts which completely cover the attachment studs when tightened to prevent stud corrosion. b. A pressure relief valve which operates at 75 to 200 PSI is permanently attached to assure safety. c. A hardened steel alloy wear plate is attached to the cover plate with studs and nuts. d. Removal of the cover plate allows access to the impeller, wear plate, mechanical seal, and internal check valve without disturbing suction or discharge piping. e. Cleanout cover is sealed with a large diameter Buna-N o-ring. f. A heavy duty handle is attached to the cover plate to facilitate removal and installation. g. The cover plate has threaded pusher bolt holes to ease removal using hex head machine bolts from the rotating assembly. 1 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 3. The rotating assembly has an integral bearing housing with seal plate, shaft, bearings, impeller, mechanical seal, oil seals, and oil chambers which are removable as a unit without disturbing suction or discharge piping and have the following features: a. The seal plate and bearing housing are class 30 cast-iron and contain separate oil chambers for seal and bearing oil, each chamber has a vented plug to prevent the entry of excess moisture. The bearing chamber shall have a clear oil level gauge. b. The impeller is ductile-iron open-type six-vane non-clog design with back side pump out vanes and will be threaded on the shaft and further retained by locking impeller bolt and protective washer. c. The shaft is constructed of 4140 alloy steel featuring hardened alloy sleeve in mechanical seal area with no more than 82% of the centerline bearing to centerline bearing distance protruding beyond the impeller end bearing. d. Bearings are anti-friction ball type of sufficient size and design to withstand all radial and thrust loads incurred during normal operations. e. The rotating assembly is sealed with one large diameter Buna-N o-ring. f. The mechanical seal is oil lubricated from a dedicated chamber with faces of tungsten titanium carbide alloy each lapped to within three light bands using an optical flat and monochromatic light. The stationary face shall be mounted in its holder using an o-ring design to better secure alignment during times of extreme stress. All metallic parts of the seal are 316 stainless-steel. The mechanical seal is warranted on a prorated basis for four years, as follows: Failure Within: Percent New Price: 2 years 25% 3 years 50% 4 years 75% g. The rotating assembly impeller end clearance can be adjustable over its full range of adjustability externally without removal of the rotating assembly or its fasteners and without the use of special tools by utilizing socket head cap screws set into the pump casing to move the rotating assembly away from the wear plate and the hex head machine bolts to move the rotating assembly toward the wear plate and secure it in the proper place against the socket head cap screws. The socket head cap screws shall also act as jacking bolts when removing the rotating assembly. 4. The pump contains a suction check valve in order to save energy by preventing re- priming at each start up. The valve is floating type to help prevent clogging and is made from nylon and steel reinforced neoprene. The valve shall not be required for re- priming and pumps requiring such a valve to re-prime shall not be acceptable. 2 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E 5. The pumps have as standard parts removable flanged suction and discharge cast iron spool pieces with two plugged tapped holes suitable for the attachment of gauges or other devices such as air release valves. F. Pump performance characteristics: 1. The pump can pass a spherical solid as shown on the applicable pump curve through all impeller vanes, internal passages, and recirculation ports. 2. The pump will re-prime at a depth shown on the applicable pump curve while using an air release line without the aid of a suction check valve. Re-prime performance shall be confirmed using the following test. a. A check valve equal to or larger than the pump discharge shall be installed in the pump discharge line. A suction line equal to the pump suction opening shall be used. b. An air release pipe open to atmosphere and similar in capacity to a 1" air release valve shall be installed between the discharge and the check valve. c. The pump suction check valve shall be removed, and the pump suction shall be at the specified job re-prime lift above the test tank water level. d. Prior to each re-prime test the suction pipe must be cleared of water to sump level. e. The pump must re-prime to full flow within 5 minutes of energizing on each of 5 tests to be acceptable. f. After 5 consecutive tests the pump must be at a temperature within the operating range as indicated on the applicable technical data sheets. G. Pumps are mounted on a heavy fabricated structural steel base frame assembly. The motor shall be mounted to an adjustable base/pedestal, which is attached to the structural steel base frame. Finish on the pump, guard, etc., and exposed steel framework is cleaned prior to painting. Exposed surfaces to be painted with one coat non-lift primer and one coat acrylic industrial enamel. Paint is low VOC, alkyd based, high solids, semi-gloss enamel, incorporating rust inhibitive additives. The finish coat shall be 1.0 to 1.2 MIL dry film thickness (minimum), resistant to oil mist exposure, solvent contact, and salt spray. The factory finish shall allow for over-coating and touch up after final installation. H. Motors are 3-phase, horizontal TEFC, 1200 or 1800-RPM, NEMA design B with cast iron frame with copper windings, induction type, with class F insulation and 1.15 Service Factor for normal starting torque and low starting current characteristics, suitable for continuous service. 3 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E The motors shall not overload at the design condition or at any head in the operating range as specified. Motors are suitable for operation using the utility power specified. Motors will be in accordance with provisions of ANSI/IEEE Std. I. Power to the pumps is transmitted by V-Belt Drive assemblies. The sheave/belt combination provides the speed ratio needed to achieve the specified pump operating conditions. Each drive assembly uses at least two V-Belts providing a minimum combined safety factor of 1.5. Single belt drives or systems with a safety factor of less than 1.5 are not acceptable. Computation of safety factors shall be based on performance data published by the drive manufacturer. Precise alignment tolerances of the drive assemblies shall be achieved by means of a belt/sheave laser alignment system resulting in the reduction of vibration, accelerated wear, and premature failure. The power transmission calculations: a. Ratio of pump/motor speed. b. Pitch diameter of driver and driven sheaves. c. Number of belts required per drive. d. Theoretical horsepower transmitted per belt, based on vendor's data. e. Center distance between pump and motor shafts. f. Arc-length correction factor applied to theoretical horsepower transmitted. g. Service factor applied to established design horsepower. h. Safety factor ratio of power transmitted/brake horsepower required. Pump drives are to be enclosed on all sides by a guard constructed of fabricated steel or combination of materials including expanded, perforated, or solid sheet metal. No opening to a rotating member shall exceed 1/2-inch. Guards must be completely removable without interference from any unit component and be securely fastened and braced to the unit base. Metal to be free from burrs and sharp edges. Structural joints are continuously welded. Rivet spacing on panels not to exceed five inches. Tack welds not to exceed four inches spacing. The guard is finished with one coat of non-lift primer and one coat of yellow acrylic alkyd enamel in accordance with Color Definitions of ANSI Safety Color Code for Marking Physical Hazards. 4 D,,,Sign Envelope ID'.F42F1504-D14548DOL3600-48A31A18953E 51 2 4' SPANCO BUILDING SYSTEMS 2924 MARGARITA LOOP AUSTIN,TEXAS 78737 R43TEL 5123941500 FAX 866 383 7558 3' o SS BxBx e'Beam HSS BxBx a^Beam �/-� � � 14 SYS W � s ]'_2" t 5 (n C) G E O s � � 3 � zW 18'-83/4„ Q z u �D z o O o zx � 45' Design and Development Standard Criteria TX Wind Storm 2'_6" - BAR SCREEN BUILDING 2'_6" - 11-15-2021 „_,5.202, -6 48LX52WX18-8.7511EAVE CoCC WHITECAP WWTP CANOPY 2500 Sgft. SECTION FRAMING R-11-18-2021 DocuSign Envelope ID'.F42F1504-D74548D0-B600-48A37A78953E SPANCO as BUILDING SYSTEMS 2924 MARGARITA LOOP AUSTIN,TEXAS 78737 TEL 5123941500 FAX 866 383 7558 � � x s� 16 CI7 C E .. s� � ° U ro 12 zx � 18'-834" Design and Development Standard Criteria TX Wind Storm Certification 11-15-2021 45' c CANOPY SECTION FRAMING R-11-18-2021 DocuSign Envelope ID'.F42F1504-D14548D0L3600-48A31A18953E PANCO: ARCHED STANDING SEAM ROOF STRUCTURE. ROLL-FORMED GALVALUME-PLUS PANELS SPANCO 48'-0"RADIUS INSIDE BUILDING SYSTEMS ni7'-1" 2924 MARGARITA LOOP AUSTIN,TEXAS 78737 TEL 5123941500 .Ss FAX 866 383 7558 1s 1fi H�9 9%� ois 48' Awa W F HSS 3,8,e" 3' L lf] US w 14 31/2 1 a'-sj2" 17'-2 O C� 0 � U � US a z � u 18'-83/4" � o v zx Design and Development s° s° C Standard Storm 45' riteria TX Wind Storm Certification 11-15-2021 6. 71 BAR SCREEN BUILDING 6. 48 LX52WX18-8.75"EAV E CANOPY CoCC WHITECAP WWTP SECTION 2500 Sgft. FRAMING R-11-18-2021 DocuSign Envelope ID'.F42F1504-D14548D0-B600-48A37A18953E 4 4' SPANCO BUILDING SYSTEMS 2924 MARGARITA LOOP AUSTIN,TEXAS 78737 TEL 5123941500 FAX 866 383 7558 11 W F s � x R43' `� q v US Q � z o O o zx � Design and Development Standard Criteria TX Wind Storm Certification 11-15-2021 CANOPY SECTION Hatch Framing Detail R-11-18-2021 DocuSign Envelope ID'.F42F1504-D14548D0-B600-48A31A18953E X4X,SL 6" 7X4X,,"SIT Hata,Opaxmg Dab,aax 4x6x� Beams SPANCO a BUILDING SYSTEMS co14'-10" a 2924 MARGARITA LOOP r co AUSTIN,TEARS 18131 p� r TEL 5123941500 XA p� FAX 8663837558 X X X - SL 4x1xP, mom' HSS 8x8x g" o O W F �4 U 18'-83/411 Q W a z � v o � 4. z � o zxu 6" 6" 6" Design and Development Standard Criteria z'-s" ... ... .. z'-s" ., ...". z'-s" TX Wind Storm Certification 12-09-2021 22'-6" 15'-6" 5 CANOPY 48' FRAMING ELEVATION R-12-09-2021 DocuSign Envelope ID'.F42F1504-D74548D0-B600-48A37A78953E SPANCO - BUILDING SYSTEMS 2924 MARGARITA LOOP AUSTIN,TEXAS 78737 TEL 5123941500 xssem, FAX 866 383 7558 Z Z xou. (D (D !Z a Cl) C O x D7 O x x W F � a 0) x P w O X X rn m 52' 45' b�. a o v �D o b z � o o ow.x O zQ � Design and Development Standard Criteria xss TX Wind Storm Certification LL 11-15-2021 22'-6" 15'-6" #3. 48' Plan Barscreen Bldg. DocuSign Envelope ID'.F42F1504-D14548D0-B600-48A31A18953E Edge of Canopy L 6x6x16' SPANCO BUILDING SYSTEMS 2924 MARGARITA LOOP AUSTIN,TEXAS 78737 TEL 5123941500 HSS 6x6X—g" FAX 8663837558 151-611 w �jj o HSS 6x6x g" (� U 45 z W Edge of Canopy Q z U �D z o 22-6" O zx Design and Development HSS 6x6x g" Standard Criteria _ TX Wind Storm Certification 11-15-2021 L 6x6x16' s 451 '` DWG u 2 CANOPY 521 PLAN R-11-18-2021 DocuSign Envelope ID'.F42F1504-D14548D0-B600-48A31A18953E SPANCO BUILDING SYSTEMS 2924 MARGARITA LOOP AUSTIN,TEXAS 78737 TEL 5123941500 FAX 866 383 7558 w �4 x W CJ') ``S x O a �h IM PRo U 2' 45' 1 , 1 1 r 2.1Imo— Q n w � Z O F n��oaa��9 FRas No zxu Design and Development Standard Criteria TX Wind Storm Certification r 11.15.2021 2 21 I 151.611 Canopy Plan ayout 481 Hatch Opening DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E AWMTL Separation ATTACHMENT White Caps WWTP Corpus Christi, TX Project#691-782 2.OM SMX-S8 (LP) Scope of Supply(On Site Refurbishment) New Parts: The following new items would be supplied during the refurbishment. • New rolls with bearing housing assemblies. • Distribution chute seal. • Side wall seals. • Splash guard end seals. • Splash guard side seals. • Tension bushings. • Belt tension bellows. • Belt tracking bellows. • Shower box seals. • Doctor blades (1 upper roll and 1 lower roll). • Doctor blade tensioning Rosta and clamp. • New electrical switches • Wear strips. • New drive bull gears. • Gearmotor • Tracking control valve and paddles • Shower pipes. • Plow Chicanes and straps. • Stainless steel fittings and hoses. Attachment Page 1 of 2 ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd.South ANDRITZ Separation Inc. Nordea Bank Finland PLC Arlington,TX 76001 USA Dept:0312 New York Branch P.O.Box 120312 SWIFT:NDEAUS3N Tel:+1(817)465-5611 Dallas,TX75312-0312 Account:8879433001 Fax+,(817)468-3961 Federal Tax ID Number:59-3773483 ABA:026010786 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E AWMTL Separation Site Work: • Press will be disassembled and then reassembled onsite. • Technician will have tools such as chains, nylon straps, "A"frame gantries to execute scope of work. • ANDRITZ will supply transportation of rolls and other components from our service center to the customer site. • " QR4T-Z-to provide 2 service technicians to be on site for 5 days 12hr shift to remove components and for 10 days 12hr shift including weekend to install components and confirm machine installation and startup. • Additional time required due to delays outside of ANDRITZ control or request for additionalwork will be charged per the attached service rate sheet. Not in Scope: • No work will be done to the machine frame, grid structure, drain pans and piping. Areas of corrosion will be treated by customer. • Customer will supply new set of belts. • Customer will be responsible for power washing and cleaning of the equipment prior to work. • Customer will be responsible for disconnecting (and reconnection)of all utilities and walkways from the machine as needed. Such as sludge, water, compressed air and electrical service. Attachment Page 2 of 2 ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd.South ANDRITZ Separation Inc. Nordea Bank Finland PLC Arlington,TX 76001 USA Dept:0312 New York Branch P.O.Box 120312 SWIFT:NDEAUS3N Tel:+1(817)465-5611 Dallas,TX75312-0312 Account:8879433001 Fax+1(817)468-3961 Federal Tax ID Number:59-3773483 ABA:026010786 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E AWMTL Separation ATTACHMENT White Caps WWTP Corpus Christi, TX Project#691-782 2.OM SMX-S8 (LP) Scope of Supply(On Site Refurbishment Hydraulic Conversion) New Parts: The following new items would be supplied during the refurbishment. • New rolls with bearing housing assemblies. • Distribution chute seal. • Side wall seals. • Splash guard end seals. • Splash guard side seals. • Upper and lower tension assemblies with hydraulic cylinders • Upper and lower tracking assemblies with hydraulic cylinders • Hydraulic power pack with 1 gallon reservoir • Shower box seals. • Doctor blades (1 upper roll and 1 lower roll). • Doctor blade tensioning Rosta and clamp. • New electrical switches • Wear strips. • New drive bull gears. • Gearmotor • Shower pipes. • Plow Chicanes and straps. • Stainless steel fittings and hoses. Site Work: Attachment Page 1 of 2 ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd.South ANDRITZ Separation Inc. Nordea Bank Finland PLC Arlington,TX 76001 USA Dept:0312 New York Branch P.O.Box 120312 SWIFT:NDEAUS3N Tel:+1(817)465-5611 Dallas,TX75312-0312 Account:8879433001 Fax+,(817)468-3961 Federal Tax ID Number:59-3773483 ABA:026010786 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E AWMTL Separation • Press will be disassembled and then reassembled onsite. • Technician will have tools such as chains, nylon straps, "A"frame gantries to execute scope of work. • ANDRITZ will supply transportation of rolls and other components from our service center to the customer site. • ANDRITZ to provide 2 service technicians to be on site for 5 days 12hr shift to remove components and for 15 days 12hr shift including weekend to install components and confirm machine installation and startup. • Additional time required due to delays outside of ANDRITZ control or request for additionalwork will be charged per the attached service rate sheet. Not in Scope: • No work will be done to the machine frame, grid structure, drain pans and piping. Areas of corrosion will be treated by customer. • Customer will supply new set of belts. • Customer will be responsible for power washing and cleaning of the equipment prior to work. • Customer will be responsible for disconnecting (and reconnection)of all utilities and walkways from the machine as needed. Such as sludge, water, compressed air and electrical service. Attachment Page 2 of 2 ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd.South ANDRITZ Separation Inc. Nordea Bank Finland PLC Arlington,TX 76001 USA Dept:0312 New York Branch P.O.Box 120312 SWIFT:NDEAUS3N Tel:+1(817)465-5611 Dallas,TX75312-0312 Account:8879433001 Fax+1(817)468-3961 Federal Tax ID Number:59-3773483 ABA:026010786 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ATL Separation ATTACHMENT — Budget Proposal Design Criteria: Corpus Christi Whitecaps;Belt Filter Press Control Panel Upgrade, Project 782 Provide new Belt Filter Press Control Panel (BFPCP), to replacing the existing control panel. The BFPCP will be NEMA 4X, 304 stainless steel enclosure, equal in size to the existing unit with stainless steel closed loop air conditioner. The panel will include main circuit breaker disconnect with flange mounted operator handle, VFD for Main Belt Drive and Sludge feed Pump, motor starters for Air Compressor and Wash Water Booster Pump, PLC system for control sequencing, interlocks, alarms, and control. Also included with Ethernet switch, control relays, power supplies, terminals, and all miscellaneous components required. The door will include system control power selector switch, emergency stop pushbutton and 12" color