Loading...
HomeMy WebLinkAboutC2022-211 - 8/16/2022 - Approved DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 CONTRACT DOCUMENTS FOR CONSTRUCTION OF ELEVATED WATER STORAGE TANKS - CITY WIDE (ACR IMPLEMENTATION PHASE 3) CITY PROJECT NO. E16290 II �I III �I �I' III 01 C01`4III Ilh III w �I '� �I III �I' � Illuuuu �I III III III III �"""'III°°°°III �I' 1852 .......................:*r�i ,.• GRADY S. ATKINSON It ��q;�„,,.,,,., ' ".r MICHAEL E. CQLWELL 115401 • +.aICH..................•.a®sq..ra x '® 47734 IRS -o T, . ,. r 05/13/22 05/13/22 PREPARED BY: IN ASSOCIATION WITH: Colwell �,DSU IIS,� ASSOCIATES, INC.C CONSULTING ENGINEERS 801 NAVIGATION,SUITE 300 4444 CORONA,SUITE 105 CORPUS CHRISTI,TEXAS 78408 CORPUS CHRISTI,TEXAS 78411 TBPE FIRM NO.F-10053 TBPE FIRM NO.F-2317 Record Drawing Number WTR-474 May 13, 2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents 00 01 02 List of Drawings Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev 12-2021) 00 72 00 General Conditions (Rev 6-2021) 007300 Supplementary Conditions(Rev 2-2020) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances (Revs-2020) 01 29 01 Measurement and Basis for Payment(Rev 5-2020) 013301 Submittal Register(Rev 10-2018) 013500 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Revs-2019) 015700 Temporary Controls(Revs-2019) Part S Standard Specifications 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation Backfill Utilities 022021 Control of Groundwater 022022 Trench Safety for Excavations 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement Table of Contents 000100- 1 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 1/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division/ Title Section 025210 Lime Stabilization 025223 Crushed Limestone Flexible Base 025404 Asphalt, Oils and Emulsions 025412 Prime Coat 025424 Hot Mix Asphalt Concrete Pavement 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Controls During Construction 026202 Hydrostatic Testing of Pressure Systems 026204 PVC Pipe ASTM 026206 Ductile Iron Pipe and Fittings 026210 PVC Pipe AWWA 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027200 Control of Wastewater Flows—Bypassing Pumping Systems 027202 Manholes 027203 Vacuum Testing of Wastewater Manholes 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipe Culverts 027602 Gravity Wastewater Lines 027606 Wastewater Service Lines 027611 Cleaning and Televised Inspection of Conduits 028020 Seeding 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 050200 Welding 055420 Frames, Grates, Rings and Covers Part T Technical Specifications 017500 Testing,Training, and Facility Start-up Table of Contents 000100-2 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 1/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division/ Title Section 03 11 00 Concrete Formwork 04 01 00 Blast Debris 06 11 00 Framing and Sheathing 07 21 00 Batt Insulation 07 90 00 Joint Sealers 08 11 12 Standard Steel Frames 08 11 13 Standard Steel Doors 083323 Overhead Coiling Doors 08 71 00 Door Hardware 09 91 00 Painting (For Elevated Storage Tank Containers) 09 91 01 Painting (Architectural Surfaces) 09 96 00 High Performance Coatings 13 50 01 SCADA System 22 05 00 Basic Piping Materials and Methods 22 05 29 Pipe Supports 23 84 16 Dehumidification 25 05 02 Low Voltage Motors 26 00 00 Electrical General Provisions 26 05 23 Wire and Cable 26 05 26 Grounding 26 05 33 Raceways 26 05 53 Electrical ID 26 09 00 Instrumentation 26 22 13 Dry-Type Transformers 26 24 00 Panelboards 26 29 20 Adjustable Frequency Drives 26 32 13 Engine Generator Set 26 56 00 Exterior Lighting 31 60 00 Foundation for Elevated Storage Tanks 32 31 13 Chain Link Security Fence 32 31 13.53 Chain Link Cantilever Slide Gate 33 11 01 Water Lines 33 11 02 Piping Systems Testing Table of Contents 000100-3 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 1/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division/ Title Section 33 11 04 Steel Pipe and Fittings 33 12 02 Valve and Gate Operators 33 12 03 Motorized Operators 331217 Valves 33 12 18 Butterfly Valves 33 12 33 Flow Measurement—Magnetic Flowmeters 33 13 00 Tank Disinfection and Hydro Testing 33 13 01 Disinfection of Water Lines 33 16 19 Composite Elevated Storage Tank 40 05 67 Pressure and Flow Control Valves 43 21 01 Duplex Booster Pump Station 44 44 36 Submersible Mixer Appendix All Testing Reports as Applicable 1 Geotechnical Report—RETL Report Number—G118459B (Flour Bluff Drive and Division Road) 2 Phase I ESA(Division Road and Flour Bluff Drive) END OF SECTION Table of Contents 000100-4 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 1/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 000102 LIST OF DRAWINGS SHEET NO. CONSULTANT'S DESCRIPTION SHEET NO. 1 G1 COVER SHEET 2 G2 TYPICAL LEGEND AND TESTING SCHEDULE SHEET 3 G3 GENERAL NOTES AND ESTIMATED QUANTITIES 1 OF 3 4 G4 GENERAL NOTES AND ESTIMATED QUANTITIES 2 OF 3 5 G5 GENERAL NOTES AND ESTIMATED QUANTITIES 3 OF 3 6 G6 PROJECT LOCATION MAP 7 C1 FLOUR BLUFF SITE EXISTING CONDITIONS AND SWPPP 8 C2 FLOUR BLUFF TANK SITE PLAN 9 C3 FLOUR BLUFF ELEVATED STORAGE TANK PIPING PLAN 10 C4 FLOUR BLUFF ELEVATED STORAGE TANK SECTIONS 11 C5 FLOUR BLUFF SITE PROPOSED WATERLINE PROFILE 12 C6 FLOUR BLUFF SITE WASTEWATER LINE PLAN AND PROFILE 13 C7 FLOUR BLUFF SITE STORM WATER PROFILE 14 C8 FLOUR BLUFF SITE DITCH RE-GRADE PLAN AND PROFILE 15 C9 MISCELLANEOUS DETAILS 1 OF 7 16 C10 MISCELLANEOUS DETAILS 2 OF 7 17 C11 MISCELLANEOUS DETAILS 3 OF 7 18 C12 MISCELLANEOUS DETAILS 4 OF 7 19 C13 MISCELLANEOUS DETAILS 5 OF 7 20 C14 MISCELLANEOUS DETAILS 6 OF 7 21 C15 MISCELLANEOUS DETAILS 7 OF 7 22 C16 C.O.C.C. STANDARD WATER DETAILS 1 OF 4 23 C17 C.O.C.C. STANDARD WATER DETAILS 2 OF 4 24 C18 C.O.C.C. STANDARD WATER DETAILS 3 OF 4 25 C19 C.O.C.C. STANDARD WATER DETAILS 4 OF 4 26 C20 C.O.C.C. STANDARD STORM WATER DETAILS 1 OF 3 27 C21 C.O.C.C. STANDARD STORM WATER DETAILS 2 OF 3 28 C22 C.O.C.C. STANDARD STORM WATER DETAILS 3 OF 3 29 C23 C.O.C.C. STANDARD WASTEWATER DETAILS 1 OF 4 30 C24 C.O.C.C. STANDARD WASTEWATER DETAILS 2 OF 4 31 C25 C.O.C.C. STANDARD WASTEWATER DETAILS 3 OF 4 List of Drawings 000102- 1 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 8/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SHEET NO. CONSULTANT'S DESCRIPTION SHEET NO. 32 C26 C.O.C.C. STANDARD WASTEWATER DETAILS 4 OF 4 33 C27 C.O.C.C. CURB GUTTER AND SIDEWALK DETAILS 34 C28 STORM WATER POLLUTION PREVENTION PLAN DETAILS 35 C29 TXDOT BARRICADE AND CONSTRUCTION BC (1)—21 36 C30 TXDOT BARRICADE AND CONSTRUCTION BC (2)—21 37 C31 TXDOT BARRICADE AND CONSTRUCTION BC (3)—21 38 C32 TXDOT BARRICADE AND CONSTRUCTION BC (4)—21 39 C33 TXDOT BARRICADE AND CONSTRUCTION BC (5)—21 40 C34 TXDOT BARRICADE AND CONSTRUCTION BC (6)—21 41 C35 TXDOT BARRICADE AND CONSTRUCTION BC (7)—21 42 C36 TXDOT BARRICADE AND CONSTRUCTION BC (8)—21 43 C37 TXDOT BARRICADE AND CONSTRUCTION BC (9)—21 44 C38 TXDOT BARRICADE AND CONSTRUCTION BC (10)—21 45 C39 TXDOT BARRICADE AND CONSTRUCTION BC (11)—21 46 C40 TXDOT BARRICADE AND CONSTRUCTION BC (12)—21 47 E1 FLOUR BLUFF TANK ELECTRICAL SITE PLAN 48 E2 FLOUR BLUFF TANK ELECTRICAL EQUIPMENT AND INSTRUMENTATION LOCATION PLAN 49 E3 FLOUR BLUFF TANK LIGHTING AND POWER PLAN 50 E4 FLOUR BLUFF TANK POWER, INSTRUMENTATION PLAN 51 E5 FLOUR BLUFF TANK GROUNDING PLAN 52 E6 FLOUR BLUFF TANK ELECTRICAL SCHEDULES AND TANK SECTION 53 E7 FLOUR BLUFF TANK ELECTRICAL DETAILS 54 E8 FLOUR BLUFF TANK SCADA PANEL LAYOUT 55 E9 FLOUR BLUFF TANK LIGHTING INSTALLATION DETAILS 56 E10 FLOUR BLUFF TANK ELECTRICAL DETAILS 57 E11 FLOUR BLUFF TANK INSTRUMENTATION DETAILS 58 E12 FLOUR BLUFF TANK CCTV DIAGRAM 59 E13 FLOUR BLUFF TANK VALVE CONTROL SCHEMATIC 60 E14 FLOUR BLUFF TANK PLC CABINET POWER SCHEMATIC 61 E15 FLOUR BLUFF TANK PLC ANALOG INPUT AND OUTPUT SCHEMATIC 62 E16 FLOUR BLUFF TANK PLC DIGITAL INPUT SCHEMATIC SHEET 1 List of Drawings 000102-2 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 8/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SHEET NO. CONSULTANT'S DESCRIPTION SHEET NO. 63 E17 FLOUR BLUFF TANK PLC DIGITAL INPUT SCHEMATIC SHEET 2 64 E18 FLOUR BLUFF TANK PLC DIGITAL OUTPUT SCHEMATIC 65 E19 FLOUR BLUFF TANK P&ID—SHEET 1 66 E20 FLOUR BLUFF TANK P&ID—SHEET 2 67 E21 FLOUR BLUFF TANK ELECTRICAL DIAGRAMS 68 E22 FLOUR BLUFF TANK BOOSTER PUMP CONTROL SCHEMATIC END OF SECTION List of Drawings 000102-3 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 8/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 006113 PERFORMANCE BOND BOND No. Bond no. 6360304 Contractor as Principal Surety Name: Landmark Structures,1,LP Name: Fidelity and Deposit Company of Maryland Mailing address(principal place of business): Mai II n,address(principal place of business)., 11665 Harmon Road c/o ZURICH, 1400 American Lane Fort earth TX 76177 1 Schaumburg, IL 60196 Physical address(principal place of business): Owner 3910 Keswick Road Name: City of Corpus Christi,Texas Baltimore,Maryland 21211 Mailing address(principal place of business): Contracts and Procurement Surety is a corporation organized and existing 12011 Leopard Street under the laws of the state of:Texas Corpus Christi, Texas 78401 By submitting this Band,Surety affirms its authority to do business in,the State of Texas and Contract its license to execute bonds in,the State of Texas. Project name and iniumber; Telephone(main number): Elevated Walter Storaig,e Tanks—City Wide ACB 847�6105,6000 Implementation.Phase .3) Telephone(or notice of claim): Project No. E1629!01 Local Agent for Surety Name: Tracey L, Haley Award Date of the,Contract.-August 16,2022 Address. 15303 Dallas III Addison,TX Contract Price: 13,372,000.00 75001 Bond Telephone:800.654.5155xl Email Address,Tracey.Haley@Zurich.com Date of Bond: August 25, 2022 The address of the surety company to which any notice of claim should be sent may be obtained (Dote of Bond cannot be earlier than Award Dote from the Texas Depit. of Insurance by calling the of the Contract) following toll-free number.,1-800-252-3439, Performance Bond 00 61'13,.1. Elevated Storage Tanks—Citywide(ACR Implementation Phase 3) Project No.E16,290 6/11/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 —------------- Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 22'69 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces Cd un ty, Texas for,any legal action. ............................ -—-------- Contractor as Principal Su�rety A Signature: Signatur Name: Christopher Lai-non Name: Robyn 1 0 ---------- CEO of Landmark Structures Title: Management LLC Title: Attorney In-Fact Estimatin,g@teamlandmark.co Email Address.- rn Email Address: Robyn.Rost@USI.com ...................... (Attach Power of Attorney and place surety seol below) ......———-------- END OF SECTION Performance Bond 006113-2 Elevated Storage Tanks-Citywide (ACR Implementation Phase 3) Project No. E16290 6/11/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 WRITTEN CONSENT OF' THE GENERAL PARTNER OF LANDMARK STRUCTURES 1,LP April 30,2022 Pursuant to the provisions of the Delaware Revised Uniform Limited Partnership Act,the undersigned, being the general partner(the "General Partner")of Landmark Structures 1, LP, a Delaware limited partnership (the "Partnership"), does hereby consent to, adopt, approve: and authorize the following resolutions and each and every action effected thereby: WHEREAS, the General Partner is authorized under the Amended and Restated Limited Partnership Agreement of Landmark Structures 1, LP, dated April 12, 2022, to manage the business and affairs of the Partnership and execute and deliver any document on behalf of the: Partnership, and WHEREAS, Christopher Lamon and William Fields (each, an "Officer' and together, the "Officers") have been appointed as Chief Executive Officer and Chief Financial Officer of the General Partner, respectively, and have been authorized and empowered to take all such further actions, including, but not limited to, (a) the execution of such agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently unknown but which may be required, (b)the execution of such changes and additions, to any agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently existing, (c) the delivery and filing (if applicable)of any of the foregoing on behalf of the:General Partner. WHEREAS, for the avoidance of doubt, the General Partner wishes to confirm authority to each of the Officers to take suchaction without the necessity of thejoinder of the other in, submitting bids and negotiating contracts and entering into contracts on behalf of Landmark Structures 1, LP. NOW, THEREFORE, BE IT' RESOLVED, that for the avoidance of doubt, the Officers be, and each hereby is, authorized, empowered, and directed, for and, on behalf of the General Partner,to execute and deliver any and all documents or instruments,perform all acts,do all things,and pay or cause to be paid all liabilities,expenses,and costs as may be by any of them deemed necessary, appropriate,or advisable in order to carry out the purposes of the Partnership; FURTHER RESOLVED, for the: avoidance of doubt, the Officers acting without the joinder of the other,are authorized as follows: DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 (a) To submit bids and/or to negotiate contracts and/or to enter into contracts for an on behalf of Landmark Structures 1, LP; and (b) To execute and deliver such documents and to,take such actions as he considers necessary or advisable to give effect to this resolutions and the transactions provided for herein, FURTHER RESOLVED, that all actions of the Officers, taken on behalf of the Partnership, prior to the date hereof that would have been authorized by these resolutions but for the fact that such actions were taken prior to the date hereof, be, and hereby are, approved, authorized,adopted, ratified,and confirmed in all respects as the actions of the Partnership. [The remaindei-ofthispage is intentionally lqfl blank.J DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 IN WITNESS WHEREOF, the undersigned, being the General Partner of the Partnership, has executed this written consent and made it to be effective as of the date: written above. GENERAL PARTNER: LANDMARK STRUCTURES MANAGEMENT LLC By: Name: Christopher Lar on Title: Chief Executive Off icer [SIGNATURE PAGETO WRIrrEN CONSEN'r or LANDMARK STRUCTURES 1,LP] DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 00611,6 PAYMENT BOND BOND NO. 6360304 Contractor as Principal: Surety Name: Landmark Structures,1, LP Namie. Fidelity and Deposit Company of Maryland Mailing address(principal place of business): Mailing address(principolploce of business): 1665 Harmon Road c/o,ZURICH, 1400 American Lane Fort Worth Schaumburg, IL 610196 Physical address(principal place of business): Owner 39101 Keswick Road Name: City of Corpus Christi, Texas Baltimore, Maryland 21211 MaHing address(principal place,of business): Contracts and Procurement Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Texas Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its outhority to do business in the State of Texas and Contract its license to execute bonds in the State of Texos. Project name and number: Telephone(main number): Elevated,Water Storage Tanks-City Wide(ACR 847,605.6000 Implementation Phase 3) Project No. E16290 Telephone(for notice of claim): 800.654.5155Xl Local Agent for Surety Name: Tracey L. Hailey Award Date of the Contract:August 16 2022 Address-., 15303 Dallas Pkwy,Addison,TX 75001 Contract Price: $13,372,000.00 Bond: Telephone:800.654.5155x1 Email Address:Tra cey.Ha I ey@ Zurich,com Date of Bond: August 25, 2022 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following toll-free number.-1-800-252-3439 Payment Bond Form 006116-1 Elevated Storage Tanks-Citywide(ACR implementation Phase 3) Project No. E1629!0 6/11/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 ........................ ............................ ........... ... .......... .............................. Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its,behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays a//claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance,with the provisions of said Chapter to the same extent a wTe copied at length herein. Venue shall lie exclusively in Nueces County, PeX6 JIbr any legal actin. i� ............... Contractor as Principal Surety Signature: Signature: .....................-------------------- Name: Christopher Lamon Name: Robyn Rost .......... CEO of Landmark Structures Title: Management LLC Title: Att�orney-In-Fact .................... Estimating@teamlandmark.co Email Address: m Email Address: Robyti.Rost@USI.com (Attach Power of Attorney and place surety seal below) ............ END OF SECTION Payment Bond Form 006116-2 Elevated Storage Tanks-Gtyvvude (ACR lrnplementation Phase 3) Project No. E16290 6/11/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 WRITTEN CONSENT OF THE GENERAL PARTNER OF LANDMARK STRUCTURES 1, LP April 30,2022 Pursuant to the provisions of the Delaware Revised Uniform Limited Partnership Act,the undersigned, being the general partner(the "General Partner")of Landmark Structures 1, LP, a Delaware limited partnership (the "Partnership"), does hereby consent to, adopt, approve and authorize the following resolutions and each and every action effected thereby: ""WHEREAS, the: General Partner is authorized under the Amended and Restated Limited Partnership Agreement, of Landmark Structures 1, LP, dated April 12, 2022, to manage the business and affairs of the Partnership and execute and deliver any document on behalf of the Partnership;,and WHEREAS, Christopher Lamon and William Fields (each, an "'Officer" and together, the "Officers") have been appointed as Chief Executive Officer and Chief Financial Officer of the General Partner, respectively,and have been authorized and empowered to take all such further actions, including, but not limited to, (a) the execution of such agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently unknown but which may be required, (b)the execution of such changes and additions to any agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently existing, (c) the delivery and filing (if applicable)of any of the foregoing on behalf of the General Partner. WHEREAS, for the avoidance of doubt, the General Partner wishes to confirm authority to each of the Officers to take such action without the necessity of thejoinder of the other in submitting bids and negotiating contracts, and entering into contracts on behalf of Landmark Structures 1, LP. NOW, THEREFORE, BE IT RESOLVED, that for the avoidance of doubt, the Officers be, and each hereby is, authorized, empowered,, and directed, for and on behalf of the General Partner,to execute and deliver any and all documents or instruments,perform,all acts,do all,things, and pay or cause to be paid all liabilities,expenses,and costs as may be by any of them deemed necessary,appropriate,or advisable in order to carry out the purposes of the Partnership; FURTHER RESOLVED, for the avoidance of doubt, the Officers acting without the joinder of the other, are authorized as follows: DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 (a) To submit bids and/or to negotiate contracts and/or to enter into contracts for an on behalf of Landmark Structures 1, LP; and (b) To execute and,deliver such documents and to take such actions as he considers necessary or advisable to give effect to this resolutions and the transactions provided for herein, FURTHER RESOLVED, that all actions of the Officers, taken on behalf of the Partnership, prior to: the date hereof that would have been authorized by these resolutions but for the fact that such actions were taken prior to the date hereof, be, and hereby are, approved, authorized,adopted, ratified, and confirmed in all respects as the actions of the Partnership. [The remainder oj'this page is inlentionall y left blank.] DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 IN WITNESS WHEREOF, the undersigned, being the General Partner of the Partnership, has, executed this written consent and made it to be effective as of the date written above. GENERAL PARTNER: LANDMARK STRUCTURES MANAGEMENT LLC ��67Z By: Name: Christopher Dammn Title: Chief Executive Officer (SIGNA:rURE PAGE TO WRIT]-EN'CONSENT or LANDMARK STRUCTURES 1,LP] DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 Corporate Acknowledgement STATE OF TEXAS COUNTY OF .,WARRANT On the 21511th",11,11,11111, day of AuguSt the year 2022_, before me Uncla E, Sarm tiago NOTARY PUBLIC personafly appearedcjjEi,stogher Law-rion, CEO ILaridmark Strudures Manageniei',ft LLC personally known to we (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as president(or secretary)or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. IN WITNESS WHE REOF, I have hereunto set my hand and affixed my Official Seal, the day and year first above:written. My Commission expires FeW'uary 4, 2024 6� Lary ftblic­, reildingat Deintoii County,'Texas (SEAL) DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 ACKNOWLEDGEMENT OF SURETY State of New Jersey County of–Morris City of Florham Park On this 25t1h day of August in the year 2022 before me personally Came Robyn Rost to me known, who, being by me duly sworn, did depose and say that he resides in Florham Park, NJ — that he is the Attorney- In-Fact foMaIIA01d the corporation described f;*AA%dTY_fMT1-A1&W In and which executed the attached instr6Men ; that he knows the seal of the said corporation; that the seal affixed to the said instrument is, such corporate seal; and that it was so affixed by Order of the Board of Directors of the said corporation, and that he signed his name thereto by like order. Notary Public 11' 10 FRANCIS F DORNER SR, ID ff 243,3021 NOTARY PUBLIC STNTE OF NEW JERSEY My Coinniszdon Expires App ril 23:, 2023 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THES E PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray,Vice President,in pursuance of authority granted by Article V,Section 8,oft eBy-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby normunate, constitute, and appoint Robyn RI' ST and Raymond GIC,both of Mata,wan, New Jersey,EACH,its true and lawful agent and Attorney-in-Fact,to make, execute,seal and deliver, for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York,, the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland.,and the regularly elected officers of the FIDELITY AND,DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the Ey-Laws a fsaid Companies,and is now in force, IN! WITNESS WHEREOF,the said Vice-president has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 26th day ofSeptember,A.D.2019. BAL Wop le, 0 ( CP* 0 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Roberf D.Mirray Vice President By: Dawn E.Brown Secrelaty State of Maryland County of Baltimore On this 26th day ofSepternber, 200, before the subscriber,a Notary public of the State of Maryland,duly commissioned and qualified.Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Coniparmics,to me personally known to,be the individuals and officers descrikdi in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposcth and saith,that lic/she is the said officer of the Com;paniy aforesaid,and that the its affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals amid the signature as such officer werc duly affixed and subwribed to the said instrument by the authority and direction of'the said Corporations. IN TESTIMONY WHER EOF, I have hereunto set my hand anti affixed my Official Seal die day and year first above written, "0" 41 % Constance A,Main,Notary Public My Commission Expires:July 9,2023 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8,At(L p_rney,s-jn-j`,i.c.t. The Chicf Executive Officer, the Presi(Icill,OY ally ['1XeCUtiVC Vice President or Vice President ni,ay, by written instrujricnt under the attested corporate sea], appoint attorneys-in-flact with authority to execute bonds, policies, recognisances, stipulaijoris, undertakings, or other like instninients on behalf of the, Company, and may authorize any officer or any such attorney-in-fact to affix the corporatc scarf thereto,and may with or\VitI10Ut Cause modify of revoke any such appointment or authority at any 61-ric." CERTIFICATE 1, the undersigned, Vice President of thc ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SUREITY COMPANY, and the FIDEL11Y AND DEPOSFF COMPANY OF MARYLAND, do hereby certify that the foregoing Power ol'Attorney is still in Rill f6rceand effect on the dale ofilds certificatc; an(] I do failher ccrtify that Article V, Section 8, of' the By-Laws ofthe Companies is still in R)rcc. This Power of Attorney and Certificate may be signed by raesiniiie under and by aL11110rity ofthe following resolUtiOrl ofthe Board of Directors offlic ZU'RIC11 AMERICAN INSURANCE COMPANY at as niceting duly called and held on the 15th day ofDccember 1998. RESOLVED: "Thai tic signattire of lhe President or a Vice President arid [lie attesting signature ol'a Secretary or an Assistant Secretary and the. Seal of flic Company inay be aflixed by flacsfinile on any flower of Attorricy_,Any such Power or zany ccrtificale thereofbearing such facsimile signature Mid Seal shall be valid and binding on the Company." This Power of Attorney and C.crtificale inay be signed by lacsitiffle under and by aulho6ly ol'(lie f0II0Wii1g 1-CSOIL16011 of the Board of' Directors of the(.70LON]A 1. AMERICAN("'AS(JALTY AND SURETY COMPANY at a meeting duly called and held on the 5th dayol'May, 1994, and the Collowing rcsoluikin of`the Bo,,ud of Directors of the FIDI.J.-ITY AND D[;T0SFFCON4PANY OF MARYLAND at a meeting duly called and held on the I 01h day of"May, 1990, RESOLVED: "That the hicsimile or ineclianically reproduce([ seal ofthe company and l"Icsirnile or ITICChaniC,-ally rCIII-OdUccd signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy ofany power of attorney issued by the Company, shall be valid and binding upon the(','.ornpany with the same force;and cmct as though MarMally affixed, fN 1"ESTINIONY WHEREOF, I have hereunto subscribed my naine and affixed the corporate seals ofthe said Companies, this 25t1h day of... _._Augvst , L a 4f Iii-Fan A Elodgcs,Vice President TO REPORTA CLAINI WITIJ REGAIZI)TO A SURETY BOND, PLEASE SUBMITA COMPLETE DESCRIPTION OFTt1E CLAINI INCLUDING TFIE PRINCIPAL ON TIP BOND,T1JE BOND NUMBER,AND YOUR CONTACT' INF'ORMATION TO: Zurich Surety Claims 1.299 7L11-iCh: Way SchaurnbUt'g,I L 60196-tO56 yywjwy.[Mqst sjjnis t, urichna.com 800-6264577 000uSignEnvelope ID:71oonnoo-C3ao-4om6-oo10-CFnnnFno1oEe � 11-1-E FIDELITY AND DEPOSIT COMPANY OF MARYLAND i299Zurich Way Su6mmm6m,g,\L6Ol9O Statement of FimanuimlComditiom ,As Of' December 3{,2U2J ASSETS Bonds........—...—_.—_--................. ........................ ................ ........ ..... ............... ........ $ 237,467^5O4 Stocks....-_.__.--._................. ................... ..........—... .......... . ........_...... ._....~. ........ 18'985,762 Cash and S6md-3cmmInvuemmeota ..... .......-..~~_........._ ........... ...— ........----...----.... 7,415,852 Rouyurmnce%@ecovmsab8m....... ...... ....--...—_..._—.. .............. ...... ........—. ... ................ . 25,735,334 Federal IncomeTax Recoverable.... ......... ....... ...... 0 Other Accounts Receivable....... ....... .....—_....-- ........ ......--.. ........... ......... ........---- 24,479,239 T0TA/ Aowmrsi) .............. ......... —~-. ........_— ......$ 314,0*3,,,675 LIABILITIES,S010LUS AND arifElt FUNDS Reserve for'l-axesand Expenses ................---.............. ............. .....--..._..—...................$ 378,101 Ceded Reinsurance PrenimuxPayuble...—....._... .................... ..........................._.._.... 40,876,5,9D Remittances and Item»Unallocated ...—. ..............----.... .......................—. .......____.~... 0 Payable 1mparents,mubsand ............. _._—_ ............... —..........._...—.._... Q Securities Lending Collateral Liability—.... _—..--.—....._.._—....~..__....-._.'.—.._. Q ]RTrAj,LNAB0JU-0................ ...__..._.__-..........—~__..--..__..._.._.._....~.._..S 49,254,708 Capital Stock,Paid Up........— ............ ............ . ....... _. ....... 5,000,000 Qurp&S_ ...... .......... ............ ..___.~.......~.._....-~.~~...-..~.~. 204:,828,975 Surplus asregards Policyholders, ...—..—~—'~.......—.....-~...—.'.._~-...~,....__—_ 264,828,975 TOTAL............... --~._.. .......... Q 314/083�,675 Securities carried m$7Q,56l,x55 'in the above statement are deposited with various states amrequired bylaw. Securities carried on the basis prescribed by the National Association of Insurance Corni-nissioners, Ontile basis mf market quotations for all bonds and stocks owned, [lie Company's total admitted assets mzDecember 31°2&21 would be$3l9,56l,762and surplus auregards,pm|icyhoUdecy$270^307,D62. 1, LAURA l LAZARCZYK, Corporate Secretary of'the FIDELITY ANY) COMxANY OF MARYLAND, dm 6ene6yuerlify that the foregoing statement is a correct exhibit of the assets and liabilities of thesaid Company mmthe 3lgday ofDecember,203l. m=~momed by. State o[{0imwiu � S0^ City of Schaumburg � ' DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 DATE(MM/DD/YYYY) ACTOR" CERTIFICATE OF LIABILITY INSURANCE 8/18/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Jill L. McElory IBTX Risk Services PHONE FAX 32335 US Hwy 281 N. A/C No Ext): 12149897100 A/C,No):210-696-8414 Suite 1201 ADDRESS: Service@Ib-tX.com Bulverde TX 78163 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Hartford Underwriters Insurance Company 30104 INSURED LANDSTR-02 INSURER B:Travelers Property Casualty Company ofAmerica 25674 Landmark Structures I, LP INSURERC:The Continental Insurance Company 35289 1665 Harmon Road Fort Worth TX 76117 INSURER D: Hartford Insurance Company 914 INSURER E:ACE American Insurance Company 22667 INSURER F: Hartford Insurance Company of the Midwest 37478 COVERAGES CERTIFICATE NUMBER:1827605933 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICYNUMBER MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY 46UEAKQ1986 7/14/2022 7/14/2023 EACH OCCURRENCE $1,000,000 CLAIMS-MADE � OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $500,000 X Contractual Liab MED EXP(Any one person) $10,000 X stp Gap-ND,OH,WA PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY� ECT � LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ F AUTOMOBILE LIABILITY 46UEAKQ1988 7/14/2022 7/14/2023 COMBINED SINGLE LIMIT $2,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIREDX NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident B X UMBRELLA LIAB X OCCUR CUP-35557113-22-NF 7/14/2022 7/14/2023 EACH OCCURRENCE $10,000,000 G 6081454577 7/14/2022 7/14/2023 EXCESS LAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$1 n nnn 2nd XS=$15M X$10M $15,000,000 D WORKERS COMPENSATION 46WEAAT1 NH4 7/14/2022 7/14/2023 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? FN] N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 E Cyber Liability D95520832 7/14/2022 7/14/2023 Max Single Limit 5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) The General Liab.&Auto poi's include a blanket additional insured endorsement[HS2483 07/13, HA9916 03/12]as required in a written contract with the Named Insured.The General Liab.,Auto&Work's Comp poi's include a blanket waiver of sub.endorsement[HG0001 09/16, HA9916 03/12,WC420304B]as required in a written contract with the Named Insured. Primary Non-Cont. per[HG0001 09/16, HA9916 03/12].Auto policy includes Broadened Pollution Liab. [CA9948 10/13].The Work's Comp pol.includes Class Code 5037"the painting of metal structures,over two stories, in the State of IL. Umbrella policy follows form of underlying GL,Auto&Work Comp.subject to policy terms and conditions.There is no Riggers Liab. Exclusion on the Gen.I Liab.policy. Umbrella 2nd layer Pol#6081454577 is$15,000,000 over$10,000,000 Lead policy for a total of$25,000,000 limit. Project#1758/E16290-Flour Bluff ACR Implementation Phase 3-3.0 MG Elevated Water Storage Tank; Contract Value$13,372,000. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Construction Contract Admin 1201 Leopard Street, 1st Floor AUTHORIZED REPRESENTATIVE Corpus Christi, TX 78401 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID:7_1_609933-C386-42C6-B01 D-CF559F9010E9 POLICY NUMBER: 46UEAKQ1986 COMMERCIAL GENERAL LIABILITY COVERAGE FORM Various provisions in this policy restrict coverage. (1) The "bodily injury" or "property damage" is Read the entire policy carefully to determine rights, caused by an "occurrence" that takes duties and what is and is not covered. place in the "coverage territory"; Throughout this policy the words "you" and "your" (2) The "bodily injury" or "property damage" refer to the Named Insured shown in the occurs during the policy period; and Declarations, and any other person or organization (3) Prior to the policy period, no insured listed qualifying as a Named Insured under this policy. The under Paragraph 1. of Section II —Who Is words "we", "us" and "our" refer to the stock An Insured and no "employee" authorized insurance company member of The Hartford providing this insurance. by you to give or receive notice of an occurrence or claim, knew that the The word "insured" means any person or "bodily injury" or "property damage" had organization qualifying as such under Section II — occurred, in whole or in part. If such a Who Is An Insured. listed insured or authorized "employee" Other words and phrases that appear in quotation knew, prior to the policy period, that the marks have special meaning. Refer to Section V — "bodily injury" or "property damage" Definitions. occurred, then any continuation, change SECTION I—COVERAGES or resumption of such "bodily injury" or "property damage" during or after the COVERAGE A BODILY INJURY AND PROPERTY policy period will be deemed to have been DAMAGE LIABILITY known prior to the policy period. 