Touchscreen OIT. The control panel will be complete and tested in manufacture shop before shipping. All control panel assemblies will be U.L. 508 listed. The existing control panel will have all field control and power wires disconnected and pulled back and the panels removed. The new control panel will be installed and reconnected per ANDRITZ supplied instructions and drawings. New Cat5 Ethernet cable will need to be installed between BFPCP and the Plant Wide Control System. ANDRITZ will provide our Service Engineer for an on-site coordination meeting with the electrical contractor or the customer's in-house personnel for the removal and installation of the BFPCP if required and on-site support for functional testing, and start-up. The new BFP control systems will provide the same functionality and controls as currently provided with the addition of complete interface and control of sludge feed pumps, polymer feed system, conveyor operation, and password protected parameter screens for timer and alarm settings, alarm history screen and communication with the Plant Wide Control System. Attachment Page 1 of 4 ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd.South ANDRITZ Separation Inc. Nordea Bank Finland PLC Arlington,TX 76001 USA Dept:0312 New York Branch P.O.Box 120312 SWIFT:NDEAUS3N Tel+1(817)465-5611 Dallas,TX 753 1 531 2-0 31 2 Account:8879433001 Fax+1(81 7)468-3961 Federal Tax ID Number:59-3773483 ABA:0 26 01 07 86 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ATL Separation Scope of Supply: "^'m.DRITZ will supply components, engineering design/documentation, demolition drawings/new As Built drawings, programming, and on-site service for coordinating with installing contractor, functional testing, and start-up. Components: BFP Control Panel - Hoffman or equal NEMA 4X, 304 stainless steel enclosure - SqD or equal main circuit breaker disconnect - AB PowerFlex 525 VFD for Main Belt Drive and Sludge Feed Pump - Bussman power fuses - Control Voltage Transformer, Surge Suppressor - AB CompactLogix PLC with required power supply, 1/0, and Ethernet communication - AB PanelView Plus 12" Color Touchscreen Operator Interface Terminal - Ethernet switch - Misc. relays, power supplies, circuit breakers, switches, terminals, and hardware - Control Panel Assembly to be U.L. 508 listed Engineering services provided - Electrical drawings—control panel layout, schematics, point to point wiring detail. - Bill of Material of new components - Annotated PLC code/OIT application code - PLC data exchange table tag list. - Operating and maintenance manuals for new components. - Coordination with Plant Wide Control System integrator for remote control and monitoring. - Coordination with electrical contractor for removal and installation of control panels. - All documentation and programs to be provided in electronic format. Site Work ANDRITZ will provide Service Engineer for coordinating with installing contractor, functional testing, and start-up of unit. - One (1)trip, one (1)day on site for coordinating with installing contractor (if required) - One (1)trip, one (1)day on site for functional testing and start-up of system Additional time required due to delays outside of ANDRITZ control or request for additional programming will be charged per the attached Service Rate Sheet. Attachment Page 2 of 4 ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd.South ANDRITZ Separation Inc. Nordea Bank Finland PLC Arlington,TX 76001 USA Dept:0312 New York Branch P.O.Box 120312 SWIFT:NDEAUS3N Tel+1(817)465-5611 Dallas,TX 753 1 531 2-0 31 2 Account:8879433001 Fax+1(81 7)468-3961 Federal Tax ID Number:59-3773483 ABA:0 26 01 07 86 DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ATL Separation Spares No Spares included in this proposal. Software - No Software included in this proposal. Shipping - Shipping of components to site is included, off loading and storage is by customer. Warranty ,, ►.-���.�W,�a�r�r�aanty of supplied components is per the attached ANDRITZ Terms &Conditions. GGpe Afet Inaitiaad:n n-1vrnITZ f�dGc- (To be nrr.y ded by a thercl DP-FRA-liti9R, iRc+alla+i9IR and WiFiRq r,f all nr,n+rr,l equippReRt. V Dispesaalr'r-r-vvooliccceaquippRerRt. Gold WiFiRg and r,l6 FRbir,r. ., 9161ifir•a+iep-s A,aside Af RCD r•purl p of ric; Vg A dirrvarfRrRtRAPc; All utilities required fer a stir, Gra-Res r, ether li#iRq rJo��ir•oo -vpri' "q i'arsate and--^vrr-sate -rrequired !'`r,.Rr eRP-Rt6 ;r,rJ r,+her ir,o+r.IFRIe tS et speGified i 961F SGepe of supply Oddi tions►Information• • Th GeR;PeReRtS ril�cshir,r,o A-u- r site. GustepRer to p vide e#leadiRg and temperary ste • , ustepRer to previde the iSe�=v= DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E • rrr,,, rrrrrr„/,P ra M i x�C �m���� '�i �t�%�°p%0�,�f (a�it1�.// �,,,,,f1i I�iii(r�t�r i'��.,/,r,,,JI�e�a�� �t�//..�.,,� System Updated Design! o Diaphragm Metering Pump Systems Peristaltic Tube Pump Systems The ProMinentO ProMix is a pre-engineered polymer mixing system made for the water and wastewater markets. Designed as an in-line unit, the ProMix can be customized to meet most liquid polymer applications utilizing tubing or diaphragm pump technologies depending on the application requirement or customer preference. The unique mixing chamber allows for com- plete makedown of the neat or diluted polymer to guarantee a problem-free injection. Features & Benefits Twist lock fittings for easy maintenance of polymer Open design for easy maintenance and water connections True multi-zone mixing regime for proper polymer Selectable start/stop and 4-20 mA control from the activation control panel Unique injection check valve with easy access for Applications cleaning Adjustable auto flush settings Emulsion, dispersion or Mannich polymer activation System protection against loss of water flow Coagulant or solution polymer feed Precise activated polymer solution delivery Water and wastewater treatment Remote start/stop Clarification LCD display with touchpad control Sludge dewatering 4-20 mA input to pace pump General alarm contacts DocuSign Envelope ID: F42F1504-D745-48D0-B600-48A37A78953E ProMix-C Yy nnl" �e�r e�n d/"�� n g y 1//fir t e m Specifications Water Inlet: 3/4" FNPT Power Supply: 120 VAC, 1 Phase, 60Hz Polymer Inlet: 1/2" FNPT Current Load: 15 Amp Product Outlet: 3/4" FNPT Motor: 1/2 hp, 115/230 VAC, 1 Phase, TEFC, 1725 rpm Drain Connection: 1/4" Dimensions: 24" x 26" x 50" (L x W x H) Max. Chamber Pressure rating: 150 psig Neat Polymer Pump: Peristaltic or Diaphragm design Max. Operating Pressure: 100 Psig Technical data for Peristaltic Tube Pump Systems 1048360 60x1-0.22TA 60 - 0.22 65 1048361 60x2-0.95TA 60 60 0.95 65 1048362 120x2-0.95TA 120 120 0.95 65 1048363 120x2-2.00TA 120 120 2.00 65 1048364 300x2-2.00TA 300 300 2.00 65 1048365 300x2-3.73TA 300 300 3.73 50 Technical data for Diaphragm Metering Pump Systems ProMix-C 1048460 60x1-1.01 DA 60 - 1.01 100 1048461 60x2-1.01 DA 60 60 1.01 100 1048462 120x2-1.01 DA 120 120 1.01 100 1048463 120x2-2.30DA 120 120 2.30 100 1048474 300x2-2.30DA 300 300 2.30 100 1048475 300x2-3.70DA 300 300 3.70 100 C 2014 ProMinent Fluid Controls,Inc.All Rights Reserved. PN:7750423 ProMix-C.indd rev4 06/12/2014 Prominent Fluid Controls,Inc.(USA) Prominent Fluid Controls,Ltd.(Canada) .E 136 Industry Drive-Pittsburgh, PA 15275 490 Southgate Drive-Guelph,N1 G 4P5 S (412)787-2484-email:sales@prominent.us (519)836-5692-Fax:(519)836-5226-Toll Freel-888-709-9933 9L www.prominent.us email:sales@prominent.ca-www.prominent.com CON111-5 PROJ[CT N0. 130-10926-000 San PaV'c'o County EES.1 N Hr w\ �it B EE �•. y� coRPus v—111l eaE y AE g ON PROJECT LOCATION WHITE`TM wesTEwnTER E-: _ 'N,q� mrd T TREATMENT PIAR d3 K Go MPDRE g /f, c o E E z PROJECT 0 U t a LOC4T ON lIIt'' � GREEN 2 ® BLV T� ® PLANS FOR WHITECAP WASTEWATER TREATMENT PLANT -A IMPROVEMENTS Q G PROJECT# 18087A �z w o VICINITY MAP wo Q s a Q w C, CALL BEFORE YOU DIG! o� H�EE..Re -noPAND� PREPARED BY ..i" �i',F, .i', '.:.";i DSI ST �''Tn�. �. ,'� '"'� Celova Houas NOT e ""canmm. a 811 Lockwood,Andrews THE LONE STAR &NewnOm,In c.MPwNV TIFICATION COMPANY llllllllllilllll rl NOSHEET 001 or 1 O5 AT 1-800-669-8344 RECEND DRawING ND. RELEASED FOR CONTACT CIN OF CORPUS CHRISTI Soo N.Shorehre SNtl.,Suite 905 CONSTRUCTION: STL 232 TRAFFIC ENGINEERING(361-826-3500) Corpus Christi,Texas 78401 o'��e�lo.or E�gr�ee,r�y seryrres Dote C171PROECTX 48 HOURS PRIOR TO ANY EXCAVATION CONSULTANTS PROJECT NO, 130-10926-000 IIEET SHEET INDEX a 112 'El IN NIHION ITER o1111 1111 IEI Lres w1J IIINI E DE EE 0 — aj To Ps(1,s w1E - nnnnnnilE�' N z U x—TIMZ�EIENN�I'CEM 'aQo _ (w.s 1)o 01TON IIIN oN fans-)Pva `IJo.uWl4�llko l—`� REI.Nlo I.-El IE..IITIoN 11.1 IE IM Ell U 6 Q Z x w Z O 1n w Z Q Z _Z Q Z w Q d < H Z Z —1-EIECTII S~ SHEET 002 of 105 STL 232 CII PROJECT N 1 LEGEND TESTING SCHEDULE SECTION DETAILS CONSULTANT PROJECT NO, 130-10926-000 SYMBOLS DESCRIATIDN FORTE OU TITV AD LSsecnoN cur INDmanoN BENCHMARK - FILL AL (Bv LETTER) SECTION CUT DIRECTION PROCTOR '1=ES FRENCH • IRONU ROD FOUND eA(A p pH VE) PER 200 LF LF/ILANOE/AFL FT 3 ADDT ONES 5 A N El R OE C A OSET T T 2 REFE RENC m TI OYROD - DE(UP IVEWAVS)R PER EACH 2 C DE PER EACH SHEET WH E CUT 'RE - E PER EACH 2 IS DRAWN ER o- TU SIGNAL DENSITIES SUBGRADE PER TREATMENT UNIT 2 CUTE ES SHOWN _ - -a LINE DENSITIES BGRAD SIGN FIC DENSITIES-BEHIND CURB AND GUTTER PER SECTION 2 SECTION CUT BOLLARD OW FLEXIBLE BASE: S LGIT OLE SECTION CUT INDICATION ^E sEVE A LY" OF EE e�oRE IT Pe ATTE IT [Br LETTER) e - o SAMPLE MooFED PBoc oR P ER 1000 Cy TESRE RGATEP�A SOURCE T REDDRSHEET ;;*�Sc US CL OD sTLECBR 9ARAIJ DPR D)NE TYPES TAX AL TEST ET PILL T OURCE SHEET WHERE CUT DENSITIES OF COMPACTED BASE(DRIVE) IS DRAWN ER IIIIIIIIIIIW o s<N v - T WHERE CENTERLINE DENSITIES OF COMPACTED BASE(C&G) PER SECTION 2 CUTE ES SHOWN z yqp o 0 CH 'AN LNG'AGOD PENCECF HOTMIXASPHALT(HMA:) IIIIIIIIIIIIIIAi c� E'TPACT ANALIMS PER 100 TON A OR DAY TY LINE DE (BY NUMBER) ADJACENT EASEMENT LINE THEORETICAL HEORETICAL DENSITY(RICE METHOD) PER 500 TONS OR DAY 1 ADDITIONAL B SECTION TITLE N H TEMPERA URE-DURING LAY-DOWN CONTINUOUS AS NEEDED SH E OF OVERHEAD ELECT R C THICKNESS-IN PLACE(CORE) PER 1000 LF STREET REFERENCES SCALE:1'=5 2 so EXISTING STORM LINE %AIR VOIDS-IN PLACE(CORE) 35J SHEET WHERE DETAIL U a' w Ex SING WAT R L s THEORETICAL DENSITY-IN PLACE(,TORE) R 1000 LF STREET 1 SHEET WHERE IS DRAWN v M Exs NG casFL NOENE ' DETAIL S SHOWN jn II�x� Ww xT T T N NCRETE_ RT ExISTING RIGHT OF WAv(RIGHT) CO(UNCONF NED COMPRESSION,J.14,&28 DAV) _ LT "I TIHT SAY(LEFT) FAST Ty PEI 60 v _ UpL CURB EA GUTTER/CURBON 2 PER UE— UNDEPS101 CONCRETE LINEBSEACH uTLPER EACH 1 UNDERGROUND TELEPHONE UNE DRVEWS, (� RA 1 ABOVE TESTING RATES PRC ONLY PNTICIPATED GUIDELINES,THE ENGINEER RESERVES THE RGHT FORCE MAIN H --- — CENTERLINE OF DITCH IOFCONDUG`I ALFTE9TINC AT THE=DER'S DISCRETION.RE-TEST FOR FAILURES ARENOT EDGE OF PAPEMENT INCLUDED. EDGE OF PAVEMENT , 2 MOISTURE CONTENTS TO BE INCLUDED WITH pENSItt TEST ................ E' CIER AND UTTER S IN THE EVENT OF FAILURES.AMPHONAL TESTS WILL BE REOUIRED,IF EXCESSIVE RAN OR DRY PERIOD ERIST_SIDEWALK OCCURS ON A PREVIOUSLY TESTED SECTION,THE CRY MAY ORDER RE TESTS AS NECESSARY. - BASELINE S LU 46 ABBREVIATIONS a r m CSPHT-ASPHALT PAVEMENT PVMT-PAVEMENT Z d w O m- coNcCUFB AND GD RCPw-REINFORCED CONCRETE PIPE m R Z> a RIG a 09DRIVEWAYI ILL m TI - < m o PER LUTH w m ELEVATION _ r m— 9 FMS-FIFORCEO MAI N DE SW-SIDEWALK ERE ~ w ToF BE' 'PT Fly - HOT-HYDRAULIC GRADE LINE GTR-U EA EMENT WATER LPA-LIGHiHM O POLEED ASPHALT WW-WASTEWATER LT LE FT MIT MANHUDLE NG-NATURAL GRDHND U SHEET 003 or 1 OS LE PP-POWER P 0DC1 URF CORD DRAWING N0. STL 232 PT OP PROPOSED STANGENCv Y PROJECT d 1 EXISTING BAR SCREEN EXISTING INFLUENT PROPOSED m EXISTING AERATION DISTRIRBTION STRUCTr1RE EXISTING AERATIDN BASINS EXISTING SECONDARv DISTRIBUTION STRUCTr1RE CONSULLANNG PROJECT NO, STRUCTUREPUMP STATION EMov 1 3 0-1 0 92 6-000 Q w s E E _ wl EF EF � a w zo _ zo .m e m 00 oora ¢a.vsT E E re o 1s o 00 oo � a.,Tw recti wra 1s ' 3 33 3 a E' oL � EL-1 °OE °OC S' o EL,e oo EL,e oo EL,soo M a�euWeLa - - _. - o XO_ E EL EL zooED IT 11 ME INIEDT TL z INSEAT a 0 _ _ ELER _ En sz G gM o EL, _ _ nnnnnni e.e v U c a -1 E N1 rnT o EL—Sl sAr �Jpp -15 ry O c E ti U � EL aTs 2C 0 `0A EXISTING SECONDARY CLARIFIER EXISTING CLOTH MEDIA FILTERS EXISTING UV DISINFECTION BASIN EXISTING PARSHALL FLUME EXISTING RE-LIF PUMP STATION WTH EXISTING WWTP rY a 15 m i� u+ N m N m N mm ® - HL -3 z 3 s s z s u r LJ 01 LL w J Z O z aF7 I w Z TO ELL To 8 --.EL o0 ore >' - - iErvvEm00 9_9 PC Z m IUMI EL 111. my­NEL Q m 5 o Uwe !r ¢.s _ - - _ w _ g ama Tuan. a+zoo aoore EFEL FLIEFF NIEFF EL 0 10 o -5 aoore - E. e �a MOTTOM AT F-zreI"" _ -m m GHaNNEL EL �ti seLLT 004 or 105 e RECORD DRAwrvc No. s_1n ae - -ta 2 STL 23 <mo „ v PROJECT N "C" GENERAL NOTES: CONSULTANT PROJECT No. 130-10926-000 a SOiNO,2ER � PROPOSED AERATION SECONDARYSCREENS LITT SUCH ON All, I'TI'IITIRE STRUCTURE 55 REMOVALNEW SCO' 6= O MAGNETI ML ML PACCAGE 'E OF EE11 PS FLOW BE C'PER METER ML L L C NRI FE R 3 o RAS /WAS MM1 -o y GRIT REMOVPPL INFLUENT BYPASS PIING L PERM , 1111111 IIIIIII�o s<N c`G UTD EAVERPGE RAS _.-------------------- ..<za DAILY Op=2.50 MGD EFFLUENT FILTER 1 - K H - LUDRE UV DISINFECTION DPRM IIIIIIIIIIIII PEA 2 R Da 7-MGO )J T IAIS"ALL CHANNELS LS S(RAS/WAS)P FE CFE N AEROBIC CIE K SC 2 - U ,..vT,H lllu g o EFFLUENT EFFLUENT IA FLOW-THROUGH IJOLINc ESTERS DIG RS RELIFT PUMPo O `c BUILDING CHANNEL SATION PT PUMP SATION \ DS II ABANDONED PNMT OW SLUDGE FE ERFNUENT DRE S yNG To LACUNA MADRE o E LH LH E,: ED OF Q~ LANDFILL OF LEGEND OF w PROOLDSED CC PROPOSED/MODIFIED ITRUciu F, O w EXISTING STRUCTURE Q � d xl I- LU E ST NG LOUD PROCESS Q www W ---EXISTING SOLIDS RS RAW SEWAGE S~ O D ML MIXED LIDUOR RETURNRAS ACTIVATED SLUDGE WAS WASTE ACTIVATEDSLUDGE DICcuRIFIED EFFouENTE SHEET 005 of 1 O5 CE FE FINAL EFFLUENT CORD DRAWING N0. PROCESS FLOW DIAGRAM asE GLORIFIED SCREENED EFFLUENT P ALL 232 mALE NTS. E CLARIFIED FILTERED EFFLUENT PROJECT N 1 GENERAL NOTES CONSULTANT PROJECT NO, 130-10926-000 GENERAL REQUIREMENTS- HORIZONTAL AND VERTICAL CONTROL- 3, NATURAL AND CULTIVATED VEGETATION SHALL BE LEFT CONTRACTOR'"AL.111—N INTL L E CONTRACT.,PAT RF NOT COMM NCE AN'CO RUCH ION HORIZONTAL COORDINATES SHOWN ARE STATE PLANE GRIP, UNDISTURBED AS MUCH AS POSSIBLE. CONST RUCTON/ENVRONMENTAL PERMITS FOR THIS PROJECT TEXAS SOUTH ZONE NAD83 IN US FEET. 4 THE CONTRACTOR HALL BE DEC'RED TO SPR LE FOR HAVE BEEN ACQUIRED. 2 OR FUR ZONTAL AND VERTICAL CONTROL DUSTECONTROLEASSD RECTEp BV HE To S NK Ji e RUST SENTAT V 2, DEI N AND IONITINCTON ARE AS FOLLOWS:F APPLICABLE STATE AND LOCALH CODES AND STANDARDS.THE 5 AN' N SEDIMENT EDMEN OR DEBRIS THAT HAS A 'MULATED SHALL SPECIFICATIONS AN'PROTECT CIFIC 0 021 BE REMOVED FROM DTHE PROJECT SITE.CO PROTECT DETAIL DRAWINGS TAKE PRECEDENCE OVERPE Hi PRECEDEGENERALNCE OVNOT ESER PROJECT SPECIFICAlIONSSANE NOTTA'ES ON E A 8528'(NAW-00) D. TRASH.CONSTRUCTION DEBRIS AND CONSTRUCTION - NLE1J,109.91859 E ICALS W L R MOVED BEFOR OR AS IND TED BY 5 Y E:1,389,241.88 HEMRESULTS OFBHEEREGULAR SITE EINSPECTIONSH 65 OFAANV CONFLICTSCBETWS AL EEN STA E AND LOCPL CODESfEL R AN,CONSTRUCTCALS ILL PROTECT IONTIONS AND PROJECT DRAWINGS PRIOR TO REMOVE ALL UNUSED CONTAINERS C EMPTY CONTAINERS C'i OLTION AND SALVAGEROF EE 1 CONTRACTOR SIALL REMOVE ALL STING AD WILL BE DISP ED OF IN ACCORDANCE WITH TIED o SURFACE AND BURIED STRUCTURES ONE THE SITE WHICH ARE REGUTA IONS OS 3. CONTRACTOR SHALL FIELD CHECK AND VERIFY ALL Z. _ OUIRED TO ALLOW HE N W CONSTRUCTION AS , CONDITIONS.AND BINFORMATION EINDICATEDE DN HE CONTRACT THE APPROXIMATE LOCATIONS AND EXTENT OF THESEBO 7, SPILL RESPONSE BULLETINS SHALL BE POSTED ON SITE OR I��yylµlµ 75 OWNERDORUMESHANTSLLRD'BE NOTIFIEDCOMMENCEMENT OF WORK.HE 2 STRUCTUFES ARE SHOWN IN THESE DRAWINGS THINNERS,ACIpSE AND SOLVENTSSSITTALL BEV STORED PIN NASN 1111111 IIIIIIIIW„s<N� SECUREDRE,OR FOUNDPTD EXISTS BETWEEN THE FIELF V'NDICONTRACT TIONSSAND THE THE CONTRACTOR'S VEHICLES.THES4 ITEMSSHALL BE - 00 E TOR SHALL DISPOSED OF DEBRIS LEGALLY AND IIIIIIIIIIIII ONTRACT HES , WASTE P CONTRACT DOCUMENTS,HEC HALL REMOVED FROM HE 0 SITE DAILY.N T CORRECTIVE ACTION CS pIRECTED BY HE OWNER PROPERLv_ SHALL BE PERMITTEALL BEE DUMPSTE RS ON SITE FUELINMS TANKS 4, HE LOCATION AND DEPTH OF UTILITIES SHOWN ARE 3 AL TIMBER CONCRETE,S EEL AND TH R BR SHALL CAPABLE FOFSTOLDI NO CAPCL T,EQUAL To UE LLUNTIUN DPMS OIIolEWOR AND SHALL B VERIFIED BY THE BE HAULED OFFSITE AND C SPOSEDOOFSAT DTHE IS N BEFORE WORK COMMENCES.S PRI OR TO BEGINNING ANY CONTRACTOR CONTRACTORS EXPENSE. 8, CONTRACTOR SHALL UTILIZE HE STORM WATER POLLUTION EICAVESTION 2 THE EXISTING ALL IDIIS AD U CONTRACTOR WSHALL NCONTACT EHE BE COMPANIES S FOR 4, EXCAVATED SOIL AND ROCK SHALL BE DISPOSED OF AS FULFILL ALL PERMIT NREST CEMENTS,NI NCLUDINGMFEES.NFOR s NS AND DEPTHS TO PREV NT Y DAMAGE DIRECTED BY OWNER AT THE EXPENSE OF HE CONTRACTOR TIED GENERAL P GO EXACTc OR NTERFERENCE wTH PRESENT Fac LTEEs. pscHARA FR OM BcoNSTBucT ON ACTVT Es�HESEp o.