1. Insuring Agreement c. "Bodily injury" or "property damage" will be a. We will pay those sums that the insured deemed to have been known to have becomes legally obligated to pay as damages occurred at the earliest time when any because of "bodily injury" or "property insured listed under Paragraph 1. of Section II damage" to which this insurance applies. We — Who Is An Insured or any "employee" will have the right and duty to defend the authorized by you to give or receive notice of insured against any "suit" seeking those an "occurrence"or claim: damages. However, we will have no duty to (1) Reports all, or any part, of the "bodily defend the insured against any "suit" seeking injury" or "property damage" to us or any damages for "bodily injury" or "property other insurer; damage" to which this insurance does not (2) Receives a written or verbal demand or apply. We may, at our discretion, investigate claim for damages because of the "bodily any occurrence and settle any claim or suit injury"or"property damage"; or that may result. But: (1) The amount we will pay for damages is (3) Becomes aware by any other means that bodily injury or property damage has limited as described in Section III — Limits occurred or has begun to occur. Of Insurance; and (2) Our right and duty to defend ends when d. Damages because of "bodily injury" include damages claimed by any person or we have used up the applicable limit of organization for care, loss of services or insurance in the payment of judgments or death resulting at any time from the "bodily settlements under Coverages A or B or injury". medical expenses under Coverage C. No other obligation or liability to pay sums or e. Incidental Medical Malpractice And Good perform acts or services is covered unless Samaritan Coverage explicitly provided for under Supplementary "Bodily injury" arising out of the rendering of Payments—Coverages A and B. or failure to render the following health care b. This insurance applies to "bodily injury" and services by any "employee" or "volunteer "property damage" only if: worker" shall be deemed to be caused by an occurrence for: HG 00 01 09 16 Pagel of 21 ©2016 The Hartford (Includes copyrighted material of Insurance Services Office, Inc. with its permission.) DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (1) Professional health care services such as: (a) Liability to such party for, or for the (a) Medical, surgical, dental, laboratory, x- cost of, that party's defense has also ray or nursing services or treatment, been assumed in the same "insured advice or instruction, or the related contract'; and furnishing of food or beverages; (b) Such attorney fees and litigation (b) Any health or therapeutic service, expenses are for defense of that party treatment, advice or instruction; or against a civil or alternative dispute (c) The furnishing or dispensing of drugs resolution proceeding in whichdamages to which this insurance or medical, dental, or surgical supplies applies are alleged. or appliances; or (2) First aid services, which include: c. Liquor Liability (a) Cardiopulmonary resuscitation, "Bodily injury" or "property damage" for which whether performed manually or with a any insured may be held liable by reason of: defibrillator; or (1) Causing or contributing to the intoxication (b) Services performed as a Good of any person; Samaritan. (2) The furnishing of alcoholic beverages to a For the purpose of determining the limits of person under the legal drinking age or insurance, any act or omission together with under the influence of alcohol; or all related acts or omissions in the furnishing (3) Any statute, ordinance or regulation of these services to any one person will be relating to the sale, gift, distribution or use considered one "occurrence". of alcoholic beverages. However, this Incidental Medical Malpractice This exclusion applies even if the claims And Good Samaritan Coverage provision against any insured allege negligence or applies only if you are not engaged in the other wrongdoing in: business or occupation of providing any of the (a) The supervision, hiring, employment, services described in this provision. training or monitoring of others by that 2. Exclusions insured; or This insurance does not apply to: (b) Providing or failing to provide a. Expected Or Intended Injury transportation with respect to any person that may be under the influence "Bodily injury" or "property damage" expected of alcohol; or intended from the standpoint of the if the "occurrence" which caused the "bodily insured. This exclusion does not apply to in.ur " or "property dams e", involved that "bodily injury" or "property damage" resulting y g which is described in Paragraph (1), (2) or (3) from the use of reasonable force to protect above. persons or property. b. Contractual Liability However, this exclusion applies only if you are in the business of manufacturing, "Bodily injury" or "property damage"for which distributing, selling, serving or furnishing the insured is obligated to pay damages by alcoholic beverages. For the purposes of this reason of the assumption of liability in a exclusion, permitting a person to bring contract or agreement. This exclusion does alcoholic beverages on your premises, for not apply to liability for damages: consumption on your premises, whether or (1) That the insured would have in the not a fee is charged or a license is required absence of the contract or agreement; or for such activity, is not by itself considered the (2) Assumed in a contract or agreement that business of selling, serving or furnishing is an "insured contract", provided the alcoholic beverages. "bodily injury" or "property damage" d. Workers' Compensation And Similar Laws occurs subsequent to the execution of the Any obligation of the insured under a workers' contract or agreement. Solely for the compensation, disability benefits or purposes of liability assumed in an unemployment compensation law or any "insured contract", reasonable attorney similar law. fees and necessary litigation expenses e. Employer's Liability incurred by or for a party other than an insured are deemed to be damages "Bodily injury"to: because of "bodily injury" or "property (1) An "employee"of the insured arising out of damage", provided: and in the course of: Page 2 of 21 HG 00 01 09 16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (a) Employment by the insured; or the handling, storage, disposal, (b) Performing duties related to the processing or treatment of waste; conduct of the insured's business; or (c) Which are or were at any time (2) The spouse, child, parent, brother or sister transported, handled, stored, treated, of that "employee" as a consequence of disposed of, or processed as waste by Paragraph (1) above. or for: This exclusion applies: (i) Any insured; or (1) Whether the insured may be liable as an (ii) Any person or organization for employer or in any other capacity; and whom you may be legally (2) To any obligation to share damages with responsible; or repay someone else who must pay (d) At or from any premises, site or damages because of the injury. location on which any insured or any This exclusion does not apply to liability contractors or subcontractors working assumed by the insured under an "insured directly or indirectly on any insured's contract". behalf are performing operations if the "pollutants" are brought on or to the f. Pollution premises, site or location in connection (1) "Bodily injury" or "property damage" with such operations by such insured, arising out of the actual, alleged or contractor or subcontractor. However, threatened discharge, dispersal, seepage, this subparagraph does not apply to: migration, release or escape of (i) "Bodily injury" or "property damage" "pollutants": arising out of the escape of fuels, (a) At or from any premises, site or lubricants or other operating fluids location which is or was at any time which are needed to perform the owned or occupied by, or rented or normal electrical, hydraulic or loaned to, any insured. However, this mechanical functions necessary for subparagraph does not apply to: the operation of"mobile equipment" (i) "Bodily injury" if sustained within a or its parts, if such fuels, lubricants building and caused by smoke, or other operating fluids escape fumes, vapor or soot produced by from a vehicle part designed to or originating from equipment that hold, store or receive them. This is used to heat, cool or dehumidify exception does not apply if the the building, or equipment that is "bodily injury" or "property damage" arises out of the intentional used to heat water for personal use, by the building's occupants or discharge, dispersal or release of their guests; the fuels, lubricants or other operating fluids, or if such fuels, (ii) "Bodily injury" or"property damage" lubricants or other operating fluids for which you may be held liable, if are brought on or to the premises, you are a contractor and the owner site or location with the intent that or lessee of such premises, site or they be discharged, dispersed or location has been added to your released as part of the operations policy as an additional insured with being performed by such insured, respect to your ongoing operations contractor or subcontractor; performed for that additional (ii) "Bodilyinjury" or "property damage" insured at that premises, site or p pert il g sustained within a building and location and such premises, site or location is not and never was caused by the release of gases, fumes or vapors from materials owned or occupied by, or rented or loaned to, any insured, other than brought into that building in that additional insured; or connection with operations being performed by you or on your behalf (iii) "Bodily injury" or"property damage" by a contractor or subcontractor; or arising out of heat, smoke or fumes (iii) "Bodily injury" or "property damage" from a "hostile fire"; arising out of heat, smoke or fumes (b) At or from any premises, site or from a "hostile fire'; or location which is or was at any time (e) At or from any premises, site or used by or for any insured or others for location on which any insured or any contractors or subcontractors working HG 00 01 09 16 Page 3 of 21 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 directly or indirectly on any insured's to, premises you own or rent, provided the behalf are performing operations if the "auto" is not owned by or rented or loaned operations are to test for, monitor, to you or the insured; clean up, remove, contain, treat, (4) Liability assumed under any "insured detoxify or neutralize, or in any way contract" for the ownership, maintenance respond to, or assess the effects of, or use of aircraft or watercraft; "pollutants". (5) "Bodily injury" or "property damage" (2) Any loss, cost or expense arising out of arising out of: any: (a) The operation of machinery or (a) Request, demand, order or statutory or equipment that is attached to, or part regulatory requirement that any of, a land vehicle that would qualify insured or others test for, monitor, under the definition of "mobile clean up, remove, contain, treat, equipment" if it were not subject to a detoxify or neutralize, or in any way compulsory or financial responsibility respond to, or assess the effects of, law or other motor vehicle insurance "pollutants'; or law where it is licensed or principally (b) Claim or suit by or on behalf of a garaged; or governmental authority for damages (b) The operation of any of the machinery because of testing for, monitoring, or equipment listed in Paragraph f.(2) cleaning up, removing, containing, or f.(3) of the definition of "mobile treating, detoxifying or neutralizing, or equipment'; or in any way responding to, or assessing the effects of, "pollutants". (6) An aircraft that is not owned by any insured and is hired, chartered or loaned However, this paragraph does not apply to with a paid crew. However, this exception liability for damages because of "property does not apply if the insured has any other damage" that the insured would have in insurance for such "bodily injury" or the absence of such request, demand, "property damage", whether the other order or statutory or regulatory insurance isrimar , excess, contingent requirement, or such claim or suit or on any other by orp y g basis. on behalf of a governmental authority. h. Mobile Equipment g. Aircraft, Auto Or Watercraft Bodily injury or property damage„ arising "Bodily injury or property damage arising out of: out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto” or (1) The transportation of "mobile equipment" e watercraft owned or operated by or rented or ran "auto" owned or operated by or loaned to any insured. Use includes operation rented or loaned to any insured; or and "loading or unloading". (2) The use of"mobile equipment" in, or while This exclusion applies even if the claims in practice for, or while being prepared for, against any insured allege negligence or any prearranged racing, speed, other wrongdoing in the supervision, hiring, demolition, or stunting activity. employment, training or monitoring of others i. War by that insured, if the "occurrence" which "Bodily injury" or "property damage", however caused the "bodily injury" or "property caused, arising, directly or indirectly, out of: damage" involved the ownership, maintenance, use or entrustment to others of (1) War, including undeclared or civil war; any aircraft, "auto" or watercraft that is owned (2) Warlike action by a military force, including or operated by or rented or loaned to any action in hindering or defending against an insured. actual or expected attack, by any This exclusion does not apply to: government, sovereign or other authority using military personnel or other agents; (1) A watercraft while ashore on premises you or own or rent; (3) Insurrection, rebellion, revolution, usurped (2) A watercraft you do not own that is: power, or action taken by governmental (a) Less than 51 feet long; and authority in hindering or defending against (b) Not being used to carry persons for a any of these. charge; j. Damage To Property (3) Parking an "auto" on, or on the ways next "Property damage" to: Page 4 of 21 HG 00 01 09 16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (1) Property you own, rent, or occupy, This exclusion does not apply if the damaged including any costs or expenses incurred work or the work out of which the damage by you, or any other person, organization arises was performed on your behalf by a or entity, for repair, replacement, subcontractor. enhancement, restoration or maintenance m. Damage To Impaired Property Or Property of such property for any reason, including Not Physically Injured prevention of injury to a person or damage to another's property; "Property damage" to "impaired property" or property that has not been physically injured, (2) Premises you sell, give away or abandon, arising out of: if the "property damage" arises out of any part of those premises; (1) A defect, deficiency, inadequacy or dangerous condition in "your product" or (3) Property loaned to you; "your work'; or (4) Personal property in the care, custody or (2) A delay or failure by you or anyone acting control of the insured; on your behalf to perform a contract or (5) That particular part of real property on agreement in accordance with its terms. which you or any contractors or This exclusion does not apply to the loss of subcontractors use of other property arising out of sudden working directly or indirectly on your behalf and accidental physical injury to "your are performing operations, if the "property product" or "your work" after it has been put damage"arises out of those operations; or to its intended use. (6) That particular part of any property that n. Recall Of Products, Work Or Impaired must be restored, repaired or replaced Property because "your work" was incorrectly performed on it. Damages claimed for any loss, cost or Paragraphs (1), 3 and 4 of this exclusion expense incurred by you or others for the loss ( ) ( ) of use, withdrawal, recall, inspection, repair, do not apply to "property damage" (other than replacement, adjustment, removal or disposal damage by fire) to premises, including the of: contents of such premises, rented to you for a period of seven or fewer consecutive days. A (1) "Your product'; separate limit of insurance applies to Damage (2) "Your work'; or To Premises Rented To You as described in (3) "Impaired property"; Section III— Limits Of Insurance. if such product, work, or property is withdrawn Paragraph (2) of this exclusion does not apply or recalled from the market or from use by if the premises are "your work" and were any person or organization because of a never occupied, rented or held for rental by known or suspected defect, deficiency, you. inadequacy or dangerous condition in it. Paragraphs (3) and (4) of this exclusion do o. Personal And Advertising Injury not apply to "property damage" arising from the use of elevators. "Bodily injury" arising out of "personal and advertising injury". Paragraphs (3), (4), (5) and (6) of this Access or Disclosure Of Confidential Or exclusion do not apply to liability assumed p• under a sidetrack agreement. Personal Information And Data-related Liability Paragraphs (3) and (4) of this exclusion do not apply to "property damage" to borrowed Damages arising out of: equipment while not being used to perform (1) Any access to or disclosure of any operations at the job site. person's or organization's confidential or Paragraph (6) of this exclusion does not apply personal information, including patents, to "property damage" included in the trade secrets, processing methods, "products-completed operations hazard". customer lists, financial information, credit card information, health information or any k. Damage To Your Product other type of nonpublic information; or "Property damage" to "your product" arising (2) The loss of, loss of use of, damage to, out of it or any part of it. corruption of, inability to access, or I. Damage To Your Work inability to manipulate electronic data. "Property damage" to "your work" arising out This exclusion applies even if damages are of it or any part of it and included in the claimed for notification costs, credit "products-completed operations hazard". monitoring expenses, forensic expenses, HG 00 01 09 16 Page 5 of 21 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 public relations expenses or any other loss, assess the effects of an "asbestos cost or expense incurred by you or others hazard"; or arising out of that which is described in (c) Arise out of any claim or suit for Paragraph (1) or(2)above. damages because of testing for, However, unless Paragraph (1) above monitoring, cleaning up, removing, applies, this exclusion does not apply to encapsulating, containing, treating, damages because of"bodily injury". detoxifying or neutralizing or in any As used in this exclusion, electronic data way responding to or assessing the means information, facts or programs stored effects of an "asbestos hazard". as or on, created or used on, or transmitted to s. Recording And Distribution Of Material Or or from computer software, including systems Information In Violation Of Law and applications software, hard or floppy 'Bodily injury" or "property damage" arising disks, CD-ROMS, tapes, drives, cells, data directly or indirectly out of any action or processing devices or any other media which omission that violates or is alleged to violate: are used with electronically controlled equipment. (1) The Telephone Consumer Protection Act (TCPA), including any amendment of or q. Employment-Related Practices addition to such law; "Bodily injury" to: (2) The CAN-SPAM Act of 2003, including (1) A person arising out of any "employment— any amendment of or addition to such law; related practices"; or (3) The Fair Credit Reporting Act (FCRA), and (2) The spouse, child, parent, brother or sister any amendment of or addition to such law, of that person as a consequence of"bodily including the Fair and Accurate Credit injury" to that person at whom any Transaction Act (FACTA); or "employment-related practices" are (4) Any federal, state or local statute, directed. ordinance or regulation, other than the This exclusion applies: TCPA or CAN-SPAM Act of 2003 or FCRA (1) Whether the injury-causing event and their amendments and additions, that described in the definition of"employment- addresses, prohibits or limits the printing, related practices" occurs before dissemination, disposal, collecting, employment, during employment or after recording, sending, transmitting, employment of that person; communicating or distribution of material (2) Whether the insured may be liable as an or information. employer or in any other capacity; and Damage To Premises Rented To You — (3) To any obligation to share damages with Exception For Damage By Fire, Lightning Or or repay someone else who must pay Explosion damages because of the injury. Exclusions c. through h. and j. through n. do not r. Asbestos apply to damage by fire, lightning or explosion to premises while rented to you or temporarily (1) 'Bodily injury" or "property damage" occupied by you with permission of the owner. A arising out of the "asbestos hazard". separate limit of insurance applies to this (2) Any damages, judgments, settlements, coverage as described in Section III — Limits Of loss, costs or expenses that: Insurance. (a) May be awarded or incurred by reason COVERAGE B PERSONAL AND ADVERTISING of any claim or suit alleging actual or INJURY LIABILITY threatened injury or damage of any 1. Insuring Agreement nature or kind to persons or property a. We will pay those sums that the insured which would not have occurred in becomes legally obligated to pay as damages whole or in part but for the "asbestos because of "personal and advertising injury" hazard"; to which this insurance applies. We will have (b) Arise out of any request, demand, the right and duty to defend the insured order or statutory or regulatory against any "suit" seeking those damages. requirement that any insured or others However, we will have no duty to defend the test for, monitor, clean up, remove, insured against any "suit" seeking damages encapsulate, contain, treat, detoxify or for "personal and advertising injury" to which neutralize or in any way respond to or this insurance does not apply. We may, at our Page 6 of 21 HG 00 01 09 16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 discretion, investigate any offense and settle use another's "advertising idea" in your any claim or"suit" that may result. But: "advertisement". (1) The amount we will pay for damages is g. Quality Or Performance Of Goods — limited as described in Section III — Limits Failure To Conform To Statements Of Insurance; and "Personal and advertising injury" arising out of (2) Our right and duty to defend end when we the failure of goods, products or services to have used up the applicable limit of conform with any statement of quality or insurance in the payment of judgments or performance made in your"advertisement". settlements under Coverages A or B or h. Wrong Description Of Prices medical expenses under Coverage C. N "Personal and advertising injury" arising out of No other obligation or liability to pay sums or the wrong description of the price of goods, perform acts or services is covered unless products or services. explicitly provided for under Supplementary Payments—Coverages A and B. i. Infringement Of Intellectual Property Rights b. This insurance applies to "personal and advertising injury" caused by an offense (1) "Personal and advertising injury" arising arising out of your business but only if the out of any actual or alleged infringement offense was committed in the "coverage or violation of any intellectual property territory" during the policy period. rights such as copyright, patent, trademark, trade name, trade secret, trade 2. Exclusions dress, service mark or other designation This insurance does not apply to: of origin or authenticity; or a. Knowing Violation Of Rights Of Another (2) Any injury or damage alleged in any clam "Personal and advertising injury"arising out of or "suit" that also alleges an infringement an offense committed by, at the direction or or violation of any intellectual property with the consent or acquiescence of the right, whether such allegation of insured with the expectation of inflicting infringement or violation is made by you or "personal and advertising injury". by any other party involved in the claim or b. Material Published With Knowledge Of "suit", regardless of whether this Falsity insurance would otherwise apply. "Personal and advertising injury"arising out of However, this exclusion does not apply if the only allegation in the claim or "suit" involving oral, written or electronic publication, in any manner, of material, if done by or at the any intellectual property right is limited to: direction of the insured with knowledge of its (1) Infringement, in your"advertisement", of: falsity. (a) Copyright; c. Material Published Prior To Policy Period (b) Slogan; or "Personal and advertising injury"arising out of (c) Title of any literary or artistic work; or oral, written or electronic publication, in any (2) Copying, in your "advertisement", a manner, of material whose first publication person's or organization's "advertising took place before the beginning of the policy idea"or style of"advertisement". period. j. Insureds In Media And Internet Type d. Criminal Acts Businesses "Personal and advertising injury"arising out of "Personal and advertising injury" committed a criminal act committed by or at the direction by an insured whose business is: of the insured. (1) Advertising, broadcasting, publishing or e. Contractual Liability telecasting; "Personal and advertising injury"for which the (2) Designing or determining content of web insured has assumed liability in a contract or sites for others; or agreement. This exclusion does not apply to liability for damages that the insured would (3) Internet search, access, content or se have in the absence of the contract or service provider. agreement. However, this exclusion does not apply to f. Breach Of Contract Paragraphs a., b. and c. of the definition of "personal and advertising injury" under the "Personal and advertising injury"arising out of a Definitions Section. breach of contract, except an implied contract to HG 00 01 09 16 Page 7 of 21 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 For the purposes of this exclusion, the placing "Personal and advertising injury" arising out of frames, borders or links, or advertising, for of: you or others anywhere on the Internet, is not (1) An "advertisement"for others on your web by itself, considered the business of site; advertising, broadcasting, publishing or telecasting. (2) Placing a link to a web site of others on k. Electronic Chatrooms Or Bulletin Boards your web site; (3) Content, including information, sounds, "Personal and advertising injury"arising out of text, graphics, or images from a web site an electronic chatroom or bulletin board the of others displayed within a frame or insured hosts, owns, or over which the border on your web site; or insured exercises control. I. Unauthorized Use Of Another's Name Or (4) Computer code, software or programming used to enable: Product (a) Your web site; or "Personal and advertising injury"arising out of the unauthorized use of another's name or (b) The presentation or functionality of an product in your e-mail address, domain name "advertisement" or other content on or metatags, or any other similar tactics to your web site. mislead another's potential customers. q. Right Of Privacy Created By Statute m. Pollution "Personal and advertising injury" arising out of "Personal and advertising injury"arising out of the violation of a person's right of privacy the actual, alleged or threatened discharge, created by any state or federal act. dispersal, seepage, migration, release or However, this exclusion does not apply to escape of"pollutants"at any time. liability for damages that the insured would n. Pollution-Related have in the absence of such state or federal act. Any loss, cost or expense arising out of any: r. Violation Of Anti-Trust law (1) Request, demand, order or statutory or regulatory requirement that any insured or "Personal and advertising injury" arising out of others test for, monitor, clean up, remove, a violation of any anti-trust law. contain, treat, detoxify or neutralize, or in s. Securities any way respond to, or assess the effects "Personal and advertising injury" arising out of of, "pollutants"; or the fluctuation in price or value of any stocks, (2) Claim or suit by or on behalf of a bonds or other securities. governmental authority for damages t. Recording And Distribution Of Material Or because of testing for, monitoring, Information In Violation Of Law cleaning up, removing, containing, treating, detoxifying or neutralizing, or in "Personal and advertising injury" arising any way responding to, or assessing the directly or indirectly out of any action or effects of, "pollutants". omission that violates or is alleged to violate: o. War (1) The Telephone Consumer Protection Act (TCPA), including any amendment of or "Personal and advertising injury", however addition to such law; caused, arising, directly or indirectly, out of: (2) The CAN-SPAM Act of 2003, including (1) War, including undeclared or civil war; any amendment of or addition to such law; (2) Warlike action by a military force, including (3) The Fair Credit Reporting Act (FCRA), and action in hindering or defending against an any amendment of or addition to such law, actual or expected attack, by any including the Fair and Accurate Credit government, sovereign or other authority Transaction Act (FACTA); or using military personnel or other agents; (4) Any federal, state or local statute, or ordinance or regulation, other than the (3) Insurrection, rebellion, revolution, usurped TCPA or CAN-SPAM Act of 2003 or FCRA power, or action taken by governmental and their amendments and additions, that authority in hindering or defending against addresses, prohibits or limits the printing, any of these. dissemination, disposal, collecting, p. Internet Advertisements And Content Of recording, sending, transmitting, Others communicating or distribution of material or information. Page 8 of 21 HG 00 01 09 16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 u. Employment-Related Practices information or any other type of nonpublic "Personal and advertising injury"to: information. (1) A person arising out of any "employment— This exclusion applies even if damages are related practices'; or claimed for notification costs, credit monitoring expenses, forensic expenses, (2) The spouse, child, parent, brother or sister public relations expenses or any other loss, of that person as a consequence of cost or expense incurred by you or others "personal and advertising injury" to that arising out of any access to or disclosure of person at whom any "employment-related any person's or organization's confidential or practices" are directed. personal information. This exclusion applies: COVERAGE C MEDICAL PAYMENTS (1) Whether the injury-causing event 1. Insuring Agreement described in the definition of"employment- a. We will pay medical expenses as described related practices" occurs before below for "bodily injury" caused by an employment, during employment or after accident: employment of that person; (1) On premises you own or rent; (2) Whether the insured may be liable as an employer or in any other capacity; and (2) On ways next to premises you own or rent; or (3) To any obligation to share damages with or repay someone else who must pay (3) Because of your operations; damages because of the injury. provided that: v. Asbestos (1) The accident takes place in the "coverage (1) "Personal and advertising injury" arising territory" and during the policy period; out of the "asbestos hazard". (2) The expenses are incurred and reported (2) Any damages, judgments, settlements, to us within three years of the date of the loss, costs or expenses that: accident; and (a) May be awarded or incurred by reason (3) The injured person submits to of any claim or suit alleging actual or examination, at our expense, by threatened injury or damage of any physicians of our choice as often as we nature or kind to persons or property reasonably require. which would not have occurred in b. We will make these payments regardless of whole or in part but for the "asbestos fault. These payments will not exceed the hazard"; applicable limit of insurance. We will pay (b) Arise out of any request, demand, reasonable expenses for: order or statutory or regulatory (1) First aid administered at the time of an requirement that any insured or others accident; test for, monitor, clean up, remove, (2) Necessary medical, surgical, X-ray and encapsulate, contain, treat, detoxify or dental services, including prosthetic neutralize or in any way respond to or devices; and assess the effects of an "asbestos (3) Necessary ambulance, hospital, hazard"; or professional nursing and funeral services. (c) Arise out of any claim or suit for 2. Exclusions damages because of testing for, monitoring, cleaning up, removing, We will not pay expenses for"bodily injury": encapsulating, containing, treating, a. Any Insured detoxifying or neutralizing or in any To any insured, except "volunteer workers". way responding to or assessing the effects of an "asbestos hazard". b. Hired Person w. Access Or Disclosure Of Confidential Or To a person hired to do work for or on behalf Personal Information of any insured or a tenant of any insured. "Personal and advertising injury"arising out of c. Injury On Normally Occupied Premises any access to or disclosure of any person's or To a person injured on that part of premises organization's confidential or personal you own or rent that the person normally information, including patents, trade secrets, occupies. processing methods, customer lists, financial information, credit card information, health d. Workers Compensation And Similar Laws To a person, whether or not an "employee" of HG 00 01 09 16 Page 9 of 21 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 any insured, if benefits for the "bodily injury"are party to the "suit", we will defend that indemnitee payable or must be provided under a workers' if all of the following conditions are met: compensation or disability benefits law or a a. The "suit" against the indemnitee seeks similar law. damages for which the insured has assumed e. Athletics Activities the liability of the indemnitee in a contract or To a person injured while practicing, agreement that is an "insured contract'; instructing or participating in any physical b. This insurance applies to such liability exercises or games, sports, or athletic assumed by the insured; contests. c. The obligation to defend, or the cost of the f. Products-Completed Operations Hazard defense of, that indemnitee, has also been Included within the "products-completed assumed by the insured in the same "insured operations hazard". contract"; g. Coverage A Exclusions d. The allegations in the "suit" and the information we know about the "occurrence" Excluded under Coverage A. are such that no conflict appears to exist SUPPLEMENTARY PAYMENTS — COVERAGES between the interests of the insured and the A AND B interests of the indemnitee; 1. We will pay, with respect to any claim we e. The indemnitee and the insured ask us to investigate or settle, or any "suit" against an conduct and control the defense of that insured we defend: indemnitee against such "suit" and agree that a. All expenses we incur. we can assign the same counsel to defend b. Up to $1,000 for cost of bail bonds required the insured and the indemnitee; and because of accidents or traffic law violations f. The indemnitee: arising out of the use of any vehicle to which (1) Agrees in writing to: the Bodily Injury Liability Coverage applies. (a) Cooperate with us in the investigation, We do not have to furnish these bonds. settlement or defense of the "suit"; c. The cost of appeal bonds or bonds to release (b) Immediately send us copies of any attachments, but only for bond amounts demands, notices, summonses or legal within the applicable limit of insurance. We do papers received in connection with the not have to furnish these bonds. "suit"; d. All reasonable expenses incurred by the (c) Notify any other insurer whose insured at our request to assist us in the coverage is available to the investigation or defense of the claim or "suit", indemnitee; and including actual loss of earnings up to $500 a day because of time off from work. (d) Cooperate with us with respect to e. All court costs taxed against the insured in coordinating other applicable insurance available to the indemnitee; the "suit". However, such costs do not and include attorneys' fees, attorneys' expenses, witness or expert fees, or any other expenses (2) Provides us with written authorization to: of a party taxed to the insured. (a) Obtain records and other information f. Prejudgment interest awarded against the related to the "suit"; and insured on that part of the judgment we pay. If (b) Conduct and control the defense of the we make an offer to pay the applicable limit of indemnitee in such "suit". insurance, we will not pay any prejudgment So long as the above conditions are met, interest based on that period of time after the attorneys' fees incurred by us in the defense of offer. that indemnitee, g. All interest on the full amount of any judgment necessary litigation expenses incurred by us and that accrues after entry of the judgment and necessary litigation expenses incurred by the before we have paid, offered to pay, or indemnitee at our request will be paid as deposited in court the part of the judgment Supplementary Payments. Notwithstanding the that is within the applicable limit of insurance. provisions of Paragraph 2.b.(2) of Section I — These payments will not reduce the limits of Coverage A — Bodily Injury And Property insurance. Damage Liability, such payments will not be deemed to be damages for "bodily injury" and 2. If we defend an insured against a suit and an "property damage" and will not reduce the limits indemnitee of the insured is also named as a of insurance. Page 10 of 21 HG 00 01 09 16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Our obligation to defend an insured's indemnitee liability company), to a co-"employee" and to pay for attorneys' fees and necessary while in the course of his or her litigation expenses as Supplementary Payments employment or performing duties ends when: related to the conduct of your a. We have used up the applicable limit of business, or to your other "volunteer insurance in the payment of judgments or workers" while performing duties settlements; or related to the conduct of your b. The conditions set forth above, or the terms of business; the agreement described in Paragraph f. (b) To the spouse, child, parent, brother or above, are no longer met. sister of that co-"employee" or that SECTION II—WHO IS AN INSURED "volunteer worker" as a consequence of Paragraph (1)(a)above; 1. If you are designated in the Declarations as: (c) For which there is any obligation to a. An individual, you and your spouse are share damages with or repay someone insureds, but only with respect to the conduct else who must pay damages because of a business of which you are the sole of the injury described in Paragraphs owner. (1)(a)or(1)(b)above; or b. A partnership or joint venture, you are an (d) Arising out of his or her providing or insured. Your members, your partners, and failing to provide professional health their spouses are also insureds, but only with care services. respect to the conduct of your business. If you are not in the business of providing c. A limited liability company, you are an professional health care services: insured. Your members are also insureds, but (a) Subparagraphs (1)(a), (1)(b) and (1)(c) only with respect to the conduct of your above do not apply to any "employee" business. Your managers are insureds, but or "volunteer worker" providing first aid only with respect to their duties as your services; and managers. (b) Subparagraph (1)(d) above does not d. An organization other than a partnership,joint apply to any nurse, emergency medical venture or limited liability company, you are an insured. Your "executive officers" and technician or paramedic employed by you to provide such services. directors are insureds, but only with respect to their duties as your officers or directors. Your (2) "Property damage" to property: stockholders are also insureds, but only with (a) Owned, occupied or used by, respect to their liability as stockholders. (b) Rented to, in the care, custody or e. A trust, you are an insured. Your trustees are control of, or over which physical also insureds, but only with respect to their control is being exercised for any duties as trustees. purpose by 2. Each of the following is also an insured: you, any of your "employees", "volunteer a. Employees And Volunteer Workers workers", any partner or member (if you are a partnership or joint venture), or any Your "volunteer workers" only while member (if you are a limited liability performing duties related to the conduct of company). your business, or your "employees", other p y). than either your"executive officers" (if you are b. Real Estate Manager an organization other than a partnership, joint Any person (other than your "employee" or venture or limited liability company) or your "volunteer worker"), or any organization while managers (if you are a limited liability acting as your real estate manager. company), but only for acts within the scope c. Temporary Custodians Of Your Property of their employment by you or while performing duties related to the conduct of Any person or organization having proper your business. temporary custody of your property if you die, but only: However, none of these "employees" or "volunteer workers"are insureds for: (1) With respect to liability arising out of the (1) "Bodily injury" or "personal and advertising maintenance or use of that property; and injury": (2) Until your legal representative has been (a) To you, to your partners or members (if appointed. you are a partnership or joint venture), d. Legal Representative If You Die to your members (if you are a limited Your legal representative if you die, but only HG 00 01 09 16 Page 11 of 21 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 with respect to duties as such. That 5. Additional Insureds When Required By representative will have all your rights and Written Contract, Written Agreement Or duties under this Coverage Part. Permit e. Unnamed Subsidiary The following person(s) or organization(s) are an Any subsidiary, and subsidiary thereof, of additional insured when you have agreed, in a yours which is a legally incorporated entity of written contract, written agreement or because of which you own a financial interest of more a permit issued by a state or political subdivision, than 50% of the voting stock on the effective that such person or organization be added as an date of the Coverage Part. additional insured on your policy, provided the injury or damage occurs subsequent to the The insurance afforded herein for any execution of the contract or agreement. subsidiary not named in this Coverage Part as a named insured does not apply to injury A person or organization is an additional insured or damage with respect to which such insured under this provision only for that period of time is also a named insured under another policy required by the contract or agreement. or would be a named insured under such However, no such person or organization is an policy but for its termination or the exhaustion insured under this provision if such person or of its limits of insurance. organization is included as an insured by an 3. Newly Acquired Or Formed Organization endorsement issued by us and made a part of Any organization you newly acquire or form, this Coverage Part. other than a partnership, joint venture or limited a. Vendors liability company, and over which you maintain Any person(s) or organization(s) (referred to financial interest of more than 50% of the voting below as vendor), but only with respect to stock, will qualify as a Named Insured if there is "bodily injury" or "property damage" arising no other similar insurance available to that out of"your products"which are distributed or organization. However: sold in the regular course of the vendor's a. Coverage under this provision is afforded only business and only if this Coverage Part until the 180th day after you acquire or form provides coverage for "bodily injury" or the organization or the end of the policy "property damage" included within the period, whichever is earlier; "products-completed operations hazard". b. Coverage A does not apply to "bodily injury" (1) The insurance afforded the vendor is or "property damage" that occurred before subject to the following additional you acquired or formed the organization; and exclusions: c. Coverage B does not apply to "personal and This insurance does not apply to: advertising injury" arising out of an offense (a) "Bodily injury" or "property damage"for committed before you acquired or formed the which the vendor is obligated to pay organization. damages by reason of the assumption 4. Nonowned Watercraft of liability in a contract or agreement. With respect to watercraft you do not own that is This exclusion does not apply to liability for damages that the vendor less than 51 feet long and is not being used to would have in the absence of the carry persons for a charge, any person is an contract or agreement; insured while operating such watercraft with your permission. Any other person or organization (b) Any express warranty unauthorized by responsible for the conduct of such person is you; also an insured, but only with respect to liability (c) Any physical or chemical change in the arising out of the operation of the watercraft, and product made intentionally by the only if no other insurance of any kind is available vendor; to that person or organization for this liability. (d) Repackaging, except when unpacked However, no person or organization is an insured solely for the purpose of inspection, with respect to: demonstration, testing, or the a. "Bodily injury" to a co-"employee" of the substitution of parts under instructions person operating the watercraft; or from the manufacturer, and then b. "Property damage" to property owned by, repackaged in the original container; rented to, in the charge of or occupied by you (e) Any failure to make such inspections, or the employer of any person who is an adjustments, tests or servicing as the insured under this provision. vendor has agreed to make or normally Page 12 of 21 HG 00 01 09 16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 undertakes to make in the usual This insurance does not apply to: course of business, in connection with 1. Any "occurrence" which takes place after the distribution or sale of the products; you cease to lease that land; or (f) Demonstration, installation, servicing 2. Structural alterations, new construction or or repair operations, except such demolition operations performed by or on operations performed at the vendor's behalf of such person or organization. premises in connection with the sale of the product; d. Architects, Engineers Or Surveyors (g) Products which, after distribution or Any architect, engineer, or surveyor, but only sale by you, have been labeled or with respect to liability for "bodily injury", relabeled or used as a container, part "property damage" or "personal and or ingredient of any other thing or advertising injury" caused, in whole or in part, substance by or for the vendor; or by your acts or omissions or the acts or (h) "Bodily injury" or "property damage" omissions of those acting on your behalf: arising out of the sole negligence of the (1) In connection with your premises; or vendor for its own acts or omissions or (2) In the performance of your ongoing those of its employees or anyone else operations performed by you or on your acting on its behalf. However, this behalf. exclusion does not apply to: With respect to the insurance afforded these (i) The exceptions contained in Sub- additional insureds, the following additional paragraphs (d) or(f); or exclusion applies: (ii) Such inspections, adjustments, This insurance does not apply to "bodily tests or servicing as the vendor has injury", "property damage" or "personal and agreed to make or normally advertising injury" arising out of the rendering undertakes to make in the usual of or the failure to render any professional course of business, in connection services by or for you, including: with the distribution or sale of the 1. The preparing, approving, or failing to products. prepare or approve, maps, shop drawings, (2) This insurance does not apply to any opinions, reports, surveys, field orders, insured person or organization, from change orders or drawings and whom you have acquired such products, specifications; or or any ingredient, part or container, 2. Supervisory, inspection, architectural or entering into, accompanying or containing engineering activities. such products. This exclusion applies even if the claims b. Lessors Of Equipment against any insured allege negligence or (1) Any person(s) or organization(s) from other wrongdoing in the supervision, hiring, whom you lease equipment; but only with employment, training or monitoring of others respect to their liability for "bodily injury", by that insured, if the "occurrence" which "property damage" or "personal and caused the "bodily injury" or "property advertising injury" caused, in whole or in damage", or the offense which caused the part, by your maintenance, operation or "personal and advertising injury", involved the use of equipment leased to you by such rendering of or the failure to render any person(s)or organization(s). professional services by or for you. (2) With respect to the insurance afforded to e. Permits Issued By State Or Political these additional insureds this insurance Subdivisions does not apply to any "occurrence" which Any state or political subdivision, but only with takes place after the equipment lease respect to operations performed by you or on expires. your behalf for which the state or political c. Lessors Of Land Or Premises subdivision has issued a permit. Any person or organization from whom you With respect to the insurance afforded these lease land or premises, but only with respect additional insureds, this insurance does not to liability arising out of the ownership, apply to: maintenance or use of that part of the land or (1) "Bodily injury", "property damage" or premises leased to you. "personal and advertising injury" arising With respect to the insurance afforded these out of operations performed for the state additional insureds the following additional or municipality; or exclusions apply: HG 00 01 09 16 Page 13 of 21 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (2) "Bodily injury" or "property damage" by that insured, if the "occurrence" which included within the "products-completed caused the "bodily injury" or "property operations hazard". damage", or the offense which caused the f. Any Other Party "personal and advertising injury", involved the Any other person or organization who is not rendering of or the failure to render any an additional insured under Paragraphs a. professional services by or for you. through e. above, but only with respect to The limits of insurance that apply to additional liability for "bodily injury", "property damage" insureds is described in Section III — Limits Of or "personal and advertising injury" caused, in Insurance. whole or in part, by your acts or omissions or How this insurance applies when other insurance the acts or omissions of those acting on your is available to the additional insured is described behalf: in the Other Insurance Condition in Section IV— (1) In the performance of your ongoing Commercial General Liability Conditions. operations; No person or organization is an insured with respect (2) In connection with your premises owned to the conduct of any current or past partnership, by or rented to you; or joint venture or limited liability company that is not (3) In connection with "your work" and shown as a Named Insured in the Declarations. included within the "products-completed SECTION III— LIMITS OF INSURANCE operations hazard", but only if 1. The Most We Will Pay (a) The written contract or agreement The Limits of Insurance shown in the requires you to provide such coverage Declarations and the rules below fix the most we to such additional insured; and will pay regardless of the number of: (b) This Coverage Part provides coverage a. Insureds; for "bodily injury" or "property damage" b. Claims made or"suits" brought; or included within the "products- completed operations hazard". c. Persons or organizations making claims or bringing "suits". However: (1) The insurance afforded to such additional 2. General Aggregate Limit insured only applies to the extent The General Aggregate Limit is the most we will permitted by law; and pay for the sum of: (2) If coverage provided to the additional a. Medical expenses under Coverage C; insured is required by a contract or b. Damages under Coverage A, except agreement, the insurance afforded to such damages because of "bodily injury" or additional insured will not be broader than "property damage" included in the "products- that which you are required by the contract completed operations hazard'; and or agreement to provide for such c. Damages under Coverage B. additional insured. 3. Products-Completed Operations Aggregate With respect to the insurance afforded to Limit these additional insureds, this insurance does The Products-Completed Operations Aggregate not apply to: Limit is the most we will pay under Coverage A "Bodily injury", "property damage" or for damages because of "bodily injury" and "personal and advertising injury" arising out of "property damage" included in the "products- the rendering of, or the failure to render, any completed operations hazard". professional architectural, engineering or surveying services, including: 4. Personal And Advertising Injury Limit (1) The preparing, approving, or failing to Subject to 2. above, the Personal and prepare or approve, maps, shop drawings, Advertising Injury Limit is the most we will pay opinions, reports, surveys, field orders, under Coverage B for the sum of all damages change orders or drawings and because of all "personal and advertising injury" specifications; or sustained by any one person or organization. (2) Supervisory, inspection, architectural or 5. Each Occurrence Limit engineering activities. Subject to 2. or 3. above, whichever applies, the This exclusion applies even if the claims Each Occurrence Limit is the most we will pay for against any insured allege negligence or the sum of: other wrongdoing in the supervision, hiring, a. Damages under Coverage A; and employment, training or monitoring of others Page 14 of 21 HG 00 01 09 16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 b. Medical expenses under Coverage C a. Notice Of Occurrence Or Offense because of all "bodily injury" and "property You or any additional insured must see to it damage"arising out of any one "occurrence". that we are notified as soon as practicable of 6. Damage To Premises Rented To You Limit an "occurrence" or an offense which may Subject to 5. above, the Damage To Premises result in a claim. To the extent possible, notice should include: Rented To You Limit is the most we will pay under Coverage A for damages because of (1) How, when and where the "occurrence" or "property damage" to any one premises, while offense took place; rented to you, or in the case of damage by fire, (2) The names and addresses of any injured lightning or explosion, while rented to you or persons and witnesses; and temporarily occupied by you with permission of (3) The nature and location of any injury or the owner. damage arising out of the "occurrence" or In the case of damage by fire, lightning or offense. explosion, the Damage to Premises Rented To b. Notice Of Claim You Limit applies to all damage proximately caused by the same event, whether such If a claim is made or "suit" is brought against damage results from fire, lightning or explosion any insured, you or any additional insured or any combination of these. must: 7. Medical Expense Limit (1) Immediately record the specifics of the Subject to 5. above, the Medical Expense Limit is claim or"suit"and the date received; and the most we will pay under Coverage C for all (2) Notify us as soon as practicable. medical expenses because of "bodily injury" You or any additional insured must see to it sustained by any one person. that we receive written notice of the claim or 8. How Limits Apply To Additional Insureds "suit"as soon as practicable. If you have agreed in a written contract or written c. Assistance And Cooperation Of The agreement that another person or organization Insured be You and any other involved insured must: added as an additional insured on your policy, (1) Immediately send us copies of any the most we will pay on behalf of such additional demands, notices, summonses or legal insured is the lesser of: papers received in connection with the a. The limits of insurance specified in the written claim or"suit'; contract or written agreement; or (2) Authorize us to obtain records and other b. The Limits of Insurance shown in the information; Declarations. (3) Cooperate with us in the investigation or Such amount shall be a part of and not in settlement of the claim or defense against addition to Limits of Insurance shown in the the "suit"; and Declarations and described in this Section. (4) Assist us, upon our request, in the The Limits of Insurance of this Coverage Part apply enforcement of any right against any person separately to each consecutive annual period and to or organization which may be liable to the any remaining period of less than 12 months, insured because of injury or damage to starting with the beginning of the policy period which this insurance may also apply. shown in the Declarations, unless the policy period d. Obligations At The Insureds Own Cost is extended after issuance for an additional period of less than 12 months. In that case, the additional No insured will, except at that insured's own period will be deemed part of the last preceding cost, voluntarily make a payment, assume any obligation, or incur any expense, other period for purposes of determining the Limits of than for first aid, without our consent. Insurance. SECTION IV — COMMERCIAL GENERAL e. Additional Insureds Other Insurance LIABILITY CONDITIONS If we cover a claim or "suit" under this 1. Bankruptcy Coverage Part that may also be covered by other insurance available to an additional Bankruptcy or insolvency of the insured or of the insured, such additional insured must submit insured's estate will not relieve us of our such claim or "suit" to the other insurer for obligations under this Coverage Part. defense and indemnity. 2. Duties In The Event Of Occurrence, Offense, However, this provision does not apply to the Claim Or Suit extent that you have agreed in a written HG 00 01 09 16 Page 15 of 21 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 contract or written agreement that this b. Excess Insurance insurance is primary and non-contributory This insurance is excess over any of the other with the additional insured's own insurance. insurance, whether primary, excess, f. Knowledge Of An Occurrence, Offense, contingent or on any other basis: Claim Or Suit (1) Your Work Paragraphs a. and b. apply to you or to any That is Fire, Extended Coverage, Builder's additional insured only when such Risk, Installation Risk or similar coverage "occurrence", offense, claim or "suit" is known for"your work"; to: (1) You or any additional insured that is an (2) Premises Rented To You individual; That is fire, lightning or explosion insurance for premises rented to you or (2) Any partner, if you or the additional insured is a partnership; temporarily occupied by you with permission of the owner; (3) Any manager, if you or the additional (3) Tenant Liability insured is a limited liability company; That is insurance purchased by you to (4) Any "executive officer" or insurance cover your liability as a tenant for manager, if you or the additional insured is "property damage" to premises rented to a corporation; you or temporarily occupied by you with (5) Any trustee, if you or the additional permission of the owner; insured is a trust; or (4) Aircraft, Auto Or Watercraft (6) Any elected or appointed official, if you or If the loss arises out of the maintenance or the additional insured is a political use of aircraft, "autos" or watercraft to the subdivision or public entity. extent not subject to Exclusion g. of This duty applies separately to you and any Section I — Coverage A — Bodily Injury additional insured. And Property Damage Liability; 3. Legal Action Against Us (5) Property Damage To Borrowed No person or organization has a right under this Equipment Or Use Of Elevators Coverage Part: If the loss arises out of"property damage" a. To join us as a party or otherwise bring us to borrowed equipment or the use of into a "suit" asking for damages from an elevators to the extent not subject to insured; or Exclusion j. of Section I - Coverage A - b. To sue us on this Coverage Part unless all of Bodily Injury And Property Damage its terms have been fully complied with. Liability; A person or organization may sue us to recover (6) When You Are Added As An AdditionalInsured To Other Insurance on an agreed settlement or on a final judgment against an insured; but we will not be liable for Any other insurance available to you damages that are not payable under the terms of covering liability for damages arising out this Coverage Part or of the premises or operations, or products that are in excess of the applicable limit of and completed operations, for which you insurance. An agreed settlement means a have been added as an additional insured settlement and release of liability signed by us, by that insurance; or the insured and the claimant or the claimant's (7) When You Add Others As An legal representative. Additional Insured To This Insurance 4. Other Insurance Any other insurance available to an If other valid and collectible insurance is additional insured. available to the insured for a loss we cover under However, the following provisions apply to Coverages A or B of this Coverage Part, our other insurance available to any person or obligations are limited as follows: organization who is an additional insured a. Primary Insurance under this coverage part. This insurance is primary except when b. (a) Primary Insurance When Required below applies. If other insurance is also By Contract primary, we will share with all that other This insurance is primary if you have insurance by the method described in c. agreed in a written contract or written below. agreement that this insurance be primary. If other insurance is also Page 16 of 21 HG 00 01 09 16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 primary, we will share with all that 5. Premium Audit other insurance by the method a. We will compute all premiums for this described in c. below. Coverage Part in accordance with our rules (b) Primary And Non-Contributory To and rates. Other Insurance When Required By b. Premium shown in this Coverage Part as Contract advance premium is a deposit premium only. If you have agreed in a written At the close of each audit period we will contract, written agreement, or permit compute the earned premium for that period that this insurance is primary and non- and send notice to the first Named Insured. contributory with the additional The due date for audit and retrospective insured's own insurance, this insurance premiums is the date shown as the due date is primary and we will not seek on the bill. If the sum of the advance and contribution from that other insurance. audit premiums paid for the policy period is Paragraphs (a) and (b) do not apply to greater than the earned premium, we will other insurance to which the additional return the excess to the first Named Insured. insured has been added as an additional c. The first Named Insured must keep records of insured. the information we need for premium When this insurance is excess, we will have computation, and send us copies at such no duty under Coverages A or B to defend times as we may request. the insured against any "suit" if any other 6. Representations insurer has a duty to defend the insured a. When You Accept This Policy against that "suit". If no other insurer defends, we will undertake to do so, but we will be By accepting this policy, you agree: entitled to the insured's rights against all (1) The statements in the Declarations are those other insurers. accurate and complete; When this insurance is excess over other (2) Those statements are based upon insurance, we will pay only our share of the representations you made to us; and amount of the loss, if any, that exceeds the (3) We have issued this policy in reliance sum of: upon your representations. (1) The total amount that all such other b. Unintentional Failure To Disclose Hazards insurance would pay for the loss in the If unintentionally you should fail to disclose all absence of this insurance; and hazards relating to the conduct of your (2) The total of all deductible and self-insured business that exist at the inception date of amounts under all that other insurance. this Coverage Part, we shall not deny We will share the remaining loss, if any, with coverage under this Coverage Part because any other insurance that is not described in of such failure. this Excess Insurance provision and was not 7. Separation Of Insureds bought specifically to apply in excess of the Except with respect to the Limits of Insurance, Limits of Insurance shown in the Declarations and any rights or duties specifically assigned in of this Coverage Part. this Coverage Part to the first Named Insured, c. Method Of Sharing this insurance applies: If all of the other insurance permits a. As if each Named Insured were the only contribution by equal shares, we will follow Named Insured; and this method also. Under this approach each b. Separately to each insured against whom insurer contributes equal amounts until it has paid its applicable limit of insurance or none claim is made or"suit" is brought. of the loss remains, whichever comes first. 8. Transfer Of Rights Of Recovery Against If any of the other insurance does not permit Others To Us contribution by equal shares, we will a. Transfer Of Rights Of Recovery contribute by limits. Under this method, each If the insured has rights to recover all or part insurer's share is based on the ratio of its of any payment, including Supplementary applicable limit of insurance to the total Payments, we have made under this applicable limits of insurance of all insurers. Coverage Part, those rights are transferred to us. The insured must do nothing after loss to HG 00 01 09 16 Page 17 of 21 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 impair them. At our request, the insured will other motor vehicle insurance law where it is bring "suit" or transfer those rights to us and licensed or principally garaged. help us enforce them. However, "auto" does not include "mobile b. Waiver Of Rights Of Recovery (Waiver Of equipment". Subrogation) 5. "Bodily injury" means physical: If the insured has waived any rights of a. Injury; recovery against any person or organization for all or part of any payment, including b. Sickness; or Supplementary Payments, we have made c. Disease under this Coverage Part, we also waive that sustained by a person and, if arising out of the right, provided the insured waived their rights above, mental anguish or death at any time. of recovery against such person or organization in a contract, agreement or 6. "Coverage territory" means: permit that was executed prior to the injury or a. The United States of America (including its damage. territories and possessions), Puerto Rico and 9. When We Do Not Renew Canada; If we decide not to renew this Coverage Part, we b. International waters or airspace, but only if will mail or deliver to the first Named Insured the injury or damage occurs in the course of shown in the Declarations written notice of the travel or transportation between any places nonrenewal not less than 30 days before the included in a. above; or expiration date. c. All other parts of the world if the injury or If notice is mailed, proof of mailing will be damage arises out of: sufficient proof of notice. (1) Goods or products made or sold by you in SECTION V—DEFINITIONS the territory described in a. above; 1. "Advertisement" means the widespread public (2) The activities of a person whose home is dissemination of information or images that has in the territory described in a. above, but is the purpose of inducing the sale of goods, away for a short time on your business; or products or services through: (3) "Personal and advertising injury" offenses a. (1) Radio; that take place through the Internet or similar electronic means of communication (2) Television; provided the insured's responsibility to pay (3) Billboard; damages is determined in the United States of (4) Magazine; America (including its territories and possessions), (5) Newspaper; or Puerto Rico or Canada, in a "suit" on the merits according to the substantive law in such territory or b. Any other publication that is given widespread in a settlement we agree to. public distribution. 