� �llll��� _ =INTORADVIMENT No RACTVTIES EST REQUIRED LTECLIDE,BIT EPOSTINGS AND NOTICE NOT LIMITED TO COF F a (J HOURSS.PRIOR TO NS NVp TEPEDINATHON(NOT).ALL ACTVITIES WILL BE PERFORMED AT SHALL IN NO BWAY BE INTERPRETED H RELIEVING O HE EB ELETHEVATIONS STIP TIED NO THEEPARATE PREPARATION OFSHOPDRAWINGS NGLETNESRE" FRMS BE PAYMENT WILL BE MADE FOR SUCHTHE PERMITS E HE CONTRACOFAS SE RE CSU ONNIBIHE PIANS AND ~ 2 SHOP DRAWINGS SHALL BE SUBMITTED 10 AND APP SPECFCATONS.THE FANNY AT T IT I E PURCHASE OF ANY MATERIALS OR AERATION BASIN/AEROBIC DIGESTERDARABE CAUSE BY THE - STARTEOFNFABRECATIONORSHALLANDDSP'SEALL CONTRACTOR'S OWN EXPENSE AND OTO THEHI P SATISFACTION OFA FROMADIATONEASELAEl.EC THEIGESTER DURING HE UTIptt COMPANY INVOLVED, 3 CONSTRUCTION AND DISPOSEPEROWNER.D o F REPRDp'CTIDNS 0CONTRACT DRAWINGS, ANY CTPNTRPCTOR,SUBCONTRACTOR,ERECTOR, 1CONTRACTOR SHALL IIDERUDE AND IANTAN ALL CONTROL DENIES AURINS THE SE OF HE TRAFFIC PREPARATION OF SHOP DRAWINGS IS PRONBITEp 01 MATTEIIAL SUPPLED IN LEI OF lIT CONSTRUCTION PERIOp AS REOUIREp TO EXECUTE THE 1. ALTERNATE Al R THIS ALTERNATE PROVIDES FOR HE WORK.o BU REMOVAL AND REPLACEMENT OF THE ExIS NG ON-P ABLE i 4, DETAILING OF REINFORCING STEEL SHOP DRAWINGS SHALL WA ERAPUMP AND ADDITION OF A 4"PVC NPWNLOOP.O 6 0' J. ALL EXISTING ROADWAYS AND OTHER FEATURES WHICH ARE MANUAL.MACCOSPEBLBATEST EDITION OF HE ACI DETAILING CONTROLS FORPHEEPUMPUSTAG ANLL AEN IAB R AND o W HALL BE ITERAIED AT THE QDAMAGED BYTHE CO O MATERIALS FOR HE LOOP r CONTRACTORZ ORS EXPENSE TO HE SATISFACTION OF HE GEOTECHNICAL REPORT' LL TO OWNER X 1, ROCK ENGINEERING AND TESTING LABORATORY INC,2021, 2, ALTERNATE A2-BAR SCREEN FACILITY-PRE-ENGINEERED <Z W > 21212, HE ApDITIpN W> U CONTRACTOR SHALL MAINTAIN ALL REGULATORY AND WARNING INVESIGATION AND RECOMMENDATIONS FORD THECPROPOSED METAL CANOPY HE ALTERNATE PROVIDES FORT U _ SIGNS DURING THE CONSTRUCTION PERIOD aRC CORE, OF PRE-ENGINEERED METALSCCLUDI AT HE BAR SCREEN <H SGFUTEGASTEWATREATMENTTS Q W Q S CHRISTI PROJECT N0.1808]A-TASK FACILITY,COMPLETE-IN-PLACE INCLUDING LIGHTING. w w Z 1, CONTRACTOR SHALL SUBMIT TO ENGINEER AL -W- Z _ CERTIFICATES PRIOR E FABRICATION. L MATERIAL ORDER NO2 3 = RES HANDLING UI EXISTING BELT FILTER W PRESS AT HE SOLIDS HANDLING BUILDING.THIS ALTERNATESTC2� U 10,ALL EXISTING FEATURES OF THE PROJECT SITE WHICH AREEATI.NS M WATER P T T PROVDES FOR COMPLETE REF B HMENT INCL'DING 1 THE CONTRACTOR SHALL R ABIDE BY THE F PROVISIONS OF CONVERSION FROM M PNEUMATIC TO HVp RAULIC ALIGNMENT, DAMAGED BY THE CONTRACTOR DURINGSTORMANAGEMENT:W POLLUTANT REPLACING ALL ROLLERS AND APPURTENANT COMPONENTS HE SATISFACTION OF HE OWNER.PEPAIED AT THE CTOR STHEI OR TO DISCSHALL EA TIEDHARGE ELM NATION'ATE' M REGULATIONS CONCERNING AND A NEW CONTROL PANEL INCLUDING ALL MATERIALS AND PERMITS LED CONSTRUCTION AC LABOR, IMPLEMENTATION OF HE POLLUTION PREVENTION PLAN AND HE LAY DOWN T AREA COORDINATE WITH HE CITY FOR'SE OF BEST MANAGEMENT PRACTICES. 4, REDUNDANT CHEMICAL FEED SYSTEM,TH15 STREET 006 or 1 OS REDUNDANTALTERNATIVE PROVIDES FOP INSUALLINC SIMILAR SOL D' Vj 12.CONTRACTOR TO COORDINATE ELECTRICAL USE OF TEMPORARY STAGING 2 SHPLL BE PERFORMEDN, FUELING AND SCOMPLIANCEOF S WITH DEPA AND EPLLSKID MOUNTED CHEMICAL FEED EEHETE MTHECHINAALL NT IBRD DRAWING NO. ARIU TO NO EA WITH HE CITY. OTHER FEDERAL AND STATE REGULATIONS. NCL'DTEBIALS AND _ STL 232 _ HAND LoNTROL,PRocE PIPING aND'ONNEALL M LABOR AT A LOCATIONTOBE DETERMINED.A v PROJECT N 1 BeL,n BA. GENERAL NOTES. coNsuLT-5 PROJECT No. RAD US ;,:CC GRAVEL ACCESS ROAD ',� x 130 10926-000 AD BB AREA—EEB=v reE�N PPre PP CLE re TL s.EDE�.Dre s DDreA.Dry oE.nE E rel Eore �- oo P°PRo E°10 o KEYED NOTES: jvkA -- -- w'`RADeNLDND —=<reEENDUEDrvD D.�ry L"NT uR s« ry �a o_E�e,noa<DD�n rvD 29 B-3 �.eerveren�Dre J yj+ S .PSE reoaossDErvEw ore,EreEuovn�smEu III „s<m l ,o.a�DrvEa Du�D rvc oD. - x , 110111 .r. eDc�D,re 33 ,ax,oryeEL iS TICITuRE21 11 � B ACCESS ROAD PLAN V EW D_A EP D PDD.ory PD, o sraLE.NCs. 111 ,P.Arory oLAS�rvEa rvo.N i U 2A-A ESI DE B- y ,a.CIASAm rvcv IGNENI A—PUMP ASIGry V ^ aN"S'/w,$) II j w V 31 ,s.sceorvawv siuocE PUMP srns i.., I�+ Oo a _ zo,sEwN 1:re F'Ere rvo., o��QI„ k m N uuu o w w n s Ja 4 ACCE55 ROM 3i o i, R 2 _ NF E O x zz.oaaTDo1ED CMLDR rvEEcorv,nc*asry Lo..eWLLVUI- �¢ uewu MEDn rS*Ea sauc,uaE v AT ❑ 21.scL Ds rvrv+NDurvc EIILDiNc ~ GRA ES ACCESS N SEEODEAIETALL B zs.reE Sn Preoaom PuuP snreiory L11— U C A zz. o scory*remote uzEn n _ ..+.- s z2 PIOaO:D rvON aZ ITD svSDs u,wDS rvc eu LD rvc ACCESS ROAD TYPICAL SECTION - �N NN,DP <n 10 NEw c„11—ST oP srALE NCs. rvoN CRISEE u.A PUMP n„Dry J,,ATEESNST'E ,A=Ere o EXCAVATE DreuEw<.�rvE DDre<,ory PD ED rvDass az aS�D„--SDDS wQ� S r d z­1 SLEND o p z a S 111N F.IN—N corervEreS,CPre­ � � � z sP Qw� 3 w � �— e GRAVEL ACCESS ROAD DETAIL °"°°„°"`DrervERs°"rv°"_ s PTIC o oC oC Kc NEs ° LEGEND LO—ONSOIL BORING (ARE SES"L EA 'FEES Ll F1111 INIRT B 1 50 FEET �e e e e e e e e e .� ^^oma•E^EE n,�reo note reoaD_ g sR[[T 007 or 10 5 a,rvD NrewE_ _ _ A e-z zo EEEE PLANT LAYOUT '- ® CORD DROONG ND. � S B-3 5 FEET CALE 1 =40 B-a s EEEr232 CHI P ETL # ECE X CONSULTP PROJECT NO, GENERAL NOTES: 13D-10926-000 r Or .� u�remoreE o srureem ows KEYED NOTES: IJ� 2 ..v �� �uf `, ,.reEoaoscoremxcRE,E oavEwnVs 1EE 1—oN r I i v,Rrtw 4 'Orn 1111111 IIIIII�I�ygpq o w �� �� ,i IIIIIIIIIIIIIIAI`: fw reEI 1—11 11 ' GO TNDI /; x �NNre L � s m I555 j. IIaQ N,EA o:r f E g s 00 i���� Q - Q EY rgNi 'rftt��I "° E, wiz 1 t 10 Q�� ffff w s � w „A <CY E k CJQd S Z i 1Ir� w z r S b � ® SHEET 0R IorOS SITE PAN — GRIT STRUCTURE AREA Oreo oreaw�Nc NoO, scnCe r=10' — v PROJECT L 232 N 1 NI KEYED NOTES. 1Nts 1300-10926O 126—D-000 vj y �pr> �zn1� � Exsrva zn R°'"reoss w/ui vwa x vreoNos �"-v$ ' � � c *„reuse aiocua c � lUsL � / sw rino„ „riiii a.2 aEaacs vuvs r �4`->.. d w ui sx�vs wnrereus afnw. Y' E s.z Pr uv rea Rrei � vfi m,� y4YJ �'� c z mau acre saucfuaE f �� vy �� — p 0 � �E It IIN Eo N"re—N POE a r A ar :f : N weuN,Tre„w �N�. Q scFlILD L.—I 1-1- IIN 111 11 N11 oNnnP w o :< m n . ;; 101NE1 n, nnnnnnl 0 N, reel k r s fH ❑,r 9 z T reuE a�—ENIom ❑E-IING 11' IL 21 N, v, 'uti°1lllll � m i rr VLA s eR TEre.RR ��" llll�gam. LEGEND �s,NN-1—P NreM E o- El 1111AC1-11 e re a a .res v 44441 "o O N' H dw 0 s Ed z p z fly 0 Q i _ 0, ry.J MN'✓dlEli' CJ 11�'VrL �� INry�c, 1� . (µ� Ni aw,m-wnew�m✓iw,�rtmm !� wfl re� �r ,� SHEET 009 0f 105 m ® CERR R-NG N0. CIVIL YARD PIPING PLAN — GRIT REMOVAL SYSTEM STRUCTURE AREA RSTL 232 s;aLE fa ro�re ,o NECT p GENERAL NOTES CONSNLIARTI PROJECT No. 130-10926-000 NG 1 — Eaa cm nvvawu N Taw Tl 11—sne 2EQO�ZE.NNT' 1 i ��li soeaouan�ory oiremee�vreo�ecs.e s'Fns roa s 3.w poa�re reesvorvs au_yore Preavo rve Wgq'.^yyk�� KEYED I vao*Ee�ory ar vmav oa I NOTES' ------------------ -- ~ ------------------------ u ox a > I NET f li ,,rorvrvERs<�rvI re wu F—s«oH.re+ E o ay rex urvo r�waE ou=,w ou= Z. 1 a o. , I �rvrvo oaa ry E,o sol as nnnnnnil�`' E Ere N., a Ea s,axo ` 0 ore<ry c s,Ery slxoa -'I E auMv > o z m y I 7s G I �— H orenry roreu solos xaHol rvo eu Loirvo N '� vreovosm rvev sxa*sE � N r 2 I N ry I p I�i�H III I1,,o _ > E o I I _ l "I Ell o I I o d I I II I �II I w az I II �Q� x 5 I I p E I I 11 I I I I I wJ w o I I Q�� �w ., <�o 0 }o m I CEL a I _a o I I v SHEET 01 0 of 10 5 CORD ING NO, AEROBIC DIGESTER PIPING ® STL 232 scale:r=io ECT N CONSULTART S PROJECT No. GENERAL NOTES. 130-10926-000 TO,—naaawu. ry lore rereE PrewTi-r sree .µj. Premm exsr rv�srer ru*urecs , TO 11-N. PJ�, s �. ii .. 'ED 'T orere<,oN oT.reT orewE�oT Tory � 3.CO Mre�ore reTSPONsre�Tore PreoPrvN� ,T�Poa�PAo.E�,oN �ak� .. KEYED NOTES \._— /iA ------ - -- �' a� '% I—F`EN'sN rf nA.orve �� ———— —————---- -- -------- -- P�re�T PMP nP.oN m NP . m 1—T PAPTrvENT — =o ED srv�AIT NG , N P.oN ,Ere �� o IEP�E EsT�NI11—. o e� o ,=re �M:re TwTa — � — 1wiii, �f „ , =Treo���TEry No, ad � aE DO o ' z e«�s rvTNo P sT= C „ l h A41/1", va /A ` / 'r t iT,i.rrllmiJh Jlrr e y yiTKr /ii �N,°H"lllll opo 3 � �� ....,/ Y 7dU�lJA'U 6fe�//r14' / LEGEND reE�wE�srv�gre,P��Erv. > U � ll� o f — l�° ` I ��� r�� ��r1r�a�ui�rr�rd�nr>�x�a�e6�nrPn✓�ivvurUr�m�eraiTnoul�rrrt��✓O�y�rroiialr�iarrrrrAum�>'rr�i� Q f Nunruvn>sPo�i�ir��cra�M u SHEET 011 or 105 RECORD ING NO, SCUM PUMP PIPING STL 232 v PROJECT N GENERAL NOTES: CON-T-s Paam1 No. Exisrirvc cunra ecaoss amo 130-10926-000 wrv,re 7R s reEsvorvs e�E Fare Preo,no rvc Al—NT veers,a,ery raa FUE aavrc*sFr �2 ' rvoma os s� core eevvreevu 9 �P EouFrvErv.nc F 'IE rv,ErvrvE w� l - / o RA.oRA=E°EPreo,E 11.Re=r,oRrs 1-re \ � KEYED NOTES ^ 0 IN I—E _BoEE d`=° r:�s<�rv�voao �.,E, orvIreEre o E ,wrs s~ E EEaErvo core sew m o� D � e.C.IT Na sere soreEEry au Lorva=o reE E.aoI.C.o I reET'oresueEEE-oa,re.o Fsre.r,I.EwLI, m• >.� ore Nre.reE soo EFo aoreESM�o s°voe pu¢o aNcxoeacr Nm,s'N s«rEt III o EEMT ErvroaN<,ory oNo arca arrvrrvs „ ore =o s,..ONryoreFSE,EE a _ LEGEND IIIIIIIIIIIII " E.hs,ING 31 1, a � a d ¢ � u s v ¢ � I 2 I U ° BAR SCREEN BUILDING DRIVEWAY DEMOLITION PLAN sraLE:NJ s. ` 3 Eoa.0 > s E<s, re9a�� I- 0 s o q a J a w m � m ]d o — w �Ea Qz ow � �srwa.,ao� � '�Q r O o , w aZL t~i1Zw �O S d�0 m� z a o U Q d Z wisr Na coNraE*Eacr a 24a w w O a a oarvr Fo srnv N ia � ...., � — P 6 Z a z a o Q ? to JO Clrvo 3cv,s L a Zw Q D ' —01 mwury IEE � o I I p o I- a � o srau surr*s Fore o 1 1 5 I rNO uENa Eu 6 ounreo onnEp12 ,2 vs a Q J/, � I tai o 1 1 ° i a SHEET 01 2 or 10 5 L_______J L___ ___J L_____ _ " aecoeo—ING No. BAR SCREEN BUILDING PROPOSED DRIVEWAY ACCESS PLAN �� CONSTRUCTION JOINT DETAIL _ STL 232s ,cue Nzs. � scare N,Fs. r PRDJECT p GENERAL NOTES CONSU TART's PROJECT No, 1 130-10926-000 TE Paoaos[o w' ,-wrv�rea<rare s reEsvLEN EN cure Preo,L rv� PIC N1 NE (fie}' rou Prvrrv,xcrss a�nry r E,,ur aao�rc,s,r zz core env nvED IINIIE 1—IELIIEI IT NE z Eou PUENTacrFso sF Nswo ui E Ns. oiunars _ ioo'EEON ro 0 a core1 i a� a oMa,ea aE rve ,1 ,ErvPore,�.Preo ELDET e �Mre�,ore,o �EEore ,y e+re screcw sr avu ,o sreucrureE a xxc„wc ,{� �Si� ,'eeuc vuvE uico. i _ - KEYED NOTES' e e-z li ' � w s u z.000re coMreo�smw eu�ory E e. rvauEM ERs«,ory o E aPE e NQ _ � T o.Pao k sva=,oreaoE d % �w. T.PreoaosEo N"ore,reEuoP,a srsEry PEowra ouT N. _ L e 0000iNa o-<5 0 P a are, e e z ,e.aErea,ory rv=<rerveu,rvory 1 h nnnnnin _=s e ory eo. m EC�rve�.o'',rervo.L _ ae �. ry a NIIa -=`rery PreMP < ry aDz� IIEEN�s=EaPrervMoP s<,�ory I , N °> s eooElE'P�TERrs,-111reaery IlllllaQ� � �x - a MOPS _ o � z,PaePe=EryreErv��ory rvc,ea�w<v,e rvc,NET ar �Try o E IIIre ry E o of re os oar A o ass o a ,E-ry To�.,orvs y 77 N T,T ery cearvEaI IPNTL 1 � T\\ LE,o�ao,a�w ,�ErvE T Q 6 0 Ervorva LEEl ITINN — ,E o �Q b _ a,rvI, rvorvEo,a,E— ,Ere,NE wiz z�Ex=<rvI z rvery-Lr PPc—ra Lrvr — =P aosE ree > Q wo -� ,PaoPosro,rvo-POT�PE--11 L- o z oPo Eo EE ee LET q o rvrEJ arreuarNrME E EaEE a1E FEE w w 12, — zo s oLEE: - , s ,r ECME 'ON- r 11,NON LERrN T ET, � SHEET 01 o 05 o NON-POTABLE WATER - YARD PIPING (ALTERNATE A7) ® � RECORD airy N. scuE 20 atiE I m SIT 232 CII PROJECTN 1 GENERAL NOTES: CONSULTANT s PROJECT NO, 13D-10926-000 11T IINI rvIrvc eon*s ausu w.0 ON uns�o wrvoorvs a T17"NT T ua'E cnrence 000re.verve DTC IDP EINI END KEYED NOTE�GePo�wk«�o�R„,� �� a O �n�No ll,EN.Tl—NI—1 NC sT°�.R =Roo' 0 PE 11 o�.R<TTTT.REPT o n`T�< IOL P—L �oTo rr� nnnnnni� DO J U w ® K III I�Fw BAR SCREEN BUILDING DEMOLITION PLAN scnL ni.Ts N o � E %j p � z o F w� zw o 0 Q o z < r 00 � mo 0 0 r, M SHEET 014 or 1 05 CORD OR NG NO, BAR SCREEN BUILDING DEMOLITION SECTION BAR SCREEN BUILDING DEMOLITION SECTION _ ALL 232 oia oia senCe NTs oia oia scnTe ni.Ts C”PROJECT N 'O CONSULIANTS PROJECT NO, KEYED NOTES: erv.reErsreErves 13D-10926—Doo ,a ,z rvsrui IIIPOsco-51EIcCO ' M°PPERT-RETERENCE rc ° euro°s 'Mpy I _ ,s sues,.n°N e suet rcn re 1-1 mcxs°N=°IE MPNUIPCI°URER APP ore�vE° recon ret 7 (ure[rervnre vE ni)EO 'g ` e— �. ° =[ off° �MrereE ereEre° �rery ° ° w �_ °�E.re<NE°reEEre re [ � m �E -- — 0 - 11 OT pE: sE Neo- 0 m �RENr°RSE°P,ures ❑ L °i-- _---------— ------------ ----� °ME Oren°NO PErePErere ore T E°PE .E '0P sre.,s E�reo r>,e ogre,.=ores. D ED o BAR SCREEN DISTRIBUTION BOX PLAN " LE oL ScnLe N.LS IIIEEN urv°oaory°0rerveres mPre°+. aR. E.1sreP.�ls.rere nnnnnnil�<. 0 r�E=,AA R oA°'N"0DO sa_o w o; D _ 0 o U TI I° TI zz-s ,s-sa� EylO 9pNN _ c & BAR SCREEN PLA , ry s p N ° SCALE: 0' � I s } 6 1/0 EY Z �reOP ✓ H H(L U m W U W D6 d a.r Q (r I H I Z moo. I des ooQ W m d 0 / — —IFE I SHEET 01 5 or 105 EL LOR 0 RECORD DRAWING NO, BAR SCREEN BUILDING SECTION STT 232 �� BAR SCREEN BUILDING SECTION o1s o1s sCue a/1 a'—r—o- — O,�TS 1—N, CII PROJECT N CONSULTART S PROJECT No. KEYED NOTES: ri Ii�---- _ ____________________________________________--—moi o ri re 13D-10926-000 p RE resmrorecso vvss(a SFaEoaMCOoareaoioreracwss W �%� I arou arurrvs _ z DNIE aaoaasro a' C. NIl vreovosco a'000ss rvsw rz rmu ' � o i T/n' u aar suaaom owns z*mu sE INIIIIIIENTE ss srra weosT as E'E reuco_NN E"omry L p Pref<* NwMENT PER B sem.E�N�s_ uM 5=I IE-ETEI OT d` --oT e °�_ III( r Urvo<o s o ED aj To "Lu _ �T jl li EE-1-CONIIE 3 PLAN a�E. PTC l� ff I - I--rouN NONa rsEr s,au�Uaa<oaaunrv�s> DO D I 0 PIPE SUPPORT DETAIL ___ __ scuE:Nr.s. x s " I o 0 0 0 li I �° NIIIIII� N I Araxm �� FEBAR SCREEN BUILDING ODOR CONTROL IPING PLAN �� s;ALE_i/�s= - a z o d �aN Jd ��z z zf Quo o IT az vv J U mo U SHEET 01 5 or 10 5 RECORD o ING N0. — �� BAR SCREEN BUILDING ODOR CONTROL PIPING aSECTION SIT 232E dr�a .3/T s'-1-0 C"PROJECT N e - GENERAL NOTES. CONSUL Ann's PROJECT NO, c130 10926-000 III ON rxsr rvc Maurvr rvc—TI E1111u w.0 CcrvcreErE. � J , KEYED NOTES: NI Ery ME E111-11 �rva rvr��rM P N bwc = P— �MPs—.1, =u�ory PPrvo ry wE,µELL. , s a T �¢ I NI IN EErvI 11 1- 1, -N 6 — � dEIIINI AEarEoaxry.�. rvRo . _: ,o k%.. P_ o g P—µ xEoToori 0v m j CEE- INFLUENT LIFT STATION BUILDING DEMOLITION PLAN ® INFLUENT LIFT STATION DEMOLITION SECTION �� scue 1 &EL VP a TT w v ° a G � o ow 101 11, �P" ww� wo o o0 - �OnR nnAwNn Nn. INFLUENT LIFT STATION LOWER DEMOLITION PLAN INFLUENT LIFT STATION DEMOLITION SECTION v� STL 232 mage 1/4"=r—o" on o1i sraTe:VA —1— s .,i. ry v PreoJECE d 1e GENERAL NOTES: CONsuTART's PROJECT No. 130-10926-000 o �o rvEwasrva n-0 EE 7 En was s"ovm M MEN rvEEo m �o eE m/usEo"EM/Y­­` a ° s„�sueMT EEL)11TE° MENsorvs n Pre°P°sE°PuuP+rv°PPNG °u1 ns Pun°r s"oa°aow rvc svaumas -011 k KEYED NOTES: .OPE -NrvE ore,EUME=° 2creE,n1°R/= °ESL-SEE EFT E F µre° o re ,9EN E — _ P u o°oowryrv= 1P w d � NE °MP CIE FIT - °E orvre°o PE�° °� reE n <N°Nn 1.EL Nl= do sE a wrvcreErE wPPo'y E ecrv° In 3 - — H io-2 rvory spa rvu/suE o , L uaaom INFLUENT LIFT STATION �® P 11DE�` - ^�'ureEres BUILDING P zre � .1La, pp"EE I�,rP_oT z_ 0 v y �LF LIE°,o E "G c°rvcE > g %T 11M— °FOI.o H11>reE, o C iw REA%P�O�ND�E 2-ION I Ey �yp��N �5IR�V4 FT u �Y # , ,uErefO avea°oso°ryre i°,arereEoswusu "EoEovry'E' 1E reE'Eo z o —ELL °E a _LE 11 11 Ell 11LEIT'yp'F ZQwQ(1 ZrZ�H O YLE 01 W ENT s dO r xs ac °ry Mry LI/ uryW � FT E %mQ T PiloO EosorywM wrvere w E T wsNwWIZ 'LEZ —N j123211EE aIHPLL BE s cuas�En�°vz uooEL Z-A 'wauvn.Pu,E°aus wEaEc oPEry rvc SEE EMovEa o e i N l } 0 n.rvEw wren wourvo E+sry m 22 7115 v L..IEE svE6iT"MK 6 cm,rvc rP P` g. _ _ Tse- - - coE ore 8ry 1No.05 INFLUENT LIFT STATION ,a_° 70 om reE N LOWER PLAN L ® INFLUENT LIFT STATION SECTION oPrv°AT v <m o STL 2320 o,as .1/,.—,— Ere°wrv�nre.. E ,�.—,_o OJE�a GENERAL NOTES: CONSULTANT PROJECT No. 13D-10926-000 aaT ytt , u ouc Ns" "LN EE�xrtEry,NP T ��uTren %� orery xu aTa rvc rvnrvo reE,Nry resucorv,auVocFEo 3 -- I Illlu -- To EE m�usr FD nccoaorvcLv , p suoauoanrvP cry sueun n,s. ^vou,ns Pnm J KEYED oeNOTES PP Is ET vcET�cnuE uouN,co Puna. = o o � aaoa,as ow IIE recrvo g— "s'E`' ON M—F—,M o s nnnnnnil�c'e He OF s. DO _ oP o- " waT rr LN11 EIIENIIII IEIIIEI.FL. i10MI-01 1. o' TFLANGE—EN crvE uare� v °` ( as INFLUENT LIFT STATION SECTION crvc 11-11 V(r°WuI 111 v�`2 „> —,—o TE rvm=uEI—IN TEEOF E-11IMI a��E PENN n, IITILI NT _Toa T. GrvE Eury Ell ss m,sr+nx 24 21,EN rNE E rurvee suPPom s,nrva,iaN.revP. Z Q N 6 L,T d O Z �Q N 021 N d w Q w (n o ~w w o r N O Q O Z O Q d O w� 21 P o weu rr SHEET 01 9 or 10 5 Corex o—ND NO. INFLUENT LIFT STATION SECTION _ ALL 232 o1�s s�.Te:c/a"—r—o scuc,i. o CII d1 GENERAL NOTES: corlsu�aanns Paa�c1 rlo. 130-10926-000 ,.AN,ILL"NT vremEc,ivE I--,o wrwErvl NN � vavo Psaose LOIZLE PALL s axMcsyss1—eE PAII Al 0 - ,e1o, oie of ov NG s^'�rvsarvsonrvo o gggiry KEYED NOTES: �.117 reEn5' x,woreuL¢EE sreuc urea "s NEre. IEE M1 s o ��. IANFIM El F ALIT H, 13 IlL , �re <<,orv1 sEE.re.,rere. d - NI reE w,1,,�ore oLAry rvreary 9 � IIIIIIuiy�X II o { re � ry wry��,RE N u gww — -- — re p llEl II I D o o rv1 v fII EIMNo(,�v n R0EE,o .o T-1 sEE s rereIre�1PLS, � 0 I I e I II ' I N — — Ela�E�rezz'Ire PreLP P > II Q� E a TEL I I fr — I �� ww -- ------ ---------------- ------------------ — �Qo w> > o Q www >N r�— O w GRIT REMOVAL SYSTEM PLAN VIEW ® EL. 24.00 ® w SCALE:1/1" W� SHEET 020 or 105 v 9 _ STL 232 —E -0 CHIPRNJECTX ' GENERAL NOTES: corlsu�ranns Paa�c1 rlo. 130-10926-000 m�rvc*o rvrPPe 7 rn.rvc ary*ere`ELo uu saucruR[ ED MEI'o I ra N rn rvasas,owry xw M. so rvEw aarva�ucoreorvcsv.o %Nre 1 �o ee o1—s onx —P sD eeao uere eeo ouervs ass pyo u aaaaosso ao Maarvc urou, r T.P eoe s L oreow rvc sI-NII 1. i u,acrvos orvo rm rvcs su—al,orvc amus w --- KEYED NOTES: wp i 0 �.IreIT reeMwx=,reuRuree<see sTreuRureu wovmex= TT TT e LJ LT EN Lsrrv�Ervery=.saoP oaow�rva E a i � n 0 a i ry �g o =nn� EE i s 0 m a x I 0 e o M sDDa A - a�.� - - of INIT pow aarvEIe=lL s ----- -- L� —I-ED.see c� o..o PPe a ,�aerv,ooe d TT TT a�=eoa�M�rv,�orv. eo' E- 021 _ =,—oPPe=orvrve—ry v 0 o = E J 0 = E 0 u u ...i + ...... _.... w r >� -_ a E a o waz = � r �zw - -2- w> }z s ,o o zs r r"� o Q a d Q o ED s~ w GRIT REMOVAL SYSTEM PLAN VIEW ® EL 14.00 ® z w scue 1/4" W� � z SHEET 021 or 10 5 v 9 _ STL 232 —E -0 CHIPeoaecrX ' GENERAL NOTES: oNsu�E ws PROJECToo No - � 130 10926 0 eno�nENa NE,vw PPE E.n P-11 xoPEn�rvcs 1—eE L—1-01 g T.P ':�,`- KEYED NOTES: IINEI -- — --- -------- � EEDI 1Eo EE �rvs aErvo EE Pa �R�rv�ErvEE Poa,EE 0 �. ,oR— -- ARE EorvPNEM P� -= a EPR.�o Eo�� `orv,E�a«aE — — -- o=IrvEo,o,E0E—T.E o — - - oEEEREMwsE„LEMErv,. E�oP>�-� � 3 a a a P s� rva rv�ry E�ooR o �o PFP NGELl Ro Eorv= i m E�NEET s��Mo E��rv�J.o. z w —1 101 I- ��- �a�a-� -- - ------ - ' D aHo,u,onE-�rv�ory”P,N�Ki,ryo ao�o LL xs " oo o ""ouuuu"u'IlIIIV..��oQ�� A NI Ea E � GRIT PUMP SYSTEM PLAN INSET a s v� = z c � = z mar dN R`w 0 arm w z> n O >r wad w s z w SHEET 022 of 105 SLIT 232 Clly PROJECT X � GENERAL NOTES: 10 11TANT5 PaaEn No. 130-10926-000 rzD,DTT OI ND,su-N TDI 10 fXDNNLy NI re rec„�0aa w E EI: oD AP reAry 'I 'L reD m NDILL DE LINT 1-11 KEYED NOTES a A,. _ .,. J T Pwroeu ZasE srreumure reuc=urea 9 E. s< u „m r orz"s"Errn so.as s EzT"a"sEryE, ° i ' Dl oow�IOMP oPrn PSE1IreDSI ,rna. - d`^ e ' Toa ,n.ae rt ssE c1 Dreow r,Ds1 E or wEe 111E przsoDoa i o 1-111111 s1111E<sEE w m �p uE I IE IL snD o re oMD� oD rz S,P E,Iors m T' "on r z9rzs - Ni. 11TICL­1­1101 Ere.asPP�so I-NE11 5 D nnnnnni J _ v c,7'uoEe ENv. 'D P re �„ ZSI Ill IT (111vq rouuw e.ao m Da o ry;2M-1- o'o DYN-0-INT I.INT.I—OL11 E '101 �HALL em/aeT uE( ,we<ere < 1 ore VYVV » _21 wnPRres o�sw.awPE c� re�sre remD �" _ D w ME,�IN PER MR, ( --`— -- — ��ou GRIT REMOVAL SYSTEM SECTION D \2 Deo oa5 STILE T/A"-T-o E wnleres SEs pPwa m U V v Jµ- DIP lP.0L —L11 1 v c I 7DISN LINI b ION111TI 1L..III 1111T YD PN' 21,1 Eore DreMPsrere wIEELS z O sEI—ENT, SHOP 11-N11 o z w D1 s D P z 11 N11 arvc Io u ery PDm I DN Q Z wN Q wwaom d w U~ T,O p 23 0 w W Q a a s i i O d� ED 24O o rz ,. rzP a �i �i is re rzs zo o TI� SHEET 023 or 105 GRIT REMOVAL SYSTEM SECTION GRIT REMOVAL SYSTEM SECTION 4? IS _ SLIT 232 020 023 SCALE.1/4"=1'-0" 020 023 SCALE:1EY =1'-0" I—E,/a=,—o A CHI PROJECT X 1R GENERAL NOTES: coNsummns Pawn NO. 130-10926-000 cup Orr oa rvm suowry roa 0245048 orrn ° --ED E suaMnus —1 ns e�w PEor d� � IEII 11- —E V ,ao 1,uLee rvo PuuPf nrvoP nrvo iih�wau*° KEYED NOTES' sreumueE.15[e sreucneu 0 scares�ocn=�ory ae�e�Movu Tscc sreunureu snce�sE oaswwcsl- o y .F V wow z zo-wwi PAPE w Luaus c w �°+ Da a PE 12s°esPaiEaroe°LI—EI—ITI.N Lic NETIV muNEc�oN�o xwcNoa' 0ocs=ory w 0-1 rvsu�Pere Mors p o ea aRE N __ _ (saE s*aucUuas=sres u saEE*s1 F a Z 9 xa ePrvc IN rw�N1 cx ' z a a s eanoM a .VI. e. r > III o i '- IIIIIIIIIIIII IIID. b 11 IaPPRox GRADE(SEE clNq— 8,00' APPROX.GRADE SEE CML BOO K rn o BOT/GRIT CHAMBER - — ° BOT/GRIT CHAMBER 633 eZOE ,�a ,mak r � m pp 4 L"I WU VO Ww` m zo"PIPE cL i s 1_ 1 1 _ a 2C PPE,cL woo m � I o 0 1 I s w a Y GRIT REMOVAL SYSTEM SECTION GRIT REMOVAL SYSTEM SECTION 020 024 SCPLE 3/8-=1'-0" 020 024 REE:3/8-=1'-0" Z O ZRE o � r U #4 L—BARS @ R w Vc(!I w N 12"O.C. w /f4 BAR CONT EQUAL 5° (~/1 (~O SPACING. PROP.CONC. EROSION Z w 0'I, PEVENTION ° w d� ~ w EP aPPeox.ceaoE( 29 MAX wcY Qw SEE CIVIL) o� a.00' /�/iXYY °e , COMPACTED BACKFILL) " o' MATERIAL E 12� O A GONG- EROSION PREVENTION DETAIL R2&2 4 sc E-NTS P SHEET 024 C 105 RECERD PORING NQ v STL 232 p woela s—F,T., a R CITY PMaECT X GENERAL NOTES: CONSULTANT PROJECT No. 130-10926-000 .,/ �_IIT cximrvc—NIINI ausu mTu „, r oorvcreRr. IIII _ KEYED NOTES reevnre wuo reePaccuTM. a owNTa Toa 'W .v 2. NlPL E—.No=NE—INI_, ou' e o �� NP m 0 aj To o m D 3 N � r AERATION BASIN DISTRIBUTION BOX PLAN �® 'L ED DISTRIBUTION STRUCTURE PLAN ® I � scare NTs scare NTs �,Io�d,uuu71V� G E 5 U m � � G E ��:o poi r a rr o J < dao om z wJz � /- <ww zmo ago azw _ - Qac movT m m �o m� r oz m s r- m 0 SHEET 025 or 105 CORD o—ND NO. _ n AERATION BASIN DISTRIBUTION BOX SECTION �� CLARIFIER DISTRIBUTION STRUCTURAL SECTION _ ALL 232 _ _ azs aa5 scams.wrs v PROJECT CONSULTART S PROJECT NO, KEYED NOTES: 13�JDy�-10926-000 <cElrmc NINE onvvE Mno DwIG� � :v .a swvoms.cu=nry'o ree IE—11D EwIT.asc 1111IE ,t. - N ic`T %. creou,. rnsre cre K ^ ausu w„u vuwc eRE E suarocc°s o y .E ..reeuouE Lrusere creo oreoP PPNc nno °+ TLFFP suvvoms ano nnaoas. "' __— %� n LEGEND N o 0 \\\\REuouE oErusERs ano orrusER o vnc ED ,�X//�//�//y/111//�, I �� I � b (( c ( ®�=our=ano REP��cE E�an�E c L DO 111111 a X u 0 AERATION BASIN DEMOLITION PLAN �� SCALE.N,Ts a z 0 c � E i L J L . �Q �0 w i w w o w K i �w> .� E - n� R o o a`N y �i. `" 1 ��� m a 1 w Q ��— 01, wa o , SHEET 025 or 105 CORD DRAWING No. _ �� AERATION BASIN DEMOLITION SECTION _ STL 232 026 026 SCPLE:N?.S v PROJECT d CONSULTART S PROJECT NO, KEYED NOTES 130-10926-000 EN uN" NllR,w00'ONE,�saa0 ��wNEs 5 �� P. NnA„Pre0P0E0'0N"Ere w�a a«PPOENTR�E •� LL 110101D0 are 1ROP PNE1<00 wEVEs nrP��o<0( LEGEND ®mlILL EPOM EvacE--1 MPOSED IEEEIENIE 11E (—INe Tm EECCre EMEN11—=Tc-0 Exi1 r oa' 0 Too — DO (—NBOTTOM-11 N�MENoON1—,N-0 Lx w U env,r Ac III a Q'o� 0 spry c 0 E U G AERATION BASIN PLAN sS NTs z E o �QN zo fr E , z www Q w < mw o a w z(n > o <�om Pre0—E0 0EE0EEre w w EEG a REEERENOE 1PEOE-IM w o 00 so oa o i a.w o o o o s-o sRE(T 027 0r 105 CORD OR NG N0. �A� AEION BASIN SECTION _ STL 232 C 0zi'_PT& v PROJECT 36-0 7—4" GENERAL NOTES: CONSULIPMS PROJCCI NO 130-10926-000 ZEE 2 ALL w ��NOTES � �o °.°RIIIN �- n . 0 o ZEE LEGENDE — BLOWER ®R�rvoE ANIO',sREaac aR aamc E o a mOv�A, LO d i I IIIIIIIIIIIII a a o B v 0 2 � o U s 1111111111 3.3.. 4. 1.. 7'-4' 7'-4' E �� BLOWER BUILDING N0. 2 PLAN �® &� scnLe Nis s a I1 II I— FILE) g \xDc o - - o oa z N war o� dw zw o- �A, i s 7 , ,,,> z ao www mo s � rte— v a a -7 Z � — o 0 2 a � o — N seN[o�R 8rvc nIo.05 STL 232 - p BLOWER BUILDING NO. 2 SECTION ecr X 'B eon GENERAL NOTES: PROWEEc1 NO 5 5' 0 130 1 0926000 0 rvc vvrvc `. i Q.. KEYED NOTE—S,„rr i e R rye . a s PVE—N-N�vvca. 5 .> 0 9E. -- LEGEND a a„ aErnovE az aEvLncE El IT Aa o rI (�or �Ni. m0 m � ®vivmc r�wcE cwsuns v0 FINISH FLOOR IIIIIIIIIIIII�����:`�c� - ELEV.9.00' U e BLOWER BUILDING NO. 2 SECTION "°°°I P, �x o� s��E.Ns ��lr "Illl�g�w 3-3 2 9N 11 � U o v p — 0 m a o a 0 JN o , waw ow 0 o- Q�� a _ w Qw� �0 0 o � BLOWER BUILDING NO. 2 SECTION "�STL 232 o�e sra�e-N,s r Peeaecr X CONSULTANT PROJECT NO, KEYED NOTES: 13D-10926-000 11111 INI 111111TINNI 1111 axo aRrsnouOl 1111-1. t N1111 1IN—DE—1 IIIINI ovvusEre uwuurx,ureere. 0 p a-10 1-1 1 1 r-ol-oa-o z 1 1 s o LEGEND FEE p M ._ r aEreevE e.cEanes E+s. o v .s 1 1 1 ®vvNo rw,cz casrc.s fzPOM) ��° o° aE z' .sow DO OAR HEADER BRIDGE SECTION Z® �� sr LE N.ls 0 ED P i Lv �z> m 0 a 6 w Q � �w� w w s s a 5 �o I. SHEET EE0O 030 fNG N105 e AERATION BASIN SECTION STL 232 \`= RECORD mo d3&2a CCA 3/a ,'-o- ° '^ ,eosin re v PreoJecre N CONSULTART S PROJECT NO, KEYED NOTES: 13D-10926-000 i ,.recuwE wuo recP�acc wnu�wn. mcoaN su aN=ere TIR sr E enF s, wE zs aEs aNO TROuaxs.ICE svECFc+Ou — snc sores ono nsnu 01 oleo 'W�2 d P,EEO 11 Pasco 1-1 owN Ta EeauENT / rececrecnec svice�c�c�=ions ae aE z, a IN-11are0a0sEo TROucc maueN reK� —o NT o — :vTo 4 Ill�y�s=N� � Illlllllllllllm�W��¢ 0 N U _ env, W TRoucR AND WEIR DET AT � 11i11��w Us�E.NTs. o 3 o d — SECONDARY CLARIFIER NO 1 PLAN ATE.N,TEl�s. „21 o z o mar wo receereweE svmimm�orvs as aT z, © L9.ren 0 0 b �z QQ z o o BOTTOM OF!HALL o EL. m swu urvE � ERE_7o o- P5LSECONDARY CLARIFIER NO. 1 SECTION031 031scALE.Nrs, CONSULTANTS PROJECT NO, KEYED NOTES: 13D-10926-000 cwxoFR PUUP-1 ouu ONE III up uo,aas d� J ° 11 T. IA o I we 1111-1E Ta xT we w�gtl d Nl REFERENCE sPECO"T ONs ae OR z, ere oNc,woosr NaA EE NT EF oreNEe WPccEss 5 0 I N r v,o reEPacE E of — o DONs,uL Exs,NG CIE. ;E mN,reEo core oEAaaii°i`ai�E`R To ELEc�e raN A "su°F,ei roR oRFA', To TEIRN 0 I. Ns,nu PreaPosEo sSFE,.crenN To mNcreETE Z ,. TIT wins. aR. a,SNroN�,, EK mo.,I wp,ER W �NL.OER EE:E=rENNNre,RNNaNoA� 'INS P RElre PENEs> PcuuNovosco P.FeENOwss asN Fore P—SAT NO - sPuu nnnnnni�e e n > m _ r ti u o N U rQ pry X E N SECONDARY CLARIFIER NO. 2 PLAN scale.N T, D D 8 N reEFEreENlCE svECF TaN 7 E4r R' o PROPosED cRcu�nR CLTA F r w— w> U a s S o m w O mp = oN 00 o E'IENE 11,121 o IIM Cl FII: o _ m N s SHEET 032 of 105 ® PACKAGE SCUM PUMP STATION PLAN RECORD RRAwNR NO, �� SECONDARY CLARIFIER NO. 2 SECTION �J leaf NTs _ All 232 osz scnce NTs .PROJECT d TB— CONSULTANTS PROJECT NO, KEYED NOTES: 130-10926-000 ,re"ssa PEPPiaoa';ua�ncc c I I E = T IL)I � o I TO U --so� / DO TO Ar I o I s ^Y /u i J// 'Ell o � / III � U W � / T' O I I S ( T d I `SIT r o w Z E O E m I I I b of L M SHEET 033 or 105 CORD o—ND N0. _ �D SECONDARY SLUDGE PUMP STATION DEMOLITION PLAN ® �A� SECONDARY SLUDGE PUMP STATION DEMOLITION SECTION P STT 232 N 1eoeTn SCALE:1/4"=1'-0' A. 033 033 SCALE:1/4"=1'-0' C"PROJECT N GENERAL NOTES: coNsu�eanns Paa�c1 No. 130-10926-000 nL 1.11 EEL rere,<=P�rel e reP rerePaN J i 1 KEYED NOTES' ' ` N11 ILINl Noe I' r1,IIIE-I-I IE IEE 5HEET 10 101 1 ) , ' z a,r 1-3 a- a � se e ,re aore E a e „ 1z a ,a —,acar0-1 yl E ,z , � 0000i o i N 1 E„lwere IIMI , nnnnnni ,e e13w oac:aoE PO n,o sA,ON csEe N—L IEE — n a re reIIN.N °R'Eoe ree ���� 2 u �o- I eeA,=ree`re� pppp��u M SECONDARY SLUDGE PUMP STATION PROCESS SECTION ,{C _ ,a o3 a"SLE.,/a--1-o k ao le�eeo—11'l ree0ro1 �' o r � o i = re , „onw 01 -- G > � x,�NRON . ve(see Dew,a s ee ro) - 0 epee k eere0 acre Nea rrae NnE�N —Ne oN 501101, z e� o 21 0 w ' �uE ��� 2� Q � NP re—N oPN'N u Q D�1 w� a 0 a o z ' PNE�a���reN ' r m � =3 P „ P o 9 o n SECONDARY SLUDGE PUMP STATION PROCESS SECTION SHEET 034o!105 ® oiS�d mase 1/H'=1 rneD o ING No. �� SECONDARY SLUDGE PUMP STATION PROCESS PLAN _ STL 232 �� 1 I-5.v. -0 IPeoae ALE 1/a"_ -o" w. Y cr X 2 KEYED NOTES: conlsuLTART's PROJECT NO, .. 130-1O92E-000 I/ us�D DHNa uElww DROP s PPrvo 1 Ell— — TNE P3 sx s.s orenry Erve ��g 'a 6 0 C 9 i1^ o.• v_ e �o EDv e a m Dom= ,HHH i IIH, o o &AEROBIC DIGESTER PLAN ® c� scnK P11 z 0 6 � U Q r � a <w> m Q�� mz / www o / o0 0 b ... LEGEND \\\—N-N IN Pure SHEET 035 or 105 RECORD oreawirlc NO, AEROBIC DIGESTER SECTION �.o`ROP P�PEs aND DrPusERs _ STL 232 036 036 PEI C11 PROJECT b 1 CONSULTART S PROJECT NO, KEYED NOTES: 130-10926-000 S'ODGE PTNpS —1 IINIT— IS n,woL Na eu LO Nc Exis,e oRaN HIRE�I N„Q-1 TEE J . wRoe, wa a us,eloc I� uus sn,aN o v eTNo RRc=o cnsna oRVN RRc o-� ee 1 u ,uNONa sueuLRse�RuuR u 0 ,s i Ns, r reL rzn a.NNT s R LT e IN-11 N 1 e> nR LR M.Nn rz0a�rzRrzaLL RIMR on,--NNn RRrz NN.�rz> o ED I � � �uOTTLErz�oRN�na<K — .Fw �RRRLwR rz �aP ora RA o — �� TO E RIM a .0O p 1— I PL��u� PPE _a'E' -'P,an q �NNrz�oN �PL DO 4ND o u Q Ar 0o�w TRLE wAv ' D a RIC n<LnT a , o� e AERO3/10BIC DIG TER PLAN sIII, I IECIN SCALE'. '= 19 TER k m o z RORO RNL IEEEI E w R Lal [ 19 IILI Q~ W O rRETOTOps oarz - - H H(L w U <EL,III ET W 5 U zo o U Q d 0 Z n' �• a � I ss — Q L.vm El RI p 721 B a TIE L� InI 0 0 S P SHEET 035 or 105 CORD DRAWING N0. AEROBIC DIGESTER SECTION P _ STL 232 036 036 SCALE:3/16"=1'-0' scxT/,s, o v PROJECTN � CONSULTART S PROJECT NO, KEYED NOTES: 13D-10926-000 „T°ry PPE w,„° o ° ° M-vuvtN12".1OM TI ppF 11 E eox E-T 4v" n w 111 Pc. �F uv1—.-1 a ON suEET - E c wn.1101 vxut,921 R E DE III��.yo- z� 2 IIIIIIIIIIIII } CONNECT ON SE 02 6" PENETRATION PIPE IN WALL SLEEVE ��Vll///��V11/// o �s;aTe. NTS g" 3—WAY PLUG VALVE DETAIL DO 0�3 SCue NTs o' —'TOP OF WALL EL. 1633 66 Ar V ��°uuu71111��� 4 > E os3 042a� eox oETa o C i � G [> QZ w QuT w 03J 0425 n°rvrvE-iOry CL w VPLOE Box Q DE w W � U Ta503J O m O r�— Q o S PLUG VALVE DETAIL ll036 03J SCPLE:N?.S 3a O6RISER PIPE WITH TELESCOPING VALVE DETAIL d31 1c"SL N rs U SHEET 037 or 105 STT 232 CII PROJECT N 1 CONSULTANTS PROJECT NO, „ � ---- - ---- KEYED NOTES 13o io9zs—000 INa--1 1o1E Roor J adore wrencT ooare ,sr adore ouMPsrcre ,s aooe—.E 000re ol— ,s adore ouuPsere ocn T c owns T s'I'a a ac conncc, t o-,on o"F`ne`w<`s„�sEe sreee, oae lore New ""d a en s,nc IN—El FEE ENI PueN,. o E EININo p ED I E: aoanere PU�o�� �. J // aj To o n U < K EOIIIE DE—Ell- Na ooare T aaare END ooare T aaare o o c 0 SOLIDS HANDLING BUILDING DEMOLITION PLAN - U SCALE.Ns N o z o a mQ f Jz z Q�� zz oo m www so =o o o e L — o SHEET 038 or 105 RECORD—ING No. SOLIDS HANDLING BUILDING DEMOLITION SECTION ® m o STT 232 038 038 SCALE:N,- v PROJECT" 60'-8" GENERAL NOTES: CONSU TART'S PROJECT No, 13D-10926-000 E siva sxuoaE vuMvs.Eou vMEry NET 11-N, KEYED NOTES. All NI 3 R sEAE paroRM- N,o ILI -IT PEua ° 2E.e.. xox.o AE �.of�oAE�E 111115 c - �EAAPvuM vs ----------- 12 6DE' NIIELLE-L O V u wP.EEUA �M"M"ME EwE k �ErvA Ell—��� E—11 F-1 INI'l NLl.11D'lElL 11 o AEA DL I—E PT _ ',"Rou1L RIE , �. ENE s<As sEE s'l—l—s1EEs �� o NAE.As� A Ns�E.�EPAP rv�EA TO' o. 0 El 1.1 1101 MITE Po.�EA,�,ER o�A 9LO sAPPo�s m ""'o"=EE=TOR DETA r ZEE> NI LwSTE,NE A k _ ,'`'PTEA Ery E. . PPE<Am"EOEE> � s LEEs11 al E.NE NNE, (emx TO ao ODml=AEI> " u ao<AmIEAEE> max= a—D ao<AmlEAEE> lullg�� EEE mrvE 5ErvE,MNNNEC,E,o p mEE 1.1 EouEMENT — _ c / K 1a�u sA, o 11 z o- ® IIAN 1 SOLIDS HANDLIME NG BUILDING PLAN „, , SCALE-,/a"-1-O x uievM un nurvT sEE SHEET oai ELEv TT.ASE A E A..E-11-E AAE'uv AAAAs EEO zs36 z Ac o fr a u i m i it w w CET �3 % � r ,A AA w s o - zs oNP,DTE AE o T o 0 - _ E, cn AEEEL— .EEA EAESA SOW "FETESTPPDDF" ETaEs o s.Oo,O 0 Ea E, 10 R El sR[[T 039 or 105 --' 2N RECORD DRAWNG N0, DRAINAGE PIPING - SCREW PRESS STL 232 L 'sd �A� SOLIDS HANDLING BUILDING SECTION raEE,N,Ts. - -E.,i, -o d�4 scue 1/a'_ -o" �® 03 e S v PROJECT N 1 CONSULTANTS PROJECT NO, KEYED NOTES: 130-10926-000 ExsT No�a o. PPE mrN.N 1.1-1-11 s:o o e.�sw H111 s. N=, PreoPosEo a�re7':1 E 'W NI 11 n N No=o INDNwi,�reus Ex — �N�RETE�DRD o- s�PROPOTE � 11 E�o o E ING A � i_ — LT_�uoLE�sNa�Nk o L To 040 D40 E LEGEND allo Euuiaul Nt aao III Q n IIIIIIIIIIIII `� DO U Ac� Ar III a Q'o, G F � NPW STATION DEMOLITION PLAN ® NPW STATION PROPOSED PLAN s�aE N s srATE N T s z z _ - d ET r \ QQo a TE NPw LANE - s I o z e ._B. SHEET 040 or 105 N-0 ,�• -o ' r-o CORD o—ND N0. A NON a POTABLE WATERPUMPSTATION SECTION e NON - POTABLE WATER PUMP STATION SECTION ° � _ STT 232 0 0�0 o m Le:N. ,l oo�o se Le:N. S ssce ,H� =r-o v PROJECTq 1e 4 DTA TREATED WOOD POST so refs 1w k s fOP lmvm w e6u(1m lmvm w e6u�a.t CONSULTART'S PROJECT No, L^1+c6 13D-10926-000 D- 11ECIP 11 ICAT corvrvEm ory vm Dwrvire56 res 6 rvO coca wlary ure vuv6 � w%ory re naps. L2 Ovv-] mml �-.ly Pu''. sub DD nub eos.( o,ss scu ea Svc rvivvE L 6c 1rzs are muuEre rvrvE MJxMJ MJ::FLG(FETAL) rs ss euL vuK ¢x9 D.D.11DOO 0,11 4� 1remarem �� � 101 w AILL�� , 1 w DELL IEEL,HD rvm Pi EQ, °.,re s,aEre°orv°+DE Evou reErvmrea6 mon T66rrvm ° D r w °re�rvreE Dare ,wa remarem d`— rvo=� D core aEmrelru rvs,a,Dry 1111 ''s" �rE Sere o,ws w..rere acM aoiM. 'HE vivo ore con w.ANI,rec wuc seu uswec.,o wssurec< sure reed trvv-] ij s,vre reed h:w-� �� 3 a COMBINATION AIR VALVE DETAIL 111 —L RON�7ANOSIDETINN 51" MJxPE MJxFLG 028 041 SCPLE,N.T.S. o ED ED xosE eieP,nre6 mcnlm m*rein sreuc�ure6s.N END""D LOX01Tonna u6nrvs wu6ry i.a6r6a 10 svmiricnliorvs soa a6sanirvl ar u6cunrvicnL LDirv�s nre corvca6lE sauc'�ua[s. ��ryµ'µ�µ sLj To LL HOSI S uD 6ss STALL 1 E QAA1lE ES SLLv I'-o SDEPA ov6 N D6 IN Sive o wnLL. a 1uc scu corvsauc�m 10 Sac,noc cicclaicnL irvsulnlio" c 16 110 11111111 DIEWN11 sore wuL lvicxrv6ss6s. 1111111 IIIIIIIIW„s y�� Nl TIAN 1-N Nl E6R�ary�DareT. 6 nreODrvD vP6�ry RENF.,wu N 1a E56E�E�m,�ary 4.vreowo<6sEm<EOrvs�ry E�rv�Erem SPIES. s rv<rvDE,N,Dre6D D.,reDrvD6rearv6<DreS.w<.rv6. ,n D6 DEm.re6E6re,0 v6<rvE. D�uD66E�ry w<66 rvP6,DD1 �a1<,6�rvs<u6<,�Drvre o rvs<DDD KEYED NOTES: a DaL,E w,6re wuL�s Sanrem. STANDARD PIPE CONNECTION DETAIL 1ENF°�LDDS LDRD L611 HOSE BIBB DETAIL opt oa1 SCALE.N.T.S. Erea°D6 0�s MECHANICAL JOINT DETAILs�rvD DLores arD reDDSEE6�rvD El Ozi oat SCALE,N Ts. sivL ore 6vacre DD oz�ai SCALE.N.Ts. Dic6n6re u,6 e6wrtre salmi 'WRoeic NI dv A rew6 D"F'I'N.30 AD sraHDre�Dry rvrr-re66 rvm6, v L NE EE �.C'�16E A 6 oD`D�DaE em aryDO a LIE-IAN Pa ck ,a o N 1 w rvn Dery C­ SNE are 6DL s.rv�Dry / �a Po�> �m v TT4 O��rvmE, — �...reR �=„�r~arvrv�re�rva1E, - — A(r7I,� w .ova66 �R oo�s NEOPre�D mE. 'LATE „6.reLErvmLE ASSDE �DD DrervrvE66EDareElnlND wre6reESSrvaQN E1DDErvEn�1m m1DrvEm_� 1a ��A�DSTa�EsraNRDN mawM6M LL°�EOm EryAll�ENrvc�Soam are "'A �, 6M,a MEQ PIPE SUPPORT DETAIL S arvDEre=a 0�4E NTS. BLOCK VALVE DETAIL T.6O1—E re6nre14rvD EIDE Dnn 5E 5 EEE T4a,E. e o9a oa srALE.N.T.s. , ADILW 9LC`TSN`Nry sa702 sums D6`Mry ED,�laDm EC CCrvD T6DurvoLo�. HE'ATON Tx Dre Eoaw.-LES sw46 D6 EODre D,+re6 rore,reE ovv6IS Dry,reE.s6w IDES ore EwuDE savvonT1. BLOWER BUILDING NO. 1 DEMOLITION PLAN p SCALE,1/4"=1'-0" W E aLj_ a /M r d w o ., D.rea6m wrtre. Q 0 _ aorv _ a .. re r~a w o MAIL OEA m PEE rew � Q Q P � rz ", ST'l SELL . � �aSLrvD MErv1f ZA o � 0 1 "..� R= S111091 ITALL RE LOTD- 1 mLvar:m..,6re E.Dre DA,ary �A SHEET 041 or 105 ,rPCn D,�rvrku .Txec.cDO,,_E. TYPE core6-NG No. A PIPE SUPPORT DETAIL L 0 1 s ST232 UTILITY SSTATION cuE.NTS, __ - ClyPROJECTN 10 CONSULTANTS PROJECT NO, 130-10926-000 DE EE .r �✓�?!r;r �;�i> �i�,,>i o �-,MSN o:' - ... °vcry wre ED mxe L. ....... eENvsµ°e�mnr,°x suu�° IIIIIIII I�IIIIIIW�g„— — ✓ ,iii, DO oP�x Ens cmEu�x.s���°Ns � �7gN'IIy)aa� �� CLA55 A BEDDING AND BACKFILL �� CLASS B BEDDING AND BACKFILL 028 042 SC4LE:N.T.S. 028 042 SCALE'.N.T.S. U ILL-NI a� N"AA ,°° GO �R`z w mowX oN o z w � TT— 4 GATE VALVE OR PLUG VALVE & VALVE BOX DETAIL 3 6" BOLLARD DETAIL3 CONCRETE THRUST BLOCK 36,37,39 o�az sraLE.N r.s. SO— N.T.S. dz�z — 9 2 3 5 SCALE.N i.S. � P SHEET 042 or 105 e� All 232 C11PROJECTN 1 CONSULTANTS PROJECT NO, 130-10926-000 vgn,o..0000ma vovosrtox roev.svvm vs o "ewl�'��. �, 4.6qv! VI ww xnxowxss� €kZ—' pg5 -�� asrex auto IIII - o EE or 0 z ED m,�,w„o 1111111 IIIIII�I�ygp o— Illlllllllllllm n+ svecsou sxowry vovosrtioxixoicmixa srvivs " I anew wNEE� DO2 vnre Ts xa � U s � vaz Fs aseo.-aw o a.w.A�uos � m vnre Ts excxov e �p�� ` _ xuRrn � rG'w" xrsvxwsra �� �Q SELF /I El ILUICE GATE (LOGATION� ^�°�°wx fox°, lliu,g � 1043 SCALE:,�29_,•—O•. E —I-ITEM EFF Lj o o <� a�o Qw 0 PolEl wx�� 6h 5 SHEET 043 or 105 RECORD—ING NO, e� STL 232 C"PROJECT 1 CONSULTANTS PROJECT NO, CONCRETE PAVEMENT ASPHALTPAVEMENT 130-10926-000 WITH 6"CURB WITH 6"C&G tiEo P o P�Ni-°L_< x )NiLfCENTER EIPERNSION cNTn 2. IF DRl— D D SHE°E sRDwN ON DRA NDs - IA zE 4 ELCE.1 EDGE BAR - -- - - -- - ZOO ERTr FINE o - --n-I SLOPE z: c E TOOLED JT c E TOOLED CT .. IN oTP.) .. 