7. "Employee" includes a "leased worker". However, advertisement does not include: "Employee" does not include a "temporary a. The design, printed material, information or worker". images contained in, on or upon the 8. "Employment-Related Practices" means: packaging or labeling of any goods or products; or a. Refusal to employ that person; b. An interactive conversation between or b. Termination of that person's employment; or among persons through a computer network. c. Employment-related practices, policies, acts 2. "Advertising idea" means any idea for an or omissions, such as coercion, demotion, "advertisement". evaluation, reassignment, discipline, defamation, harassment, humiliation, 3. "Asbestos hazard" means an exposure or discrimination or malicious prosecution threat of exposure to the actual or alleged directed at that person. properties of asbestos and includes the mere presence of asbestos in any form. 9. "Executive officer" means a person holding any of the officer positions created by your charter, 4. "Auto" means: constitution, by-laws or any other similar a. A land motor vehicle, trailer or semitrailer governing document. designed for travel on public roads, including 10."Hostile fire" means one which becomes any attached machinery or equipment; or uncontrollable or breaks out from where it was b. Any other land vehicle that is subject to a intended to be. compulsory or financial responsibility law or Page 18 of 21 HG 00 01 09 16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 11."Impaired property" means tangible property, (a) Preparing, approving, or failing to other than "your product" or "your work", that prepare or approve, maps, shop cannot be used or is less useful because: drawings, opinions, reports, surveys, a. It incorporates "your product" or "your work" field orders, change orders or drawings that is known or thought to be defective, and specifications; or deficient, inadequate or dangerous; or (b) Giving directions or instructions, or b. You have failed to fulfill the terms of a failing to give them, if that is the contract or agreement; primary cause of the injury or damage; or if such property can be restored to use by the repair, replacement, adjustment or removal of (2) Under which the insured, if an architect, "your product" or "your work", or your fulfilling the engineer or surveyor, assumes liability for terms of the contract or agreement. an injury or damage arising out of the insured's rendering or failure to render 12. Insured contract means: professional services, including those listed a. A contract for a lease of premises. However, in (1) above and supervisory, inspection, that portion of the contract for a lease of architectural or engineering activities. premises that indemnifies any person or 13."Leased worker" means a person leased to you organization for damage by fire, lightning or by a labor leasing firm under an agreement explosion to premises while rented to you or between you and the labor leasing firm, to temporarily occupied by you with permission perform duties related to the conduct of your of the owner is subject to the Damage to business. "Leased worker" does not include a Premises Rented To You Limit described in "temporary worker". Section III— Limits of Insurance; b. A sidetrack agreement; 14."Loading or unloading" means the handling of property: c. Any easement or license agreement, a. After it is moved from the place where it is including an easement or license agreement accepted for movement into or onto an in connection with construction or demolition aircraft, watercraft or"auto"; operations on or within 50 feet of a railroad; b. While it is in or on an aircraft, watercraft or d. An obligation, as required by ordinance, to "auto"; or indemnify a municipality, except in connection with work for a municipality; c. While it is being moved from an aircraft, watercraft or "auto" to the place where it is e. An elevator maintenance agreement; finally delivered; f. That part of any other contract or agreement but "loading or unloading" does not include the pertaining to your business (including an movement of property by means of a mechanical indemnification of a municipality in connection device, other than a hand truck, that is not with work performed for a municipality) under attached to the aircraft, watercraft or"auto". which you assume the tort liability of another party to pay for "bodily injury" or "property 15."Mobile equipment" means any of the following damage" to a third person or organization, types of land vehicles, including any attached provided the "bodily injury" or "property machinery or equipment: damage" is caused, in whole or in part, by a. Bulldozers, farm machinery, forklifts and other you or by those acting on your behalf. Tort vehicles designed for use principally off public liability means a liability that would be roads; imposed by law in the absence of any b. Vehicles maintained for use solely on or next contract or agreement. to premises you own or rent; Paragraph f. includes that part of any contract c. Vehicles that travel on crawler treads; or agreement that indemnifies a railroad for "bodily injury" or "property damage" arising d. Vehicles, whether self-propelled or not, out of construction or demolition operations, maintained primarily to provide mobility to within 50 feet of any railroad property and permanently mounted: affecting any railroad bridge or trestle, tracks, (1) Power cranes, shovels, loaders, diggers or road-beds, tunnel, underpass or crossing. drills; or However, Paragraph f. does not include that (2) Road construction or resurfacing part of any contract or agreement: equipment such as graders, scrapers or (1) That indemnifies an architect, engineer or rollers; surveyor for injury or damage arising out e. Vehicles not described in a., b., c. or d.above of: that are not self-propelled and are maintained HG 00 01 09 16 Page 19 of 21 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 primarily to provide mobility to permanently e. Oral, written or electronic publication, in any attached equipment of the following types: manner, of material that violates a person's (1) Air compressors, pumps and generators, right of privacy; including spraying, welding, building If. Copying, in your "advertisement", a person's cleaning, geophysical exploration, lighting or organization's "advertising idea" or style of and well servicing equipment; or "advertisement"; or (2) Cherry pickers and similar devices used to g. Infringement of copyright, slogan, or title of raise or lower workers; any literary or artistic work, in your f. Vehicles not described in a., b., c. or d. above "advertisement". maintained primarily for purposes other than 18."Pollutants" mean any solid, liquid, gaseous or the transportation of persons or cargo. thermal irritant or contaminant, including smoke, However, self-propelled vehicles with the vapor, soot, fumes, acids, alkalis, chemicals and following types of permanently attached waste. Waste includes materials to be recycled, equipment are not "mobile equipment" but will reconditioned or reclaimed. be considered "autos": 19."Products-completed operations hazard": (1) Equipment designed primarily for: a. Includes all "bodily injury" and "property (a) Snow removal; damage" occurring away from premises you (b) Road maintenance, but not own or rent and arising out of "your product" construction or resurfacing; or or"your work" except: (c) Street cleaning; (1) Products that are still in your physical possession; or (2) Cherry pickers and similar devices (2) Work that has not yet been completed or mounted on automobile or truck chassis abandoned. However, "your work" will be and used to raise or lower workers; and deemed completed at the earliest of the (3) Air compressors, pumps and generators, following times: including spraying, welding, building (a) When all of the work called for in your cleaning, geophysical exploration, lighting contract has been completed. and well servicing equipment. However, "mobile equipment" does not include (b) When all of the work to be done at the any land vehicle that is subject to a compulsory job site has been completed your contract calls for work at more than or financial responsibility law or other motor one job site. vehicle insurance law where it is licensed or principally garaged. Land vehicles subject to a (c) When that part of the work done at a compulsory or financial responsibility law or other job site has been put to its intended motor vehicle insurance law are considered use by any person or organization "autos". other than another contractor or 16. Occurrence subcontractor working on the same means an accident, including project. continuous or repeated exposure to substantially the same general harmful conditions. Work that may need service, maintenance, correction, repair or 17."Personal and advertising injury" means replacement, but which is otherwise injury, including consequential "bodily injury", re p arising out of one or more of the following complete, will be treated as completed. offenses: b. Does not include "bodily injury" or "property a. False arrest, detention or imprisonment; damage"arising out of: b. Malicious prosecution; (1) The transportation of property, unless the injury or damage arises out of a condition c. The wrongful eviction from, wrongful entry in or on a vehicle not owned or operated into, or invasion of the right of private by you, and that condition was created by occupancy of a room, dwelling or premises the "loading or unloading" of that vehicle that a person or organization occupies, by any insured; committed by or on behalf of its owner, (2) The existence of tools, uninstalled landlord or lessor; equipment or abandoned or unused d. Oral, written or electronic publication, in any materials; or manner, of material that slanders or libels a (3) Products or operations for which the person or organization or disparages a classification, listed in the Declarations or person's or organization's goods, products or in a policy Schedule, states that products- services,- Page roducts- services;Page 20 of 21 HG 00 01 09 16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 completed operations are subject to the 24."Your product": General Aggregate Limit. a. Means: 20."Property damage" means: (1) Any goods or products, other than real a. Physical injury to tangible property, including property, manufactured, sold, handled, all resulting loss of use of that property. All distributed or disposed of by: such loss of use shall be deemed to occur at (a) You; the time of the physical injury that caused it; (b) Others trading under your name; or or b. Loss of use of tangible property that is not (c) A person or organization whose physically injured. All such loss of use shall business or assets you have acquired; be deemed to occur at the time of the and "occurrence"that caused it. (2) Containers (other than vehicles), As used in this definition, computerized or materials, parts or equipment furnished in electronically stored data, programs or software connection with such goods or products. are not tangible property. Electronic data means b. Includes information, facts or programs: (1) Warranties or representations made at a. Stored as or on; any time with respect to the fitness, b. Created or used on; or quality, durability, performance or use of "your product"; and c. Transmitted to or from; (2) The providing of or failure to provide computer software, including systems and warnings or instructions. applications software, hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing c. Does not include vending machines or other devices or any other media which are used with property rented to or located for the use of electronically controlled equipment. others but not sold. 21."Suit" means a civil proceeding in which 25."Your work": damages because of "bodily injury", "property a. Means: damage" or "personal and advertising injury" to (1) Work or operations performed by you or which this insurance applies are alleged. "Suit" on your behalf; and includes: (2) Materials, parts or equipment furnished in a. An arbitration proceeding in which such connection with such work or operations. damages are claimed and to which the insured must submit or does submit with our b. Includes consent; or (1) Warranties or representations made at b. Any other alternative dispute resolution any time with respect to the fitness, proceeding in which such damages are quality, durability, performance or use of claimed and to which the insured submits with "your work", and our consent. (2) The providing of or failure to provide 22."Temporary worker" means a person who is warnings or instructions. furnished to you to substitute for a permanent "employee" on leave or to meet seasonal or short-term workload conditions. 23."Volunteer worker" means a person who a. Is not your"employee'; b. Donates his or her work; c. Acts at the direction of and within the scope of duties determined by you; and d. Is not paid a fee, salary or other compensation by you or anyone else for their work performed for you. HG 00 01 09 16 Page 21 of 21 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 POLICY NUMBER: 46UEAKQ1986 � THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - OPTION IV This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Designated Project(s) Or Location(s) Or Organization(s): Of Covered Operations: Blanket as required by written contract. Blanket as required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. With respect to those person(s) or organization(s) but only if: shown in the Schedule above when you have (a) The written contract or written agreed in a written contract or written agreement agreement requires you to provide to provide insurance such as is afforded under this such coverage to such additional policy to them, Subparagraph f., Any Other insured at the project(s) or location(s) Party, under the Additional Insureds When designated in the Schedule; and Required By Written Contract, Written (b) This Coverage Part provides coverage Agreement Or Permit Paragraph of Section II — for "bodily injury" or "property damage" Who Is An Insured is replaced with the following: included within the "products- f. Any Other Party completed operations hazard". Any other person or organization who is not The insurance afforded to the additional an insured under Paragraphs a. through e. insured shown in the Schedule applies: above, but only with respect to liability for (1) Only if the "bodily injury" or "property "bodily injury", "property damage" or "personal damage" occurs, or the "personal and and advertising injury" arising out of: advertising injury" offense is committed: (1) Your ongoing operations performed for (a) During the policy period; and such additional insured at the project(s) or location(s) designated in the Schedule; (b) Subsequent to the execution of such written contract or written agreement; (2) Premises owned by or rented to you and and shown in the Schedule; or (3) "Your work" for the additional insured at (c) Prior to the expiration of the period of the project(s) or location(s) designated in time that the written contract or written the Schedule and included within the agreement requires such insurance "products-completed operations hazard", be provided to the additional insured. Form HS 24 83 0713 Page 1 of 2 © 2013, The Hartford (Includes copyrighted material of Insurance Services Office, Inc., with its permission.) DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (2) Only to the extent permitted by law; and When You Add Others As An Additional (3) Will not be broader than that which you Insured To This Insurance are required by the written contract or (a) Primary Insurance When Required By written agreement to provide for such Contract additional insured. This insurance is primary if you have agreed With respect to the insurance afforded to the in a written contract or written agreement that person(s) or organization(s) that are additional this insurance be primary. If other insurance insureds under this endorsement, the is also primary, we will share with all that following additional exclusion applies: other insurance by the method described in This insurance does not apply to "bodily Paragraph (c) below. This insurance does not injury", "property damage" or "personal and apply to other insurance to which the advertising injury" arising out of the rendering additional insured in the Schedule has been of, or the failure to render, any professional added as an additional insured. architectural, engineering or surveying (b) Primary And Non-Contributory To Other services, including: Insurance When Required By Contract (1) The preparing, approving, or failing to This insurance is primary to and will not seek prepare or approve maps, shop drawings, contribution from any other insurance opinions, reports, surveys, field orders, available to an additional insured under your change orders, designs or specifications; policy provided that: or (i) The additional insured in the Schedule is (2) Supervisory, inspection, architectural or a Named Insured under such other engineering activities. insurance; and The limits of insurance that apply to the additional (ii) You have agreed in a written contract or insured shown in the Schedule are described in the written agreement that this insurance Limits Of Insurance section. would be primary and would not seek How this insurance applies when other insurance is contribution from any other insurance available to the additional insured is described in the available to the additional insured in the Other Insurance Condition in Section IV — Schedule. Commercial General Liability Conditions, except as (c) (Method Of Sharing otherwise amended below. If all of the other insurance permits B. With respect to insurance provided to the contribution by equal shares, we will follow person(s) or organization(s) that are additional this method also. Under this approach, each insureds under this endorsement, the When You insurer contributes equal amounts until it has Add Others As An Additional Insured To This paid its applicable limit of insurance or none of Insurance subparagraph, under the Other the loss remains, whichever comes first. Insurance Condition of Section IV—Commercial If any of the other insurance does not permit General Liability Conditions is replaced with the contribution by equal shares, we will following: contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. All other terms and conditions in the policy remain unchanged. Page 2 of 2 Form HS 24 83 0713 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 POLICY NUMBER:46UEAKQ1988 COMMERCIAL AUTO CA 99 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLLUTION LIABILITY - BROADENED COVERAGE FOR COVERED AUTOS _ BUSINESS AUTO AND MOTOR CARRIER COVERAGE FORMS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. Covered Autos Liability Coverage is changed as "Covered pollution cost or expense" does not follows: include any cost or expense arising out of the 1. Paragraph a. of the Pollution Exclusion actual, alleged or threatened discharge, applies only to liability assumed under a dispersal, seepage, migration, release or contract or agreement. escape of"pollutants": 2. With respect to the coverage afforded by a. Before the "pollutants" or any property in Paragraph A.I. above, Exclusion 8.6. Care, which the "pollutants" are contained are Custody Or Control does not apply. moved from the place where they are accepted by the "Insured" for movement B. Changes In Definitions into or onto the covered "auto"; or For the purposes of this endorsement, Paragraph b. After the "pollutants" or any property in D. of the Definitions Section is replaced by the which the "pollutants" are contained are following: moved from the covered "auto" to the D. "Covered pollution cost or expense" means any place where they are finally delivered, cost or expense arising out of: disposed of or abandoned by the 1. Any request, demand, order or statutory or "insured". regulatory requirement that any"insured" or Paragraphs a. and b. above do not apply to others test for, monitor, clean up, remove, "accidents" that occur away from premises contain, treat, detoxify or neutralize, or in awned by or rented to an "insured" with any way respond to, or assess the effects respect to "pollutants" not in or upon a of"pollutants"; or covered "auto" if: 2. Any claim or "suit" by or on behalf of a (1) The "pollutants" or any property in governmental authority for damages which the "pollutants" are contained because of testing for, monitoring, cleaning are upset, overturned or damaged as up, removing, containing, treating, a result of the maintenance or use of detoxifying or neutralizing, or in any way a covered "auto"; and responding to or assessing the effects of (2) The discharge, dispersal, seepage, "Pollutants". migration, release or escape of the "pollutants" is caused directly by such upset, overturn or damage. CA 99 48 10 13 O Insurance Services Office, Inc., 2011 Page 1 of 1 insured Copy DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 IWAIVICU IIVJUnCU. LdIIUIIIdILI JLIUULUIt7J I, L.r. POLICY NUMBER: 46UEAKQ1988 COMMERCIAL AUTOMOBILE HA 99 16 03 12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM (Blanket as required by a written contract.) To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other provisions of the Coverage Form, the provisions of this endorsement apply. 1. BROAD FORM INSURED d. Any "employee" of yours while using a A. Subsidiaries and Newly Acquired or covered "auto" you don't own, hire or Formed Organizations borrow in your business or your The Named Insured shown in the personal affairs. Declarations is amended to include: C. Lessors as Insureds (1) Any legal business entity other than a Paragraph A.1. -WHO IS AN INSURED -of partnership or joint venture,formed as a Section II - Liability Coverage is amended to subsidiary in which you have an add: ownership interest of more than 50% on e. The lessor of a covered "auto"while the the effective date of the Coverage Form. "auto" is leased to you under a written However, the Named Insured does not agreement if: include any subsidiary that is an (1) The agreement requires you to "insured" under any other automobile policy or would be an "insured" under provide direct primary insurance for the lessor and such a policy but for its termination or the exhaustion of its Limit of Insurance. (2) The"auto"is leased without a driver. (2) Any organization that is acquired or Such a leased "auto" will be considered a formed by you and over which you covered "auto" you own and not a covered maintain majority ownership. However, "auto"you hire. the Named Insured does not include any D. Additional Insured if Required by Contract newly formed or acquired organization: (1) Paragraph A.1. -WHO IS AN INSURED (a) That is a partnership or joint - of Section II - Liability Coverage is venture, amended to add: (b) That is an "insured" under any other f. When you have agreed, in a written policy, contract or written agreement, that a (c) That has exhausted its Limit of person or organization be added as Insurance under any other policy, or an additional insured on your (d) 180 days or more after its business auto policy, such person or acquisition or formation by you, organization is an"insured", but only unless you have given us notice of to the extent such person or the acquisition or formation. organization is liable for "bodily Coverage does not apply to "bodily injury" or "property damage" caused injury" or "property damage" that results by the conduct of an "insured"under from an "accident" that occurred before paragraphs a. or b. of Who Is An you formed or acquired the organization. Insured with regard to the B. Employees as Insureds ownership, maintenance or use of a covered "auto." Paragraph A.1. -WHO IS AN INSURED-of SECTION II - LIABILITY COVERAGE is amended to add: ©2011,The Hartford (Includes copyrighted material Form HA 99 16 03 12 of ISO Properties, Inc.,with its permission.) Page 1 of 5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 The insurance afforded to any such E. Primary and Non-Contributory if additional insured applies only if the Required by Contract "bodily injury" or "property damage" Only with respect to insurance provided to occurs: an additional insured in 1.D. - Additional (1) During the policy period, and Insured If Required by Contract, the (2) Subsequent to the execution of such following provisions apply: written contract, and (3) Primary Insurance When Required By (3) Prior to the expiration of the period Contract of time that the written contract This insurance is primary if you have requires such insurance be provided agreed in a written contract or written to the additional insured. agreement that this insurance be (2) How Limits Apply primary. If other insurance is also primary, we will share with all that other If you have agreed in a written contract insurance by the method described in or written agreement that another Other Insurance 5.d. person or organization be added as an additional insured on your policy, the (4) Primary And Non-Contributory To Other most we will pay on behalf of such Insurance When Required By Contract additional insured is the lesser of: If you have agreed in a written contract (a) The limits of insurance specified in or written agreement that this insurance the written contract or written is primary and non-contributory with the agreement; or additional insured's own insurance, this insurance is primary and we will not (b) The Limits of Insurance shown in seek contribution from that other the Declarations. insurance. Such amount shall be a part of and not Paragraphs (3)and (4) do not apply to other in addition to Limits of Insurance shown insurance to which the additional insured in the Declarations and described in this has been added as an additional insured. Section. (3) Additional Insureds Other Insurance When this insurance is excess, we will have no duty to defend the insured against any "suit" if If we cover a claim or "suit" under this any other insurer has a duty to defend the Coverage Part that may also be covered insured against that "suit". If no other insurer by other insurance available to an defends, we will undertake to do so, but we will additional insured, such additional be entitled to the insured's rights against all insured must submit such claim or"suit" those other insurers. to the other insurer for defense and When this insurance is excess over other indemnity. insurance, we will pay only our share of the However, this provision does not apply amount of the loss, if any, that exceeds the sum to the extent that you have agreed in a of: written contract or written agreement (1) The total amount that all such other that this insurance is primary and non- insurance would pay for the loss in the contributory with the additional insured's absence of this insurance;and own insurance. (2) The total of all deductible and self-insured (4) Duties in The Event Of Accident, Claim, amounts under all that other insurance. Suit or Loss We will share the remaining loss, if any, by the If you have agreed in a written contract method described in Other Insurance 5.d. or written agreement that another person or organization be added as an 2. AUTOS RENTED BY EMPLOYEES additional insured on your policy, the Any "auto" hired or rented by your "employee" additional insured shall be required to on your behalf and at your direction will be comply with the provisions in LOSS considered an"auto"you hire. CONDITIONS 2. - DUTIES IN THE The OTHER INSURANCE Condition is amended EVENT OF ACCIDENT, CLAIM , SUIT by adding the following: OR LOSS — OF SECTION IV — BUSINESS AUTO CONDITIONS, in the same manner as the Named Insured. ©2011,The Hartford (Includes copyrighted material Form HA 99 16 03 12 of ISO Properties, Inc.,with its permission.) Page 2 of 5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 If an "employee's" personal insurance also 5. PHYSICAL DAMAGE - ADDITIONAL applies on an excess basis to a covered "auto" TEMPORARY TRANSPORTATION EXPENSE hired or rented by your "employee" on your COVERAGE behalf and at your direction, this insurance will Paragraph AA.a. of SECTION III - PHYSICAL be primary to the "employee's" personal DAMAGE COVERAGE is amended to provide a insurance. limit of $50 per day and a maximum limit of 3. AMENDED FELLOW EMPLOYEE EXCLUSION $1,000. EXCLUSION 5. - FELLOW EMPLOYEE - of 6. LOAN/LEASE GAP COVERAGE SECTION II - LIABILITY COVERAGE does not Under SECTION III - PHYSICAL DAMAGE apply if you have workers' compensation COVERAGE, in the event of a total "loss" to a insurance in-force covering all of your covered "auto", we will pay your additional legal "employees". obligation for any difference between the actual Coverage is excess over any other collectible cash value of the "auto" at the time of the "loss" insurance. and the"outstanding balance"of the loan/lease. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE "Outstanding balance" means the amount you If hired "autos" are covered "autos" for Liability owe on the loan/lease at the time of "loss" less Coverage and if Comprehensive, Specified any amounts representing taxes; overdue Causes of Loss, or Collision coverages are payments; penalties, interest or charges provided under this Coverage Form for any resulting from overdue payments; additional "auto" you own, then the Physical Damage mileage charges; excess wear and tear charges; Coverages provided are extended to "autos"you lease termination fees; security deposits not hire or borrow, subject to the following limit. returned by the lessor; costs for extended warranties, credit life Insurance, health, accident The most we will pay for "loss" to any hired or disability insurance purchased with the loan or "auto"is: lease; and carry-over balances from previous (1) $100,000; loans or leases. (2) The actual cash value of the damaged or 7. AIRBAG COVERAGE stolen property at the time of the"loss"; or Under Paragraph B. EXCLUSIONS - of (3) The cost of repairing or replacing the SECTION III - PHYSICAL DAMAGE damaged or stolen property, COVERAGE, the following is added: whichever is smallest, minus a deductible. The The exclusion relating to mechanical breakdown deductible will be equal to the largest deductible does not apply to the accidental discharge of an applicable to any owned "auto" for that airbag. coverage. No deductible applies to"loss"caused 8. ELECTRONIC EQUIPMENT - BROADENED by fire or lightning. Hired Auto Physical Damage COVERAGE coverage is excess over any other collectible insurance. Subject to the above limit, deductible a. The exceptions to Paragraphs B.4 - and excess provisions, we will provide coverage EXCLUSIONS -of SECTION III - PHYSICAL equal to the broadest coverage applicable to any DAMAGE COVERAGE are replaced by the covered "auto"you own. following: We will also cover loss of use of the hired "auto" Exclusions 4.c. and 4.d. do not apply to if it results from an "accident", you are legally equipment designed to be operated solely liable and the lessor incurs an actual financial by use of the power from the "auto's" loss, subject to a maximum of $1000 per electrical system that, at the time of"loss", "accident". is: This extension of coverage does not apply to (1) Permanently installed in or upon any "auto" you hire or borrow from any of your the covered "auto"; "employees", partners (if you are a partnership), (2) Removable from a housing unit members (if you are a limited liability company), which is permanently installed in or members of their households. or upon the covered "auto"; (3) An integral part of the same unit housing any electronic equipment described in Paragraphs(1)and (2)above;or ©2011,The Hartford (Includes copyrighted material Form HA 99 16 03 12 of ISO Properties, Inc.,with its permission.) Page 3 of 5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (4) Necessary for the normal If another Hartford Financial Services Group, operation of the covered "auto"or Inc. company policy or coverage form that is not the monitoring of the covered an automobile policy or coverage form applies to "auto's"operating system. the same"accident", the following applies: b.Section III — Version CA 00 01 03 10 of the (1) If the deductible under this Business Auto Business Auto Coverage Form, Physical Coverage Form is the smaller (or smallest) Damage Coverage, Limit of Insurance, deductible, it will be waived; Paragraph C.2 and Version CA 00 01 10 01 of (2) If the deductible under this Business Auto the Business Auto Coverage Form, Physical Coverage Form is not the smaller (or Damage Coverage, Limit of Insurance, smallest) deductible, it will be reduced by Paragraph C are each amended to add the the amount of the smaller (or smallest) following: deductible. $1,500 is the most we will pay for"loss" in 12. AMENDED DUTIES IN THE EVENT OF any one "accident" to all electronic ACCIDENT, CLAIM, SUIT OR LOSS equipment(other than equipment designed solely for the reproduction of sound, and The requirement in LOSS CONDITIONS 2.a. - s solDUTIES IN THE EVENT OF ACCIDENT,CLAIM, accessories used with such equipment) that reproduces, receives or transmits SUIT OR LOSS - of SECTION IV - BUSINESS audio, visual or data signals which, at the AUTO CONDITIONS that you must notify us of time of"loss", is: an "accident"applies only when the "accident" is known to: (1) Permanently installed in or upon the covered "auto" in a housing, (1) You, if you are an individual; opening or other location that is not (2) A partner, if you are a partnership; normally used by the "auto" (3) A member, if you are a limited liability manufacturer for the installation of company;or such equipment; (4) An executive officer or insurance manager, if (2) Removable from a permanently you are a corporation. installed housing unit as described 13. UNINTENTIONAL FAILURE TO DISCLOSE in Paragraph 2.a. above or is an HAZARDS integral part of that equipment; or (3)An integral part of such equipment. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we c.For each covered "auto", should loss be limited will not deny coverage under this Coverage to electronic equipment only, our obligation to Form because of such failure. pay for, repair, return or replace damaged or 14. HIRED AUTO-COVERAGE TERRITORY stolen electronic equipment will be reduced by the applicable deductible shown in the Paragraph e. of GENERAL CONDITIONS 7. - Declarations, or $250, whichever deductible is POLICY PERIOD, COVERAGE TERRITORY - less. of SECTION IV - BUSINESS AUTO 9. EXTRA EXPENSE - BROADENED CONDITIONS is replaced by the following: COVERAGE e. For short-term hired "autos", the coverage Under Paragraph A. -COVERAGE-of SECTION territory with respect to Liability Coverage is III - PHYSICAL DAMAGE COVERAGE, we will anywhere in the world provided that if the pay for the expense of returning a stolen covered "insured's" responsibility to pay damages for "auto"to you. "bodily injury' or "property damage" is determined in a "suit,"the"suit" is brought in 10. GLASS REPAIR-WAIVER OF DEDUCTIBLE the United States of America, the territories Under Paragraph D.-DEDUCTIBLE-of SECTION and possessions of the United States of III - PHYSICAL DAMAGE COVERAGE, the America, Puerto Rico or Canada or in a following is added: settlement we agree to. No deductible applies to glass damage if the 15. WAIVER OF SUBROGATION glass is repaired rather than replaced. TRANSFER OF RIGHTS OF RECOVERY 11. TWO OR MORE DEDUCTIBLES AGAINST OTHERS TO US - of SECTION IV - Under Paragraph D.-DEDUCTIBLE-of SECTION BUSINESS AUTO CONDITIONS is amended by III - PHYSICAL DAMAGE COVERAGE, the adding the following: following is added: ©2011,The Hartford (Includes copyrighted material Form HA 99 16 03 12 of ISO Properties, Inc.,with its permission.) Page 4 of 5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 We waive any right of recovery we may have c.Regardless of the number of autos deemed a against any person or organization with whom total loss, the most we will pay under this you have a written contract that requires such Hybrid, Electric, or Natural Gas Vehicle waiver because of payments we make for Payment Coverage provision for any one damages under this Coverage Form. "loss" is$10,000. 