0 J EIPANIIN 7-0cT�ON LSP TIERSFFDwvcJ°°EETREF(CEE DWI, LAND GUTTER CaNSTRu ETN U DETA L) DO D c m � A 20 0" (w/z) Cx/s) "E-EF �4 ice+ K STD.8'CURB .Fre) oR FONFRETE 1.1 4 FIRE E DRIVEWAY DETIAL OOJ.008 044 SCALE.N..S. - 6 J 0 Ol CONC DVrY (SQ 1.IA T S-" (USUAL) Q Z EL W OF H O Z - 2_ -O'(SUI) 2-O"(usuu) - �d w [n O DIEE— PEP PLAN OF TIPICAL 5ECTIOk MA E IAL T MRA,SLOPE 0.10 PEP FT o1CO, PER'LopET. All oI NADI ANTU ATft UA &ooESE'N-NW E'ioi"' Z O 1,ENDMAIFOAT PE —NO TD',FON d Zw Q r Q 14 x 1a DovELI RErnOVE w w d S EES,LIFE FAEE 111E AUT 1AEP mN LrvCW PAVETIEN creeM ® T/a'E—ADN H)EU 2' uENr) c'NwJ- •u oc�' u'ID upolcu TTa ExppNs LEiNT �41rz ocE(WVEv.j c iO.NTa Eris.co au(XN NF.) 1E (Tw.T D'F E DRIVEWAY SECTION 4 SHEET 044of 105 007 eoe 044 s;aLe N rs CORD PARVINc No. e� STL 232 C"PROJECT 1 STRUCTURAL EXCAVATION, BACKFILL, CONSNLTANIS PROJECT No, ABBREVIATIONS GENERAL STRUCTURAL NOTES AND COMPACTION NOTES CONCRETE NOTES (CONT.) 136-10926-000 aool - �.c c - O"TONAL - - DE Oecl.z 'ON me CIDI IIOlIII INII ED1(Ewo:Eo IMAElre,a�N:D EPL.) mD(Acp ON CADIECATE - orvceETD - o E IIIA- TBE IDPoeT AND ADDDNDTM AID mauDDD m TUE coNTeacT DocuMENTs. - DC INCIII ANDeOl. C, 2NCEHD­- orvc LEc vDeTlcAl -LLv _ rvILI ARE I CoMEMAL EorvoRE,E Z,RDOTDREI ArvD coMMErvTARV.ATITIE, I PAN ON IEPLAcPMENL DIT LID1.AND—El IFEIMPLENT ONPIEFLS 11- A ME TIE JOINTS IN CONCIETE PODIB. ` "ALL DE rvo BoreIEOrvTAL EONITreDc,IOry & INILE "("541- wMooEo ELEMErv,I.A,rvo,�oDDIONAL EDIT To TUE_FEre DECIDE - MILE -111H _ 1E(re) - IMTN DDBION Eons FDA BTILOINOB AND ED, °" DENDI Arvo,C INCB reETDrervI ALorvD EACB WALL AT CorervErel. k5. LDNADOLE IEMED TBD NPDBIFICAFILL,IINNIE FIEI'I PRo,DND ED IIS OF D.VATIDNN.AIDE MA,EFFIL NO 21 NCIEI IN 1ENNIHES D C MA.IMDM IN FIAT FSE DF °(y OR—DINNER -®ic DCA RE =MEDD. LI/i EI;.1.s 1cTIOAL waD� I of-ATE 1,EBOADECTIONI EDI MAEorv� Arvo,�rvcu s�DD of IDMPEO oIT 3 M�wMDM IDrv�DIrIrvD s EDE CDM RADD suAEE DD AE EDEEDws IC ON D'EAM GACA =Am DDE _ B_ EARA wl IT..=,reDCTDre,A wELOIND CODE-reEINForeCIND ITEEL ALL E AV P ENCANDory IA�,.DKE PEI TANI TADI. L BE IN AIPOIDANCE,TO TB 'sica ;�.. LIFE I E 11.PIT �CFON 8 ATo IFI�FNB FLDII �wry o1 DME CDNNECTIN(I) DRAM Dioo D FORCE LEMDLIND PDIPDNEB. MALL OF PLACED DNDEI ALL ILADI DN IFIDE FED ILL LIDDID Co TPrvIrvD wA��iI B I.EAreTO OF EE BIICART BIP20T. DDFI °E ,D%F oREoC";LlAE F—E EPCOL RO NDN IF ANA RADIO LEI EBPOBED IN TUE AD PEELED o - PIT EN�FD No ICILI IT-rvo ore q FOUNDATION NOTES III N PLACE CEPCINCRELE AND B5 LANE OF'INFo'ANA ELToB z: ED C�N - IN o - NRB A SECOND cum DEMON BEore IreEIIDreE II. w1. - `��i,i - Prvo(I) RADIATION.ALLC.NAESTALLINCLIDE DTIIDE ALAME,Ere -oD IMPoreTArvcE FMTORE owl;_o ,DEET DELow oreADE Fore MAT Foo,INOI O IPreEAD TION IB LL BE cory EIN—CE _to - COLUMN = M _ IN F Eore IFreEAD FDo,INOI C EEE,BELow Dre,OE DF TD N.N Iry CONCreE,E Drv�;Eliurv•IL TUE ALLOWANCE�I BEEry E.CEEDEo. of - CoNCA CON' POINDO PEI CININ�isirv�DNI CM'rvA(I)P IOND'PE ADAreE Iry =Pe0 LEIATmN, AT TooINcI STRUCTURAL STEEL NOTES C NNE I LD orea°N Tres a Ery nnnnnnil�c NS,RTC*ory JOINT - of ONG(MENT) _ ICENlICEL F-1 III IADII -TOO PEE FCI CI 1.P,FIETOTo TUE oEATECIN-MENTI IEPOIT. Erv,IS DIICDIIED IN TUE AODENDDM MATE IFEL INI ELEPTI-l ry ore EL DDweDD -eDI D. I o.`o.DO e RTI D IL FZ,O TUE oEo,EEBNI�L tDE I Eore D - o ED ow rv.D' ADD oNAI NFoeNA orv. B 'L L o DtoTNoNIS -ou(s)re a _ m"E"EFP_D,O,BE wEA,BEre s�au eE BDT-DIP 2 ELFF,(rvnw De) U BEE TEE _ ION(I) - ec(s). Ds IO Lego IOMIINA,Iorvs DID,,Iry A1101DANCF IFI - urN[L(s) -w_n s). - Asc[T-�s Nc ELEMENTI ARE PLACED AND PROPEILv NET To PIOVIDE D. EI B(wnrvrvELI.INILEs NDArescANGNA TEI) In w D _ OTIM IN CATM ARI IN LIEI OF A— .12..1ADE 10 FEiDET) - I ASCE T-�s ruLL swvoreT E. ADEPT IDADE FIE F, I Ou(Drw ONS n_ CoNS,E CION Arvo PERUANENTIv. "THE DULDNI ADE,DOTH FINN, w,B A MNI'M HOLD ALLENAL,OF II 000 Ps. EACH - rz(D F). s(1� re) z. IIIIN I'o 1-4 - rz(D F), �s6 Bre D IENE �lPoOTTUIll ATMOCT L, o1 1 w) s. Allow STORED EBACCATION MATERIAL To DI,IUPT PIOPEI DIANACE o REouIIDMENts ED.SEE mselFleA,Iarvs care eALvervinNG AND PAINTme a(D.`). D.sBN s n°re) Areca 1p -NT - uecDNTIAc,II -suecDN A NI reEMDVE Arvv wE,uATEreIAL vrelore,O,BE PLACIrvc of carvcreE,E waren ANOAID of ory _ ISINc -[xis. D = A�cL re sTArvDAID PIACTicD.ArvD ALL uvDAi�Pnw rvcsL cAarvorvECTiorvs suAEE IE U PC - _ o.Ts fl o s o I) BEAM.DTC.TB[ATEA RDuA Nc sBAlI BE COMPACTED By BArvD TAMPERS. STOP ADE UNLESSWORDED AND FIELD BOLTED. su O(ED)E - 0.6 D+0.6 F a 0.6 W(�c w)+o,s(L.a.s o.re) B"I D AID s' IE ITAINLFII HEEL Arvo coNFoau To ASM FsoE ROI FL, ICALL DE, EEFL OZA IE SPOI�016��O�CINIT�lpll��INSOUF8GD�l��L�EDF'LPL�ll�MILLF6.T�N�I AND 11ILLOVI OTINN -ETC. vPlcAL NCRETE = PI N PEN NO ETCDOE IN IN FIE I No' s 5 R[DU REMEMs. D5 ALL RENCELLANEONI (FIELD oR BOP)NB NAGE- APENINII EDE E GE=EED _ NLEss NOTED o,BE-11E-I N a VEll ARE Arvo LocATlory aALL BE MNMlB 111E F ALL aysrvlrvcs wITO EauIPMErv,MArvuFALTuresres Ec01D 'DNE 'ELDiN us rencAL -uEreT. NBAEL BE NOTIFIED AND TUE FOUNDATIONS REVISED IF NECEssAm. Ess !n TED NICE VERNMEM -coVr. c - ETC A ON TBE sTRSSTURAL DRI 6EAWINGS oR NOT. THE corvTAPET-wuETUEre snrrErv[re PEALS SHALL DE WELDED ALL 110EINIIII OTIENATI AND o O reILOMA< PO ITT _wPro CONCRETE NOTES EFIETO, Oren POINT -w.. DE,O,B NAT IBOWN Arvo DETAILED ary TBE Q Z - ANO/ORP SUVBST UTE,IIA L RE TIE NBOP DI AN WILL BE REJECTED. o Q Q N ERMEDIELE -IIJMDIM, IND"LCUFAToNCCHILEURBILED ACI see ArvD ACI iso. INC CODE REIUIRENENTS FOR REINFORCED CONCRET e. TYPE 3l6 d w w AICIMP Iry THE STATE of ALL B SUED BY A PIOFEIAANAI ENGINEER. L reeDUIreEMEMs Arvo sBALL DE SET usrvc reICID,EMVLATEs. w Z O Is,fD coMPlDrnv[sTIDNCTB of a000 Pourvos PDI souAR[INCw AT za s P10—TED_ANY MEMDEre Q ELF DAvs I BTINDD TOLES s�UL BE IDPv.CED ~w Z I,I TIE AN IE POP IDUCT ON OF I ACT DOs. rvoreMu wEICBT wrvcreE,E suuL wEIcO rvDT MareE,BAry isD vcF. OMPO,ED MAN"PERT,FED� IZNc _ FT IND DOL,TES H.IELF T,,ILL,oTEND a. L. Oumn.MAssAausDns,ON APPIOVDD"I'T"TlAN, cauPAry Q Q Q w _ FIEDEAL"IIIAND DIE" TI ,ICE Fore DETAILIrvc reElrvForecsD ELF w I IN IDDI-N'IcINIIETE s IlTIlAl(A1s15) i ouTloN xns AT ALL coNNDcllorvs BDTwDEN — w - ,NESE 1—TRACT DI—NII AreE Ta DE TIED AD IBov DIAwlrvcs NE­R,INC,INILIDIND ALL PICFEIIEN­1-1 ARE To BE DD IF sLE1 `0NTDDIDlwe`10 N. IT CLUEE IDEFA8`C`HALLI—TIE TTM A,es.I ADE eD AND [, - DNDNEEI IIIOI TO DEFINITION Cl INArAunilDN of sluC,uau MEEREIs. swUl BE suPPUDD m FLIT swDDTs ONLY ADDo REr I IucTUTAL STEEL INLEss/NTIL (n ,xDSL rvmaIE. EanCA�Iorvs FOR D[,alm IEDUII[MDNts BIT FULI_v ADOREsssD m reseTlurvEAre BOLES MADE DUE Ta sANDAreo mrvs,reuLTlory(TBI ,BE ALIawArvcENILIDBAs eEEry ExcEEDSD. PIAc1I[s)T L<Nc,To aI m or AINTGM,I Is. T,D eE Sam Fore DE,EreuINA�Iory DE owrvml A IN,NMFEl AT ALL ExPDSED EDCEI DF CENIIETE TNLEss PATIL INE IT ED 45 of 1 IT111IEISFNs Durewc IE IF MEIIIETI—AN NEC ICERY To PIm[tT TB`FOTEPE IOIFIN`EEu AN B OReM DEABPLAA CWre CTI AND IPACEII A,s-o o.C.FOR ALL SLCBs AND SHE RECORDO RAWINGNo.os NmED oTBDRx�s�. CBEDT�D 1 INForeDNO BAIL IO DANDIOME,Eres INLET _ ALL 232 E DwcDI,BD­­IF THE seue,ulD ED.15E DIsTIAls IN THE ATIIIIIv PROJECT N 1 MISCELLANEOUS PRODUCTS POST-INSTALLED ANCHORAGE (CONT.) WNSUFORT's PROJECT No. 13D-10926-000 ALL-INS SHALL 8E TED ELM ITD NEEEDS ° r+ PaE APPaov[D uEcupwcAB ANcuoas oNc`C°[No MEMBER' E=E�EP IF IN N, F MNM PER Es sR-�o5B1 REou'REMEN1ESEE IEESPECCMB ANO PRocEss sH[ETs Toa saa ELLVA„oNs. �aEN L'OCC-Es-Em-r3°c) uvnv ea.i ar u'DTE(cc�cESHEs k s[cT'oN os so 0o FOR AODn'oNAL rn'scEBVNEou T111` 'V� s¢ annus resau'reEUErvTs FOR ISE N ore°orvcE w'TH'm Es'AD FEE mvHRRE BEEN FEET ED­recvE°�wcuores SEE OR LOT OPERATIONAL oNRESTRICTIONaSoNAN OTESOEN,s. NCB`DEllMPlIN H'B„HIN''N-Hr zoo fcc-"Es"BE IT IP � E I TO HOLLOW coNCRETE M111NRr/uNREmroacm cuy Baicu r5, i.DUR'Nc A a000 ca sTOR suRCE EVENT.Ducar�unNRv 6=u EN, POST-INSTALLED ANCHORAGE NIS PE E'LLED vmH screEa IM110N=,Rorv�E T'E-IN-11 1111-11-111-111 AP ° ° z: ED cwt. - wreH ScreEEry TuaE. TDRER.PRE-APPROVED ADHEE'RE ANEHOR of s s PE=N N P�Nore Pops-°`N Bi oT"o uo�$E,o Awo =E SHtLL IONFLCTI H T T T re - BT'INC-El Ell-I'll AND z �I/PNL'TPOo«sNr'LFLEDoa°Nno co"as RN Pa As NEE° o T �cc-EE Es EEre-4,441 as N�NoaETEE°DEEoROR TVTE"E o nnnnnnil�` N G o I-MME of HNI(INCLIDNI ENTL NOT TITLE To`BE'LL BIT RENT-FREE PEe SPECIAL INSPECTION NOTES HE R, PIE- STIMLSLEOPESTFFD POP D�COBSTI "NEWTHTHEof ORC ENao LOT F HEu iccREs ioEafNA� MlEl.LIEITHE-TRIPLE EEPFDT'c B e x U b THE nreucILLB ErvoNEEre TO TUE eu'BO'Nc oEE'c'A4 AacunECT,ANO To �.ypNNi ,�W �If{YWur 11 11 K k� ­LDIVEkj ,vHWI W w T.AND THE STRUCTURAL uPONMSucu wTHouT THE wre TTEry APvrewoB e✓THE sreucTureoB[OUEErSre A suBET TUT ON ROUE"Br THE cuNTRUTOR z DATA EOR R TUTory THE New°E vreaouCT syscF RE ORD oNBC°Es < RN[W By TUE SrRUCIURu MG NEER of RECOR0. PAMRPCDuR 2.sPECPL ry swLB TO SP cucuunorvs°ErnorvITw.Two'HP, IETR FPas[o E'TOSNRNWTu�'ary s SPEC*oTO re SH DE BUIL Tt EOOAL ErvaNEEre Eare mvrewaV Pre'are To corvsrreucnorv_ -�Io..4WUl UI- PFDCT SPEC'F ED STILL BE PRO NY EARNOS BE PEN PP IF THE-NEI SINCE n was THE B,,N%,T DEEP'E'E°To LE RioHE-DO OD NF ACE e SlLL ONC` TRVNMO DOWIA[ME EHpLB BE AVVIPBBE ON REouEEI. TECwrv'ous E N° CONMRACIOR U FRONDILL N (ices Esre). OEE'rlu.pRCHrtFDD ECT.ANo TH[sfRUCTURPL ENON[ER. LED'HE HE BE 'FILED ENL REPORT D_MENTN'CEMPLETN IF ILL IEOINED IPECEIL 1-1 lHlLN'PAlL0NPTR L12 NHE [51uAE EOR RENEW BY TUE SFEMSRUCnRAL ENc'NEER. uEUTURERs REPREOSEMANV[ TTo4 of THE Tac.'rvcxu°wR.aur MRACT rvm urnrts°TO.ENTS IND THE EOLLOwwR ssenoEF rvRNs N OF FA ['N c ry(uToes 4.sa o W r INIPAOIEN cONcaETE REcocN'noN. PRE-APPRovEN MEIHN'cAL ANaoas ry F-LE TT 4.4) O NewoE Esre((_ PEC Z *i�(ficc- s ocT)f c.rnAsoN11 BLEBB[�C�FEE R) Q N Q N T'Efecc H'ns4a) d Z � °_ .......HE TD4n c.w.NSaN un are ar E ,s o°°n'ONu w w O 'REPLETION ANO TEE Nc REou'REO By BECTON I 10 OE THE Q w N TEs-rNo Eou''ED ELSE_ 'ry THE oervEre ry LED.as r FEE reECO�rv'T'orv. Pref-oPPreO4Eo,�HESNE aNCHores NCBuoP. o coNcaE,E WATER TIGHTNESS TESTING NOTES _- ET Q w un-RE Boo"EBy Po Floo Bn TE('cc-Es-ESR- ") w w S APPLCDO Nm)E� HI FLY 00E CHEMNAL ANCHORS'N—HEAD - TESNc aE MG AT ONS ENNaONENLAL CONCRETE ETauCTUREE AND coNIAEN yE.F-ENE11 . S~ U uE csrvsre'cuBv reE�creres°Ta AS°rervE v'ry orvcuores suuE DE aDEs' -HST (Hr°reOSTIll TEs.1111LoNBONGCTcrvnn -Ho En I TEST PIll T' SE 'aNS z4 OND 2 s 11 wwVEo (~ IF 1 11 NC ROTOR By w 1.FFEETENEll LENENNILLY THEEOIEFEIIEN TP Al coNcaETE/NAsoNRy ECREWE SNVLBE ONE " A IFLIFN ELF TW sn/aEDHEa° C.T'IEN 1 s'„,P�ry s se((T 046 or 1 OS RECORD E-NO NO, STL 232 CITY PROJECT d 1 CONSULTANTS PROJECT NO, IHE ITI 10 11 130-10926-000 0o uook oo uook ,REiNE,111E T/T T/T '/} w Eareorv� orvo sva wn�Easov Ea EEP IErwnv corvwETE rwiL coNc.NUL o �=o 3 CONSTRUCTION JOINT AT SLABS AND WALLS — N 1EPHIN—El— IEE IE,a.<. Geo a4 s;aLe.Ncs. v� _- z No.Eo EN owosEN ee oma.a�9 o 0 0 nnnnnnil� =s B o �z sEE.> RD _ x -_- uook �HU aXm E1101 NSHER_ME o�M��DEL- —11aE oa aEEaw w(Pi o�¢; III,,oww ElNRoE of ooNa CONSTRUCTION JOINTS AT WALLS TYPICAL WALL CORNER REINFORCING DETAIL �4� REINFORCING AT OPENINGS 8" OR LARGER oa sTxE.Ns. c oa TIM N rs. /oa 'EALP NOT A NIRcn2111 ,Eo oN PiaNs REINFORCING LAP SPLICE & E vzEMBEDMENT SCHEDULE IEE 1—11/4 HN Al of o MN LAP LENGTH(N) MN EMBEDMENT LENGTH(N) o� Q LONG„ E111 sEaaN� Z w w oEEv sEaarn EaEON IDP BAII H H T H Fw Q Z IAEIABEOR(cuV.lN6DNDDDEATED BET—N w Q "NTiPT UJo Z Q IE—NT 12 21 21 1 1 � TH U O lEINF IEE Q r d IEINF BET orvo tufa w.TL oxT.s. IEE G_ k. Rou[o FELL PH. r U ?I TEo - E-EL _ r MI ERiu 3/a'ts"we ov - D NOT /T/P'io—N Tus NOT IT—EN TUE D—Nos sou of-Noato uoous Taau TaE ioiNcorvr0'M To tE T_E nawE. W SHEET 047 or 105 ISOLATION OR EXPANSION AS cored o—ND NO, JOINT WITHOUT DOWELS �� DOWELED EXPANSION JOINT �1 REINFORCING SCHEDULE N ALL 232 s ae.N.Ts. sa L N.�s. oa sca l Ns v PRo1Lc q 1e CONSULLANTS PROJECT NO, 111 1.NT SEE ocwETEo M"sa T. CIONL"A 1 3 0-10926-000 ONST"'ON ToiNT of AL) _ /4'o s csow sEa.wT.see Nmcs sleeves sIT" cINSI'M To MEres reIIEINEUENTs h - Eiu JoiNT vnTu N see rva 1/1 1,1101II of SEPTu 11 sties S E PVw COO roauso suRRneE T/T BA AIN TOO N AENTEI I.ON IOINT AT ON To IT P Mo oEPTu or siae IEE PiaNDONE iw4.uL soes 1/4 P.MER. I sovroms Ei ree rvc AT 20 N� ART NOT11 I DONT I =o QIY [nsr D2240)AILAAT'NENNE rr�ALS 6se)so P� N "E OIN"M oN2RETE ILL MON,Ns�,ER�T�No ua(o�MENT u�T,.EN P ZANT a"`*a s E.w, �°° ON ,wo TALLER Mre�E I NEI oN o ATALL BE"IN AD 30ON 11 THE 1 AIIIREIT MEN AN,_RENT ED M+Pi2 ATs°NCNRATE OF I. Ee2 NCO DEEPL.TUEDL`BA oERTP of sw,2NT ALIL Pe aL�c�PMTEo o�L oR�EMH,uL' ELEOTEI ATesoeo 04c a4Po#1 AIDE Iwo n -- Norc IECTioN is AMHAI®sues w/2 BATS of PETNF—INc �°,N°F"o�s',� ` °ON =a o s, TYPICAL CONTROL JOINT TYPICAL CONSTRUCTION JOINT SLAB ON GRADE PZ) SLAB ON GRADE EQUIPMENT PAD DETAIL ��" 48 04 SCALE:N T.S. EE 04 SCALE:N T.S. 48 04 '11TV N T.S. Poll vEuaw _ a 62EMENIAN 1E IT _ K oPELE,[)m''/TT.iE M4®02'ELC GW. STAGGER uEPVm 5IVo5 IEIFED ENDT T 2 IS PLATE IIDTH o EN Pw4 5E T/2'TU Cu PLATE o 0 0 0 ooRD NnEo BY �p �TyaX • �,TOOF—BEE_N, EL g7®Ta'� -6 0 0 0 0 0 0 2-0E (2)-11 coNT s/accoREo z U e a/T„is suEE eET IL LE aN o EA, Q 6 TYPICAL EXTERIOR PAD �� TYPICAL WEAR PLATE DETAIL PUN,nuow o a z 4e oa scue Nzs. ae oa sCue Nzs. w aTIL r "' va R` Q� IT o Q d et,r M�N_T sEe P'""2 sirLINE w 1 z j N 4%Luig"EET ET„ o r ICAve - Qr, Qw I'D wwd rTE:s Y4'EDP PLIE ITITl EN A-I r cn s~ v - --------------------- �� ROLL-OFF CONTAINER WHEEL STOP DETAIL __ F04 SCALE:N T.S. T12 ER,A o�T NA 1.1.ANCIOI m M sTo;;Eo"oL�° ,rp � w/ToticT`sTOTTEOE uo`o.s " EreP P,„,E SHEET 048 or 105 RECORD DISRONG NO, WEIR PLATE _ STL 232 48 04 SCPLE:NT.S. III PROJECT d PIPE Po CONSULTS-PROJECT N0. HANBRUE �SPAREouiR[reEouireEnnENis SHA h ' oT m P c BmT.6 T o revurvB eEo , Ex 13D-10926-000 PI � % � G i +oI a"`33R�y r ED NINCT'l' Pic:PUTE H�worevE nnER EFI $ren ick PLATE® TDwCE ore v Y u sTwre sTreirvocres) ss BOL�s CN°""EE —TI A . B 8)�34NENBEBi FEE H IT IMNIT FEl' E DE EL lElElE NE B - 11114 ELEETRIC °NOTE D ou�RIT m�" BN �E reEBu�reEo° °� o ETCH,�aEai w�. aj NOTED. ANP-Ru-uwC-EEE TB NIM HANORNE NANUEA-u ERi RE B of o s s o 'BHHBEBN :z HANDRAIL ELEVATION AND SECTION 2 TERMINAL CEIRTLOOP IOET SIDE NMOUNTED RAILING POST �4� TOP MOUNTED RAILING POST nnnnnni c _ oomoM�Nuou d�BE'NCTN onREaB dvT ANGLE . r�rre�To E�E ,�uM.sR1NR�R sire PONENTs s+r((BE 2 'ECSE C' REou REM- EAreN owi_E <,NNSPoMNuous - wiNunM ore suN�sT�E� c> �B�,,ENNI TE EEMTBN ONNERTON \�° lllll�ww r REE CNE E BNB c ILL N -EEE BES IEE PLEN >e " ENLEB B HER-PE ®,E O.N.To k BBT_ENOTE w. E oN RENT El RED, a �NBBETE BEBU BED ED,'T<R EN E NOTE TSR°R)NBM,-B BN NB<EBE BE w� BN NB< BP BE w� BRATNP BR CSR BN BEAN o � a ERP BAR GRATING STAIR CONNECTION DETAILS p o SCALE:N.T.S. !�9 Oq� S3LE:N?.S. Q Z �< DOUBLE ANGLE CONNECTION SCHEDULE ns va w o o e IBASE P e PNCHore e CCH-N ..A.. .�. A. Qr� d BEAM ECE LENGTH E'L' NBOLTSre"oOF PND TYPE T/A Rin E Z> M AMELE /C- > R/e Ya"m 0.l2EYN �y^ NBTE BIArt HBBH AT CBNNECTiONS TO[.ei-TNG CONCRETE —— d LrJ —E EE w w d Q W EC 3' Noll✓-9�HRiNv GRBBT uTERNATE CnON A iDEB. eEAnns urvEEss svEOEic oErwEs core ANNOTE Ol -of PLINTH 4 BIER,5.5,Exp. 4 BASE PLATE.SEE ANCHORS(9"EMBED.) 2 DEIN 0 RM SHAPE o B ALENT B oN WELDED N.iN. E EUE of couco TuiwrvEss.C EBR SUEW 5 BBB o3/B'LIE E NOTED ECHEouEIEE E BouBLE ANCLE BNN[CTiON.U BEIMo/ore cireo Bre NASPPEre Aisc vnH 5/A,BT`LRwisWEEos D w coEur+ry eo Ts.s EE swEouEE Eore ANCEE ss ACCEPLAeEE AT corvTreAc�ores vTiorv_ CANRoRo E o� LENGLH.ANB BBL,owNTBv - SHEET 049 or 1 OS sEE B aLr ANOLc corvrvraiary —ICHEDILE SE EH1'/TO EC�'iSNNa C�BN SCFFIAE) RECORD URAWINB N0, TYPICAL STEEL BEAM CONCRETE TYPICAL BEAM TO BEAM OR BEAM TO _ STL 232 �\ CONNECTION DETAIL AND SCHEDULE �� COLUMN CONNECTION DETAIL AND SCHEDULE BASE PLATE DETAIL B (o ANCHOR BOLT DETAIL SCALE.P.I.S. scAEE.Nrs. scaEE.Nrs. SCPEE.N/s. v PROJECT N 'R GENERAL NOTES: CONSULTANT PROJECT No. 130-10926-000 z Tore nu 11 onu,E.IEEcreErycc 110 I'll 1-1 IRL END >' E o ON ary Ory OTT EN�IIEIS 1.1 111101 oENNTEs RONNEory 10 eE DETERMryEo Er m00% <oMRaENTOR ryT ryaEa�o coo.oN-D aE Eo,ryMry a.EE I-E.No o @ mol MER. 'ONPON_D DINOIII <o.,oa " ..roM�.R,o EROTE�E.=,ryM=,Rry�ryREs EE°REo0 .gory ------ �RKry.�aE — �oTry��rya`.E`€. �—--- 6 EM oryryry..orys o L �re.�RE. L ED a ryo a�MR�oRE.EEE DET� To n ——— L------ ui ry.oreE.,sryE<umEryEPreEE.��,No�,ary .E,o " 0 of AaEo N.ME EE ONE I NOTE I o _ . DO c _ D --- a L--- REE CME s OD o N " 11—RIE E o o AND ANCHODS By � v c E.P r e o LE"' wiEC INE 'T. ... d4 z CJosEo TEs®e a Q o ODOE_0LNllNL ON Ti -- - azN oz— R.rywar E,E Pryre- E CME a az �ryreKo.ss e r r d�, o-A " L S L. Qr� zed L wiz < -E - o �dlINEOlE—LLI www rn,z wp®,o�El,E,. s r Q r IEE—N n� = in BAR SCREENECANOPY ROOF FRAMING PLAN ® �� SPREAD FOOTING SECTION Ms SHEET 050NorN105 srxe.T/a'-r N s�aE:T/z"-, o core oreaw c O _1_o. '1-1 ALL 232 Sz,LLE=viz -o. III PROTECT N 1 QI GENERAL NOTES CONSU FORT's PROJECT No. 101 IINIIIL 2 ry z Tore IIN 11DETxEs EErecrvcE III I'll Ool 130-1092E-000 i�ll Da IE LOT—NNrec,cre,a,',E ev E. Eoa EIDIINcu aND ac o,ary NIN mD,orvu ore suv aM,EL oaNOT'ET o oNsiHECD &2 DoaDNa*Nc,u[LINSTHoNs BE y v:`; g® ,ESE,EMs FLOD,D \� RrnFIN OND coNsrRuc,oN or TUE ' t a roc,uRER wD DDoaD NIED ev — _ corv,reoc,DR o- ry TNc —MINI eEEaw svaa E' I FIND-FOND cooaD Nn�ED Dv coN,RncTOR. Eco orvu Y ERP R E DErva E2 DMErvSDry D aE EPOPED A aary r� CL — — E,s DPENN EPNE° o o- - DET„E�;o4e1°DN2 ND=DDION,R�,DR=.2EE o m ED 'DRD REE TIE TID 11-NN ,�a E D RI—IE rv,�E=ERDry D rvN�Sa DR DE,<�DE=RrvP,ED ��D�aE °CosD'ToNS aj TO D NDT N�E�� SM—,a LE— o TEN E DE sRry OL'R RECORD DRI"N�,RE = Cl- — Rsa,oN,oP=E�= NERTORE,� a. 01 z NON �. - --- j ---- H. { TO-- _ r Tu s ONEER o,REODRD OF FIR�TO,O s oP REE EE 3ios, KEYED NOTES utOLE m c C. REM-E E,s Nc.-=TE JEmEMND suR. � E=EET D„EOR DDTDN DEMDETDN,EMs p ull T,, E IDE sEE N�IEM,�rv' s�N�—INC MR REP�E R E oF2�Dp 0 0 INFLUENT LIFT STATION STRUCTURAL DEMOLITION PLAN ® �� INFLUENT LIFT STATION STRUCTURAL PLAN s,o sra2e: /a--,'-o' s,o UEL2 /a--,'-o' SEOLE�/C IILI >m wz J o L w OLI,IT d SEE DE,a� 1aE R wQw oPTBOT�,oER 0 ��aoR4sE w MD�E ET .�,E. Ta�,z D a wa. Q z w �2D2. rvPPN RDDDRaE a�� =«rvEE===,EEE F EL =EEE 'FEE P�1.. ca w'T s3,... M� m o Q w DOWELS TO NaT2R ___. --- - — o Wt RENS- ; SEE I 2P�ND wav,Ea DruE (Tw.l "m NssosNc / #ani z'a.c w - y T ca � P-MENiIIN e cuRe, a EotE (T1Pi) o o W V s<ND I'E_"� e �' 'ND LL FE, o EE see N EE.51— Z gra REMOVABLE RAILING POST L11.1'o.c. ,'-a" ,o' ,.-a. ks®,2"D.c..rn s,os mace," ,'-o" ti S SKEET 051 or 1 OS Fp INFLUENT LIFT STATION SECTION 4� � INFLUENT LIFT STATION SECTION ° a N _ STL 232 i Ds scuE.,Lr'_,-F.. ,PE,iz i os sra2e.1/C _,-o s;o<E CITY PROJECT N , 2 GENERAL NOT EvEreENCE o45 aeo 045. CONSNLTART S PROJECT No. sn�o 0 2-,• voa Es scE Pw, ry 130-10926-000 tk1 z. TO, 'T_O o Ona ,reel o,v. a.reEEEe To Tref cvE u 1 �TreE� N PE ooTa�E ore=1P oN NOT a o�o�o� OWE NrvNNNT EE TEM=PE Pref° _ of re NET",ON N a IIIC E BE �T �R oso-� % % ,J 4 EaD'ENO�arvuioOPureErerenrvoECEoareom*Eo ev A EE \ - corv,renc*ore. Tm arvo f Ola" I—ENIEo er IONTR,eTPD �=°u se 11O °�`aN a ° C'00—ore Preore To EaeaoaTON Eo a+.reE EDE _ .Y aNPT 1-- ona�`iosi`re naE°ios3�s rvc o BPN —ly TIEre T oaaw Ncs N uE aaEns w P cTHE EPI Z m IEE°Etas P.41 TreasE oEmreeEo ry THE sEc,iary — J 0 oe I.. twoa Duma Es 2aN�w) arvo B-111 ' ��ryµ'IIµIIt To EST /A\ Tao -El' uE eoo,s 1111111 II�IIIIIIAos E -m ossa rvPEcs of El EL } orvrvmT w mss' sa Es(m-) Illlllllllllllm O0. oEu �rvP) U / o s u a � 0 y DET"'spo,s Fol eaS4 PETE PND . PPE Si oS a c ereNETa� \ lllll,o�w oEsal mP. IETIE Orn "_E,lk� _ ,.� - c e — GE-NTE PP'TEss N INFLUENT LIFT STATION MONORAIL FRAMING PLAN ® �A� INFLUENT LIFT STATION SECTION scue.T/a'-T-o pg se os swEEa 1/4'=r-o` . w� z �o EreP 1 TNN refs.PLIN z o ET o w 0 Nl.TNN E-EN w z I S A NET E—E 1-1 NE NT re/N.a E w w z w co m, o cNrvT w o R Ms N-spas Eacre w> Q 3 ��o Ell Es ` �N rens TOP Qw reNwLTIBP / w Q o L11 ED creom to EMEEo.T a — — sNN s E_P " 0fED-EL LN o z� w o ,z0.: o J 0 0 z ENNEre, — INFLUENT LIFT STATION INFLUENT LIFT STATION �s SHEET 052 or los PEOESTAL SECTION �� PEDESTAL SECTION core°oFAEONo NO. scPLE T/2"=I-a scare.1 -1-o STL 232 - C11 PROJECT d , CONSULTANTS PROJECT NO, 5 R snaiary 13D-10926-000 p 0Ua ee-1Ti21111 iT1 EacT Pocoor 1z/s1 RE /sk g &g6 y k u u o }I 1 T o[T I /4-To a i I I i cowry p � soc G so o v EroNA —ETo E eE� IEE PIEN aoa= Z R� EL - - 1111 T �. es.EL T, - - -- - ae���oaTE ��, —5T -E E�l E I E 1QE I e.e i,EI —s' mP.i E ET Fare NI IEEDO oETO EL-p EEE L f PU roaa o s,oaeIEE DETI'L o 0r a Q u c. �Wc aTs aTs cuoR oovLs `IMI i7 lk�l-W EL 5llIET I LL U, EO1"Nc L "TON N - IEE veaeEss - DEE vreocEss U o INFLUENT LIFT STATION SECTION INFLUENT LIFT STATION SECTION 105 SCVLE: /4" a 105 ScS I /4"_E'-o stio[:i/w'=i'-oSte[: -o. Z O o O w Lai z.a =i x e cMeEo jcuoass(as" s�siNo 1E IIN E w Z J i r OI N4 E- — ENT PuµE ns seowry NEEDED cIIN uNEO EMeEo.) A.o ss Exv-e 'Yz" Eki- w Q ri T/e.s -�iYq" wEL Ta we Q d r O - j roJ'L"+/ ' tiwi[s-clan v[Ri wa-sEE awJ wa-sEE awJ Z NICU Mea<TE cM1a wLL.EZe IP47- "L seLLT 053 or 105 COLUMN STaRAP DETAIL SITESLABSECTION �� BEAM CONNoECTION PLATE cored—IINGNo. sraLe:'- o,ice; oma' mage;' pia _ STL 232 I-E,:_:-o —LE 1-1-o —LE 1--1-o v PROJECT N GENERAL NOTES: CONSULTANT PROJECT No, 130-10926-000 2,ort cwau NOTEI.I-oaENCE oas allo oas,1,lol ups oaao DETELS aEIEaENPF ogre Turtu 3 ® oa i.•T\�� v`en M F IIE IT Top _ RNP. _ P.IT see suet. rre. ev s,aa aTE sRuc.ua reeTe cwerenrnno•es nrvo uoeTn�r R gar.5'0 noN-aEE.cm2 ares secMSPEI uuM - Mwaom a/on�wN .,� PEaiMETEa or rrau«uaEs a. �sw-�a ory maJ E 049 w/(e)Ms aEa�o w/ F-IIErt allo cooaomIEN e s/oafs Mare :. wmreuvore. o NGS iE a1 2 Z% - areourvo rvTereMm e DE E sraa aaoaa/_ oreorevc reourvo er sare eT oas m "a E ratioNq - e.1 oervmes oMsrvs ory reo es onsreM rvm m c Eou PUENT EIME OF -- --- ED T. ooaoTes ouervs ary Ta ee aereem arvo J Wi E Sias To cooao NA�Eo m coNTaacToa. _ ELI,so m o orvaE�NreP�sre — E PRO reerveare e mu eMEa;o E R o o DEI — — E/Ena,oNe P �Es=E reE'T -o m�Tary ae�e rerery reeEeBI epos wire = TIE NEc�N E/ECTaTa/ON PLIBENO SIac�NTa,CTaas SEE EIIIL I/oo ¢_ -CE) �2TON2 rea oETa/2 oE2 ATB o, /0"' ree eemarvsE o o TO DE"BEEN TEIE oNOTON=aaE THE =ME To Treo 000 PST ; times-MNUM EC-NS E reea BE AL Te E DO 0� 0 %oae U Ll ( ' NENE-rvmes mre aooTo-i I-EMeNTs 2soo PSE-- - 2EE DEIINIOINI w 1111' 'I''0 ;� s sio,�¢°,oT�1E� NausoN NsaLUTON�"i°`NEND `WUIIIH,� o ILL Z` solo ore uEwa.PaaeMeM. ERE ao.�aCENT reo m .Tua 0 Elic T5 t GEE 71t� O � — — ti°m — � LEGEND on ocEs wTu O °/uA`NE/D aEa/RrecAor BcwsPoN"WEEM LORD z Q T a o P wire ao,reansrcre Pueoreu Pere THE d vere ry oPw�ne meow Nc caTEaa w caT ON '� woau D MELL NaM BE oEoreacreore ev a IEIINEo c Cc O 2500 PSE BY TUE CENEau CONraLTI acma. Q Q N D ED Z P) oa%o4� orrsacENT scT MAN, o x�u aM E d w TOTAL can O j sETIIINII of r w ij s reuc svcc,arev c Q r� m ruluaE reEaocEu ;, _ _ _ - -- -LTEa*oa sra s s oy Boa w O w 8 srreucsurec _ oa TUE a caoun PaovEUEN m rewicu acv cw ar Tuc crvc rvcw m m Q r CC Z Pao:sE[a%oaere -°' a saccury oaourvo MPaovcucrvT o w Q O a - - - - eueeoom ware Purees ssr - mNTreae*are/cIND M 110INTore sreuc w c ANNveIET oN _ Q - - w/NreeTo MAI o.c.s.w.TOP sDET-Ml I BEAT EN as(SFE snEPPwa) r O ourewa 1orvs111-NPLATFIIM AN PEI THE IEIIIIEPMENT IF T - o a Z sysciuT.oreourvo iMPNEEPOENT coNI-01 Ll I MN ­END oBoHND INE-11a1 sreucTurees ano ruTuree O 4 SHEET 054 or 105 ING GRIT REMOVAL AREA FOUNDATION �aRSTL 232 ,11. e I-E -- v PROJECT N 1 GENERAL NOTES: CONSULTANT PROJECT No, 130-10926-000 NI 2,oR cwo Ru NOTEI.I RENCE ons Two oas, - 1,lol cos -1 I-Gs REEERENIE ool T111=M 1111E�IPIPELIMIWI�E�NIN10"IMIll'INE NOT s. C-DINAl NG THE L"TONS'D DE-S - _ 1-10R E N'DE N re NOPE rwo NLNIS ore 5$o y.. _0 C-04/on, E. oNc R > T mEc. _ coNiRu roc,urecre orvo I-INNIE re o D NO EL.-uoo c'oreown ED I IOED NTre„c,ore. J3 e5 DIRE ITC ITC oN, mes rreP cw.Twe svun III - on u ns olos RrEsMEosrese� Now:e) ore CONTIOL LORDLOR . IIIIIIIIIIIIIIM a N ..._._.............: .>u�U To_ T/R'meo rrev ewere ary 3 sues To ac I.LID TIP IEE TE 9 vurevo�LE)o oR ourEsis PNo ODOR CONTROL -, _ re , SEE NOTE a T U suecory rexrares. / s 4 X° aE X'IL IL re m Tree N''REcs w Dee-Al vmeree o =.Ee Eo DERE RRER CT _ 0�RR RE A RE aNa ER rPc SEPOD TAN RR,��RE,Ae pPen'ENER mp coNATANs�E SAAR TA Tre re arv' o oeT<es. SS `ESUS R"Is TA Re T ren„e aFIR EELR NA,E9 EAR ”Ess.; AA,A E R'AAREA'rvT' E PNC ENI—NA,Is EAR�ATAry 1-111M'NTs R EE �,05aRoaA oti REnAIO. ¢ z .. az wQ w �w Er J w wo � Y 0 o d m m o U w� w SHEET 055 of 105 ING NO. HEADCELL UPPER LEVEL PLAN A® e r' �RGSTL 232 Y _ GENERAL NOTES: CONSULTANT PROJECT No, 130-10926-000 O3 O4 z.IPIEENNE-NOPE=.1EEEaENCE oas-oas. Sz ls� _ 1,TOP EL E,111 E', areo EI-se IEEEEIENCE oa Ta Trepo -- -'IME saEc. - -- -- =za.00 c E1. g¢ E—DIED TEII—,NOT DE ED ON 11E 1111111L D—IN11 TIE P`��IT-Pl 11-NE IEIIINIIPLE IIIC uv r F01 y5 Y u 'EM,""TO 1101211TIN 1-11-N of THE IT11111E. 0 65 are -E GENE-NOTES-reETUE e E oN I 1—M-1uEacmreee alloDIrooreomaTEo s - ---- ------------ l re- reENo,EE ONENEON To reE rer- N_ oNre I E�E�io reo rooeo sr coNTeuToe. �Na �EE<-ID Pi suoEE reEauE o re..,rereTre rererereEre ENS- T nnnnnnil�`' e.uEmcu suREa o.c.•o"P a'em. sureaoNTre .11 SEE EEIL 1/o'� re C w<. 'HEE ,o-reo`2lWl`a No Pores NT T reEre ` eENEaTre u1 Eou ar�Ew.To uE reu, e-cN EEEoo,ONE ww�- uTZIre uJN REE.cENEea<Nines T TO x allo EorAT ON of a<E reousE aNaaos'w re IN EPErer�T ONS- Tref EE�oNa AND oE<o�- sF oEmreem v :.PrecoreE reE�Ee,reo roar ON TwEEN 1n reE Nr. ,IEcl'Ne oR ovals oesaNaTEo a'Pca o 3TI1.IND uaaoreaE secT ON oR O IN oTTRE Sc DIENER IIIIII�� s it =cure MEre Tref rereawNres-N IT oreE,�umEreE p cHE o_NS ANDti,care o o N o NENE—N�E=Erere�reTreNo Llre �ENTa reTE reE n �re�Nre�=ETON=�o�NCreE,E=EE m , a r p o �I I+ — -- — +II z sQ z o�.o _ Q EPILIIEF J z www o Q� o zw wQ OPEN �ET Q� Q w� w�- 0 o m Fm ET P a NPTE=a TTIP;NER seEET 056 or 1 OS cored oreawiNc No. N FRAMING PLAON � STL 232 e' sc� — v PreodecT d 1 1-11-5 PROJCC,N0. 130-10926-000 l a\ O. SEPw� - - 2,'- - E 12 2 oc""rePms® S •�e e sono Ea rovEa --(m1 , s SEE awe(*w1 s[[a 1 101115 N-1 raa 1-1 ns ren�rvc Pas*s ��2' ~ .21.11' �..._..._..._... ,Roe d.o i`1;.P [[E n 22 o P�Erv= re a o m o IEE aeocEss� s areooEEs T;:P-� s `EE 11-11101 1 T11—El I soot y g m 1mrern so en rnnv eE cN1a` E ,°viI'TE—NI IEE �sEosiwe ti o �. ° Exa _.ENEHEo sa ofT �� I ao(IEE 1111L) T7 ��,ro lU~�uulllll �Q� LL .aEE��Ni�rvO— n 2GNC reE,E_2 Ere _ --c1sH o a�aE.2EE aaOCE� #'.6.02,0 a aacEE2 �N 2.a'E_:Tpi - .._... o�TI 1 N II� o a.a SEC30e � . 0 o mar oN d w a Qo �z> z o� d z Q a d w w www 0 = a � s 5 SHEET 057 or 10 5 RECERD -NG NQ v� STL 232 —E1 -,-o CHIPeoaEccX , CONSULTANTS PROJECT NO, 130-10926-000 scE awJ Ova.)' scE ai ry frn_l�' — s�l�u IEE ate`NEPEP 'EE a�ITIV sECT ONI �inr E _EL.z-zo — 1.21- oI N Ra �, o M Pis EES ®,�z 11, M.IEE CETE 111 I'N'11 1EIC'PER ere®s' 01 1 o .Ya E eeNE cLe. t,ra-�L woLLI N_T .11 nT*a PE p,rP.uE wuEs u.ao.T reE�Nr. — ION a®sED M X s. useLE11 M.1 d aiasTTIIECEEI au coo'_E'Ere re+coMre,,ore REE CIL I To TCN I o 0 �0 oT — LIF,.I.N...`a 3TIPuN oON iiw`� NTE PEPIN.c"LTE o`a`N ,a o aRareE Jaaeox ENINEo cRwEvv+asv'azal z �� PLAN DETAIL — GATE BLOCKOUT L an0[=Po s os mase 1"'=1'-0' DO EL III EL,111 U i voTNEEarvlUory TO ISE woPlsEON pouauRE ��� 1,1PER I uEwr IATETTVP�J I—o PIT0 U i D aSaLCET:IsON'=r—owSEasCeT:I3O/aN=r—o" v IEE a L T Tore TrP�� c'E DE RE�N�o.I Tore,w�NaL m w 0 IEc.EN muaE°a"moo PwcaEee allo aeuc d wCiscLENwre®c ML pe reuure wC iav LENOTre®s Q g V'Eo caNaLEre aHo aLNa o�ws,rereE,.PEo coNaLEre,wre aLNo z w z TIP $� > o 2 d g IEE IBLE T Q Q I� IiiI ru,uree w uL Murec wu L = SHEET C Illi L PLAN DETAIL — ADDITIONAL REINS AT FUTURE EXPANSION se�Er 0 a8 or OS sd � S;ase.T—T—o o iN NO, ET STL 232 SCOTE v PROJECT N 1 CONSULTANTS PROJECT NO, 3 4 130-10926-000 1\ — 21 U EE k 0 ^ u Y "E: SEr Pwairva.Te �o (S b5 ToPToa a 10T.w/%a I 2 c lIoNo wt. oRlos E a a two n oOr III - - - --- - -- - -VETO' .00 e� regi oigg o s nnnnnnil� 1,DO, w/ m o m a NlsrereRaR�,OO.O. , T,T,moo e TE<T u,Rr Vis- (STI,areo 0 m y 0 ,w ca sau Nc 11 aT �eRw,ry rer-;orvry �n a Toa&eoT or ceL urnM 0 - -sEE PiaN w oow[L.ua*cu o�v. IT 9 oLu IT cr+ry vraT a&rvi zE _ _ 0 2 s II.N DINT see au ��I�pi7GN'w" aX� c e SECTION o � cau aMcrvIuous�aEEPNc am.sce 58 05 SCALE:3/8'=1'-0' O `c Oa (:,T"":, ) ¢ > E I m T rvac ti vro /— Oae � 'a JT. U o v vTIAEM IEE NET— v L z J Z IIaT DONE reeIT o EP, w Qz SE OTION w z _ �w �z> wo QQ� o �� oQ o C SHEET 059 or 105 RECORD E—NO NO, STL 232 Iree/re-,-o v PROJECTN 1 GENERAL NOTES: CONSULTANTS PROJECT No. 130-10926-000 �. RDINC THE w Dc I TEPvre avren*ons Na NOT OanAOE oR ON THRu ExsFN I NEBAN 1JI pi i � reEaureEN uSE APPreovre AIE Nory NEsrreuC DE r To EEsr rvc K TOO NCIETE DEPAD arvs E a[ `E 11 IoraTE E �o�reo�a[ro z Tare.vmrex rore c EETE T"T s TH NEsaONseLry = &2 J.TEMPONARv SHEET Nc.sreoR Nc wD eNAC Nc To -- sToezzc Tref�srvc srreucrureE ou-E M 1 eftO`= �¢ coNsrwcr oN CNIOER pp%upuE aA NEo rrvLL ` z r I_ _ s*arTHE rv��O Us con*axTDas arsaorvseLrv- 0 _ a ruE LSTILL ENc ry owFED TsNcnENcIToNODN'RETE 0 T ] TEs`NN sENHers w corvcarTE McPP rvc SEE'SCOPE oT wSHE Tore O F11 TE TEST rvc o v 4 \ ACENERA ory TH s SHEET Tore TumHEre rvrD.T 5 Y u I s s THE EvawnJ ON ev TEs Nc ACENCv REsuLTO 6 T - - - HDHED F-1TEs aT DEPAres THAN Esr MATEo IN asEO ON THE""T oesF" orfs o a JOF PE-DEED Nure Na THE SITE PAT FN 7 1 1 W os/oa/2_Cn_Tare_LL c L..I ADOTONAL NEPARs AT n aNeEs o� �I eD EN,MEN�s Tore lsvECTc um[o oN p THE ref Pure 11Es NEIAM SE ory/scutrvc IN x (wrvcreETE wrvcreETE J d �I OE E Nc).Auv SEE lMnAT ons aT vsuu 11/11/2 ONS 1 NI M E By UW ON E o2/o4/2O2T"0.s DOCUMENTED IN THE NmEs - - ---- HEresory IIIIIIIIII�y„. - - - „� IIIIIIIIIIIIIIAi��_ 3 0 6 ���i����'li�;�i�i�i�i�i�ir;�i�i�i�i�i�i�i�i�i�i�i�i�i�;�i�,X \�9N vl V V V o x w e 0 �� AEROBIC DIGESTER STRUCTURAL REPAIR PLAN ® > € smr KEYED NOTESIEE: ABOIN-S NI FILLY EMPTIED.11 1 IE OF DEIaMmATED ra Lr NNYEa A IN/ sI.�N cNNLD rva,NE�suPTP._EHAED. THE EM�RETv or,HE RASE N,rvcreETE ANN NDrvcreL,E sP,Ls. oius�PALiER G -DO E uLS uP�/o NBA Fy 11%E w ANN THEIE—E,Na DELOw creourvD sreucnreAL ELEMENTS—E OBIE11D. RFOONED D Q W ID I IF IF INY ry /a'SwiDEP oto UNn PRICES J DE—DI D/IPALLU—ANON PAANCS SAND ELEADFIRR5. IF lKLE stns AiDry/mALo reEPAire PEre IECo NNreTETE� vreaviDSD Iry THE ensE NiD. o ETAFL BE re ov/0C1121.IN U NOCTMENT THE"P7 MI E L"OTO 0-NCH ON AnEre A MrvPI reEPam TreoM carvcreETE TESTmc Acsrvn is AVAiLADLE. DFANN �LF OR Q Z S THE—FICE OF THE AM MEM ONEDHE"ED TAPPROET(CTJENOREDFEE, Q U BE` A SPALLIN IDrv�/svA ory/s PA r-d Z THE REPAIR PER u[vE)NOTE $HALL BE PRONOED. (/1 `DAZENT -DEPTH NON-DESNNUcTvE ANO—TiILLr VP/DOwNU eE Q OESTreuc�vE TEsirvc. 'A'"SETEO Z 1 Q AN)m w O ILL 8E TIED 10 EAILIOIE THE AT THE uNN PNiCEs PNoviDED iN THE ensE DiD. d O w Z OUurTiry THE ACTUAL NEPaN As%o[rEcosrA Q ouAlniTiEs. cEFFEII ED—ONSNucTiON. 'ow HAs NEPic�ED HEreE AT THE TIME oT IIEMOIEENNNI MD IN IE E EOIATNO CONCNEE suN U Q - PDmiDrvs or Tur s"CTuar wweu wrar iN"SSELi AND THETIE I EDaaP[a A2 - Z r- U FEE: CN PEE Q LAA 11111 NOTE 1,1l O d IEPwre(rI—D NOTE 2)As AP—PNIE. �RA=kD A DFENC THE`E'ET ON o2/o4/2I2' z/oa/zorz C�uN DER/1-LNIEPBasso I-INEO Rro Q OPIEIIED 11 LE-11 11111_H�IPEIIED FFN DE LNEII (LE). CONT"TOS OFTEN ITT MET— CreAcu oN/sPu ACK I IN'INIE PEI LF 01 1 F.1 BIDDIN. N"os 1, RncN IR ECylEl *o1FOR o00 LI-I F,N ys EOIIIED- OF LL E D re ONIT/3EEE IEI ClNll FEET A -IH SHRECORD 060Nof o NO,05 FEEL 'LL BE eEYMEN rvErED NOTE I.coNNII RSs uL PPONDE A ° _ STL 232 I-uNIT PRICES PNNNDEN IN--1 NSD s­Tnre ClY PROJECT N 1 CON SULIPM'S PROJECT N0. 130-10926-000 Ihj�2q ol_ �e CNn(KNF 11-1 ( 4 4 ;I N RI cxn 0 � c a 9 ,F Y u � C ^� m dE. b 2 Illlllllllllllm a1 0 1IkP1 lRII I1t1(N:I <I'll Kl oRnncTloN ,.,, .�� .,Paa` w a � a w r TO v a � 2 � is no y �T JILP3 fl)1.1 N F(I!J f)I 5 L ro ., INTI('PON LFOXY w d w Y 6 o z a�� w - ��,� � w w� SIENP2 SI JINJI ��� C' DAIIAII f FI/(LRK Zr ITJLCIIOT POR'T'S - � i b (CRI o ice,I F Q S SHEET 061 01 105 RECORD DREERONG NO, STL 232 v PROJECT N 1 CONSULTANTS PROJECT NO, 130-10926-000 TO 11\ �c 0 r w a XXX F m , � y o r �n F 0 - �'ituu II II a x 3 `a TAPRAE CONCRFI F REPAIR RETAIL FOR N'ER TICAL SURFACE WYE'HOUT A FORM FLI.NATION ❑ a N O c u 0 ¢ e OCa p Inx C O C N QUI z -'- .., TT, yAte/ ,�. .. w d O W W p sa..rs,� ., ��r ORI AILI e �., m� YI( ) "I All,I'OR W EONIRHk DSURFACE\II HOU'I AFORNI '� w �� SHEET 062 or 1 OS _ STL 232 v PreoJEc�N 1 CON SULIANTS PROJECT NO, 130-10926-000 DE ED n w r vc w r,avr SE o e _ m DO o r „ o, s xm < uuREI REPAIR DRI.All,FOR g � u�V.Uti� 40R\9 AND POUR SURFACE 11111,,1 a E �o a � w G r oco C �N � wo, % �w �w o i 0 6 'a lo F en o F rc a Q d m W rrrr DFI'AIL 1 Z Q i 0 o O 11PICALCONKREIRT RRICORDHIOUL FOR L HORIZONTAL SURFACE �r sora*r.r.e l3CR2 Q 5 SHEET 063 or 105 RECORD DREERONG NO, STL 232 C11 PROJECT N 1 GENERAL NOTES. CONSULTANTS PROJECT No, 0 130-10926-000 ELEMENTIIONTII s reEsvon FILLv. ENPPE�E s 2.-DENa,Es M ENSiDN TD DE o coDM DTEo ev �` g EouiPM[NT MANUEAc1uR[R ANDNR ,D'-a'^ coNTreecrore. -,TY-.. s_YS _D�NATE2 BY ooNTRAo,oR re�E�ED AnD 'Tvim �'- KEYED NOTES: 0 a p 0 Ewsno Ew,EL ore cuu D,Ock AV Ano eMu 6m Pus1ERswLLREou Rnewsp�o EwP`ILEI IAS o ay Ano DreAc nD unTL A INAI ED.� z ACOO ED SOFFCs«ED TO m �„1MnNUM 3000 �°�� 1,TE o ANN—INo ARE ns IIIIIIIIIIIIIIAi EOR APPROVAL DE SGN[D& o —EE 1— sraLED ar A PreO,css INAL Erva rvEEre Lc[rvsm u�U CONTreocTo ET I—S(Ta DE R2,AN2D I m 2.CupoTE/DENOLII 9 /2 sIAB DOER GRADE m BEAM No NOT DENOL S,/DA—GRADE RE- 'i --- PRESERVE R[NEORC NG Wnu N TUE 4/2'SIPS U1 -- - Nc OVER GBPDE BEAM PME ROE 0IE_ BEAM NTo TUE 51PB ¢ 2 U NoTEI IR�uUr a Q �JprrQQ ppry k}.�X c �i P _. LEGEND o e � v LoExN > E ,oMns BE DEMOLEsD EnED s ETD°oreaD�EDE U wTB z N ADEEEui/wuLNON s u T °L _ Mn�o« L.. iwAL P DE M/_. Es`reEE _E z PreESETNo�D. REAMI-LLL To RE o a .B0RADE o o c z zd TY o0 z w z 5 o Jw 0 0 0 a z z Q Q d Q z w� s o � J z ® o SOLIDS HANDLING BUILDING FOUNDATION DEMOLITION PLAN w o 4 SHEET 064 or 105 RECORD—ING NO, STL 232 CIYPROJECT 1 GENERAL NOTES. CONSULTANTS PROJECT No, 130-10926-000 Sia/el.re 'IT 2. ' DE-1 Euw INNTRDL .IEE"'E,JR NT. �2 TP By CO. „>-.. -CD:o DrvT ure. E TUBER ND ORDINP,ED By v m O OORDINP,ED Bx BONT ADB reIreEU IND DID AL s,PIR-1 ExEE s c�oiEEls N s oT ,EMPDRPR c IreoRNc PND B ERNC NG TO LM UU UrvE ELLE Tre RUreE p �E EULL.ERE"ETED,"U rvEw cD E�MEN,E���NED sv�s,R cONTRPnDRs RESPONSBL,v. e E ue s.ADmFN E�s Nc srEEL PCcEss I yATL x 0 ,wOUrvo Tref EL,Ere PreEn wire M PLUMrvUMiED OR EBP wuxvmx. PmEss wPLrvwPx TO BE oDUNNEDIDo ED y NuuaRPRFM m: Ell LIN OF C y EL szc IND sEeLEu ��• To 0. -0 0 o e NME�EDE`oou oRED To ooB:oN REouRENEN,s°ury g j DooreW EO EOLDEEL u r KEYED NOTES nnnnnnil�`' stq Ex s,rva ExTEre ore crnu e,ncre wPu PrvD Pus1ERIwLLREou RETEmPORPRV IreOR Nc n Lza. mNT1 Y.1 HE TYPCOcPUDryunuuuAe in ' L P R?'q r IT LN Ecre)EN: 2 IRE 2B IF OF- � + DrvT ,x BE re PNEo uuuaX oa ED R D1 LL BE INED TP E r � T ��D 4 DR;° lull ow BE L""'ME 11/11 �P I,M'N reEre TEN,EB E E� NER EED Dry��DE reINE re 11�LB��MD� re w<.TOP POR B�RREa DIF—M, re °� 'POE vECED N DEC— E w,re DE BEDT'ED, ILL_M NDP,DNE N —1 - DP reEB re�L re E,,/L MN cL� —HIP OR wPLR�P�EL z,DD Fo DDwELE ILS°°e IN of;ore„Eu EPMMUL us Na DE vEm rx zO TE frc ICE NCRE[9Lrv11 LIMN lE—TER. PPORT�O(Tr�P.)E Tree#6 M 6",/2C,�EACre z ORs BY M IUBOR 100 Iu EE WAv TOP TDP REHNz suPLL rePVE i cwreorenreL(ttP) PLUM. R ERP BUM I Nunn cLEI`OZvEre.