16. RESULTANT MENTAL ANGUISH COVERAGE For the purposes of the coverage provision, The definition of "bodily injury" in SECTION V- a.A "non-hybrid" auto is defined as an auto that DEFINITIONS is replaced by the following: uses only an internal combustion engine to "Bodily injury" means bodily injury, sickness or move the auto but does not include autos disease sustained by any person, including powered solely by electricity or natural gas. mental anguish or death resulting from any of b.A "hybrid" auto is defined as an auto with an these. internal combustion engine and one or more 17. EXTENDED CANCELLATION CONDITION electric motors; and that uses the internal Paragraph 2. of the COMMON POLICY combustion engine and one or more electric CONDITIONS - CANCELLATION - applies motors to move the auto, or the internal except as follows: combustion engine to charge one or more electric motors,which move the auto. If we cancel for any reason other than 19. VEHICLE WRAP COVERAGE nonpayment of premium, we will mail or deliver to the first Named Insured written notice of In the event of a total loss to an "auto"for which cancellation at least 60 days before the effective Comprehensive, Specified Causes of Loss, or date of cancellation. Collision coverages are provided under this 18. HYBRID, ELECTRIC, OR NATURAL GAS Coverage Form, then such Physical Damage VEHICLE PAYMENT COVERAGE Coverages are amended to add the following: In addition to the actual cash value of the "auto", In the event of a total loss to a "non-hybrid" auto we will pay up to $1,000 for vinyl vehicle wraps for which Comprehensive, Specified Causes of which are displayed on the covered "auto"at the Loss, or Collision coverages are provided under time of total loss. Regardless of the number of this Coverage Form, then such Physical autos deemed a total loss, the most we will pay Damage Coverages are amended as follows: under this Vehicle Wrap Coverage provision for a.If the auto is replaced with a "hybrid" auto or any one "loss" is $5,000. For purposes of this an auto powered solely by electricity or natural coverage provision, signs or other graphics gas, we will pay an additional 10%, to a painted or magnetically affixed to the vehicle are maximum of$2,500, of the "non-hybrid"auto's not considered vehicle wraps. actual cash value or replacement cost, whichever is less, b.The auto must be replaced and a copy of a bill of sale or new lease agreement received by us within 60 calendar days of the date of"loss," ©2011,The Hartford (Includes copyrighted material Form HA 99 16 03 12 of ISO Properties, Inc.,with its permission.) Page 5 of 5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 NAMED INSURED: Landmark Structures I, L.P. POLICY NUMBER: 46WEAAT1NH4 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 03 04 ( B) POLICY NUMBER: 46WEAAT1 NH4 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ❑ Specific Waiver Name of person or organization X❑ Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. 46WEAAT1NH4 Endorsement No. Insured 07/14/2022 Premium Insurance Company Countersigned by DATE OF ISSUE: 07/08/2022 ST ASSIGN: Page 1 of 1 ©Copyright 2014 National Council on Compensation Insurance, Inc.All Rights Reserved. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 DATE(MM/DD/YYYY) ACCOR" CERTIFICATE OF PROPERTY INSURANCE 8/18/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. PRODUCER CONTACT NAME: Jill L. McElory IBTX Risk Services PHONE FAX 32335 US Hwy 281 N. A C No Ext):12149897100 A/C,No):210-696-8414 E-MASuite 1201 ADDRESS: Service@Ib-tX.com Bulverde TX 78163 PRODUCER LANDSTR-02 CUSTOMER ID: INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURERA: Berkley National Insurance Company 38911 Landmark Structures I, LP 1665 Harmon Road INSURERB: Fort Worth TX 76117 INSURERC: INSURER D INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 1517944315 REVISION NUMBER: LOCATION OF PREMISES/DESCRIPTION OF PROPERTY (Attach ACORD 101,Additional Remarks Schedule,if more space is required) THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION COVERED PROPERTY LIMITS LTR DATE(MM/DD/YYYY) DATE(MM/DD/YYYY) PROPERTY BUILDING $ CAUSES OF LOSS DEDUCTIBLES PERSONAL PROPERTY $ BASIC BUILDING BUSINESS INCOME $ BROAD CONTENTS EXTRAEXPENSE $ SPECIAL RENTAL VALUE $ EARTHQUAKE BLANKET BUILDING $ WIND BLANKET PERS PROP $ FLOOD BLANKET BLDG&PP $ X INLAND MARINE TYPE OF POLICY X Lmt any 1 Loc. $15,000,000 CAUSES OF LOSS Builders Risk X Catastrophe Lmt $15,000,000 NAMED PERILS POLICY NUMBER X Temp.Strg.Lmt $1,000,000 A MNP 1069616-50 7/14/2022 7/14/2023 X Transit Lmt. $1,000,000 CRIME TYPE OF POLICY $ BOILER&MACHINERY/ $ EQUIPMENT BREAKDOWN SPECIAL CONDITIONS/OTHER COVERAGES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Blanket Loss Payee applies when required by written contract or agreement as their interest may appear. Builders Risk Landmark Structures I, L.P. policy has Blanket Additional Insured when required by written contract as their interest may appear. Project#1758/E16290-Flour Bluff ACR Implementation Phase 3-3.0 MG Elevated Water Storage Tank; Contract Value$13,372,000. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Corpus Christi Attn:Construction Contract Admin 1201 Leopard Street, 1st Floor AUTHORIZED REPRESENTATIVE Corpus Christi,TX 78401 ©1995-2015 ACORD CORPORATION. All rights reserved. ACORD 24(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 DATE(MM/DD/YYYY) ACTOR" CERTIFICATE OF LIABILITY INSURANCE 8/18/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Jill L. McElory IBTX Risk Services PHONE FAX 32335 US Hwy 281 N. A/C No Ext): 214-989-7100 A/C,No):210-696-8414 Suite 1201 ADDRESS: SerVlce@Ib-tX.com Bulverde TX 78163 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Indian Harbor Insurance Company 36940 INSURED LANDSTR-02 INSURER B Landmark Structures I, LP 1665 Harmon Road INSURERC: Fort Worth TX 76177 INSURERD: INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER:717738591 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICYNUMBER MM/DD MM/DD COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE � OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ POLICY❑ PRO- ❑ JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVEF—] E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Prof/Poll Liability CE0744650705 11/8/2021 11/8/2022 Poll/Prof Liability 10,000,000 Retro Date 11/22/96 Aggregate Limit 10,000,000 Claims Made DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) The Pollution/Professional policy includes a Waiver of Subrogation when required by written contract with the Named Insured[KLD 050 01/13]. The Pollution/Professional policy includes a Blanket Additional Insured endorsement when required in a written contract with the Named Insured[KLD 050 01/13]. Self Insurance Retention$200,000. Project#1758/E16290-Flour Bluff ACR Implementation Phase 3-3.0 MG Elevated Water Storage Tank; Contract Value$13,372,000. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Construction Contract Admin 1201 Leopard Street, 1st Floor AUTHORIZED REPRESENTATIVE Corpus Christi, TX 78401 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 0 °b�nnwo�Ay"v 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on August 16, 2022, is between the City of Corpus Christi (Owner) and Landmark Structures I, LP (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: Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) City Proiect No. E16290 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Ardurra Group, Inc.(Grady S.Atkinson, P.E.) 801 Navigation,Suite 300 Corpus Christi,Tx 78408 gatkinson@ardurra.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP—Asst. Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg.#5 Corpus Christi,TX 78411 brettvh@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 540 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 570 days after the date when the Contract Times commence to run. Agreement 005223-1 E16290—Elevated Water Storage Tanks—City Wide (ACR Implementation Phase 3) Rev 12/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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 $2,500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 13,372,000.00 Agreement 005223-2 E16290—Elevated Water Storage Tanks—City Wide (ACR Implementation Phase 3) Rev 12/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 E16290—Elevated Water Storage Tanks—City Wide (ACR Implementation Phase 3) Rev 12/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 E16290—Elevated Water Storage Tanks—City Wide (ACR Implementation Phase 3) Rev 12/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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 E16290—Elevated Water Storage Tanks—City Wide (ACR Implementation Phase 3) Rev 12/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES Cf,Signeaby: CITY OF COULIS CHRISTI DocuSigned y: �, 9/20/2022F . 9/19/2022 37A77R?41]51947 _ EaE_68�F^6E�-4Au... Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services M2022-131 AUTHORIZED 8-16-2022 APPROVED AS TO LEGAL FORM: BY COUNCIL LDocuSigned by: Met 9/16/2022 RH/SB Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR LandmarMUM ftObt, LP (Seal Below) By: OA'ViS �bU.. p, IrMu,ctF�.F�,Gfi President Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 1665 Harmon Road Financial Officer Address Fort Worth TX 76177 City State Zip (817)439-8888 Phone Fax CLanmon@teamlandmark.com EMail END OF SECTION Agreement 005223-6 E16290—Elevated Water Storage Tanks—City Wide (ACR Implementation Phase 3) Rev 12/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 )ur Bluff) Report Created On:7/13/22 7:11:52 PM BID TOTALS BASE BID Total PART A-3.OMG ELEVATED STORAGE TANK $13,372,000.00 Total $13,372,000.00 PART A-3.OMG ELEVATED STORAGE TANK No. Description Unit Qty Unit Price Ext Price Al Mobilization(Maximum of 5%of LS 1 $200,000.00 $200,000.00 Contract Price) A2 Bonds and Insurance(Maximum AL 1 $220,000.00 $220,000.00 Allowance of 2%) A3 3.OMG Composite Elevated Storage Tank LS 1 $10,572,000.00 $10,572,000.00 &Pumping System A4 Electrical Service LS 1 $398,926.00 $398,926.00 A5 Instrument and SCADA Intergration LS 1 $270,000.00 $270,000.00 A6 Installation of Lighting LS 1 $100,000.00 $100,000.00 A7 Installation of CCTV LS 1 $30,000.00 $30,000.00 A8 Installation of Standby Generator LS 1 $90,000.00 $90,000.00 A9 Antenna Provisions LS 1 $5,000.00 $5,000.00 A10 Allowance for Tank Logo and AL 1 $75,000.00 $75,000.00 Unanticipated Elevated Storage Tank Improvements All Site Preparation ACRE 1.13 $60,000.00 $67,800.00 Al2 Fill Material CY 570 $125.00 $71,250.00 A13 24"Waterline Connection EA 1 $15,000.00 $15,000.00 A14 24" Ductile Iron Pipe Waterline LF 53 $1,400.00 $74,200.00 A15 Restrained Flexible Coupling EA 2 $60,000.00 $120,000.00 A16 24" PVC Waterline LF 120 $750.00 $90,000.00 A17 Trench Safety for 24" PVC Waterline LF 120 $10.00 $1,200.00 A18 24"-45o Bend- Ductile Iron EA 4 $8,000.00 $32,000.00 A19 Fire Hydrant Assembly EA 1 $15,000.00 $15,000.00 A20 Concrete Splash Pad &Concrete Splash EA 1 $34,000.00 $34,000.00 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 )ur Bluff) Report Created On:7/13/22 7:11:52 PM Pad Mod, A21 Concrete Bollard EA 6 $1,000.00 $6,000.00 A22 Concrete Platform/Pipe Supports LS 1 $25,000.00 $25,000.00 A23 Generator Concrete Pad EA 1 $15,000.00 $15,000.00 A24 Slide Gate EA 1 $9,540.00 $9,540.00 A25 Security Fence LF 841 $60.00 $50,460.00 A26 4"Wastewater Line LF 137 $420.00 $57,540.00 A27 6"Wastewater Line LF 422 $500.00 $211,000.00 A28 Trench Safety for 6"Wastewater Line LF 559 $10.00 $5,590.00 A29 4"Cleanout EA 2 $1,300.00 $2,600.00 A30 Wastewater Manhole EA 2 $30,000.00 $60,000.00 A31 Wastewater Tie-in EA 1 $13,000.00 $13,000.00 A32 18" Reinforced Concrete Pipe LF 369 $550.00 $202,950.00 A33 Concrete Headwall(TxDOT STD CH-PW- EA 2 $20,000.00 $40,000.00 O) A34 Concrete Rip-Rap SY 75 $250.00 $18,750.00 A35 Ditch Regrading SY 448 $100.00 $44,800.00 A36 Pavement Repair SY 222 $100.00 $22,200.00 A37 7"Concrete Pavement SY 420 $135.00 $56,700.00 A38 8" Lime Stablized Subgrade SY 420 $25.00 $10,500.00 A39 Seeding SY 3914 $3.00 $11,742.00 A40 Storm Water Pollution Prevention Plan LS 1 $2,252.00 $2,252.00 A41 Allowance for Unanticipated Site& AL 1 $25,000.00 $25,000.00 Utility Imp. Subtotal:$13,372,000.00 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 )ur Bluff) Report Created On:7/13/22 7:11:52 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE RFB 4208 ADDENDUM NO. 1 07/07/2022 19:14:46 PM RFB 4208 Addendum No.2 07/07/2022 19:14:47 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 )ur Bluff) Report Created On:7/13/22 7:11:52 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans RFB 4208 Drawings 6/6/22 6:49:05 AM Invitation To Bid RFB 4208 Front End Docs and 6/6/22 6:48:59 AM Specifications Addenda RFB 4208 ADDENDUM NO. 1 6/29/22 11:21:17 AM Addenda RFB 4208 Addendum No.2 6/30/22 10:18:50 AM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 00 30 01 BID FORM Project Name: Elevated Storage Tanks -Citywide(ACR Implementation Phase 3) Project Number.- E162910 Owner: City of Corpus Christi OAR: Designer: Ardurra Group, Inc. By its signature below, Bidder accepts all of the terms and conditions of the Bid Acknowledgement, acknowledges,receipt of all Addenda to the Bid and agrees, if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bld Price. Bidder: Landmark Structures I, IMP (full legal name of Bidder) Signature: (signature,of person with authority tobind the Bidder), ,Name: Christiqpher Lamon (printed name of person signing Bid F'orm) Title: CEO of Landmark Structures Management LLC (title of person signing Bid Form) Attest: (signature) [ in�daE, Santiago— re-Constr�uctiov�i Coordinator State of Residency; Jnx,a$ Federal TxiDiso. 98-0226458 Address for Notices: 1,665 Harrnon Road Fort.Worth, Texa5 76177 Phone: Rt7 4.39-8888 Email: estirviating@tearrilandn,yiark.com Bid Form 003001-Page Iof3 Uevated Water Storage Tanks-Citywide(ACR Implementation Phase 3) Rev 8/2019 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 CONTRACT DOCUMENTS FOR CONSTRUCTION OF ELEVATED WATER STORAGE TANKS - CITY WIDE (ACR IMPLEMENTATION PHASE 3) CITY PROJECT NO. E16290 II �I III �I �I' III 01 C01`4III Ilh III w �I '� �I III �I' � Illuuuu �I III III III III �"""'III°°°°III �I' 1852 .......................:*r�i ,.• GRADY S. ATKINSON It ��q;�„,,.,,,., ' ".r MICHAEL E. CQLWELL 115401 • +.aICH..................•.a®sq..ra x '® 47734 IRS -o T, . ,. r 05/13/22 05/13/22 PREPARED BY: IN ASSOCIATION WITH: Colwell �,DSU IIS,� ASSOCIATES, INC.C CONSULTING ENGINEERS 801 NAVIGATION,SUITE 300 4444 CORONA,SUITE 105 CORPUS CHRISTI,TEXAS 78408 CORPUS CHRISTI,TEXAS 78411 TBPE FIRM NO.F-10053 TBPE FIRM NO.F-2317 Record Drawing Number WTR-474 May 13, 2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents 00 01 02 List of Drawings Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev 12-2021) 00 72 00 General Conditions (Rev 6-2021) 007300 Supplementary Conditions(Rev 2-2020) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances (Revs-2020) 01 29 01 Measurement and Basis for Payment(Rev 5-2020) 013301 Submittal Register(Rev 10-2018) 013500 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Revs-2019) 015700 Temporary Controls(Revs-2019) Part S Standard Specifications 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation Backfill Utilities 022021 Control of Groundwater 022022 Trench Safety for Excavations 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement Table of Contents 000100- 1 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 1/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division/ Title Section 025210 Lime Stabilization 025223 Crushed Limestone Flexible Base 025404 Asphalt, Oils and Emulsions 025412 Prime Coat 025424 Hot Mix Asphalt Concrete Pavement 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Controls During Construction 026202 Hydrostatic Testing of Pressure Systems 026204 PVC Pipe ASTM 026206 Ductile Iron Pipe and Fittings 026210 PVC Pipe AWWA 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027200 Control of Wastewater Flows—Bypassing Pumping Systems 027202 Manholes 027203 Vacuum Testing of Wastewater Manholes 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipe Culverts 027602 Gravity Wastewater Lines 027606 Wastewater Service Lines 027611 Cleaning and Televised Inspection of Conduits 028020 Seeding 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 050200 Welding 055420 Frames, Grates, Rings and Covers Part T Technical Specifications 017500 Testing,Training, and Facility Start-up Table of Contents 000100-2 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 1/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division/ Title Section 03 11 00 Concrete Formwork 04 01 00 Blast Debris 06 11 00 Framing and Sheathing 07 21 00 Batt Insulation 07 90 00 Joint Sealers 08 11 12 Standard Steel Frames 08 11 13 Standard Steel Doors 083323 Overhead Coiling Doors 08 71 00 Door Hardware 09 91 00 Painting (For Elevated Storage Tank Containers) 09 91 01 Painting (Architectural Surfaces) 09 96 00 High Performance Coatings 13 50 01 SCADA System 22 05 00 Basic Piping Materials and Methods 22 05 29 Pipe Supports 23 84 16 Dehumidification 25 05 02 Low Voltage Motors 26 00 00 Electrical General Provisions 26 05 23 Wire and Cable 26 05 26 Grounding 26 05 33 Raceways 26 05 53 Electrical ID 26 09 00 Instrumentation 26 22 13 Dry-Type Transformers 26 24 00 Panelboards 26 29 20 Adjustable Frequency Drives 26 32 13 Engine Generator Set 26 56 00 Exterior Lighting 31 60 00 Foundation for Elevated Storage Tanks 32 31 13 Chain Link Security Fence 32 31 13.53 Chain Link Cantilever Slide Gate 33 11 01 Water Lines 33 11 02 Piping Systems Testing Table of Contents 000100-3 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 1/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division/ Title Section 33 11 04 Steel Pipe and Fittings 33 12 02 Valve and Gate Operators 33 12 03 Motorized Operators 331217 Valves 33 12 18 Butterfly Valves 33 12 33 Flow Measurement—Magnetic Flowmeters 33 13 00 Tank Disinfection and Hydro Testing 33 13 01 Disinfection of Water Lines 33 16 19 Composite Elevated Storage Tank 40 05 67 Pressure and Flow Control Valves 43 21 01 Duplex Booster Pump Station 44 44 36 Submersible Mixer Appendix All Testing Reports as Applicable 1 Geotechnical Report—RETL Report Number—G118459B (Flour Bluff Drive and Division Road) 2 Phase I ESA(Division Road and Flour Bluff Drive) END OF SECTION Table of Contents 000100-4 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 1/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 000102 LIST OF DRAWINGS SHEET NO. CONSULTANT'S DESCRIPTION SHEET NO. 1 G1 COVER SHEET 2 G2 TYPICAL LEGEND AND TESTING SCHEDULE SHEET 3 G3 GENERAL NOTES AND ESTIMATED QUANTITIES 1 OF 3 4 G4 GENERAL NOTES AND ESTIMATED QUANTITIES 2 OF 3 5 G5 GENERAL NOTES AND ESTIMATED QUANTITIES 3 OF 3 6 G6 PROJECT LOCATION MAP 7 C1 FLOUR BLUFF SITE EXISTING CONDITIONS AND SWPPP 8 C2 FLOUR BLUFF TANK SITE PLAN 9 C3 FLOUR BLUFF ELEVATED STORAGE TANK PIPING PLAN 10 C4 FLOUR BLUFF ELEVATED STORAGE TANK SECTIONS 11 C5 FLOUR BLUFF SITE PROPOSED WATERLINE PROFILE 12 C6 FLOUR BLUFF SITE WASTEWATER LINE PLAN AND PROFILE 13 C7 FLOUR BLUFF SITE STORM WATER PROFILE 14 C8 FLOUR BLUFF SITE DITCH RE-GRADE PLAN AND PROFILE 15 C9 MISCELLANEOUS DETAILS 1 OF 7 16 C10 MISCELLANEOUS DETAILS 2 OF 7 17 C11 MISCELLANEOUS DETAILS 3 OF 7 18 C12 MISCELLANEOUS DETAILS 4 OF 7 19 C13 MISCELLANEOUS DETAILS 5 OF 7 20 C14 MISCELLANEOUS DETAILS 6 OF 7 21 C15 MISCELLANEOUS DETAILS 7 OF 7 22 C16 C.O.C.C. STANDARD WATER DETAILS 1 OF 4 23 C17 C.O.C.C. STANDARD WATER DETAILS 2 OF 4 24 C18 C.O.C.C. STANDARD WATER DETAILS 3 OF 4 25 C19 C.O.C.C. STANDARD WATER DETAILS 4 OF 4 26 C20 C.O.C.C. STANDARD STORM WATER DETAILS 1 OF 3 27 C21 C.O.C.C. STANDARD STORM WATER DETAILS 2 OF 3 28 C22 C.O.C.C. STANDARD STORM WATER DETAILS 3 OF 3 29 C23 C.O.C.C. STANDARD WASTEWATER DETAILS 1 OF 4 30 C24 C.O.C.C. STANDARD WASTEWATER DETAILS 2 OF 4 31 C25 C.O.C.C. STANDARD WASTEWATER DETAILS 3 OF 4 List of Drawings 000102- 1 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 8/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SHEET NO. CONSULTANT'S DESCRIPTION SHEET NO. 32 C26 C.O.C.C. STANDARD WASTEWATER DETAILS 4 OF 4 33 C27 C.O.C.C. CURB GUTTER AND SIDEWALK DETAILS 34 C28 STORM WATER POLLUTION PREVENTION PLAN DETAILS 35 C29 TXDOT BARRICADE AND CONSTRUCTION BC (1)—21 36 C30 TXDOT BARRICADE AND CONSTRUCTION BC (2)—21 37 C31 TXDOT BARRICADE AND CONSTRUCTION BC (3)—21 38 C32 TXDOT BARRICADE AND CONSTRUCTION BC (4)—21 39 C33 TXDOT BARRICADE AND CONSTRUCTION BC (5)—21 40 C34 TXDOT BARRICADE AND CONSTRUCTION BC (6)—21 41 C35 TXDOT BARRICADE AND CONSTRUCTION BC (7)—21 42 C36 TXDOT BARRICADE AND CONSTRUCTION BC (8)—21 43 C37 TXDOT BARRICADE AND CONSTRUCTION BC (9)—21 44 C38 TXDOT BARRICADE AND CONSTRUCTION BC (10)—21 45 C39 TXDOT BARRICADE AND CONSTRUCTION BC (11)—21 46 C40 TXDOT BARRICADE AND CONSTRUCTION BC (12)—21 47 E1 FLOUR BLUFF TANK ELECTRICAL SITE PLAN 48 E2 FLOUR BLUFF TANK ELECTRICAL EQUIPMENT AND INSTRUMENTATION LOCATION PLAN 49 E3 FLOUR BLUFF TANK LIGHTING AND POWER PLAN 50 E4 FLOUR BLUFF TANK POWER, INSTRUMENTATION PLAN 51 E5 FLOUR BLUFF TANK GROUNDING PLAN 52 E6 FLOUR BLUFF TANK ELECTRICAL SCHEDULES AND TANK SECTION 53 E7 FLOUR BLUFF TANK ELECTRICAL DETAILS 54 E8 FLOUR BLUFF TANK SCADA PANEL LAYOUT 55 E9 FLOUR BLUFF TANK LIGHTING INSTALLATION DETAILS 56 E10 FLOUR BLUFF TANK ELECTRICAL DETAILS 57 E11 FLOUR BLUFF TANK INSTRUMENTATION DETAILS 58 E12 FLOUR BLUFF TANK CCTV DIAGRAM 59 E13 FLOUR BLUFF TANK VALVE CONTROL SCHEMATIC 60 E14 FLOUR BLUFF TANK PLC CABINET POWER SCHEMATIC 61 E15 FLOUR BLUFF TANK PLC ANALOG INPUT AND OUTPUT SCHEMATIC 62 E16 FLOUR BLUFF TANK PLC DIGITAL INPUT SCHEMATIC SHEET 1 List of Drawings 000102-2 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 8/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SHEET NO. CONSULTANT'S DESCRIPTION SHEET NO. 63 E17 FLOUR BLUFF TANK PLC DIGITAL INPUT SCHEMATIC SHEET 2 64 E18 FLOUR BLUFF TANK PLC DIGITAL OUTPUT SCHEMATIC 65 E19 FLOUR BLUFF TANK P&ID—SHEET 1 66 E20 FLOUR BLUFF TANK P&ID—SHEET 2 67 E21 FLOUR BLUFF TANK ELECTRICAL DIAGRAMS 68 E22 FLOUR BLUFF TANK BOOSTER PUMP CONTROL SCHEMATIC END OF SECTION List of Drawings 000102-3 E16290—Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) Rev 8/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 0 �- ,WWW °b�nViroi Ay'v 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (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: Elevated Water Storage Tanks—City Wide (ACR Implementation Phase 3) City Proiect No. E16290 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Ardurra Group, Inc. (Grady S.Atkinson, P.E.) 801 Navigation,Suite 300 Corpus Christi,Tx 78408 gatkinson@ardurra.com 2.02 The Owner's Authorized Representative for this Project is: ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 540 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 570 days after the date when the Contract Times commence to run. Agreement 005223- 1 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 12/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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 $2,500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ Agreement 005223-2 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 12/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 12/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 12/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 12/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 12/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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. ARTICLES—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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the Contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project,for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project,for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by this section, with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of General Conditions 007200-37 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1-year correction period. 17.12 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 17.11 forthis part 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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 Article 25 for approval of product Certified Test Report 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi,Texas Ardurra Group, Inc. Colwell &Associates, Inc. Rock Engineering and Testing Laboratory, Inc. B. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. All project improvements except as listed below 2. Only the following items not yet complete in accordance with the Contract Documents: a. Minor grading, and b. Project revegetation ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. Supplementary Conditions 007300-1 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 66 rain days have been set for this Project. An extension of time due to rain days will be considered only after [43] rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS.- HAZARDOUS ONDITIONS;HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: a. Geotechnical Report prepared by Rock Engineering and Testing Laboratory, Inc. (RETL Report Number— G11845913) on January 4, 2019 -The Contractor may rely on the following Technical Data in using this document: 1) Field Exploration Data 2) Subsurface Conditions 3) Boring Logs Data SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. 1. Environmental Reports include the following: a. Phase I Environmental Site Assessment (Division Road and Flour Bluff Drive) prepared by LNV, Inc.(dba Ardurra Group, Inc.)on August 13,2018-The Contractor may rely on the following Technical Data in using this document: 1) See GC 5.06.0 Supplementary Conditions 007300-2 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental X Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges X Required ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment X Required ❑ Not Required Supplementary Conditions 007300-3 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). TX288 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) "General Decision Number : TX20220021 02/25/2022 Superseded General Decision Number : TX20210021 State : Texas Construction Type : Heavy Counties : Nueces and San Patricio Counties in Texas . HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Supplementary Conditions 007300-4 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Note : Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658 . Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5 . 1 (a) (2 ) - (60) . lIf the contract is entered 1 . Executive Order 14026 I linto on or after January 30 , 1 generally applies to the I 12022, or the contract is 1 contract . I lrenewed or extended (e . g. , an 1 . The contractor must pay I loption is exercised) on or I all covered workers at I lafter January 30, 2022 : 1 least $15 . 00 per hour (or I I I the applicable wage rate I listed on this wage I determination, if it is I higher) for all hours I spent performing on the I contract in 2022 . I I I I lIf the contract was awarded onl . Executive Order 13658 1 for between January 1, 2015 andl generally applies to the I Supplementary Conditions 007300-5 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 IJanuary 29, 2022, and the I contract . I Icontract is not renewed or I . The contractor must pay alll ( extended on or after January covered workers at least 1 130, 2022 : 1 $11 . 25 per hour (or the I I I applicable wage rate listedl I I on this wage determination, ( if it is higher) for all I I I hours spent performing on I I I that contract in 2022 . 1 1 1 I The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request . Additional information on contractor requirements and worker protections under the Executive Orders is available at https : //www. dol . gov/agencies/whd/government-contracts . Modification Number Publication Date 0 01/07/2022 1 02/25/2022 * SUTX1987-001 12/01/1987 Rates Fringes Supplementary Conditions 007300-6 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . . $ 9 . 05 ** Concrete Finisher . . . . . . . . . . . . . . . . $ 7 . 56 ** ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 13 . 37 ** 2 . 58 Laborers : Common . . . . . . . . . . . . . . . . . . . . . . $ 7 . 25 ** Utility. . . . . . . . . . . . . . . . . . . . . $ 7 . 68 ** Power equipment operators : Backhoe . . . . . . . . . . . . . . . . . . . . . $ 9 . 21 ** Motor Grader . . . . . . . . . . . . . . . . $ 8 . 72 ** ----------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental . ----------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15 . 00 ) or 13658 ($11 . 25) . Please see the Note at the top of the wage determination for more information . 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 E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year . Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including Supplementary Conditions 007300-7 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https : //www. dol . gov/agencies/whd/government-contracts . Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5 . 5 (a) (1) (ii) ) . ----------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination . The classifications are listed in alphabetical order of " "identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Supplementary Conditions 007300-8 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than " "SU" " or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example : PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers . 0198 indicates the local union number or district council number where applicable, i . e . , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination . 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014 . Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate . Survey Rate Identifiers Classifications listed under the " "SU" " identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification . As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates . Example : SULA2012-007 5/13/2014 . SU indicates the rates are survey rates based on a weighted average Supplementary Conditions 007300-9 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 calculation of rates and are not majority rates . LA indicates the State of Louisiana . 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination . 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier . Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification (s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data . EXAMPLE : UAVG-OH-0010 08/29/2014 . UAVG indicates that the rate is a weighted union average rate . OH indicates the state . The next number, 0010 in the example, is an internal number used in producing the wage determination . 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier . A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ----------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS Supplementary Conditions 007300-10 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1 . ) Has there been an initial decision in the matter? This can be . * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3 . ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations . Write to : Branch of Construction Wage Determinations Wage and Hour Division U. S . Department of Labor 200 Constitution Avenue, N .W. Washington, DC 20210 2 . ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 . 8 and 29 CFR Part 7 ) . Write to : Wage and Hour Administrator U. S . Department of Labor 200 Constitution Avenue, N .W. Washington, DC 20210 Supplementary Conditions 007300-11 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 The request should be accompanied by a full statement of the interested party ' s position and by any information (wage payment data, project description, area practice material, etc . ) that the requestor considers relevant to the issue . 3 . ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to : Administrative Review Board U. S . Department of Labor 200 Constitution Avenue, N .W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final . ----------------------------------------------------------- END OF GENERAL DECISION" "General Decision Number : TX20220029 02/25/2022 Superseded General Decision Number : TX20210029 State : Texas Construction Type : Highway Counties : Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas . HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Supplementary Conditions 007300-12 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Note : Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658 . Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5 . 1 (a) (2 ) - (60) . lIf the contract is entered 1 . Executive Order 14026 I linto on or after January 30 , 1 generally applies to the I 12022, or the contract is 1 contract . I lrenewed or extended (e . g. , an 1 . The contractor must pay I loption is exercised) on or 1 all covered workers at I lafter January 30, 2022 : 1 least $15 . 00 per hour (or I I the applicable wage rate I listed on this wage I determination, if it is I higher) for all hours I spent performing on the I contract in 2022 . I I I I lIf the contract was awarded onl . Executive Order 13658 1 for between January 1, 2015 andl generally applies to the I Supplementary Conditions 007300-13 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 IJanuary 29, 2022, and the I contract . I Icontract is not renewed or I . The contractor must pay alll ( extended on or after January covered workers at least 1 130, 2022 : 1 $11 . 25 per hour (or the I I I applicable wage rate listedl I I on this wage determination, ( if it is higher) for all I I I hours spent performing on I I I that contract in 2022 . 1 1 1 I The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request . Additional information on contractor requirements and worker protections under the Executive Orders is available at https : //www. dol . gov/agencies/whd/government-contracts . Modification Number Publication Date 0 01/07/2022 1 02/25/2022 * SUTX2011-010 08/08/2011 Rates Fringes Supplementary Conditions 007300-14 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . . $ 12 . 64 ** FORM BUILDER/FORM SETTER Paving & Curb . . . . . . . . . . . . . . . $ 10 . 69 ** Structures . . . . . . . . . . . . . . . . . . $ 13 . 61 ** LABORER Asphalt Raker . . . . . . . . . . . . . . . $ 11 . 67 ** Flagger . . . . . . . . . . . . . . . . . . . . . $ 8 . 81 ** Laborer, Common . . . . . . . . . . . . . $ 10 . 25 ** Laborer, Utility. . . . . . . . . . . . $ 11 . 23 ** Pipelayer . . . . . . . . . . . . . . . . . . . $ 11 . 17 ** Work Zone Barricade Servicer . . . . . . . . . . . . . . . . . . . . $ 11 . 51 ** PAINTER (Structures) . . . . . . . . . . . . . $ 21 . 29 POWER EQUIPMENT OPERATOR: Asphalt Distributor . . . . . . . . . $ 14 . 25 ** Asphalt Paving Machine . . . . . . $ 13 . 44 ** Mechanic . . . . . . . . . . . . . . . . . . . . $ 17 . 00 Motor Grader, Fine Grade . . . . $ 17 . 74 Motor Grader, Rough . . . . . . . . . $ 16 . 85 TRUCK DRIVER Lowboy-Float . . . . . . . . . . . . . . . . $ 16 . 62 Single Axle . . . . . . . . . . . . . . . . . $ 11 . 61 ** ----------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental . ----------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15 . 00 ) or 13658 ($11 . 25) . Please see the Note at the top of the wage determination for more information . Supplementary Conditions 007300-15 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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 E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year . Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https : //www. dol . gov/agencies/whd/government-contracts . Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5 . 5 (a) (1) (ii) ) . ----------------------------------------------------------- The body of each wage determination lists the classification Supplementary Conditions 007300-16 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination . The classifications are listed in alphabetical order of " "identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than " "SU" " or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example : PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers . 0198 indicates the local union number or district council number where applicable, i . e . , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination . 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014 . Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate . Supplementary Conditions 007300-17 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Survey Rate Identifiers Classifications listed under the " "SU" " identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification . As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates . Example : SULA2012-007 5/13/2014 . SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates . LA indicates the State of Louisiana . 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination . 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier . Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification (s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data . EXAMPLE : UAVG-OH-0010 08/29/2014 . UAVG indicates that the rate is a weighted union average rate . OH indicates the state . The next number, 0010 in the example, is an internal number used in producing the wage determination . 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier . Supplementary Conditions 007300-18 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ----------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS l . ) Has there been an initial decision in the matter? This can be . * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3 . ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations . Write to : Branch of Construction Wage Determinations Wage and Hour Division U. S . Department of Labor Supplementary Conditions 007300-19 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 200 Constitution Avenue, N .W. Washington, DC 20210 2 . ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 . 8 and 29 CFR Part 7 ) . Write to : Wage and Hour Administrator U. S . Department of Labor 200 Constitution Avenue, N .W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party ' s position and by any information (wage payment data, project description, area practice material, etc . ) that the requestor considers relevant to the issue . 3 . ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to : Administrative Review Board U. S . Department of Labor 200 Constitution Avenue, N .W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final . ----------------------------------------------------------- END OF GENERAL DECISION" "General Decision Number : TX20220288 02/25/2022 Superseded General Decision Number : TX20210288 State : Texas Supplementary Conditions 007300-20 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Construction Type : Building Counties : Aransas, Nueces and San Patricio Counties in Texas . BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories) . Note : Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658 . Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5 . 1 (a) (2 ) - (60) . lIf the contract is entered 1 . Executive Order 14026 I linto on or after January 30 , 1 generally applies to the I 12022, or the contract is 1 contract . I lrenewed or extended (e . g. , an 1 . The contractor must pay I loption is exercised) on or I all covered workers at I lafter January 30, 2022 : 1 least $15 . 00 per hour (or I I I the applicable wage rate I I I listed on this wage I I I determination, if it is I higher) for all hours I Supplementary Conditions 007300-21 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 spent performing on the I contract in 2022 . I I I I lIf the contract was awarded onl . Executive Order 13658 1 for between January 1, 2015 andl generally applies to the I ( January 29, 2022, and the 1 contract . I lcontract is not renewed or 1 . The contractor must pay alll lextended on or after January l covered workers at least 1 130, 2022 : 1 $11 . 25 per hour (or the I I I applicable wage rate listedl I I on this wage determination, ) if it is higher) for all I I I hours spent performing on I I I that contract in 2022 . 1 1 1 I The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request . Additional information on contractor requirements and worker protections under the Executive Orders is available at https : //www. dol . gov/agencies/whd/government-contracts . Supplementary Conditions 007300-22 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Modification Number Publication Date 0 01/07/2022 1 02/25/2022 BOIL0074-003 01/01/2021 Rates Fringes BOILERMAKER. . . . . . . . . . . . . . . . . . . . . . $ 29 . 47 24 . 10 ----------------------------------------------------------- ELECO278-002 03/20/2020 Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 26 . 25 8 . 24 ----------------------------------------------------------- ENG10178-005 06/01/2020 Rates Fringes POWER EQUIPMENT OPERATOR (1 ) Tower Crane . . . . . . . . . . . . . $ 32 . 85 13 . 10 (2 ) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above . . . . . $ 28 . 75 10 . 60 (3) Hydraulic cranes 59 Tons and under . . . . . . . . . . . . . . $ 32 . 35 13 . 10 ----------------------------------------------------------- IRON0084-011 06/01/2021 Rates Fringes IRONWORKER, ORNAMENTAL . . . . . . . . . . . $ 26 . 01 7 . 56 ----------------------------------------------------------- * SUTX2014-068 07/21/2014 Rates Fringes Supplementary Conditions 007300-23 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 BRICKLAYER. . . . . . . . . . . . . . . . . . . . . . . $ 20 . 04 0 . 00 CARPENTER. . . . . . . . . . . . . . . . . . . . . . . . $ 15 . 21 0 . 00 CEMENT MASON/CONCRETE FINISHER. . . $ 15 . 33 0 . 00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) . . . . . . . . . . . . . . . $ 19 . 77 7 . 13 IRONWORKER, REINFORCING. . . . . . . . . . $ 12 . 27 ** 0 . 00 IRONWORKER, STRUCTURAL . . . . . . . . . . . $ 22 . 16 5 . 26 LABORER: Common or General . . . . . . $ 9 . 68 ** 0 . 00 LABORER: Mason Tender - Brick. . . $ 11 . 36 ** 0 . 00 LABORER: Mason Tender - Cement/Concrete . . . . . . . . . . . . . . . . . . $ 10 . 58 ** 0 . 00 LABORER: Pipelayer . . . . . . . . . . . . . . $ 12 . 49 ** 2 . 13 LABORER: Roof Tearoff . . . . . . . . . . . $ 11 . 28 ** 0 . 00 OPERATOR: Backhoe/Excavator/Trackhoe . . . . . . . $ 14 . 25 ** 0 . 00 OPERATOR: Bobcat/Skid Steer/Skid Loader . . . . . . . . . . . . . . . . $ 13 . 93 ** 0 . 00 OPERATOR: Bulldozer . . . . . . . . . . . . . $ 18 . 29 1 . 31 OPERATOR: Drill . . . . . . . . . . . . . . . . . $ 16 . 22 0 . 34 OPERATOR: Forklift . . . . . . . . . . . . . . $ 14 . 83 ** 0 . 00 OPERATOR: Grader/Blade . . . . . . . . . . $ 13 . 37 ** 0 . 00 OPERATOR: Loader . . . . . . . . . . . . . . . . $ 13 . 55 ** 0 . 94 OPERATOR: Mechanic . . . . . . . . . . . . . . $ 17 . 52 3 . 33 Supplementary Conditions 007300-24 E16290-Elevated Water Storage Tanks-City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) . . . . . . . . . $ 16 . 03 0 . 00 OPERATOR: Roller . . . . . . . . . . . . . . . . $ 12 . 70 ** 0 . 00 PAINTER (Brush, Roller, and Spray) . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 14 . 45 ** 0 . 00 PIPEFITTER. . . . . . . . . . . . . . . . . . . . . . . $ 25 . 80 8 . 55 PLUMBER. . . . . . . . . . . . . . . . . . . . . . . . . . $ 25 . 64 8 . 16 ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . . $ 13 . 75 ** 0 . 00 SHEET METAL WORKER (HVAC Duct Installation Only) . . . . . . . . . . . . . . . $ 22 . 73 7 . 52 SHEET METAL WORKER, Excludes HVAC Duct Installation . . . . . . . . . . . $ 21 . 13 6 . 53 TILE FINISHER. . . . . . . . . . . . . . . . . . . . $ 11 . 22 ** 0 . 00 TILE SETTER. . . . . . . . . . . . . . . . . . . . . . $ 14 . 74 ** 0 . 00 TRUCK DRIVER: Dump Truck. . . . . . . . $ 12 . 39 ** 1 . 18 TRUCK DRIVER: Flatbed Truck . . . . . $ 19 . 65 8 . 57 TRUCK DRIVER: Semi-Trailer Truck. . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 12 . 50 ** 0 . 00 TRUCK DRIVER: Water Truck . . . . . . . $ 12 . 00 ** 4 . 11 ----------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental . ----------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15 . 00 ) or 13658 Supplementary Conditions 007300-25 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 ($11 . 25) . Please see the Note at the top of the wage determination for more information . 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 E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year . Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https : //www. dol . gov/agencies/whd/government-contracts . Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5 . 5 (a) (1) (ii) ) . ----------------------------------------------------------- Supplementary Conditions 007300-26 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination . The classifications are listed in alphabetical order of " "identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than " "SU" " or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example : PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers . 0198 indicates the local union number or district council number where applicable, i . e . , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination . 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014 . Union prevailing wage rates are updated to reflect all rate Supplementary Conditions 007300-27 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 changes in the collective bargaining agreement (CBA) governing this classification and rate . Survey Rate Identifiers Classifications listed under the " "SU" " identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification . As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates . Example : SULA2012-007 5/13/2014 . SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates . LA indicates the State of Louisiana . 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination . 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier . Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification (s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data . EXAMPLE : UAVG-OH-0010 08/29/2014 . UAVG indicates that the rate is a weighted union average rate . OH indicates the state . The next number, 0010 in Supplementary Conditions 007300-28 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 the example, is an internal number used in producing the wage determination . 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier . A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ----------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1 . ) Has there been an initial decision in the matter? This can be . * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has 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 Supplementary Conditions 007300-29 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Branch of Construction Wage Determinations . Write to : Branch of Construction Wage Determinations Wage and Hour Division U. S . Department of Labor 200 Constitution Avenue, N .W. Washington, DC 20210 2 . ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 . 8 and 29 CFR Part 7 ) . Write to : Wage and Hour Administrator U. S . Department of Labor 200 Constitution Avenue, N .W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party ' s position and by any information (wage payment data, project description, area practice material, etc . ) that the requestor considers relevant to the issue . 3 . ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to : Administrative Review Board U. S . Department of Labor 200 Constitution Avenue, N .W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final . ----------------------------------------------------------- END OF GENERAL DECISION" Supplementary Conditions 007300-30 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Ardurra Group, Inc., Inc. 361-883-1984 Grady S. Atkinson, P.E. 361-883-1984 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div.for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 IT Department (City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Ce ntu ryl-i n k 361-208-0730 W i n d st rea m 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 Supplementary Conditions 007300-31 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 'REFER TO SECTION 0133 01—SUBMITTAL REGISTER' SC-25.12 RESUBMISSION REQUIREMENTS B. Pay for excessive review of Shop Drawings. 1. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed below: 250 per Hour per Personnel. ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description As-built information on all construction improvements SC-30.21 Notices. B. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions 007300-32 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 4/2022 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 011100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. Base Bid: a. Flour Bluff EST:The construction and painting of a composite type 3,000,000 gallon water elevated storage tank(EST)to include but not be limited to the erection and installation of foundation, pedestal,and tank, in addition to, the piping,valving, pumps,electrical service,controls and instrumentation, SCADA and integration, backup power generation,site grading, utility improvements,access roads,and security fencing. 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. AEP Adiustments 2. AT&T Adiustments 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. Summary of Work 011100- 1 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 10/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. NONE B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 011100-2 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 10/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate,and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. The Lump Sum Bid Items described as "Allowances" have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. 1.03 DESCRIPTION OF ALTERNATES(NONE) 1.04 DESCRIPTION OF ALLOWANCES A. Bid Item A-2 —Bonds and Insurance 1. A maximum of 2%of the bid price to be used for the purchase of bonds and insurance required for the Project. Alternates and Allowances 012310- 1 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 5/2020 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Bid Item A-10 — Allowance for Tank Logo and Unanticipated Elevated Storage Tank Improvements 1. The sum of $75,000.00 to be used for the purchase of Tank Logo and Unanticipated Elevated Storage Tank Improvements. C. Bid Item A-41—Allowance for Unanticipated Site & Utility Improvements 1. The sum of $25,000.00 to be used for the purchase of Unanticipated Site & Utility Improvements. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-2 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 5/2020 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1—Mobilization (Maximum 5%): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; C. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 0129 01- 1 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 5/2020 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. B. Bid Item A-2—Bonds and Insurance (Maximum Allowance of 2%) 1. Payment shall include all bonds and insurance required under the Contract Documents. 2. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique insurance as required and obtained specifically for this Project, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. C. Bid Item A-3—3.0 MG Composite Elevated Storage Tank & Pumping System 1. Measurement shall include all material, labor, equipment, and supervision necessary to complete the composite elevated tank structure and appurtenances as described and shown on the plans. Bid item includes erecting, installing, and painting of a 3.0 MG Elevated Tank including foundation, doors, ladders, overflow piping, stainless steel piping, valves, fittings, complete pumping system within tank pedestal, electrical room, wall penetrations and appurtenances as per the contract documents. 2. Measuring for payment is on a lump sum basis. D. Bid Item A-4—Electrical Service 1. Measurement shall include all material, labor, equipment and supervision necessary to complete the installation of electrical services including but not limited to underground electrical service and switchrack, main distribution panels and TVSS, and grounding and lighting protection as per the contract documents. 2. Measuring for payment is on a lump sum basis. E. Bid Item A-5—Instrumentation and SCADA integration 1. Measurement shall include all material, labor, equipment, and supervision necessary to complete the installation of all instrumentation including but not limited to flowmeters, analyzers, pressure transmitters, pressure gauges, instrument and electrical wiring for MOV as well as integration and programming with the City's SCADA system including but not limited to installation of SCADA panel with UPS, fiber optic pull boxes and pathway conduits, 1/0 wiring and testing and commissioning as per the contract documents. 2. Measuring for payment is on a lump sum basis. F. Bid Item A-6—Installation of Lighting 1. Measurement shall include all material, labor, equipment and supervision necessary to complete the installation of lighting services including but not limited to tank pedestal Measurement and Basis for Payment 0129 01-2 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 5/2020 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 lighting, exterior door lights, ladder and platform lights, FAA obstruction lights and controls, floodlights with concrete pole, main gate street light with concrete pole, convenience receptacles and necessary conduit and wiring as per the contract documents. 2. Measuring for payment is on a lump sum basis. G. Bid Item A-7—Installation of CCTV 1. Measurement shall include all material, labor, equipment and supervision necessary to complete the installation of CCTV services including but not limited to cameras, CCTV tower, CCTV control panel, conduit and wiring as per the contract documents. 2. Measuring for payment is on a lump sum basis. H. Bid Item A-8—Installation of Standby Generator 1. Measurement includes all material, labor, equipment and supervision necessary to complete the installation of a standby generator including but not limited to underground electrical service, switchrack, main distribution panel,TVSS, grounding and lighting, 150kw outdoor natural gas generator, auto transfer switch, electrical circuit tie-in, SCADA panel with UPS, integration & programming, fiber optic pull boxes and pathway conduit, 1/0 wiring, and testing and commissioning per the contract documents. 2. Measuring for payment is on a lump sum basis. 1. Bid Item A-9—Antenna Provisions 1. Measurement includes all material, labor, equipment and supervision necessary to complete installation of antenna mounts including but not limited to cable support brackets, couplings, interior rigging/inspection rail and appurtenances per the contract documents. 2. Measuring for payment is on a lump sum basis. J. Bid Item A-10—Allowance for Tank Logo and Unanticipated Elevated Storage Tank Improvements 1. Payment will be based on the Contractor's actual costs and will be negotiated. 2. Bid Item shall be measured by complete and functioning improvements as specified by the OAR. K. Bid Item A-11—Site Preparation 1. Measurement includes all material, labor, equipment and supervision necessary to prepare the site including but not limited to site clearing, stripping, pavement removal and grading as required per the contract documents. 2. Measuring for payment is on a per acre basis. L. Bid Item A-12—Fill Material 1. Measurement shall include all material, labor, equipment, delivery, and supervision necessary to provide fill material as necessary to bring site to grade as shown on the plans. Measurement and Basis for Payment 0129 01-3 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 5/2020 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Measuring for payment is on a per cubic yard basis. M. Bid Item A-13—24" Waterline Connection 1. Measurement shall include all material, labor, equipment, and supervision necessary for furnishing and installing 24"waterline connection. Item shall include all necessary backfill, dewatering, testing, and fittings to complete installation of the waterline connection per the contract documents. 2. Measuring for payment is on a per each basis. N. Bid Item A-14—24" Ductile Iron Pipe Waterline 1. Measurement shall include all material, labor, equipment, and supervision necessary to install 24" ductile iron pipe waterline between the stainless steel tank piping and 24" PVC Waterline. Item shall include all necessary testing and fittings, including restrained flexible couplings to complete the installation as per the contract documents. 2. Measuring for payment is on a per linear foot basis. O. Bid Item A-15—24" PVC Waterline 1. Measurement shall include all material, labor, equipment, and supervision necessary to install 24"waterline from the 24" connection to the transition of the 24" Ductile Iron Pipe Waterline. Item shall include all necessary backfill, dewatering, testing, and fittings to complete installation of the waterline per the contract documents. 2. Measuring for payment is on a per linear foot basis. P. Bid Item A-16—Trench Safety for 24" PVC Waterline 1. Measurement shall include all material, labor, equipment, and supervision necessary to provide for worker safety in trenches and excavations per the contract documents. 2. Measuring for payment is on a per linear foot basis. Q. Bid Item A-17—24"—45° Bend—Ductile Iron 1. Measurement shall include all material, labor, equipment, and supervision necessary to install 24"45° Bends located outside of the tank pedestal per the contract documents. 2. Measuring for payment is on a per each basis. R. Bid Item A-18—Fire Hydrant Assembly 1. Measurement shall include all material, labor, equipment, and supervision necessary to install fire hydrant assembly including valve, line and fitting on the 24"waterline as per the contract documents. 2. Measuring for payment is on a per each basis. S. Bid Item A-19—Concrete Splash Pad &Concrete Splash Pad Modification 1. Measurement shall include all material, labor, equipment, excavation, base preparation, and supervision necessary to install a concrete splash pad including energy dissipaters and concrete splash pad modification per the contract documents. Measurement and Basis for Payment 0129 01-4 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 5/2020 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Measuring for payment is on a per each basis. T. Bid Item A-20—Concrete Bollard 1. Measurement shall include all material, labor, equipment, excavation, base preparation, painting, and incidentals necessary to complete the work per the contract documents. 2. Measuring for payment is on a per each basis. U. Bid Item A-21—Concrete Platform/ Pipe Supports 1. Measurement shall include all material, labor, equipment, excavation, base preparation, and supervision necessary to install concrete platform and pipe supports per the contract documents. 2. Measuring for payment is on a per each basis. V. Bid Item A-22—Electrical Equipment Concrete Pad 1. Measurement shall include all material, labor, equipment, excavation, base preparation, and supervision necessary to install generator concrete pad per the contract documents. 2. Measuring for payment is on a per each basis. W. Bid Item A-23—Slide Gate 1. Measurement shall include all material, labor, equipment, and supervision necessary to install a slide gate including catch, guide, and hanger assemblies at the Rand Morgan site as per the contract documents. 2. Measuring for payment is on a per each basis. X. Bid Item A-24—Security Fence 1. Measurement shall include all material, labor, equipment, excavation and supervision necessary to install security fencing including barbed wire at the Flour Bluff site per the contract documents. 2. Measuring for payment is on a per linear foot basis. Y. Bid Item A-25—4" Wastewater Line 1. Measurement shall include all material, labor, equipment, and supervision necessary to complete the installation of the 4" wastewater line as per the contract documents. Item shall include all necessary backfill, dewatering,testing, and fittings to complete installation of the waterline. 2. Measuring for payment is on a per linear foot basis. Z. Bid Item A-26—6" Wastewater Line 1. Measurement shall include all material, labor, equipment, and supervision necessary to complete the installation of the 6" wastewater line as per the contract documents. Item shall include all necessary backfill, dewatering,testing, and fittings to complete Measurement and Basis for Payment 0129 01-5 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 5/2020 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 installation of the waterline. Item shall also include all necessary traffic control to complete the work per the plans and specifications. 2. Measuring for payment is on a per linear foot basis. AA. Bid Item A-27—Trench Safety for 6" Wastewater Line 1. Measurement shall include all material, labor, equipment, and supervision necessary to provide for worker safety in trenches and excavations per the contract documents. 2. Measuring for payment is on a per linear foot basis. BB. Bid Item A-28-4" Cleanout 1. Measurement shall include all material, labor, equipment, and supervision necessary to install a 4" cleanout as per the contract documents. 2. Measuring for payment is on a per each basis. CC. Bid Item A-29—Wastewater Manhole 1. Measurement shall include all material, labor, equipment, and supervision necessary to install a wastewater manhole per the contract documents. Item shall include all necessary backfill, dewatering, testing, and fittings to complete installation of the wastewater manhole. Item shall also include all necessary traffic control to complete the work per the contract documents. 2. Measuring for payment is on a per each basis. DD. Bid Item A-30—Wastewater Tie-in 1. Measurement shall include all material, labor, equipment, and supervision necessary for installing a wastewater tie-in connection to an existing manhole. Item shall include all necessary backfill, dewatering,testing, and fittings to complete installation of the wastewater tie-in connection per the contract documents. Item shall also include all necessary traffic control to complete the work per the contract documents. 2. Measuring for payment is on a per each basis. EE. Bid Item A-31—18" Reinforced Concrete Pipe 1. Measurement shall include all material, labor, equipment, and supervision necessary to install RCP including bedding preparation as per the contract documents. 2. Measuring for payment is on a per linear foot basis. FF. Bid Item A-32—Concrete Headwall (TxDOT STD CH-PW-O) 1. Measurement shall include all material, labor, equipment, and supervision necessary to install a concrete headwall in accordance to TxDOT standard CH-PW-C) per the contract documents. 2. Measuring for payment is on a per each basis. GG. Bid Item A-33—Concrete Rip Rap 1. Measurement shall include all material, labor, equipment, and supervision necessary to complete the installation of concrete rip-rap as per the contract documents. 2. Measuring for payment is on a per square yard basis. Measurement and Basis for Payment 0129 01-6 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 5/2020 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 HH. Bid Item A-34—Ditch Regrading 1. Measurement shall include all material, labor, equipment, and supervision necessary to complete the regrading of the ditch per the contract documents. 2. Measuring for payment is on a per square yard basis. II. Bid Item A-35—Pavement Repair 1. Measurement shall include all material, labor, equipment, and supervision necessary to complete the repair of existing pavement affected by construction activities per the contract documents. Item shall also include all necessary traffic control to complete the work per the contract documents. Measurement shall include all subgrade compaction, backfill, base material, prime coat, hot mix asphaltic concrete and other incidentals necessary to repair pavement to pre-construction conditions per the contract documents. 2. Measuring for payment is on a per square yard basis. JJ. Bid Item A-37—7" Concrete Pavement 1. Measurement shall include all material, labor, equipment, and supervision necessary to complete the installation of 7" concrete pavement per the contract documents. 2. Measuring for payment is on a per square yard basis. KK. Bid Item A-38—8" Lime Stabilized Subgrade 1. Measurement shall include all material, labor, equipment, and supervision necessary to complete the installation of the lime stabilized subgrade required as per the contract documents. 2. Measuring for payment is on a per square yard basis. LL. Bid Item A-39 -Seeding 1. Measurement shall include all material, labor, equipment, and supervision necessary to complete the work and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation per the contract documents. 2. Measuring for payment is on a per square yard basis. MM.Bid Item A-40—Storm Water Pollution Prevention Plan 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. NN. Bid Item A-41—Allowance for Unanticipated Site & Utility Improvements 1. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement and Basis for Payment 0129 01-7 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 5/2020 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Bid Item shall be measured by complete and functioning improvements as specified by the OAR. 00. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID FORM. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 0129 01-8 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 5/2020 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 0133 01 Submittal Register 1, 022100 Select Material Record Data 025223 lCrushed Limestone Flexible Base Record Data 0254404 HMAC Pavement Record Data 025620 Portland Cement Concrete Pavement Record Data 025802 Temporary Traffic Controls During Construction Record Data 026206 Ductile Iron Pipe and Fittings Record Data 026210 1 PVC Pipe AWWA Record Data 026411 lGate Valves for Waterlines Record Data 026416 1 Fire Hydrants Record Data 027202 IManholes Record Data 027205 1 Fiberglass Manholes Record Data 027402 Reinforced Concrete Pipe Culverts Record Data 027602 Gravity Wastewater Lines Record Data 027606 Wastewater Service Lines Record Data 027611 Cleaning and Televised Inspection of Conduits Record Data 030020 Portland Cement Concrete Record Data 038000 Concrete StructuresShop Drawing 055420 Frames Grates Rings and Covers Record Data 01 75 00 Testing,Training,and Facility Start-up Record Data 040100 lBlast Debris Record Data 072100 Batt Insulation Record Data 07 90 00 Joint Sealers Record Data 081112 Standard Steel Frames Shop Drawing O&M Manual 081113 Standard Steel Doors Shop Drawing O&M Manual 08 33 23 Overhead Coiling Doors Shop Drawing O&M Manual- 087100 anual087100 Door Hardware Sho Drawin9 O&M Manual 099100 Painting For Elevated Storage Tank Container Record Data Sample O&M Manual 099101 Painting Other than Elevated Tank Structure Record Data Sample 099600 High Performance Coatings Record Data Sample O&M Manual 135001 SCADASystem Shop Drawing O&M Manual 260000 Electrical General Provisions Shop Drawing O&M Manual 26 05 02 Low Voltage Motors Record Data O&M Manual 260523 Wire and Cable Record Data 26 05 26 Grounding Record Data 260533 Raceways Record Data 260553 Electrical Identification Record Data 260900 Instrumentation Record Data O&M Manual 262213 Dry-Type Transformers Record Data 262400 Panelboards Record Data 26 29 20 Adjustable Frequency Drives Record Data O&M Manual 26 32 13 Engine Generator Set Shop Drawing O&M Manual 26 56 00 Exterior Lighting Shop Drawing Sample 316000 Foundation for Elevated Storage Tanks Shop Drawing 32 31 13 Chain Link Security Fence Record Data 32 31 13.53 Chain Link Cantilever Slide Gate Shop Drawing Sample 331101 Water Lines Record Data 331102 Piping Systems Testing Record Data 331104 Steel Pipe and Fittings Shop Drawing 33 12 02 Valve and Gate Operators Record Data 33 12 03 Motorized Operators Record Data O&M Manual 331217 Valves Record Data O&M Manual 33 12 18 Butterfly Valves Shop Drawing O&M Manual 33 12 33 Flow Measurement-Magnetic Flowmeters Record Data O&M Manual- 331300 anual331300 Tank Disinfection and Hydro Testing Record Data 33 13 01 Disinfection of Water Lines Record Data 331619 Composite Elevated Water Storage Tank Shop Drawing O&M Manual 40 05 67 1 Pressure and Flow Control Valves Record Data O&M Manual 432101 1 Duplex Booster Pump Station Record Data O&M Manual 444436 ISubmersible Mixer Record Data O&M Manual Submittal Register 013301-1 E16290-Elevated Water Storage Tanks-City Wide(ACR Implementation Phase 3) 10/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: B. Work shall be completed within the specified time for these items: Description Time C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 1 month prior to beginning the Work. Special Procedures 013500-1 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 10/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Max.Time Hours Operation Liquidated Critical Operation Damages Out of Operation can be Shut Down ($ per hour) Existing 24" Waterline No Down Time Along Division Road B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the operation of the existing distribution system. 2. Loss of operation of the existing distribution system can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow-off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-2 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 10/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 015000- 1 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 8/2019 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 10 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times,and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls 015000-2 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 8/2019 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor.The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. 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. Temporary Facilities and Controls 015000-3 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 8/2019 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls 015000-4 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 8/2019 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities as applicable to the nature and size of the Project. Comply with all requirements of the Texas Commission on Environmental Quality(TCEQ)and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with Article 25 of SECTION 00 72 00 GENERAL CONDITIONS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. Temporary Controls 015700- 1 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 8/2019 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. 1.05 PERMITS A. As applicable, submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No.TXR150000 as set forth by the TCEQ for the duration of the Project as applicable to the nature of the work and the total disturbed area: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Temporary Controls 015700-2 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 8/2019 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Notice of Intent. Provide draft copies of the Notice of Intent,SWPPP,and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre- construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non-contained form, or enter non-contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an Temporary Controls 015700-3 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 8/2019 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. Temporary Controls 015700-4 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 8/2019 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Oso Bay and CC Ship Channel. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest wastewater system. If discharging to temporary holding tanks and trucking to a wastewater or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to pumping groundwater from a trench to the wastewater system the Contractor shall contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractorwill pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER (NOT APPLICABLE) A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine,which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory Temporary Controls 015700-5 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 8/2019 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the current version of the International Building Code (IBC). When applicable, Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls 015700-6 E16290—Elevated Water Storage Tanks—City Wide(ACR Implementation Phase 3) Rev 8/2019 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PART • • DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 (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:71609933-C386-42C6-B01 D-CF559F9010E9 (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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. 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 12-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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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+I%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:71609933-C386-42C6-B01 D-CF559F9010E9 (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) Drainag 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 022060 CHANNEL EXCAVATION 1. DESCRIPTION This specification shall govern all work for Channel Excavation required to complete the project. 2. CONSTRUCTION METHODS Trees, stumps, brush and other vegetation shall be removed and hauled away. Excavated slopes shall be finished in conformance with the lines and grades established by the Engineer. When completed, the average plane of slopes shall conform to the slopes indicated on the drawings, and no point on completed slopes shall vary from the designated slopes by more than 0.5 foot measured at right angles to the slope. In no case shall any portion of the slope encroach on the roadbed. The tops of excavated slopes and the end of excavation shall be rounded. The bottom and sides of the ditch or channel shall be undercut a minimum depth sufficient to accommodate topsoil for seeding, sodding, or slope protection, as indicated on the drawings. All suitable materials removed from the excavation shall be used, insofar as practicable, in the formation of embankments in accordance with City Standard Specification Section 022080 "Embankment", or shall be otherwise utilized or satisfactorily disposed of as indicated on drawings, or as directed, and the completed work shall conform to the established alignment, grades and cross sections. During construction, the channel shall be kept drained, insofar as practicable, and the work shall be prosecuted in a neat workmanlike manner. Unsuitable channel excavation in excess of that needed for construction shall become the property of the Contractor and removed from the site and properly disposed of. 3. SELECTION OF MATERIALS Where shown on the drawings, selected materials shall be utilized in the formation of embankment or to improve the roadbed, provided that the material meets the requirements specified in City Standard Specification Sections 022040 "Street Excavation" and 022100 "Select Material", 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 the limits and at elevations required. Concrete for lining channels, where specified on the drawings, shall be Class "A" in accordance with City Standard Specification Section 030020 'Portland Cement Concrete". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, channel excavation shall be measured in its original position and the volume computed in cubic yards by the method of average end areas, or by linear foot of channel or drainage ditch, as specified. Channel excavation shall include,but not be limited to, clearing and removal of vegetation, excavation, de-watering, embankment, compaction, hauling, and disposal. Channel excavation shall not include undercutting to accommodate topsoil, sod, or slope protection. 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. 022060 Page 1 of 1 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gullet's, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment,unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather-edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to,the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings,with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately,but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 THIS PAGE INTENTIONALLY LEFT BLANK 025205 Page 4 of 4 Rev.11-9-2016 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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)2. 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. Mixin;- 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within+1%deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material,reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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. Prime shall be applied at a temperature within the recommended range per City Standard 025412 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 * 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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 2 of 2 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class "A" in accordance with Section 030020"Portland Cement Concrete"of the City Standard Specifications. Reinforcement shall be 4x4 -W2.9xW2.9 welded wire fabric or 44 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 "Reinforcing Steel" of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches,prior to application of the detectable warning surfacing. Slopes, S, shall be as follows, unless shown otherwise on the drawings: RAMPS Ramp in direction of travel . . . . . S < 1:12 Side slope of ramp (flare) . . . . . S < 1:10 Cross slope . . . . . . . . . . . . . 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp . . . . . . S < 1:20 Driveways abutting tied sidewalks . . S < 1:10 Width of ramp shall be 60 inches(minimum),exclusive of flare,unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of loose material and irregularities. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Payment shall include, but not be limited to, subgrade preparation, formwork, concrete, rebar, detectable warning surfaces, borders, molding and curing required to complete the curb ramp, and shall be full compensation for all labor, materials, equipment and incidentals required to complete the work. 025614 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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 1 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices",unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval,prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off-hours phone number of the competent person shall be provided in writing at the Pre-Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off-hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction —see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for"Traffic Control." Example Blue Sign ,F11 ....w... "' to MANDARIN GARDEN 2.' ................................. ................ . ................................... 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non-removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible-reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate,upon completion of the project. 025802 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L= S ���_ ���ND D Por L= 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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 2 of 2 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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 joints 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to,but not include,the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place,per linear foot. 026210 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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 H 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 027402 REINFORCED CONCRETE PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may be required to complete the work. 2. MATERIALS 1. General. Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. Desi;n. All pipe shall be Class III (Wall "B") unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. Sizes and Permissible Variations. a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4. Workmanship and Finish. Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 5. Curin;. Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. Marking. The following information shall be clearly marked on each section of pipe: 027402 Page 1 of 7 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 a. The class of pipe. b. The date of manufacture. c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. Minimum Age for Shipment. Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. Inspection. The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. Causes for Rejection. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends,where such damage would prevent making a satisfactory joint. 10. Repairs. Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. Rejections. All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. Jointing Materials. Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre-formed plastic base joint material manufactured by K. T. Knyder Company, Houston, Texas, or an approved equal. Use of Talcote as joint material will not be not permitted. Ram-Nek joint material and primer shall be supplied for 027402 Page 2 of 7 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. 1�/2 pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x2'-5" 18" 2.7 gals. 1�/2 pcs 11/2 " x 3'-5" 21" 3.8 gals. 2 pcs 11/2 "x 3'-5" 24" 6.2 gals. 2 pcs 11/2 "x 3'-5" 30" 8.5 gals. 21/2 pcs 11/2" x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 3�/2 pcs 13/4"x 3'-5" 48" 15.0 gals. 4 pcs 13/4" x 3'-5" 54" 20.0 gals. 41/2 pcs 13/4"x 3'-5" 60" 25.0 gals. 5 pcs 13/4" x 3'-5" 66" 30.0 gals. 5�/2 pcs 13/4"x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-5" 84" 35.0 gals. 7 pcs 2"x 3'-5" b. TYLOX Types "C", "C-P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed, etc., as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All rubber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc., or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. 027402 Page 3 of 7 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. CONSTRUCTION METHODS Reinforced concrete pipe culverts shall be constructed from the specified materials in accordance with the following methods and procedures: 1. Excavation. All excavation shall be in accordance with the requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities," except where tunneling or jacking methods are shown on the plans or permitted by the Engineer. When pipe is laid in a trench, the trench, when completed and shaped to receive the pipe, shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of the backfill and bedding material under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. Pipe shall be placed such that the identification markings are visible at the top prior to backfill. 2. Beddin;. The pipe shall be bedded in accordance with the bedding details shown on the drawings. Bedding shall not be measured for pay,but shall be subsidiary to other work. If the subgrade of the trench is unstable, even if this condition occurs at relatively shallow depths, full encasement of the pipe with crushed stone shall be required. 3. Laying Pipe. Unless otherwise authorized by the Engineer, the laying of pipe on the prepared foundation shall be started at the outlet (downstream) end with the spigot or tongue end pointing downstream, and shall proceed toward the inlet(upstream) end with the abutting sections properly matched, true to the established lines and grades. Where bell and spigot pipe are used, cross trenches shall be cut in the foundation to allow the barrel of the pipe to rest firmly upon the prepared bed. These cross trenches shall be not more than two inches larger than the bell ends of the pipe. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared foundation and the sides of the trench. The ends of the pipe shall be carefully cleaned before the pipe is placed. As each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and matched so that when laid in the bed, it shall form a smooth, uniform conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, the pipe shall be laid in the trench in such position that the markings "TOP" or "BOTTOM" shall not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. For pipe over 42 inches in diameter, the Contractor may drill two holes not larger than 2 inches in diameter, in the top of each section of the pipe,to aid in lifting and placing. The holes shall be neatly drilled, without spalling of the concrete, and shall be done without the cutting of any reinforcement. After the pipe is laid, the holes shall be filled with mortar and properly cured, and placed such that they are visible from the top for inspection prior to backfill. Multiple installations of reinforced concrete pipe shall be laid with the center lines of 027402 Page 4 of 7 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 individual barrels parallel. When not otherwise indicated on plans, the following clear distances between outer surfaces of adjacent pipe shall be used. Diameter of Pipe 18" 24" 30" 36" 42" 48" 54" 60" to 84" Clear Distance Between Pipes 0'-9" 0'-11 " 1'-1" 1'-3" 1'-5" 1'-7" 1'-1l" 2'-0" 4. Jointing. a. If the use of Portland cement mortar joints is allowed, all pipe shall be jointed tight and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so placed as to form a durable water-tight joint. The installation shall be as required by the Engineer. b. Joints using Rubber Gaskets: Where rubber gasket pipe joints are required by the plans, the joint assembly shall be made according to the recommendations of the gasket manufacturer. Water-tight joints will be required when using rubber gaskets. c. Joints using Cold-Applied Preformed Plastic Gaskets shall be made as follows: A suitable prime of the type recommended by the manufacturer of the gasket joint sealer shall be brush-applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand or dirt or sharp cement protrusions. The surface to be primed must be clean and dry when primer is applied. Before laying the pipe in the trench, the plastic gasket sealer shall be attached around the tapered tongue or tapered groove near the shoulder or hub of each pipe joint. The paper wrapper shall be removed from one side only of the two-piece wrapper on the gasket and pressed firmly to the clean, dry pipe joint surface. The outside wrapper shall not be removed until immediately before pushing the pipe into its final position. When the tongue is correctly aligned with the flare of the groove, the outside wrapper on the gasket shall be removed and the pipe shall be pulled or pushed home with sufficient force and power(backhoe shovel, chain hoist,ratchet hoist or winch) to cause the evidence of squeeze-out of the gasket material on the inside or outside around the complete pipe joint circumference. The extruded gasket material shall be smoothed out over the joint on the exterior and interior of the pipe. Any joint material pushed out into the interior of the pipe that would tend to obstruct the flow shall be removed. (Pipe shall be pulled home in a straight line with all parts of the pipe on line and grade at all times.) Backfilling of pipe laid with plastic gasket joints may proceed as soon as the joint has been inspected and approved by the Engineer. Special precautions shall be taken in placing and compacting backfill to 027402 Page 5 of 7 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 avoid damage to the joints. When the atmospheric temperature is below 60 degrees F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 degrees F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Gaskets shall then be applied to pipe joints immediately prior to placing pipe in the trench, followed by connection to previously laid pipe. d. Pipe Joints for storm sewers shall be wrapped with geotextile material. The geotextile wrap shall be at least 2 feet wide and shall be centered on each joint. 5. After the pipe has been placed, bedded and jointed as specified, filling and/or backfilling shall be done in accordance with the applicable requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities." If unstable conditions are encountered, fully encase the pipe with crushed stone as described above. When mortar joints are allowed, no fill or backfill shall be placed until the jointing material has been cured for at least six (6)hours. Special precautions shall be taken in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. For side drain culverts and all other culverts where joints consist of materials other than mortar, immediate backfilling will be permitted. 6. Unless otherwise shown on the plans or permitted in writing by the Engineer, no heavy earth moving equipment will be permitted to haul over the structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed thereon. Pipe damaged by the Contractor's equipment shall be removed and replaced by the Contractor at no additional cost. 7. Cleaning and Television Inspection. All enclosed reinforced concrete pipe and manholes installed on this project shall be cleaned and televised in accordance with City Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits." 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will be made between the ends of the pipe barrel along its central axis. Where spurs or branches, or connections to existing pipe lines are involved, measurement of the spur or new connecting pipe will be made from the intersection of its center axis with the outside surfaces of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes,junction chambers, or other structures are included in lines of pipe, that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. 027402 Page 6 of 7 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. PAYMENT Payment for reinforced concrete pipe measured as prescribed above will be made at the contract unit price bid per linear foot for the various sizes of "Reinforced Concrete Pipe" of the class specified. Payment shall be full compensation for furnishing and transporting the pipe; hauling and placing of earth cushion material where required for bedding pipe; for the preparation and shaping of beds; for hauling, placing and jointing of pipes; for furnishing and installing geotextile pipe joint wrapping; for end finish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. 027402 Page 7 of 7 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects or jobs (to include, but not necessarily limited to "Confined Space Entry". 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line's condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and "real time" live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats Opg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 three licenses to the City, proprietary software COMPATIBLE with the City's GIS and existing database systems in use may be approved. However, in every case all observations will be recorded using the City approved PACP codes. 2.3 Flow Control/By-Passing This procedure will be used on all previously accepted (City owned) line segments. Except for new wastewater line acceptance inspections, the line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow the highest quality picture available. Dewatering shall remove standing water and fog from the line segment to provide 360 degree view of the pipe being televised. Too high water level or the camera being submerged will be grounds for rejection of the inspection. All wastewater flows from intersecting lines shall typically be controlled through the use of in-line plugs for vacuum trucks and are considered subsidiary to the inspection for all line sizes. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall immediately report to the City Call Center (361) 826-2489 all sanitary sewer overflows. Flow Control devices shall be installed in accordance with all applicable OSHA requirements, including, but not necessarily limited to confined space protocol. 2.4 Evaluation of Existing Lines for Potential Repairs/Rehabilitation—Pre CCTV: Cleaning and televising using a CCTV camera may be needed to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction prevents the camera from proceeding, the obstruction will be recorded on the initial setup and a reverse setup will be attempted to view the pipe and obstruction from the other side. If the camera fails to pass through the entire section, the inspection shall be considered complete and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note full line length and the length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same tape / disk. The Contractor must exert all reasonable effort to televise the entire length of a segment of wastewater line, or to assist the repair crews with usable information for point repair. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the report form. The video must have narrative documentation of notable observations. The Inspection Report shall consist of condition observations recorded using City-approved computer software generated formats, generally conforming to NASSCO and PACP codes. Specifically, items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations 027611 Page 2 of 8 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps; debris, roots or other impediments to flow and any other condition that may prevent either the proper completion of the inspection, or affect any proposed rehabilitation process. Evaluation of existing lines includes associated manhole inspection. 2.5 Evaluation After Repairs /Rehabilitation Post CCTV: Following repairs or rehabilitation to existing lines (by Contractor), a CCTV camera shall travel through required line segment to televise. The intent of this process is to inspect the interior of the line to determine the location of repairs, and extent of any unacceptable work. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of+/- 1% of the actual length to help mark observations on the report form. Specifically, items such as detailed inspection of the repaired area using pan-and- tilt equipment will be shown in the Inspection Report, including digital photographs of acceptable or inadequate and/or questionable work. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection Report. The Inspection Report shall consist of condition observations recorded using City-approved computer-software generated formats conforming to NASSCO and PACP codes. 2.6 New Pipeline Inspection: Upon completion of the installation of new lines, including any appurtenances such as manholes, service connections, etc., a CCTV camera shall traverse through each completed line segment. The intent of this process is to inspect the interior of the completed line to determine the location of service taps and extent of omissions and/or any unacceptable work on the pipeline or manholes, such as sags, infiltration, gapped joints, protruding gaskets, etc. Prior to transiting the line, the initial video shall initially include the upstream and downstream manhole designations, pipe size, project name and other pertinent information. When inspecting / documenting new wastewater line conditions, the Contractor must conduct a specific inspection for the presence of sags in the newly installed line. The approved method involves the use of an inclinometer on the camera. The belly tolerance is 5% or less for acceptable pipe installation. Any deviation from the 5% belly tolerance limit must be approved by the applicable Utility Operating Department. The graphic report will note the start and stop of sags and approximate maximum depth. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the Inspection Report form. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection 027611 Page 3 of 8 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Report. The Inspection Report shall consist of condition observations recorded using approved computer-software generated formats. Specifically, items such as deviations in alignment and grade causing bellies / sags; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps or any other condition that may assist the Utilities Department in determining the quality of the pipeline installation. 2.7 Manhole Inspection: A CCTV camera shall traverse the manhole from top to bottom to record the condition of the manhole and invert for structural condition and sources of infiltration on the manhole and invert. The initial video display must show the entry manhole number, location/street address, date and depth. a. The requirement is to commence capturing video at ground level. The video must be steady while panning and lowering to clearly record condition of the ring, corbel, the walls, and pipeline penetrations. The camera is to rotate during descent to inspect typical conditions and all penetrations. At the bottom of the manhole the complete invert will be inspected / viewed for infiltration and general condition. A washed out picture due to sunlight or shaking will be rejected for payment b. This manhole information may be retained on the same DVD if the line segment is also being investigated, or, if inspection is issued as a separate work order, a separate DVD and report will be required. As with pipeline inspection, digital photographs of key points of note must accompany the report and DVD. These would include seals on pipeline penetration, infiltration locations and other anomalies. c. The format of the Manhole Inspection Report will be as proposed by the Contractor and, following discussion, mutually approved by the Utilities Department and the Contractor. A sample form is included at the end of this specification. It will contain as a minimum: location & LD.number manhole diameter manhole material depth of manhole condition of ring/cover evidence of infiltration condition of walls presence of inflow inhibitor condition of pipe mouths presence of coatings condition of invert location: street/easement above invert penetrations 2.8 CCTV Set-M: a. A CCTV set-up includes all of the work, equipment, supervision,personnel, and materials needed to traverse a line segment. 027611 Page 4 of 8 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2.9 CCTV Reverse Set-up: A CCTV reverse set-up is an attempt to view the line segment from the other side due to an obstruction encountered during the initial set-up. 3. CLEANING REQUIREMENTS 3.1 Clean ALL debris such as dirt, gravel, rocks, grease, roots and other organic/inorganic debris from existing lines and manholes to allow for inspection to proceed. The Contractor will be required to clean the line segment using hydraulic equipment. The debris being removed from the pipeline shall be removed from the collection system at the receiving manhole, and not be allowed to be merely moved to the next line segment. Debris shall be properly disposed of in accordance with local, state and federal regulations. The Contractor shall have the option of dewatering debris removed from cleaning operations on this project at the Greenwood WWTP, located at 1541 Saratoga Blvd., Corpus Christi, Texas 78415. The Contractor shall coordinate with the City Utilities Department at all times (see also City Standard Specification Section 027604 Disposal of Waste from Wastewater Cleaning Operations. The City has six drying beds, each with a 1-foot high containment wall each with an area of about 2,300 square feet. 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. Contractor shall coordinate with the Wastewater Pre-Treatment Coordinator to acquire the appropriate manifest documentation and shall also provide a copy of the landfill disposal weight ticket/receipt to the Engineer. 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 027611 Page 5 of 8 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 of the proper disposal of this waste. The Contractor shall not be paid until this documentation is provided. 4. DELIVERABLES 4.1 The Contractor is required to provide the Engineer both narrated CCTV DVD and computer software-generated Inspection Report products, as a result of each inspection. Acceptable submissions become the property of the City. a. Quality Control: camera distortion, inadequate lighting, dirty or submerged lens and blurry or hazy pictures determined to be the fault of the Contractor will be cause for rejection of the inspection effort. If the quality of the deliverables does not meet with City approval, the Contractor shall repeat the documenting process at no cost to the City. b. DVD: for each inspection, one properly labeled color, professional grade, DVD, recorded in standard play (SP) mode, will be required. The DVD will display continuous distance from the insertion manhole, and include narrative observations at notable points, with correlating information shown in the Inspection Report. Labeling of the DVD(s)will include, either typed or neatly printed the following information on the dust cover: Project Name Street Name Tape Number Contractor Upstream MH 4 Downstream MH 4 Date Survey/Post/New Work Order 4 Pipe Size Material Project 4 c. Inspection Reports: inspection reports are to be from City-approved and software-generated formats on 81/2"x 11"paper, in color to improve definition of problem areas, and delivered with the DVD. Each report shall include the same information as noted for the DVD labels, plus the following additional information: pipe diameter, pipe material, manhole diameters & depths, whether this is a "reverse" set-up, direction of flow arrow, and total length of the pipeline. Notable observations are to be shown in the report as digital color photos, with up to four images per page. One report is required for each line segment. Note that the final approval for the use of the Contractor's proposed software will be needed before the first inspection. The Contractor shall submit to the City a sample of the proposed report for review and approval by the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Proposal, Pre-CCTV (Cleaning and Televised Inspection of existing lines to potentially be rehabilitated) and Post CCTV (Televised Inspection for acceptance of new lines or rehabbed lines) of Wastewater Lines shall not be measured for pay, but will be considered subsidiary to the appropriate bid item. 027611 Page 6 of 8 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Cleaning and Televised Inspection of Wastewater Lines includes an inspection of all manholes entered, crossed, or associated with the line being inspected. Reverse CCTV Set-Up shall not be allowed for acceptance televising as obstructions should not be encountered in new pipe that would require the Contractor to relocate to another manhole (upstream or downstream) of the original manhole. 027611 Page 7 of 8 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SAMPLE TELEVISED INSPECTION REPORT FORM CITY OF CORPUS CHRISTI TELEVISED INSPECTION REPORT DATA REQUIREMENTS [Ora screen at start of each set-up and on Inspection Report] City's Project Name City's Project Number Contractor/Operator Date/'l'ime Televised DVD Number Upstream MH Location Downstream MH Location Upstream MH Number Downstream MH Number Upstream MI-I Depth Downstream MH Depth Pape Size Pre-Rehab TV Y N Evaluation TV Y N Post-Rehab TV Y N Reverse Set-up Y N Pipe Material DISTANCE FROM ENTRY POINT OBSERVATIONS/COMMENTS DVD LABELING REQUIREMENTS (On each DVD] City Project Name Upstream Manhole No. City Project No. Downstream Manhole No. Street Name Pre Post Other DVD No. Date/Time Made Contractor 027611 Page 8 of 8 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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 3 of 4 Rev.3-25-2015 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 (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 Aggregate 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:71609933-C386-42C6-B01 D-CF559F9010E9 TABLE 1 Coarse Aggregate 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 Agate 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:71609933-C386-42C6-B01 D-CF559F9010E9 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 030020 Page 4 of 13 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 given 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:71609933-C386-42C6-B01 D-CF559F9010E9 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 030020 Page 6 of 13 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 no 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:71609933-C386-42C6-B01 D-CF559F9010E9 TABLE 3 Slump Requirements Concrete Desi_ng ation 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 030020 Page 8 of 13 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 cement 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(f c) 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 H 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:71609933-C386-42C6-B01 D-CF559F9010E9 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 030020 Page 10 of 13 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 be 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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. _ !/2' 1** Bar or Larger --P+an_ D+men. ; 1` H= over 6'.--Opmen-t Zero or -1/27 1.1 = 6� an less-Oienon- • Zero or -#/4' i# 7/8- Bar or Smoker--Pion. 2r Dimon. = 1/ r 1" Bar or L arger—Plan Dimon. = 1 Piro$ or Circular Tie Tie air Startup Plan Oimen.31 Plan Cho—s 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:71609933-C386-42C6-B01 D-CF559F9010E9 TABLE 1 Minimum Lap Requirements L,a 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 032020 Page 5 of 6 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 cotton 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 (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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 (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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 (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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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 El l OS MOT 110,000 98,000 15 20 The mechanical property tests for Grades E100S, EllOS, E100T and EllOT 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:71609933-C386-42C6-B01 D-CF559F9010E9 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 10T 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 FIGURE 1 STANDARDS FOR ALLOWABLE INCLUSIONS 1 v2 1/2 y 7/16 W = 11/4 (I) PROJECT(A) HORIZONTALLY TO(g) F AZ a (2) PROJECT INTERSECTION 3/6 V O VEPMICALLY TO(C) 39 41 tsZ�N g�� _J C7 3/4 1/4- 3F=-a: a I � w fQ4 1- 1/2 _J = J Z41 69 F- li 1/4 1/(6 a 0I I I I I I I I FO 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 ( INCHES) {I AnsER OF Aojju=KT DEri=rs GV%M Ns) 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 4° a 99�! a .c t b t c I o SEC. A-A (ENLARGED) TABLE 4 Required Dimensions for Lop Splices D��o 221!2821/2° 0 41 1 o v� —�-� MAX.d/a SEC D-D 5/32 I I MIN.dA D � Butt weld in flat position 1/16" I o " 71/e BUTT WELD WITH BAR IN HORIZONTAL POSITION FIGURE 2 FIGURE 3 050200 Page 12 of 13 Rev.10-30-2014 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 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:71609933-C386-42C6-B01 D-CF559F9010E9 PART • • DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 01 75 00 TESTING, TRAINING, AND FACILITY START-UP PART1 GENERAL 1.01 SUMMARY A. Section Includes: Requirements for equipment and system testing and facility start up, including the following: 1. Start-Up Plan. 2. Performance Testing. 