=H/ NEw TDVP rvc Z Ow.) I=IM Tref Exsrva siae/aremE eEwn/wuL o o uENc Na EP"""Evoxv Da ELS.Nor Z Z -- - TOPPN,IHP,L EITEND OPER Exs NI ENIIRE p W r Q DEEMI orvo�vuLs R o a!f2- .STEEL v,Eore vuvEs Ernemoco N` Tref NEw w Q H Z Q TOPFNc 51PB PLDN,TUE DulAPsfER xmEEL _ LWTZ w Z avEw.T rvc PPvre.SEE vreD¢ss oreow rvcs EDre r ON NTNF IEE.N NII& 6/o4a EOR ITRUC,uRPL NEORMnT ON NCWDNG Q r Z Z — orvcreorewE recoulreErnErv,s. �w j J� ocLI NT Ta TRENc REE_DITIL c/Oce O Q RwN OR a Q Z Q TO TUE TOP DE TUE TOPPING ILPB. vF O ® O (n SOLIDS HANDLING BUILDING FOUNDATION PLAN P SHEET 005 or 105 RECORD DEAVONG NO, STL 232 1—,/•-,-c vPROJECT 1 GENERAL NOTES. CONSULTANT PROJECT No, BiEER INB 13D-10926-000 ,IE,I N"'I OT c°NTreE Tore_ PEIIDI.NON E�soo E TUP11N 11 '111 ERUNE B0IT EE_TN°reeeere_ Bucirv[x[siNc xo Loax[ - - "° xoE c rvo v BTarwE SEE-N PRINT,To EOETIND-PRINT IT PEE3 No" M i� oBAN m a[ BOM x "B[xw X x EL s STs cou PMENT vPPom &� xX 'xXxXxX [ou a"u�B.c�ore ev M 0 o o a !J# w f _ rf DON's�rv� E o z ggg= DEMOLITION SECTION CONCRETE PLINTH�B z o 6408 SCPLE:1 =1'-0` - 8508 SCALE:1/2"=1'-0' Exsrvc cvuTEL2121Y,IND L2 1111111 IIIIIIII�o p^° vwsT °'-011 �� ccNTEreE rvE EL B0� "TEs 'c IIIIIIIIIIIIIIM m o owLE �a "E"Nio Ex RLL PNB EPoxv cRBIIT uER ' �0 3 N SUB Iz'sUIII_e ovEB vIPOR pa DOWEL.z'-s'LG® E3.1ag.viEEo To u 0 R aRPBE BEIMP-MENT .SIPS&WPLL 13'EMBED.) orecr BE ° h E Pu r _ suBCRA oreroE P y OILEx sT�Brvc s Pe (" eEo)NC E ,s DA 9x° oR5a6N w A*oRAN ,� o PNC DO EE 9so' ,E svPcrvxc(R'KEMeco) c N0.WAv TOP N L 925 r ��ore N.N 5 N 2 n U s P a ZfuHr a Q 0 P N ONp vW �Xw � 11 MIL IAPIl ly IT'DONE ores c EMre� E E sL<re AND ° BE'EAM TO BEM N ` wNEBBM°,BN NOT B N BB NB Ea � BPEB°,BNB N TB ILL.BOCK TrereuS AND ATE PROPOSED SECTION � CHUTE PP. ,—B s LE.I/z—1-0 z Na mmEE a a w/so.reaaw Nn BBW r/ O EE 'NLL �s�N° P P °ENa OTT E°° EB., °w6asT w °�eE NT WAv P B °Bo N°E xv ° aw CHIPIT B BEMB TBP NE s�° re°°re (I B To __ B PBEP�EB BSB PTTN° EL ° �c ExsTN°sI� CIESEre BM eoT: W_ BBB BE BE w Q z BB BE PLAN OPE 1 SEB I EL =w o m w�� EN�EB ah Q�� — �z> ,, s B reEBWN refs �° a w w= z PLON ED EEof B BE o Q s Na BL ° BaEx EP BEs o� ref NB«EMreE; B,E � s IZET °re °re °N N�s° °re N a °reM °N / o o oB Nmm. NOTED. "°N Na s ovm are aRE oro rvo ovry ....... m O 0 NO o EOBuaDoN ONND'8/"o",vN se((T 066 or 105 01 N-P RECORD—ING NO, DEMOLITION SECTION PROPOSED SECTION PROPOSED SECTION PROPOSED SECTION PROPOSED SECTION - STL 232 sa os scnLe:1/z-= ssos scnLt_: /r'=r-o- ssos scnLe: /z-_�'-o- ssos scnLt_: /r'=r-o- ssos scnLe:1/z-_�'-o' m 1 o E,.,/ -B' v PreoJEcz N 1 CONSULTANTS PROJECT NO, ABBREVIATIONS GENERAL NOTES POWER AND LIGHTING PLAN SYMBOLS ONE-LINE DIAGRAM SYMBOLS 130-10926-000 aEl..PeeE, eD �. a ��, ,. PO=EOD 1 NI �n <eD EE rREDuenco _ ree crecu s ono Breen ere sPoces.ureN O NT' `x ure_E, o r uree.�e ere owo es = ereauno 3y,4,��" DED EPOEE ONE o oenD,Es E�EN ,.EE SED E.,DreE LEITER o D.E,.EDnnE�Dn ME nM,D l�ELoLE Dre aDreDD Yap a m oPE D COE n o �., E n.`S � 1DP E,.EP DenD,Es O� DreeoEre a'.1 .�. .�S rereUr?�no E.BNFL.ren,ED"TEM core SreDM S�reSNDLED ree.EE„ere L DE-M IEEo. o DEnD,Es E�MDreE,roE i�xa sM°arei�•, DPow oM,uPE E�oMnInD orereEsore �•�•••� D Boron s EDre reEDD�reED I�EeE DE EDD�EMEM DreDNnD�nD g PDEE MODMED Leo e�MDPE �> L ED, �E �E ren 0 w.EE_EnEn E�MNreE IIIc — �P 1—Y eoR,ne o-0 �n�on nonn,en e�nRe �� ° �= DM,EreEE.D�NELSE—1 RELl- EEEPIT EDD�I—Nl DPOEeD EDD�PMEM of=PE��e'ED�n=EE.�Dn,reDE. DDEE.lElE—LE EDn_,EDn lE_lrv_D Neon D_EEI EDEED 5—H o °;ER`��o�U�� P `E o 1,1E �EE D OP�P�MEre Rp IN,, DDIP DreDDND ewe.Gree.�MERRl'P`Wl u a NON-—El �.rere o M Ere reEroreD�ND -- ED EO LE.EIMM MDreMEP DrOEI P°:r WwP nreEreEreDDE Ere ErereDEEre ND 0 MER �ME-11 11 IIPPEI . EIOMreoe ,ED �—�E—�E�< e�ENo.Eo� e. 0 nmoN o MREre RED o PDeE—I—H, ND U,E= 0 DI Dre O E D,ME M Ere EDE,ae IDN E�Ee E—Y �< reEMME,Ere�P�P P„P`1-01T —L MMOP IT-11 w 1—wP�NN— ITL 0 DENll-.1 � II N Iy�ND��,EOMEre RC o' 1111E 111EI;l 11—H 11101 EM. % E =PON o<,��RReM a rvP 15 we<,neNP �,.�nNEK�-1 OON � ���Me�Ra.eo NEE N< ODQ NI :,s,E E �`ETM Rre � DED Dam wE NDa,E .n�EreDDE E D roMreDLE �� 1ullgw E— EM=,�ND EE�NreD.re-E wSE COMMUNICATION PLAN SYMBOLS c�a® 103 T -NINNo�>NDM 0, ED © � PLL' ® Noon OOM _ urn,swn SIBD sxmexeonreD 0 GreD re ("vvl ZB g120/208V JRN Mo—1-1"l-IMY TELEIHONE OIME rvrvR otc �n oic.*irvo 0 Eeoore�MauNTDo'aeP„orvE—LET. O i/9c*.oNo 0o wPPEre Lino rwaurvo redo. Q DE- F*s rnir� PEre111E U cure ENu m —TRIE reEINND I MDuwm mm DME. � creounD.m—L Y� I—NDID. OM «E EeDED,D ® - o.EoM ,OPre�„euRonre=111Ore—N-1.1 '=ED l'H swreOR MDDM D OE v E� M -MED.EPHDNE, DLE 0 ua-LE � DNDND ,uED,„ F Dre<,DN E PFLOOD MDNMED,EEEnDNE,DnnDME, �E DE o PUMP MDNDDre NTI 1HEI-E DDNre�ED�N E-El IE�DND Dre E QD IFI IININD IELI De, 1- EDEre N nDDre Dre WOND DRDDND --- c r reM� =oLMRIHINE _ FIRE ALARM PLAN SYMBOLS „-,.,,E NDMDEres. E�O,wD OFOre�D�M,�oN oND O�RODD ¢ m w �Tlure MDT pre oM a oP --E P-El N1111NU=ioN ev ELEMreio Mmw PPREoo d Z j PPs "N" mreE solllm ,NTE"AN'S m — — N ID .SM�e EDNM�ONDDs�reaw, w,E Drell ereEODENM © Da<PDee=11- �EreE R-M HNIN/1101E aa,E o"DEDg,�NNEo�OOPPEre rr�reE Ma,DONDN D w o a�o a c, PreDD-LEIL— © MDEDEEMore Q ET M PDDPRE ®COM reoe P EE 0 PQM,PDM�Dr o oDD,�NDDMOR LEL REeER.D DDNDND nPED-1 ON Eoreo. w ME-Nc.5-P15N DM.DN s w-A LIT LSMND E,�Tl NC LNI EonDDD DP L” e�DMsOFF1-TE REFLECTED CEILING PLAN SYMBOLS C CON-D-N M �S 11T BIE re LZ -MDNMED En.LAND.eErEI DENMES rEE E EMre�cw IT-11 °” " a'el-NONMED OSSNE.ly SENsore. M SHEET 007 or 105 OLN ,� a�e�NO 111 MOONED PLOP re..v DOODPaHOE�NsoR cored—LING NO. u01 wre MRIN Lre xD aIDNO NONMED-DDM D1MM1-SENSOR SLIT 232 NOT ALL ErMD-.reE LASED ON11NJEa - ClY PreoJecre N CONSULIPM'S PROJECT N0, CONTROL SCHEMATIC SYMBOLS TAG NUMBERS 130-10926-000 ��re00~m oO nm ESN Posy,ons Pas�aren. ,.n.nre.re°rereN.°�snn..rens ,��rez4�_ amore svzrcre coN�nc*ore coir suee�E°irva ul*Eas �'I'1�(4�tid�' w v_E amore oa�w.*ore p�� a p�oNn I PL i N vuvE—oR aa�w.*aa IENI m�L iry�x[sanc wsreuMcN*oreouv. 9=o N so°NRLLA ° .N°AeavoRl°E ,E,Ere, E. °°P°ESreNA.°N N°aER 0 NOI.LLI OPEN recur ore coMnc*ore coMnc*s 1111111 IIIIII�Il�ygp o s$N c`( y� NOI.LLI I—ED recur ore o *ore C.—I*s M a z �—r—� NOI.LLI I—ED COLNO CrT,ry I.Nr IENI us)ore rvoaunLLv oPEry EiMEa 101111 r�(creAvnr N o Law ren c 2 °(D MMENII—L) U NOI.LLI OPEN PI—I'M x,wo CD,wuxLr �NN ul s rvnw J re re 17f"" 'aQ� IIIILL,I =~reNnoN LIsEI ENmIIIIN Noc E� Pic EaL reEa.mmacs rew rere �M�E �re R - '- c v)r w ( - - �NreI­s IoNre-N N oeMEEre reE w o �w www EIcLI­NI IEIMIN N s seLL)068 or 1 OS _ STL 232 v PreoJECN N 1 f GENERAL NOTES: CONSULTANT PROJECT N0. ' 130-10926-000 „RA r k_x_x ,. careURI GUY cn nl s RE ry core.ref vreorvEc*s.c aTre�owL. u�x „r, z Fou aMFrvT oeeFss—N SOUL ry cLUDFE 11ES .�. �k�_x� vrewsorvs�o vremcc�E a s*c c ' To reEunrv. 0 A 'FRED 0=ore re�svorvNN yore Pre0vorvc 11—INN or—P101ICT rens core h TEUTare�wv areoTEcr ory of vmrex n �re rooTorw rv�vreunre on Ec areocEssVc A ,r, n.EEE EACI_L sreEEre core safe « e p s:RFw oRFss c / re c S BU LD NG SLUDGE MBU LD NGE ^ar —EL ITT FINE —111 PNRI UNNUN.� ED DELT 1-1 GONTIOL Tina 0 0 BU LD NG LAGIENA MFDRE Lj J o I Illlllllllllllm� E SING UN RL0 ME DI NFECT P N K BARSCREEN CANOPY U LT 1 saL a JpNN IIIA ,�Q c vNa CLOTH MEDIA BLOWER y ox r D FLTEit STRUCTURE O WJN a SECONDAR SLUDGE PUMP �R B Mc O ODOR CONTROL SYSTEM w INS II IAF o N(RAs/WAs) D GESTERS - \ / aECTrec aLE 0 O `c r rc c oEAD cE��rec wxoLE TwEL LsF—L FR F E INFLUENT FILL II.N PBPNDONED UV �w s P �/ru✓h1 ELECAB lE OFROD, l BLOWER I-- GPENOR CLAN IFI ER BUILDING SECONDARY SLUDGE SPUMP o RreT SE ry a N(RAS/AAS) Z N t CTDPAGE w / nncc N0.2 LL N STAT �. ucc zn / s L m TE IOEGAL—Elz d A cc 6 UL Dren I cary u I L v�EL Da P2 N E " A avNIL IS, c uarouaA < H w Q AERAT N z �� v H VVV P MP TAT // re SECONDPRYREA N ❑ w 1> K O w a clraEE FER E j vorva ciz „ Elf QwrS QY ETTABEGION RBUTI R BOT w CLARIFIER BOXQ EC O o o o e,—e—J� sR[LT 069 or 10 5 OVERALL ELECTRICAL SITE PLAN '�'° CORD GESONO No. scue r=ao' ALL 232 _ v PROJECT N 1 GENERAL NOTES: CONSULTANT PROJECT No. 130-10926-000 s.3/a'eo�� EouiauErv,orvo eneurva s�ovm ao�o \ ryo4, �NN�NN� 9�0 o MNa P«,E cwsEre a"E pa,E IEEE �,/4rere NEo w— O w=- IN ENL­ ,reN I` nnnnnni �,oa �Noore oNoore koMN 2 -E mP> I—NIL NEE EEL x U (I)4 env, a Q'o� �Jp pry X PANEL STAND DETAIL (TYP.) �� BASE PLATE (TYP.) �� CONDUIT STUN UP DETAIL (TYP.) SCPLE:N?.S. SCALP.N.T.S. Sca/e N.LS. 3. E NNresaN uNwuOrn v Mre I—L mPa ————— OLT oreEre. o c IN NI reoo�res or NONN.N�N<,INo SEES " r _T N.— ,exwEE oniarvx eoxEs ns NE="al o uiNiO"irvsvu,Eo o d w o o a r TT zw � o wo U a� 0 E Puc �ooe o� — v z zw El-PEE re No.. a d aw U �s #r/o w� U w E a EreM c wE� � w — w n n 11 rvsuu Zr ------ vNLEss sEEL reu 2 'P, E. _ SHEET 070 or 1 OS CORS DRAWING No. CONTROL PANEL HANDRAIL MOUNT (TYP.) PULL BOX DETAIL (TYP.) & UNDERGROUND TAP GROUND LOOP (TYP.) P ATL 232 suE NTs sraLR nLT s sraLR NTs E d 1 GENERAL NOTES: CONSULTANT PROJECT No, 130-10926-000 EouiauErvT orvo eneurva s�ovm ao�o ��� _"\\ �f ' so-v�EON�,oa`w e JEE COS NET-1A IEE E11LIREALl 11. a we mum sE mw oNCR�c WLL EnwsoN Emw coNou�TE� msoeamxE..,w�rx oN oA coNcwoE �� µ'µµo — .ElAl-11 .NE, 1pcEMEw wai c oun recauireEo 31II1111 IIIIII��ygpIl�o=$N c`� IENEII-0 FILL wioavmx mnE IELI rouNwTioN �F' E ELo 'xE PEue m ns reEou reeo)P 111EMO IIIIIIIIIIIIIIIN c� EN—EIT NE - —IL co El TE EA s. eusuixc �xicw �oirrt riu�w swEonEo_ U CONDUIT ENTRY DETAIL ABOVE GRADE CONDUIT PENETRATION EQUIPMENT WALL—MOUNTING CONDUIT SUPPORT SCALE.P.T.S. �� SraSE.P.T.S. T� SrxE.ETT , 1 II V�o 73 ,�EEENE�Eo ere�m ore�M� —IND w 1 �Ro oua��worvo��rs�,�aEo�lAEm L] GH 5E mu aE a��(�of o� .TSN Nom EAo TmTw, -TND NS ENOTT %E IN A ' 1=IIE 1—NEOT W a _ I,R.SEs =�`° E (IIE 11 m E,E w,�� Rz„ 0 0 IE m O O m oo� �n�N�T�oN o or wad s NmE r�— CONDUIT PENETRATION r___E MOTOR CONDUIT Box ECONNECTION ENCLOSURE CONDUIT WATERTIGHT CONDUIT PENETRATION - suET oT�or�os _ STL 232 v PreoJECC N 1 GENERAL NOTES: CONSULTANT PROJECT No, 130-10926-000 Eou auErvT orv°eneE rva suovm aoEo °�0 �~ou=4 g EE °o IINNEITTIN PONT°ry S T,T° `0"E�EE,n aFo>° � �nrvn�°ry o — ENOIE°n°°ry ° °ry z, o �w�. NY ❑ 1 °E° ,�caE no°A cAo°n°enc conISS° N-E,"EE�c I-E°<�s"re SINEE1 - , ,a - a C°<su"a�a°am�oJ fszc kE;rr�°.`s°re° irec°> swicc" D' O 0 a:Yem e�wE coa � nnnnnni �"E" °°norycrvEE°a Ea<ac°° REo°"E°, =E`a� x'RE R o00 ° P pJ °°n°E°° R�o REo1°E 0 o°rv°a°° N °ry a"= °(s�A5 rvE°°rvE°, �.. —rvn ory«Prv�E°1ANNECTE°n o �on E=E<=rvE° NE,�S=E I,.PEE°, rvE���.E.n°n°rv�=°n,.�'=EParv.,�o�rvE;wEErvO�°��E n°ry�R�E°�ry° " wrvE,° °"n° u °ry°rv°°rv°ry°° u a Q EQUIPMENT GROUNDING MULTIPLE CONDUIT MOTORW7 ow 1 2 �� ELECTRICAL CONDUIT SPACE FOR U/G �� GROUNDING ROD lo�°,uuu IV SCALE.ALTS, SCALE?N?.S. SCALE?N?.S. SCALE:N.1.S. ccNIIETE l-,-\ nc°ETE "n°nc E�°ncr ssE.EeoE.,uac"° w�E°rv�." �saE e�"E"xau�eE ° o -E-RE INDEATED ON," -E " E,an°n,"NE E,°,0 0 un°O°n k c 511E ION-ENEI IIALL nnE a cuua,o ��w�"EE P�mP. n° 'PEn n°rv-w,R�EIE c°ry°u..,�aT D`z o 0 Q s w n.E"n".,,.,En"" ""E nw�E. n�n� . n"n°E° n,° _ Q w TSS TE�NEJ_0 IAN N AN EM-EE MIA I-ND �E"°" .,,,.�°rv��xwvx.weEo"x.uaaoxs�.aoixs rvar�°ry un°Ery couEry -E 10 THE°rv°°rv°101. - r - STANCHION MOUNTING DETAIL r---T FLOAT TSWITCH DETAIL UNDERGROUND CONDUIT INSTALLATION - seLLT 072 or 1 OS _ STL 232 v PreoJECC N 1 CONSULTANTS PROJECT NO, GENERAL NOTES130-10926-000 eEx sT rv�warex s„owry s„wEu.NLpu EMENT ANI ne�rvc To aE REuovEo suowry �s �' ED DO 0 o y E l om' v e v I I O O O ALI, � 0 0 z rvN T a (D �a N P�EL �Lo Rare.rvNrvo_„ BS..... REMOVE �' v EXISTING PANEL DBP (BELT PRESS BUILDING) 400A 480V 3PH, 3W O 7 i 2 TT, T T RENouE EETNEOs rv�LNNrvN�rvNNs 0 � s M 1 1 1 1 1 reENwE reE,�NNTreN�E.NE� w a N z 0 ;R0 r rdw e1E.11 T-TrvR TarEL C.—NEN,E Q r NEE E""L=Cure EC sE,TE z w z EreEE,NE a"N REP<rvT ENaosNRE o 0 wQwd z o w,� w,� w� Ere ETMP IO sr r 'ToP E� El`Io ENNT �aN,RNLs,N aN ENNE TNME �rvNE�,N IO .N. rvN.E rvN.3 rvN., Na Na o T�rvN reENEreN LR rvN E,urEL�EREre w EL ,NNrvN�rvo,Ta"EL Nu o SHEET 0 05 O DESOL ITcE ON ONE SHEET 1 OE 2 o—ING NO. sCALE3 N.T.S. STL 232 C"PROJECT d 1 CONSULTANTS PROJECT NO, GENERAL NOTES130-10926-000 ,.sxs*rvo worev s„owry s,mm.sou vMsrv*oxo oas rv�so as rewovso sxowry eoso. � � n 4 g o REMOVE EXISTING PANEL SB (BLOWER BUILDING NO. 1) 1200A 480V SPH, _,E )'3r �TT,om �T si°r E o — �aR. N0NRl nnnnnni 0 Uc r cw sisre 9 �V1� o uo.i kI o rs rs k�oI�,..µH�..I��I 0 W w rvo.,a rvo.2. c U o w Z � w S o N Q N w ° CXZ CX d w N Z j Z O wo O d�Z Q Q Z Z N www o r Z— O SHEET 074 or 105 CORD DRAWING N0, T­,__T DEMOLITION ONE—LINE SHEET 2 OF 2 _ STL 232 sra6E_N,s_ v PROJECT N 1 CONSULTANT PROJECT N0, GENERAL NOTES: 130-10926-000 [x s,uc vroau s"o'rm sao[o.Paoaos[o g .. """- Tau PUEN,v,o eneL rvc s�axm aain 55,� O3 o a � p � y' 2 5Vo o INT RE—I.NTI.L P�EL 1BRBP, -- O O O N —l_,ElPw � MBR a o_ �T,AE No, NN, No T No T a Pie= PNw ro ' 0 PROPOSED PANEL SHH > E g (SOLIDS HANDLING BUILDING) 400A 480V 3PH, 3W n 1 1 1 1 "`fix` ;ao,�BnPe" „� c s eEL= 6" "e „ Err z �" OMROL µEL a o ) ) o maw w v z " =PSE ," I " D eEL. nREw w w 'a ",s ",s 's �8�`" Ne. Ne. NB IIESI z> zo o"i N.NI No e . N o P80POSED MCC 2A� o w w o 480V 3PH, 3W — r z— 24 PIX No., SHEET 075 or 105 RECORD oreawiNc No. �,� PROPOSED ONE—LINE SHEET 1 OF 2 _ E"E P_x�'oM,i, NTs SLIT 232 C"PROJECT N 1 GENERAL NOTES: CONSULTANT PROJECT No. 130-10926-000 rou aurrv*orvo ene�rva sovm ao�o os�o } � 4 g "Ell IIE p 4 PROPOSED MCC-3 600A 480V 3PH, 3W TE T3 T,o T� Tom, Tom, Tom, Tao Tao T� T� Tom, . O i 1J 3r 1J 14 )64 )1# 1J 6# 1J O i 1J O i 1J 3r 1J 14 E 11 1 aou gg..sza DO Pp EE a re ooESE' 000,Ere 000,Ere ooEs<Ere ooEs<Ere ooEs<Ere ooESEre =�o.ENEre,x"'E're No. No.T rvo.T No.. rvo.5 rvo,s rvo.T No.a rvo.9 LL E o o w N o w p a � z www JN _ Q � o z F �Rz„ zo o ago 0 z E � m m Q a d o r�— 0 s o C) Er d SHEET 075 or 105 CORD DRAWING NO, PROPOSED ONE—LINE SHEET 2 OE 2 ALL 232 s PROJECT N 1 GENERAL NOTES. CONSULTANT PROJECT NO, 130-10926-000 ME �,o } NcrvooercmMwxiva OSP mNI .0,® las KEYED NOTES: TERMINAL 1,AMNIE ANI reElucE orervEs ONSwrv�reoLEw - 'TOR ERLETATOR ST RTP 0 lElL.E D—Ere wrv�DIL y=u MAIN To,J ET JET C PlEINE DEED AR5 MP CIRCUIT AERATOR AERATOR ANM urtre irySS E-TINA ELv ea e J - RABs o NO 2 0 ]LET EEOE 2: NORA3 R OR 8 R TRANS J eS ALL SURGE JET JET FEEDER Po AERATOR EE;ATOR Ex�sirva an coos-�-scE suEE*osq_ 1111111 IIIIIIII�o s<N c`E SPACE JE 4 0 9 SPACE AERA OR No o IIIIIIIIIIIIIImJ�M�� SPACE SPACE N K U Ino M l�®Ls o.cEw. V) � PROPOSED MCC-3 ELEVATION (BLOWER BLDG #1) �N 'ur })o w I ALE NTS lo�d,uuu�lllk� PN NS O a; Bim. . �P sP IR .. mRuw OO a o �re'°,i IRSEMcg O O O IFI II IS MLO Z Oa 117,e NETPO rwry PR N uco-m BB IMiu AS/^WA o fn w v Z DRIVE O NAC Q Z ROI PIMP Na awEre rvo w Q w w Q eEoOuo. Az PO lRlF?RG orvEa ry BB AL AL ETw wj AS 'o ewuv sc.2 LvxO o. sviaE Buux awEa rva Q o U sw TU JR�f IE Beau mwE Baxu BAR ~ - w S~ Et w EXISTING MCC-2 ELEVATION (BLOWER BLDG #2) PROPOSED MCC-2 AND MCC-2A ELEVATION (BLOWER BLDG $2) �s SHEET N 077orN105 ALL 232 C"PROJECT N 1 GENERAL NOTES: corl-.anns PaaEc1 NO ,. IIIEre.a s,E rs:ore��M rvc PUJE�corvou* 130-10926-000 reeou reEMErv:s o S�EF NN, g '} vocre pure rvo s,oa ow+x rvo C suaumxs. �$: iN w�i 650 z. asn x .. _.. r... _ .. .. --f _ 0 Nm a a„ CIIIIIIII IIIIIII - • axn �- � N p� juu11111 x M c "' IIII a ,". ...................................... . ---, v mwm�am- w rr w, -- '--- --- T ---* �' z w ,- ..:..... ........ .. .. .. w aw «". w ,:�: ,— .,_,. a,•,�.,.- .�,u �: «�.:«< �� www r� .a, m 11 A +::. .+. ,. .._ �": {.:. 11-11 k --- -- ---E --- .,. +:::: .. ,.. .. _.«..r t .,.. lvz. ............. SHEET 078 of 105 RECORD D—NO NO STL 232 CONSULTANTS PROJECT NO, 130-10926-000 oil- Pie= w a o I -3 a U �IIArII a 9N`„�Ahim711 u o -PY OT Yj OT EC E 6 o w �aN oN o e >ros ro o v, x z ,�..,_.�- o z s o a z �w s � - o s o � j:. - �� seLLT 079 or 1 OS _ STL 232 v PROJLc�N 1 CONSULTANTS PROJECT NO, 130-10926-000 �ivclui.eav" ovs—xEuua: i_evEaa" z xcnE uv�uuoxc. xEvuv�uuoxE. — -- -- — b damo.cm d damo.cm I 5CCC5°u ED- o � ox o„ nnnnnnil�`. o ° v I i v U s PJf ax's a o vv aMa vux ° it - v cuw r cv i yo�.eWLL1 U�'o � ouEouEvinao ov � E � L,J o QNM w o ado aw �._ r�r� GRIT PUMP SCHEMATIC CLARIFIER SCHEMATIC seEE�080Nor N105 SCALE:NTS SCALE,NTS 7gOR DRAW G 0 _ STL 232 v PreoJEc�N 1 CONSULTANTS PROJECT NO, 130-10926-000 0000 - 000o i 0000 POwEa�NP�. � tz �OM o eT ® oEE oo � - ® ® T ym ® o�� o-� -o i 2 U v �v �o m a.. � +iro aux mti,uvwo xawvEV Ou.au. cva rvOti,a� _ cv� ary cve cv�o aQo 0 ED C — ti3O a..v a � a.• N Q Z Q C w w O Z = Q N <w N d O Q w �E`DL o �OM o �NaEMO.E M RAS�WAS PUMP SCHEMATIC SHEET NN 081 of 105 RECO STL 232 C11 PROJECT d 1 CONSULTANTS PROJECT NO, 130-10926-000 ZE FM 5°u - -------------- 11 cv�os cxw s'aA. s.oa — am°. as as as ca. i vv cuss i o o°%O "" f_ i�� IIIIIIIIIIIIIIAI — �xly° r w.x°�wsx 0 xx E �a. Q � L- -\ 1 __ ado Qw -- -- -- -- M°.°x �°xxs�.��s. _ x�x BLOWER SCHEMATIC JET AERATOR SCHEMATIC SCA L:TING INFLUENT PUMP SCHEMATIC MODIFICATIONS �� seEE�O82NorN1 O5 SCALE NTS SCALE:NTSNTS COR DRAW G 0 _ STL 232 v PreoJEc�N 1 CONSULTANTS PROJECT NO, GENERAL NOTES. 130-10926-000 TEo nT orr,eEs us,rva �... LIENIDE—1.111- E §:rA 1DOINEMEN11 111.1 T.N-1-1— CN'R_„oN AND"51E M IEou,reEOPE"10UENEOD s.—1-1 KEYED NOTES. 15 R5F"E� o ae Am .EreOAOE oreO reTO rore Tre,�NEMn,NO N A SNT 0 EOMS01 O 1 TEMOO,O EPONG OF IAAs m, a - "N,reoL ETo,L ED NFl-NA,E.CNO or reps.sEE " -- --- s,rere,�re rore AOOTONo<NroreM,.T ON m" ORSIGNAL NONNNry P'rore resTw,� Ere sON,O EOre I—IFEre nnnnnnil�`' - s.o oADE�MMNN � i� e,A re re orere z BLOWER BLDG ND, TEE roMMON.�.reM��Nw�re m I To RTD rooN C. reEo�reN O O � ` re,�rLA arO ut T.reEMo�Ea,NO wreNO EOre Ere reLo,uEre reEOwrre w,RMs rore Nrw P,wEL wwMs,�O N, P �M ODE TO,COOONEAT p,COMMON TOMwoP NEE aaRM NrervO TO�ARr OO„�NPus,wO x �, GONE ODE rore OOMMNNO,+TON TrereoOOre v R NTT ,.o T EL OONTELDE COMMONCATON TOO—ALSE0 OD 0 rea . aweR RU LD,Nc Na z E s,O A. Oa` ION tyres°Rr 'P°NO``<poO P�OMO�R 11111NI AND v� n O o - reAMreA roM a"rµr, > g L Para � o Mre��E sECNNOAl NLAR r,ERE OTZL I o DAR SCREEN AREA O O � a o ART REMAAAL AREA � C Q P o J Z j m 6 d ow ` F Q i m m Q d H I S s y o w SHEET 083 or 105 CORD DRAWING N0, WHITECAP PLANT SCADA SYSTEM BLOCK DIAGRAM SCALE?NTS v PROD L 232 CMN ' GENERAL NOTES. CONSULTANT PROJECT No. 130-10926-000 C—DINATE All-DO E—I rvc oEuoInioryNO au ENTrvo . c 11-N Ell- s KEYED NOTES. —qE IONT— u�PueMNEII v,orea. =o reeMoa<o. ooa caNTElo awuEI Ta RE O E 0ED = �j�ry$P'�µ'Ilwµill. IIIIIII Illllll��s<NO IIIIIIIIIIIIIImJ�NNG P N � o to o Yg m r E n ° <� Msrvo�mreEw arry�oMreoE aarTE o � TorvareEM,a reTrvrvry g a v o w i IT 'i I oa�aNTM Try reE A.E.RENT-—IL � w w w w w Q Q Z �z mo a _— -r-' - E a w o E waw r�— w �m r s o s w P w w BAR SCREEN BUILDING DEMOLITION PLAN swLe:3/1 e'=1 No SHEET 084 or 105 e STL 232 s�E.Ti,re—,—o C"PROJECT 1 GENERAL NOTES: KEYED NOTES: corlsuLTnnns PROJECT rlo. 130-10926-000 --NAII 11�ossirvc as 1_ oL_oc'N 11PI I —1011D N—N' Na.L-TN.Dona as. reE NE of ary wLa 1111L 1 a+.11 remuiawvns °Xo 211 i row wooarvv A�\\ IE III D'I 111NI oas�xnNLJ M DE z+Ngun*ares rore�suoe irvraaunnory uuo arouiarnnrrvTs —POSE W souiPusNT uErvoore. LL $ a SG-206 �b5 6 — U � O IIII�IIIIIIIII„s<�� ED CE z / BS-8,1012 \ Illllllllllll �:�occ BS—II9.11BS—],9,11 BS-810112 \ \ B \ _ s� \ BS-3 WP C��WP K T \ 2 s z BS-1 LINE BI BS-13 n we 1a 1B1e cP-- WPANEL we we eo1 sce V ° G 202 SE-REET/ 201 , > E O SBS-13,15,1J CP PIz S-3 T PE C U BSCP-2-1 CP— 2-2 SG-204 _ v 4 f BSCP-5-5 - WC-1-2 2t904 X618 -- -- PANEL 2� u ur/LE-zoze uT/LE-202A o z z a r z z� as LJTEL dw zz BS-2 w W m CC BS-3o Z 1 GFCI Q O Q[] w w d m ^ 1�PANEL LC 0 WP H BAR SCREEN BUILDING ELECTRICAL PLAN ® BAR SCREEN CANOPY LIGHTING AND GROUNDING PLAN 1 SCALE:3/18"- SCALE,3/16"-1'o.. w -Y 'Y SHEET 085 or 10 5 e SLIT 232 5—E 1T1s -a CHI PeoaECT p ' CONSULTART S PROJECT NO, GENERAL NOTES: 130-10926-000 Nllz eoeo nous vL'Io eE oEuoeisuco_ hr �_ EEE p o o 1111111 Illllll��s<N0 - IIIIIIIIIIIIIIAIJ�N�c� 0 piroi PorervcxIEa m m P N o � mmxc wwxrro mxoun rmu JJJ � n � eu eo xe eo eE � s o auua coxouR �� U c C �wuxn�em - o swoon rew.w � orPo a rv¢om core ^a ��' PuuP c+e�rva VVV n I (� a Q mr �p � o % ° 41 71V,O tiw d � � rc U vwavc rein O `c o swrxsouaca[ r m h,� -" _ ......................=IP ewroary rvc.IEIN-Lc u in ory > E 1 ti I, h ... o I � I G I I I � I w I I `z I �Z E mene ar axE. T w H H r Q Z w Z O o I g < H w IIII IIII w j Z O I o I i J m Il m Q Q CE, Q O i UZ ZO r— ~ w Q INFLUENT LIFT STATION BUILDING ELECTRICAL DEMOLITION PLAN INFLUENT LIFT STATION ELECTRICAL DEMOLITION SECTION SHEE�086Nof N105 sine. /a"-1 o aEn 1/a'=1'-0' Core —IG o STT 232 C"PROJECT N 1 CONSULTANTS PROJECT N0. GENERAL NOTES: KEYED NOTES: �'`"' 130-10926-000 I IT IIINT NI IN= GAPETEll resre > 01 wo-coA,so nnwas wuo ore wAsreE' usxc s=ND LO­aNTarr nno ,6,® EF E EM uM 1NVTwiT ww1` �IEEl o o`.-11 b Pi L E3 nrec,- °N°i To PPNDL Ns AT 111L NG TO III E ND P1 oT-1 a D—INA I o - No" Z: ED NONrorer a NAN Lj To INNTIAL—LEI. P101-2 PL BOancoreAl .1 E.ou IIIIIII IIIIIIIIW:s<N P1 O3-2 —ED C E000reoixA��re Fo ILLO LO cRIP oR CEIPT IIIIIIIIIIIIIIIN e W a z 5op � - v k K DO WIIIUI- J I // P-101 o iPANELO `c L5 c > E o ^ R IT 011 ON, � P-102 G � �II �I P-103 Z 6 FEE, �Q NAT STATION TROC o W Q 1L Z w FELL w Z Z I TY H RTU w 1000-1 Z Z ROTO.,_, R00 - Q Z Q O m 6 6-5 wQld UZ � Z O r�- w Q INFLUENT LIFT STATION BUILDING ELECTRICAL PLAN �® �� INFLUENT LFT STATION ELECTRICAL SECTION 08J 08J ME:1/4" SHEET 087 or 105 RECORD PASONG NO, e� ALL 232 s�.,T.-,-c C"PROJECT 1 GENERAL NOTES: corlsulranns raaEcl NO 130-10926-000 o _ a' E°Woa°R 'E, _N"_1111D 11-10 oo�w11«ry=E°aEry € o raft, ,ory=E ory o o ., �Mreo�smEry rvPE�.rvN Ervre,��o�� N`N101NN—1ENI—ENTs. 9 E' '... ... __ KEYED NOTES. 0 arewnoe uxoereereourvo acCE yj r ....�. ......... ......... crecu=ereEu:Eres z�N ry E—rvc P,wcL Z �- a rca,c cu "" aec,noE uuoEaceour�o r�EOEa*0 sop a _ s taco.eau • .............................................................. ••- -_I. w s xc sxao rv,1Vio�cn, IIIIIIIIIIIII„ ......... ... wa ry ELEc,N—ausorvo o� i aa-I rvEun,Erve,asuaE w.0 zuoou� �PPL.�orva w,a�— o z a,No rvE PuoErv.Q s' �p1-1 EN-1 w*a—E—um a IIIIIIIIIIIII .. INEILEOI�MLI E, oaoa�san�� �T ' y_a d _ <o .. R r .. �wrereryreEEmE,E oa<w 1P�E1„1�re E �re,cw� ,rem P O� �P� rVtiu'III'�x �Idtlnd o o E�re'a N _... ...... { III ........... .._. p o rerere � a iii '� II oys„ e � i PH l M, -r% rerere, i i i e r r r z �1�s wE� �w � o— <�0 a w – – www REMOV,A L SYSTEM ELECTRICAL PLAN - _H ti SHEET 088 or 105 RECORD—ING NO v 9 _ STL 232 5—E -0 CHIPaoaecr# GENERAL NOTES: CONSULTANT PROJECT No. 130-10926-000 ao INAL l— nrvo/oa�wns E sTFa TPE-IINII'T 11 NOT IIEI IN �Nc omNoON'1 ELI,l__oL 5" o�a�a�H�" •E �NPoan,'ONED ,moo aEOP�aEPTN1s o�,�oN.I o �w KEYED NOTES: - IIIIIII IIIIII�I�ygp o- [a w PmO lTTwoMNMM 2,TEET 1.1 TEL xb IIIIIIIIIIIIIIIN a N ro�usirv��ocaiarv.Twicu ar Twa. N K E o; U to MBP-300 1 0 300-2 M6P 300 R n \ 0 IABP a CC-8 CC 12 � z1/ A 30'I -301 F CC 4_f s / ZE 301 d \ �FE/FT 301 AIT 301 0� WP LLL 0.^0 o - ,E�T-ZO2 AE-302 BP-00-3 c-1C O w Q N Q Z E,`w ZTY Q w o Z i J F ` (L�o U[n AERATION BASIN ELECTRICAL PLAN sPUE.3/1s =T-o SHEET 089 or 105 RECORD—ING NO, e ALL 232 5—cl/1-1-Ec PROJECT 1 GENERAL NOTES: corlsuEl,mns 1aaEc1 NO 130-10926-000 El"ore conounescreeoucE nIEervn `"a"ao $® o,wrewxwcE NT woreo rvn�c s 1,ALL 1111TNI III OF OND usrvc =e E reErere*osm D ua un sec�loa noon o we cw�co Enrvcs LEN'- . ON o ���re�E�.n reE reErv�° ore�n.�on�re reEon1reE N'N'A rv� o — �. e reEEEre.o EEEEE�E ��ory,o re3 ao roMreoE n w °Ma°1 Em1n Ean.rvn. KEYED NOTES: ==eza° p e ce€are�W+ea �� rePte�R oro`T lo'SE_SOL m '� °were"'"re�oa� =mn ao sE oo raa coM oere 2 IIED ON—T ON U ......... ...... ........i ......... ................I n on.nocw+l[aoMoav[ \�1�1AV III YOXm 11S 11P lNT—ECNFWZLEN ��I BLOWER BUILDING NO. 2 ELECTRICAL DEMOLITION PLAN Z® - 11, �a�o�=oa Ea > v SCALE:3/18'=1'-0" L AN U wnireoL Pu"Eis lore acawere. PI-622-2 ° `swocEoauMa�rvceuiLoirvc�"ourt/ e,�urva,o CC-13 RAS/WASS TI-622-2 u* reMM CONTROL s reo�orva wuo RTU-2(ee2) T-��ll 22 9l_1 aE—1 Ereon I—I.M a Bi—3,B-619 / ILII( wren mMuory u,wu rare ° D B2-3,B-620-1 a c J w n IT B3-3,B-621-1 622 B B-622 1 B4-1 B4-2 Q z Z m CC B-622 Q� m Z 3 SP 1 N 64 LCP2 �.ZIC,699 B3-1 44 ZIC-622 T"d w Q e _ 1 MBP _ Q CC-5 - ZE-6 —'�B4 4 w Z RTU-1(B32) B1 f LCP B4 622 1 J z CC-1 B3-2 ZI C� TI 622 1 t d Z m N _62 o www Qo PANEL MBP MBP-1 e ll�� E 1— L 1 — I W- 202 ZIC-620 1 SIZE rZ— cJ PANEL CC 0� ZE-620 B2 1 LCP Z~ Z 3 B2-2 LCP B3 w MCC-2A 3 )B2 — SP-2 4 CC-2 d CC Sp MCC-2-1 MBP-2 MBP-3 L RTU-3(BB2) R J \j9� SHEET 090 Gf o1 05 r n� BLOWER BUILDING NO. 2 ELECTRICAL PLAN Z® o Iry N. SCALE,3/16 =1'-0" v STL 232 —E 1 CITYPeolECT# GENERAL NOTES: CONSULTANT PROJECT No. 130-10926-000 iME a rare e[ouT-or-s[mnc[ EIEI E-LINE 1— i.rEE oreCurvoursexEouEary IEE IHEET01 OND _N oETT 5 Eururvuua corvouiwisary sEi�usirvc \\"` p o KEYED NOTES: Mmore uuo TRouE swa=N'. -'1-oa�K " z ED ry L_'offs 1.oETVE s ary J`� z DE-E uuo DEPucE E-NG E 5- LOC,sTorvcao SHEET OTsaj To i EEuoE00 suNEE Eo ev Eou auwH vErvooz TaaE III o= vE uuo aE rvsruE rvrw cigar Ea rary 1- � � IIIIIIIIIIIII >:>�c� O c `(jam U B � s w I /\ C-17 CL� �� T r- EELCCz <� TY o z o Q� 7 > Q w SECONDARY CLARIFIER N0. 1 PLAN e SHEET N 091or N105 STT 232 PROJECT d 1 GENERAL NOTES: CONSULTANT PROJECT No. 130-10926-000 Nl iMr. rnN eT ou*-or-s'Do E n�orvcr Es LEE 1,EDI INrvoun scxco—11Ery cEI mewcaui uurN" corvoui:NPsu�asT�o usirvc �a \\"` p o KEYED NOTES: "E� ��ory o.orvo�T s �rvr= �� oz ED— z.P—NE L—1-11oN uervT P-1.. aR. gyres o 1EP—E IT T-. s<E'NN. To E—L Tor PIEF-11.reo Tyr=—ILIE1 I—ENE 1101-TNN N, nnnnnnil�`'<z N'LDN'No ESrvoory N11-1 P+ooNT-01 T"' DO U DO CLS 2 LC kkI)4�,nv,III a Q'o, s U w 1 ( 1 w as LL C) �zw �o PANEL w o SCPS _1 SCP Q Q d U CP P-^410/ w 'EP' 1 P_411 SCP-3 OD 2 ~ -XYZ~ w Q 3u SHEET 092 of 105 RECORD—ING NO, SECONDARY CLARIFIER NO. 2 PLAN PACKAGE SCUM PUMP STATION PLAN _ ALL SEA SCALE?N T.S. PROJECT d 1 GENERAL NOTES: CONSULTANT PROJECT NO, 130-10926-000 OP ere 'uo a L—T—rss«avm oaE .m ruaEai =7N11.11h _ s ai uourvr rva xvzownrer.su . I I T 11 Zvu rvu Ecr.sxxs ac corere0s ory resssuu* nrvrsss srscr sOrnI EL ISINr �vw rvour ro snrvsas ssEs ISINP � rvrvNs Two/ore wuxNN' III carvou* ppF e C - \'PSN ES IM1I recP'r (I KEYED NOTES / E u ail `V o _. `(J y ,rre Fore—TIED r, p E PE PP-za III g o I III P'7 37 P=Pl 11 11 l INEL 11—-~io 38 : E I —Cl r c I 1uns1orvo07011 """ Illlllllll�os«v I III s NPEIm o P-602—r sms sxuooc auu it SPP 2,10 I awn o0 I - r(—D°DR IIIIIIIIIIIII rerP-s �.rT �no ( �N Ro° 0 Tri n core OP—IC2 2 o sr rvo Wows vuuvs,w FE/Fr 600 T s 3 'Ere rote claret Ere Y2 you o rcP`V wrerv0 Two av a Z e uwrver c Rovws ti P sP�6o3 lzlz,as IE rer�ouEre.�arvre�,ryIE n rer�rro �0,s r �mrv�wa d � I L< - �P- a _ "p- P-4 cp III \�N Ill�ww P-eoa-, r 0 illi b 5 Q 3F L L it it 0 RSv aO o II c- Il w Q Q Er m i III w ET Z Q< QOzz W II w> wog Q�� �Q� ww� �- +lllw SHEET 093 or 105 ONDARY SLUDGE PUMP STATION ELECTRICAL DEMOLITION PLAN® �„� SECONDARY SLUDGE PUMP STATION ELECTRICAL PLAN �® RECORD Preooreawlrvc NO. 04.'A-LCE—1Ta-=r-o- Srace 1Ta"=r-o` SLIT 232 ECC N 1 GENERAL NOTES: corlsu//anns Paa/c1 NO 130-10926-000 re reo vreoHoe m Eou vuerv1,res000sreErere ';�-,"8 d 1,IL IIINTNI 11 IN= ,/Essen*ory vEw aErca reo e � �� nreiarvs wnu hww'wau*° � aoaMry aa0 -1111D 1IN11 nxo/pAow —111Dp$�5 scousrvcc 'reicu ZEN N' arv�Rrvuirvo vo ovEw.*E rerec o JN N—L TO s.a is IN snE,wo IIIo- sreor+Exisnry IIIIIIIIIIIII Exisnrvo�revrxoreMEre vro uoxnrva n K uEre uuo uo�nirvo vara reo U o 1"11—N 101a EES Q"WEU Vv�`� a a v s Exs,rvo re,�,o reEwry �re11 KEYED NOTES 2 SDI re��aE„,ire„.�couaox�Ms a�v.NE�sre.�s� EGE1-0E Fl— El �xc�csuaE ns mra sa.Enre rvro�rvs Esmsre ,o o«sE v.rvE�.rnereu,E rorEre rresw°� _ EEaEa sP«�re� swrea a,+ re Es sa�re ssrears,o.,, mrrtrenr�ore,o „ss usE Hass `_. o re�rearE rens,sPo,s nrvo a�anM E.s,Nx�xaosuaE. / res�aE��res�re,re srvrvs<reree rery sErerewsrva ��='”E�Poan' �rvsrea<rvms arv,res srea, ry au s Ea oeE core mo,ora/rvraeunre ory z sEE sr�o,re� w,— pre��aE„nrvs�areM�re o P—Eo,rearsFll—,— a' w m re��aE«v,rvre aura o Q z m m `°eE reEPauEry < INL I-K__oz w o z rerenreosEry rva� d�o m - z wad o s � w BLOWER BUILDING NO. 1 DEMOLITION PLAN Z® �� BLOWER BUILDING NO. 1 PLAN Z® scue 1/4"=r SHEET 094 or 105 v 9 _ SUIT 232 s—E,/.-,-a CITYPeoaec/X ' GENERAL NOTES: CONSULTANT PROJECT No. 130-10926-000 IIEIII IN III NI IINIIII 1%INI'NTOI 11 s.TreoaPconou,scucouPi�s�c ssucn me resin. ;� 03 4� 1f . .... ,o ..R os care so oreavnc. O"- m _� _nsrau 1—TOn coca ons,.s s�awN v+E —` s °wTreoMw.,c cooreo nne rnuLNnm,�oxs __ 1 wire mu vMeu*Muuurmure[re rvoore. — reEn �n 1—I.�oR°Ts No, n=n° ��..Eo,nn°s snEre= 'ED 0 LII "'R L�sT on oN,re NoMao. T °P«.on.TOA A-- o E; orenP.on�°reEonreEMEN.= m KEYED NOTES: g ay and ,.Preo"TED T w< \ `LPE 1 NanE�aEsN.a�,PPvC°:EPreowoa.rePo,re oa w ,�.s Pore�H awi souI-IIES ouLIE PO sEMwONE—1 EN.Pon°� IIToc5ON re« L.IIL UNIT IIII.NNIII s—P oT ,Tna IIIIIIIII �o = _ Pre°PnTreon.n°oT TnE�oreon°,° �PPCEresre«o��Tno,on �— °...°'A DO �n.re°LP�Ec a = n reco�re°cn°n°I F°re Pn�P-.°-N. LL �� °NNNllio g� ° n o o 0 &AEROBIC DIGESTER PLAN -- SCALE:3/16"=1'-0' k EY U 0 Z �Q� O TY �Q d w f1 � fY w> Q O U SHEET 095 of 105 RECORD—ING NO, e ALL 232 C"PROJECT 1 GENERAL NOTES: CONSULTANT PROJECT No. 130-10926-000 reEuovE Ponaewao oPo co�Ere core erewao sou re<wnc Nae lore Ery snc 9 0 4 g NE'E TD PPUE12oNre2 Dae TD en° oak w.0 owNTR ens DNWl%NNM suuL aTun x x co 101E=ox cox IEI,re P rewr Powcre ns NEEOTo. Tre L`�`� f i ea onuaoNwls Ts raa oHE SHE owcaun co jLces— usL� WN" ea _ ore coNoo sc cook sTEL s�TE, .- cox- - - � SEE s.evcre E 11ON N�s os core IT AENE 0 �� OO ,a aTAEooa w �°N PMTN M,N` g IT M°NNTNN waRE=uPo°ms01­MNLO-001 s ET, "SLL °"or,, NDN° DER ,NNMINNM= �.�=NET 5 DEo°re1N a'ONTre,°=ET=E N_S NN ,N�NA e e. coMaoL SSTM NPTaA.oN.ENa,wNNNNa< e m s --. - NENreMA=°N ar°reE°°reEMEN=s. aN a KEYED NOTES: ��ryµ'IIwµ11I. 1 � Ta rewuN b _ 1 IIIIIII IIIIIII�o s i �-aTMavT orvo suvuc Waco Tow my Tau.rva i vJo Exaose°corvou Ts To nuow ucTss�o Nr Illlllllllllllm ? reEuwry Ls�o oM orvo aTsraaou srauOF,THE E z.reEMovE orvN Nis AN,of reEuEw Tre wMP LNM ory rvN N ereuucre crecsuun wrerv°ruu°oreEscE om m b � aTewTxLTs v�o cavTaDuNT s z rvN uu°corvcraLED corv°uT N U1 a _ s°T Ns reuu°TrvR eu TN rvc 0 2 A.Nll.L reoou ceRE uu° r O reE=rp eELaw.reE`%,EL co 0 o w THENN Trym o Nv E reEusE RE NI ore OD N Eore C Pwa yCdR f/1 m n a Tow av L°xT rv° 1 Q of n ry Preenous Tacn1oTN HE DESE D N urv°Ere sNa LTNONP " NI UFw SOLIDS HANDLING BUILDINGDEMOLITION PLAN - LED a.N°NSNN SCALE:s/16 =1-o - o->5.-=orev-oN..o. o ENs„ E o� uT N`�i° ryo",°Nasg E—IN lO °Pryoo -o I—N.1N T ao A v 0 oEo oNOTM:reE EEP c aHo s<ToNNM ore„,aEre=re°oE reN EN COOPLETE FEED AND E-1ED NG­IRS =ELT EL=Ere E. NET,°=EE”EATNN -ED—ENT­re�oE o z 0 o TR Xrer LNU,NN°E T-= T/=LN2L ELN` a r r z _ E _. J`L ME,Treµo EIEI I�Noov=NNw wreNN To Q z o z z __. - NEw reELT SCQNN"Mre°L FFD o Q J o g To oreI°E G Inl =L°°=T P°MP ,<r Nm°°EOIN E PN NDNa S:aEDILE.MNL wre�N° r BS z cn m d =�NNEc�Ewn=a E°re T.=rNN °M°L, �, ll— Q w� o � I_aPa www w�� =PRP roM o= e = o ea g =EP, No„T —EL aNL � MRo SHEET 095 of 105 RECORD D—NO No. SOLIDS HANDLING BUILDING PROPOSED PLAN ® P _ ALL 232 C11 PROJECT N i CONSULTANTS PROJECT NO, PFD LEGEND INSTRUMENTATION IDENTIFICATION 1 3D-10926-000 SVMEDL DESCR PT ON SYMBOL DESCR PT ON SYMBOL DESCRPTONreuMEN�nEareEv n*ary lFN­IlEl TElEswvrvo-IIS ED, N_El 11N111s PREP NEMEER_NSREMEN1a�EN NEMEER U <I> ENTRELLER(Tlcicm Mn,ON of ETTaR 2 "R, 4 EENNEETEN EVTTL. �EL-El 4 OLLENo�OU EEI FLOW PATH SHEET DESCRIPTORS �EMEREELE PEME 4 ELE�R�L�EP,OR TIEN E NLIFEETp EEE.I�� ELEw M ER TEE FATE ILI � =LE�1E,=L�EE ER,E Q METES ME � �LENEE F�� N:'H—M I TAFAI e — 1OI MLNI mor s�E�uE s<EET LEE�Nsua.�EN E�aPER�M11- MILL � INSTRUMENT ABBREVIATIONS o �� EETTEEEL. CLEFT MEENTEE EENT FAA E EE�EE EENTT�EN EE�EE EE�EE LETT MEEN,EE NEE q TEE EE�NE��TEE § P'CEL MOENTEE NT C 12EETR�L, PNAL P.E��. o1, RELIEF Q Ell ENI � GRIT—EL MEENTEE �(LATE R _ u awT swims T E(ER MORE)IERRELEs ry Llv in EE(PEETHO FRO IELEIIEE;� o EPMENT `FLS TET F� REo��NE ,�L�a =MITER ® MHEEED'C ERECOnREEEFIEMILE �G ��nE� 'oN IIIA PAT, �EE R�TI wTH TETERN�GE°T ONTREL °NNEllio g� �. wEE wE, RllLMLL aOME Ro.EME,ER ® _TOPICM aEm iNE DNT -IN 4 M.ER ® EEETMPEIITENP By EM RETPMNETRIL U —1 IT I NET TA�RLE �E=E EEE TE ETE"HE') ER)MMMITNEA CETL�N'LIOR NEST T11 ENEEMPT�T N LNG TE EOs �E�L E�EN' o Q 11RIEll FL- HT0 FLOW PATH SHEET DESCRIPTORS SERVICE ABBREVIATIONS GENERAL ABBREVIATIONS w a a "ENT " 1w ESTE w MARGINLEFT ERI ER RELEASE NA RIGHT MARGIN PI � wLN EET oEET�oN wnE w>ETE—EATEo oEE,EE EEaaR „,EE vv1vE __ a o o a C�l ITLOT�EN E���,"T aE v<LRE E �,w Ll, r w FFLIENI - LN�EN ooE E RELIEFa LvA PRI EDE'(cisaremcE ENEEEELEurT To EUENCER MAI roRo ER�NEER ELN�EN M SHEET 097 of 105 RECORD DRALING NO, STL 232 CITY PROJECT N 1 CONSULTANTS PROJECT NO, 130-10926-000 iO EASTNG ODOR CONTROL a F aE' PE me -o XXX a— j To nnnnnnilE`.=z oIII IIET R, x x �(r° 7111iLL �oww c n G x�a�Ea o o � e ------------ NI cm _ w az C_Pu rmz � Qr� m �z� m a a�� m a www ; m 5 SHEET 098 or 105 STL 232 v PROJECT N 1 CONSULTANTS PROJECT NO, 130-10926-000 INFLUENT PUMP STATION.VVET WELL 0 o v ,M w nnnnnnil�c N czi 4 x E v Gee .TT P P 0 - _ L,T Q wQ� �wr - \ �zw w Em a�6� \ INFLUENT PUMP J ' STATION.DRY WELL �o rte— z w N s .R,RRRE.,.a<RNR 5 SHEET 099 or 105 RECORD —ND NO, STL 232 v PROJECT N 1 CONSULTANTS PROJECT NO, 130-10926-000 0 DE EE z ED 4 GET •�• srewos � ' IIIIIII IIIIIIII�,yq o- -�on O ,ic � �:v IIIIIIIIIIIIIIIN n v B {{}} x e7 reta omaWr w 2 s m .mac-✓ �o�Vu _J "I 'WU�IIkO Ww IEIN 21 Rol. O E o c w t a ti U V Z Z Z Q Z srya w�Z Q O Qo r __ d - QQd fY w� O rZ— .= d SHEET 100 of 105 RECORD—ING 0, STL 232 C11 PROJECT N 1 CONS[LIANTS PROJECT N0, 130-10926-000 DE EE IE IM''TINO o J Wi III y �nwo � � J110.0e IIIIIIIIIIIIIIAI`� DO U s m I�rOC(Oun 11 'aQo. o k c E U 6 � Z 0 _ awn r r !n w Q m rv. d Z Z < w Q � 0 on�e�n..x r O w 5 w o Q R ai urvorv.,x _ _n,ry t o O Qo K =r � '.,. r.. �/ $ RECORD DEET OWING NO, T" 111.1 _ STL 232 C"PROJECT N 1 1-11-5 PROJCCI N0. 130-10926-000 enory vry uarverzrvaa omir c,pii J L o �QER 10 M(DOp = Q �mo 0 p mo n . € aerw y d ZL 110 -` - - 0 116' 11 z AE U d � v kkI�NI�IIII k(f,�X m m o O 0 o 41 wiz o �w> o 21 o�< oo ,,. u e e e e _ STL 232 r Peoaec5 X CONSULTANT PROJECT NO, 130-10926-000 /ER RLTER INLETWT NTLET--OilTIRE'svI,RRf R°� °�l �iRTv MASTER CONTROL ALARnI PREssORE 7ENPERATORE °LIBER RLIliER EMPERATORE PREssORE sCEI OTOI PANEL AND HMI -11 R'Ssl roraL J NONGROTO RLO ER RLo ER RLo ER. RLo,ER P TE P TNER TNeR TIMER Vere n�IER RUNNING NREroTE non sTnRr sroP sPEEo Pow s"s� s,s`s s"Pc ci'so sE sasE e,s a1`s a"so s se o sE a`e slsn F 9 a,Psl+ R,s+ e R e,PSRIc �01 +s °TLWG E �oI ° ISN IR LOCAL BLOWER CONTROL PANEL BY BLOWER VENDOR �n 4 °oonsW —u s W DE orruNss,LSE — oAEI,T�oNsb�NI o olANEll DI AERATION T ITS W O� �� � � w IIIIIII II�II��ygpq�.<z� �EM' � � � � IIIIIIIIIIIIIIAI`:��cL N _ R 2 U ° Ar 5 I°I`WU�IkU 1W-� Fl T AT AIR LIeIENT U 19A -8 r.kIN'GARN lA ITGOARD DISCHARGE o O Q Z w Q r INSTRUME w WsraurnE irnnoNLNUIN° 'P='= Q O sLDN.ER NUE-1—I TO s.6a21. Z !b Lal O Q O D ANRIEN7 OR wad \� 13 P1 Lal d � H� S wmaTa s��u IIS{ y� 20 PA 11-1 TO LP/n9 210618 -2 1, FRIEF FRON - TO 1121 T,C'P4 12 PA ERonl wsor� 5 SHEET 103 or 105 RECORD DARIONG NO, rozcsrL _ STL 232 C"PROJECT N 1 CONSULTANTS PROJECT NO, 13D-10926-000 -osuooEaurva��oiTEa rv�o-a uuowo J � '- uzESc nv s.rns IEI P11111 a �E �s �s e e Nw %P J611 _ Eix E's � o U s I IIaXm E11TIll9N µH�lllu o 2101? a TC a• s c w Q�o moo �� ao s~ 5,,,EORvo_v seLLT 104 or 1 OS G5ulRo=,E SP-62cored oreawiNc No. Z STL 232 v PreoJEc�N 1 CONSULTANTS PROJECT NO, PRESS PANEL PRESS JUNCTION BOX 130-10926-000 MANIOFFIAUTO _ UA UA HS UA UA HS HS HS � �620A��620B� 620 �621B� �621A� 620 620 620 MAIN PRESS PRESS PRESS HORN HORN E-STOP ., POWER RUNNING -- RUNNING ALARM TEST SILENCE oue A OSHEET 104 ------------------------------------------ - 5m TO SOLIDS HANDLING ----------------------------� cwt• mF E € A os I �---T---------------- 620 —+--1------------ — ---------------- HASE ��gg nnnnnnil� :6 DO I I I —J PLC O EXISTING �------- -------------�— T � POLYMERSYSTEM X14,Pp� aQo LS LS 624A 6248 GSP 625A _ CV > 625A CV d 6258 �FaAJ SHEET � 0�4 DOS SP 258 FLASH FLOC MIXER MIXER ;y FROM SOLIDS HANDLING IV^ z M-624A M-6248 _. c w o CM ITi it"I', .IN i az 625D w Q r GSP 25D Q �zjo g Q z s CONNECTTO VNPN - s - EXISTING NEW _ SYSTEM C. d `4of.1 4 N SHEET 105 or 105 PLANT DRAIN RECORD LING No, STL 232 C"PROJECT N 1