3. General Start-Up and Testing Procedures. 4. Functional Testing. 5. Operational Testing. 6. Certificate of Proper Installation. 7. Services of manufacturer's representatives. 8. Training of OWNER's personnel. 9. Final testing requirements for the complete facility. 1.02 GENERAL TESTING, TRAINING,AND START-UP REQUIREMENTS A. Contract Requirements: Testing, training, and start-up are requisite to the satisfactory completion of the Contract. B. Complete testing, training, and start-up within the Contract Times. C. Allow realistic durations in the Progress Schedule for testing, training, and start-up activities. D. Furnish labor, power, chemicals, tools, equipment, instruments, and services required for and incidental to completing functional testing, performance testing, and operational testing. E. Provide competent, experienced technical representatives of equipment manufacturers for assembly, installation and testing guidance, and operator training. 1.03 START-UP PLAN A. Submit start-up plan for each piece of equipment and each system not less than 3 weeks prior to planned initial start-up of equipment or system. B. Provide detailed sub-network of Progress Schedule with the following activities identified: 1. Manufacturer's services. Testing,Training,and Facility Start-up 017500-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Installation certifications. 3. Operator training. 4. Submission of Operation and Maintenance Manual. 5. Functional testing. 6. Performance testing. 7. Operational testing. C. Provide testing plan with test logs for each item of equipment and each system when specified. Include testing of alarms, control circuits, capacities, speeds, flows, pressures, vibrations, sound levels, and other parameters. D. Provide summary of shutdown requirements for existing systems which are necessary to complete start-up of new equipment and systems. E. Revise and update start-up plan based upon review comments, actual progress, or to accommodate changes in the sequence of activities. 1.04 PERFORMANCE TESTING A. Test equipment for proper performance at point of manufacture or assembly when specified. B. When Source Quality Control Testing is Specified: 1. Demonstrate equipment meets specified performance requirements. 2. Provide certified copies of test results. 3. Do not ship equipment until certified copies have received written acceptance from ENGINEER. Written acceptance does not constitute final acceptance. 4. Perform testing as specified in the equipment specification sections. C. Include costs associated with witnessing performance tests in the bid price. Include costs for [2] OWNER's representative for travel, lodging, transportation to and from lodging, and 50 Dollars meal allowance per person per day. 1.05 GENERAL START-UP AND TESTING PROCEDURES A. Mechanical Systems: As specified in the individual equipment specification sections 1. Remove rust preventatives and oils applied to protect equipment during construction. 2. Flush lubrication systems and dispose of flushing oils. Recharge lubrication system with lubricant recommended by manufacturer. 3. Flush fuel system and provide fuel for testing and start-up. Testing,Training,and Facility Start-up 017500-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 4. Install and adjust packing, mechanical seals, O-rings, and other seals. Replace defective seals. 5. Remove temporary supports, bracing, or other foreign objects installed to prevent damage during shipment, storage, and erection. 6. Check rotating machinery for correct direction of rotation and for freedom of moving parts before connecting driver. 7. Perform cold alignment and hot alignment to manufacturer's tolerances. 8. Adjust V-belt tension and variable pitch sheaves. 9. Inspect hand and motorized valves for proper adjustment. Tighten packing glands to insure no leakage but permit valve stems to rotate without galling. Verify valve seats are positioned for proper flow direction. 10. Tighten leaking flanges or replace flange gasket. Inspect screwed joints for leakage. 11. Install gratings, safety chains, handrails, shaft guards, and sidewalks prior to operational testing. B. Electrical Systems: As specified in the individual equipment specification sections: 1. Perform insulation resistance tests on wiring except 120-volt lighting, wiring, and control wiring inside electrical panels. 2. Perform continuity tests on grounding systems. 3. Test and set switchgear and circuit breaker relays for proper operation. 4. Perform direct current high potential tests on all cables that will operate at more than 2,000 volts. Obtain services of independent testing lab to perform tests. 5. Check motors for actual full load amperage draw. Compare to nameplate value. C. Instrumentation Systems: As specified in the individual equipment specification sections: 1. Bench or field calibrate instruments and make required adjustments and control point settings. 2. Leak test pneumatic controls and instrument air piping. 3. Energize transmitting and control signal systems, verify proper operation, ranges and settings. 1.06 FUNCTIONAL TESTING A. Perform checkout and performance testing as specified in the individual equipment specification sections. Testing,Training,and Facility Start-up 017500-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Functionally test mechanical and electrical equipment, and instrumentation and controls systems for proper operation after general start-up and testing tasks have been completed. C. Demonstrate proper rotation, alignment, speed, flow, pressure, vibration, sound level, adjustments, and calibration. Perform initial checks in the presence of and with the assistance of the manufacturer's representative. D. Demonstrate proper operation of each instrument loop function including alarms, local and remote controls, instrumentation and other equipment functions. Generate signals with test equipment to simulate operating conditions in each control mode. E. Conduct continuous 8-hour test under full load conditions. Replace parts which operate improperly. 1.07 OPERATIONAL TESTING A. After completion of operator training, conduct operational test of the entire facility. Demonstrate satisfactory operation of equipment and systems in actual operation. B. Conduct operational test for continuous 7-day period. C. OWNER will provide operations personnel, power, fuel, and other consumables for duration of test. D. Immediately correct defects in material, workmanship, or equipment which became evident during operational test. E. Repeat operational test when malfunctions or deficiencies cause shutdown or partial operation of the facility or results in performance that is less than specified. 1.08 CERTIFICATE OF PROPER INSTALLATION A. At completion of Functional Testing, furnish written report prepared and signed by manufacturer's authorized representative, certifying equipment: 1. Has been properly installed, adjusted, aligned, and lubricated. 2. Is free of any stresses imposed by connecting piping or anchor bolts. 3. Is suitable for satisfactory full-time operation under full load conditions. 4. Operates within the allowable limits for vibration. 5. Controls, protective devices, instrumentation, and control panels furnished as part of the equipment package are properly installed, calibrated, and functioning. 6. Control logic for start-up, shutdown, sequencing, interlocks, and emergency shutdown have been tested and are properly functioning. B. Furnish written report prepared and signed by the electrical and/or instrumentation subcontractor certifying: Testing,Training,and Facility Start-up 017500-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. Motor control logic that resides in motor control centers, control panels, and circuit boards furnished by the electrical and/or instrumentation subcontractor has been calibrated and tested and is properly operating. 2. Control logic for equipment start-up, shutdown, sequencing, interlocks and emergency shutdown has been tested and is properly operating. 3. Co-sign the reports along with the manufacturer's representative and subcontractors. 1.09 TRAINING OF OWNER'S PERSONNEL A. Provide operations and maintenance training for items of mechanical, electrical and instrumentation equipment. Utilize manufacturer's representatives to conduct training sessions. B. Coordinate training sessions to prevent overlapping sessions. Arrange sessions so that individual operators and maintenance technicians do not attend more than 2 sessions per week. C. Provide Operation and Maintenance Manual for specific pieces of equipment or systems 1 month prior to training session for that piece of equipment or system. D. Satisfactorily complete functional testing before beginning operator training. E. Coordinate with the Owner to schedule training sessions for each work shift. Pooling of shifts will not be permitted unless accepted by OWNER. F. The CONTRACTOR shall videotape all training sessions and provide a copy for the OWNER. G. The CONTRACTOR shall designate and provide one or more persons to be responsible for coordinating and expediting his/her training duties. The person or persons so designated shall be present at all training coordination meetings with the OWNER. H. The CONTRACTOR's coordinator shall coordinate the training periods with OWNER personnel and manufacturer's representatives and shall submit a training schedule for each piece of equipment or system for which training is to be provided. Such training schedule shall be submitted not less than 21 calendar days prior to the time that the associated training is to be provided and shall be based on the current plan of operation. 1.10 RECORD KEEPING A. Maintain and submit following records generated during start-up and testing phase of Project: 1. Daily logs of equipment testing identifying all tests conducted and outcome. 2. Logs of time spent by manufacturer's representatives performing services on the job site. 3. Equipment lubrication records. 4. Electrical phase, voltage, and amperage measurements. Testing,Training,and Facility Start-up 017500-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. Insulation resistance measurements. 6. Data sheets of control loop testing including testing and calibration of instrumentation devices and setpoints. PART PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Testing,Training,and Facility Start-up 017500-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 03 11 00 CONCRETE FORMWORK PART1 GENERAL 1.01 SCOPE This specification shall govern for all work necessary for designing, providing and installing concrete forms for any concrete structure required to complete the project. With the exception of slabs and flatwork, concrete formwork systems shall be designed for a minimum rate of concrete placement in the forms of ten (10) vertical feet per hour. 1.02 SPECIFICATION TYPE This specification is a performance specification. PART 2 MATERIAL 2.01 WOOD FORMS Form lumber shall be seasoned, of good quality, free from loose or unsound knots, knot holes, twists, shakes, decay or other imperfections which would affect its strength or impair the finished surface of the concrete. Lumber used for facing or sheathing shall be surfaced on at least one side and two edges. All exposed concrete edges shall be chamfered. Molding used for chamfer strips shall be of redwood, cypress or pine of quality that will not split when nailed and which can be maintained to true lines. Chamfer strips to predetermined elevations just prior to placing final lift. 2.02 STEEL FORMS Metal forms shall provide a smooth straight surface and shall line up properly. Rivets and bolt heads in contact with concrete will be countersunk, level with surrounding surface. Metal surfaces in contact with concrete will be free from rust, paint or other foreign material that will disfigure or discolor concrete. Mount chamfer strip by Engineer approved methods and maintain as to grade and alignment. 2.03 FORM LINING Surfaces to be given a rubbed finish are to have form surfaces or form lining surfaces free of irregularities. Lining is to be of plywood made with waterproof adhesive, of 1/4 inch minimum thickness, preferably oiled at the mill and then re-oiled or lacquered on the job before using. An alternate to the plywood lining is tempered Masonite concrete form presswood having a minimum 3/16 inch thickness. Keep presswood moist at least 12 hours before applying to sheathing. Use smooth hard face as concrete contact surface. Facing may be constructed of 3/4 inch plywood made with waterproof adhesive, backed by adequate studs and wales; and, in this case, form lining will not be required. Carefully align edges and faces of adjacent panels. 2.04 FORM TIES Form ties shall be threaded rod or coil tie type designed and of such length to provide a cone shaped formed "setback" of 3/4" on each wall face. After removal of forms, the cone shaped void shall be Concrete Formwork 031100-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 grouted. All form ties shall incorporate a waterstop manufactured as an integral feature of the tie. Form ties shall be part of the form system design and shall be adequate for all aspects of said system including a minimum rate of concrete placement in the forms of ten (10) vertical feet per hour. The use of wire ties, "snap ties" or similar products will not be permitted, except that Engineer will consider Contractor proposals to utilize such products on a case by case basis. Temporary form spreaders will be removed as concrete is placed. Engineer will consider details of permanent form spreaders that Contractor may propose to use. A. Void Forms: Moisture resistant treated paper faces, biodegradable, structurally sufficient to support weight of wet concrete mix until initial set, 6 inches thick and void form cover sheets. PART 3 CONSTRUCTION METHODS 3.01 FALSEWORK Falsework shall be of rigid construction to prevent excessive settlement or deformation under imposed loading and to insure the safety of the workmen and the structure. Only sound timber shall be used for falsework. Falsework shall be designed using 150 pounds per square foot of horizontal surface of form. 3.02 FORMS Forms are to be constructed and placed in such a manner as to insure mortar tightness, rigidity to prevent excessive settlement or deformation under imposed loading and to insure the safety of the workmen and the structure. Forms shall be constructed in such a manner as to allow cleanout before placing of concrete; adequate access by tremies and vibrators; and removal without damage to concrete. Adequate cleanout openings shall be provided as directed by the Engineer. If excessive settlement or deformation occur, remove the concrete and steel, reset forms, replace the steel and pour fresh concrete. 3.03 DESIGN OF FORMS Forms shall be designed for a fluid pressure of 150 pounds per cubic foot and a live load of 50 pounds per square foot on horizontal surfaces with maximum unit stress of 125% of allowable stresses. 3.04 OILING FORMS All surfaces of forms that will be in contact with concrete will be treated with an approved form oil before concrete is placed. The Contractor shall apply form oil in such a manner so as to insure that no excess oil accumulates on the reinforcing or previously placed concrete. Immediately prior to placing concrete, the Contractor shall wet forms which will come in contact with concrete. 3.05 REMOVAL OF FORMS FROM SURFACES TO BE RUBBED Removal of forms from surfaces to be rubbed: Forms shall be removed when concrete has attained adequate strength to prevent damage and only as rapidly as rubbing operation progresses. Forms left in place longer than 24 hours will be rewet to keep moist. 3.06 REMOVAL OF FORMS AND FALSEWORK Forms and falsework shall be removed after concrete has aged the following number of curing days. A. Slabs, Beams, or Girders- 7 curing days. B. Walls, Columns and Piers -2 curing days. Concrete Formwork 031100-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.07 SETTING FORMS ON FALSEWORK ON SUBSTRUCTURES Forms or falsework shall not be erected on a concrete structure until the concrete in the substructure has cured at least four curing days. 3.08 SETTING FORMS ON FALSEWORK ON FOOTINGS Forms or falsework shall not be erected on a concrete footing until the concrete in the footing has cured at least 3 curing days. 3.09 CURING DAY A curing day is any calendar day on which the temperature near the structure is above 50°F for at least 19 hours. END OF SECTION Concrete Formwork 031100-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Concrete Formwork 031100-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 04 01 00 BLAST DEBRIS PART SCOPE This Section 04 01 00 of the TECHNICAL SPECIFICATIONS provides for the following: A. Handling of interior blast debris. B. Disposal of non-hazardous exterior blast debris. C. On-site treatment and disposal of hazardous waste blast debris. D. CONTRACTOR qualifications. PART 2 INTERIOR BLAST DEBRIS (SUBSIDIARY TO THE CONTRACT) A. The blast debris generated during the blasting of the inside steel shall be removed from the tank, stockpiled and kept contained at all times. Precautions must be taken to prevent the debris from being wind blown off the site, or washed onto adjacent property or drainage systems by rainfall. B. The CONTRACTOR will transport the blast debris to a duly licensed Subtitle"D"class waste disposal facility using duly licensed transporters. All costs associated with disposal shall be paid for by the CONTRACTOR. C. Copies of all Non-Hazardous Waste Transport Manifests shall be furnished to the ENGINEER and OWNER. PART 3 DISPOSAL OF NON-HAZARDOUS BLAST DEBRIS -(SUBSIDIARY TO THE CONTRACT) A. The blast debris shall be placed in covered, steel containers furnished by the CONTRACTOR and maintained in a secure state at the site. CONTRACTOR shall handle and store all blast debris in accordance with all Federal and State environmental regulations. B. The CONTRACTOR shall engage a fully qualified and experienced DISPOSAL SUB- CONTRACTOR to provide all necessary labor, superintendence, machinery, equipment, tools and materials to perform the transportation and disposal of the blast debris. C. The CONTRACTOR will transport the blast debris to a duly licensed waste disposal facility using duly licensed transporters. D. The CONTRACTOR will handle, treat, load, stow, transport, store and dispose of the blast debris in a safe and workmanlike manner and in full compliance with all valid and applicable statutes, ordinances, orders, rules and regulations of the Federal, State and local governments in whose jurisdictions such activities are performed under this CONTRACT. E. All vehicles or vessels, containers and personnel to be provided by CONTRACTOR in the performance of the treatment and disposal work shall have obtained orwill obtain all permits, licenses, certificates or approvals required to comply with valid and applicable statutes, ordinances, orders, rules and regulations of the Federal, State and local governments. F. The disposal facility(to be selected by the CONTRACTOR)shall have issued,as of the date of execution of this CONTRACT, all permits, licenses, certificates or approvals, required by valid and applicable statutes, ordinances,orders, rules and regulations of the Federal,State and local governments in which such facility is located necessary to allow such facility to accept and store or incinerate the blast debris. Blast Debris 040100-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 G. Copies of all Class I Non-Hazardous Waste Transport Manifests shall be furnished to the ENGINEER and OWNER. H. Containment of exterior blast debris must be maintained throughout the exterior blast process. PART 4 DOCUMENTATION A. After the removal and disposal of all waste,the CONTRACTOR shall submit to the OWNER and ENGINEER the following documentation: 1. Class II/III Non-Hazardous Waste Transport Manifests PART 5 SPECIAL PRECAUTIONS A. The CONTRACTOR must investigate and be aware of all site conditions,obstructions,water treatment systems, existing drainage systems, the surrounding areas, etc. B. During the storage and removal operations,it will be the CONTRACTOR'S sole responsibility to take all precautions necessary to prevent any material from escaping the site boundaries or coming in direct contact with the filters, basins, or ground at or around the site. C. Should a ground or ground water contamination occur,the CONTRACTOR is to immediately stop work and notify the OWNER and the ENGINEER. D. The CONTRACTOR will be responsible for any and all damages to public or private property. E. The CONTRACTOR shall provide temporary barricading around the storage/handling/treatment area and shall post appropriate warning signs at these areas. All blast debris and waste material must be stored in the designated Material Storage Area as shown on the plans. F. All ground covering materials shall be considered contaminated and handled and disposed of accordingly. PART 6 MEASUREMENT AND PAYMENT A. No separate measurement will be performed for blasting, whether hazardous or not. No separate payment will be made for blasting or disposal of non-hazardous blast debris. END OF SECTION Blast Debris 040100-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 06 11 00 FRAMING AND SHEATHING PART1 GENERAL 1.01 SECTION INCLUDES A. Wall framing. B. Wall and soffit sheathing. C. Roof/ceiling framing and sheathing. 1.02 REFERENCES A. ALSC (American Lumber Standards Committee)- Softwood Lumber Standards. B. APA(American Plywood Association). C. NFPA (National Forest Products Association). D. SPIB (Southern Pine Inspection Bureau). E. WCLIB (West Coast Lumber Inspection Bureau). 1.03 QUALITY ASSURANCE A. Perform Work in accordance with the following agencies: 1. Lumber Grading Agency: Certified by SPIB. 2. Plywood Grading Agency: Certified by APA. PART 2 PRODUCTS 2.01 LUMBER MATERIALS A. Lumber Grading Rules: SPIB. B. Non-structural Light Framing: No. 2 Yellow Pine. C. Studding & Roof/Ceiling Joists: No. 2 Yellow Pine with Fb of not less than 1300 and E of 1,400,000. D. Miscellaneous Framing: No. 2 Yellow Pine. 2.02 SHEATHING MATERIALS A. APA Panel Roof (top of ceiling frame) Sheathing, Exterior Grade, with panel clips, 5/8" thick. Framing and Sheathing 061100-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Wall and ceiling soffit siding: Smart Side Panels by Louisiana Pacific; 7/16" thick, 4' x 8' panel. 2.03 CONSTRUCTION CONNECTORS A. Galvanized connectors to anchor framing components shall be shown and detailed on drawings. Simpson or Teco. 2.04 ACCESSORIES A. Fasteners and Anchors: 1. Fasteners: Hot dipped or Electro galvanized steel for high humidity and treated wood locations. PART 3 EXECUTION 3.01 FRAMING A. Set structural members level and plumb, in correct position. B. Make provisions for erection loads, and for sufficient temporary bracing to maintain structure safe, plumb, and in true alignment until completion of erection and installation of permanent bracing. C. Place horizontal members, crown side up. D. Construct load bearing framing members full length without splices. E. Stud walls shall have 2x6 studs (as shown) at 16"o.c. F. Roof/ceiling joists, 2x6's @ 16" o.c. as shown G. Install one row solid 2x6 bridging. H. Base and fascia trim 1x4 continuous. Nail with 1 —8d finish nail @ 12" o.c. staggered. I. Wood touching concrete shall be treated and have 30 Ib. felt underlayment. 3.02 SIDING A. Smart Side Panel ceiling soffit and walls: Nail panels with 2" lo. 6d stainless steel nails at 6" o.c. along edges and 12" o.c. at intermediate supports. Leave 1/8" minimum spacing at all panel edges and ends. Follow manufacturer's specific nailing instructions. 3.03 ROOF DECK(Top of Ceiling Joists) A. Install 5/8" plywood deck over 2x6 joists. Nail edges at 6" o.c. and 12" o.c. at intermediate supports using 8d galvanized nails. Space panels 1/4" apart at edges and 1/8" at ends. Use one panel clip/span. Lay panels perpendicular to joists and stagger panels. Framing and Sheathing 061100-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.04 ROOF/CEILING JOISTS A. 2x6 joists spaced as noted. Anchor each moist to top plate with 16d galvanized toe nailing; 3 nails per connection to wall plate or cleat. Simpson galvanized anchors may be used in lieu of toe nailing. END OF SECTION Framing and Sheathing 061100-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Framing and Sheathing 061100-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 07 21 00 BATT INSULATION PART1 GENERAL 1.01 SECTION INCLUDES A. Batt insulation in interior wall and ceiling construction. 1.02 REFERENCES A. ASTM C665 - Mineral Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing. B. ASTM E84-Test Method for Surface Burning Characteristics of Building Materials. C. NFPA 255-Test of Surface Burning Characteristics of Building Materials. D. UL 723-Test for Surface Burning Characteristics of Building Materials. 1.03 SUBMITTALS A. Product data: Provide data on product characteristics, performance criteria and limitations. B. Manufacturers Certificate: Certify that products meet or exceed specified requirements. PART2 PRODUCTS 2.01 MANUFACTURERS -INSULATION MATERIALS A. Owens Corning B. Celotex C. CertainTeed 2.02 MATERIALS A. Batt or Roll Insulation: ASTM C665; preformed glass fiber batt or roll; conforming to the following: 1. Thermal Resistance: As indicated on drawings. Where indicated, furnish R-13 batt insulation in ceilings and wall construction. 2. Batt Roll Size: 16 x 94 inch, 24 x 94 inch. B. Tape: Polyester self-adhering type, 2 inch wide. Batt Insulation 07 2100—1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate, adjacent materials, and insulation are dry and ready to receive insulation. 3.02 INSTALLATION A. Install insulation in accordance with insulation manufacturer's instructions. B. Install in interior wall spaces without gaps or voids. Do not compress insulation. C. Trim insulation neatly to fit spaces. Insulate miscellaneous gaps and voids. END OF SECTION Batt Insulation 072100-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 07 90 00 JOINT SEALERS PART1 GENERAL 1.01 SECTION INCLUDES A. Preparing substrate surfaces. B. Sealant and joint backing. 1.02 REFERENCES A. ASTM C919- Use of Sealants in Acoustical Applications. B. ASTM C920- Elastomeric Joint Sealants. 1.03 SUBMITTALS A. Submit under Special Provisions requirements. B. Product Data: Provide data indicating sealant chemical characteristics, performance criteria, substrate preparation, limitations, color availability. C. Samples: Submit two samples, in size illustrating sealant colors for selection. D. Manufacturer's Installation Instructions: Indicate special procedures, surface preparation, perimeter conditions requiring special attention. 1.04 QUALITY ASSURANCE A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform acoustical sealant application work in accordance with ASTM C919. C. Maintain one copy of each document on site. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum 5 years documented experience. B. Applicator: Company specializing in performing the work of this section with minimum 3 years documented experience approved by manufacturer. 1.06 ENVIRONMENTAL REQUIREMENTS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation Joint Sealers 079000-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.07 COORDINATION A. Coordinate work under Special Provisions requirements. B. Coordinate the work with all sections referencing this section. 1.08 WARRANTY A. Provide five year warranty under Special Provisions requirements. B. Warranty: Include coverage for installed sealants and accessories which fail to achieve water tight seal, exhibit loss of adhesion or cohesion, or do not cure. PART 2 PRODUCTS 2.01 SEALANTS A. Silicone Sealant: Single component, low modulus, moisture curing, non-sagging, non- staining, non-bleeding; color as selected; Spectrum 1 manufactured by Tremco. 1. Elongation Capability 100 percent 2. Service Temperature Range -65 to 300 degrees 3. T-S-00230C (COMB-NBS) Type III, Class A. TT-S-001543A (COM-NBS) Class A. ASTM 920-86, Type S, Grade NS, Class 25. B. Acoustical Sealant: Tremco Acoustical Sealant C. Exterior flatwork joint cap sealant: (where Green Streak G610 and G628 are not used): Pourable type sealant (conforming to requirements of AASHTO M173 or ASTM D1190). 2.02 ACCESSORIES A. Primer: Non-staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: ASTM D1565; round, cell polyethylene foam rod; oversized 30 to 50 percent larger than joint width. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces and joint openings are ready to receive work. B. Verify at joint backing and release tapes are compatible with sealant. Joint Sealers 079000-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.02 PREPARATION A. Remove loose materials and foreign matter which might impair adhesion of sealant. B. Clean and prime joints in accordance with manufacturer's instruction. C. Perform preparation in accordance with manufacturer's instructions. D. Protect elements surrounding the work of this section from damage or disfiguration. 3.03 INSTALLATION A. Install sealant in accordance with manufacturer's instructions. B. Measure joint dimensions and size materials to achieve required 2:1 width/depth ratios. C. Install joint backing to achieve a neck dimension no greater than 1/3 of the joint width. D. Install bond breaker where joint backing is not used. E. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. G. Tool joints concave. 3.04 CLEANING A. Clean work under Special Provisions requirements. B. Clean adjacent soiled surfaces. 3.05 PROTECTION OF FINISHED WORK A. Protect sealants until cured. END OF SECTION Joint Sealers 079000-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Joint Sealers 079000-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 08 11 12 STANDARD STEEL FRAMES PART1 GENERAL 1.01 SECTION INCLUDES A. Non-rated steel frames for doors. 1.02 RELATED SECTIONS A. Section 08 11 13 - Standard Steel Doors. B. Section 08 71 00 - Door Hardware. C. Section 09 91 01 - Painting: Field painting of frames. 1.03 REFERENCES A. ANSI A117.1 — Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. B. ANSI/SDI-100- Standard Steel Doors and Frames. C. ASTM A653 - Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. E. DHI - Door Hardware Institute: The Installation of Commercial Steel Doors and Steel Frames, Insulated Steel Doors in Wood Frames and Builder's Hardware. F. NFPA 80—Fire Doors and Windows. G. NFPA 252—Fire Tests for Door Assemblies. H. UL 10B— Fire Tests of Door Assemblies. I. Texas Department of Insurance "Building Code for Windstorm Resistant Construction". 1.04 SUBMITTALS A. Submit under Special Provisions requirements. B. Shop Drawings: Indicate frame elevations, reinforcement, and finish. C. Product Data: Indicate frame configuration, anchor types and spacings, location of cut-outs for hardware, reinforcement. D. Manufacturer's shall provide certification signed and sealed by a structural engineer licensed in Texas that the exterior metal door and frame assemblies (including removable mullions and hardware) meet or exceed the positive and negative wind pressures as required by the "Building Code for Windstorm Resistant Construction" Standard Steel Frames 081112-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Inland II Condition by the Texas Department of Insurance (TDI). Product shall be listed with TDI approved list. 1.05 QUALITY ASSURANCE A. Conform to requirements of ANSI/SDI-100 and ANSI A117.1. B. Maintain one copy of each document on site. 1.06 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.07 DELIVERY, STORAGE,AND HANDLING A. Deliver, store, protect, and handle products to site under Special Provisions requirements. B. Accept frames on site in manufacturer's packaging. Inspect for damage. 1.08 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. 1.09 COORDINATION A. Coordinate the work with frame opening construction, door and hardware installation. PART PRODUCTS 2.01 FRAMES A. Exterior Frames: 14 gage thick material, base metal thickness, galvanized. 2.02 ACCESSORIES A. Bituminous Coating: Fibered asphalt emulsion. B. Primer: Zinc chromate type. 2.03 FABRICATION A. Fabricate frames as welded unit. B. Fabricate frames with hardware reinforcement plates welded in place. Provide mortar guard boxes. C. Reinforce frames wider than 48 inches with roll formed steel channels fitted tightly into frame head, flush with top. D. Fabricate frames to suit masonry wall coursing with 4 inch head member. Standard Steel Frames 081112-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2.04 FINISH A. Steel Sheet: Galvanized to ASTM A525 2.0 oz./sq. ft. for exterior units. B. Primer: Baked. C. Finish: Field painted in color to be selected. D. Coat inside of frame profile with bituminous coating to a thickness of 1/16 inch. PART 3 EXECUTION 3.01 EXAMINATION A. Verify substrate conditions. B Verify that opening sizes and tolerances are acceptable. 3.02 INSTALLATION A. Install frames in accordance with ANSI/SDI-100 and DHI. B. Coordinate with masonry wall construction for anchor placement. C. Coordinate installation of frames with installation of hardware specified in Section 08 71 00 and doors in Section 08 11 13. 3.03 ERECTION TOLERANCES A. Maximum Diagonal Distortion: 1/16 inch measured with straight edges, crossed corner to corner. END OF SECTION Standard Steel Frames 081112-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Standard Steel Frames 081112-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 08 11 13 STANDARD STEEL DOORS PART1 GENERAL 1.01 SECTION INCLUDES A. Non-rated steel doors. 1.02 RELATED SECTIONS A. Section 08 11 12 - Standard Steel Frames. B. Section 08 71 00 - Door Hardware. C. Section 09 91 01 - Painting: Field painting of doors. 1.03 REFERENCES A. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. B. ANSI/SDI-100 - Standard Steel Doors and Frames. C. ASTM A653 - Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. D. Door Hardware Institute (DHI) - The Installation of Commercial Steel Doors and Steel Frames, Insulated Steel Doors in Wood Frames and Builder's Hardware. E. Texas Department of Insurance "Building Code for Windstorm Resistant Construction". 1.04 SUBMITTALS A. Submit under Special Provisions requirements. B. Shop Drawings: Indicate door elevations, internal reinforcement, closure method, and cut-outs for glazing, and finish. C. Product Data: Indicate door configurations, location of cut-outs for hardware reinforcement. D. Manufacturer's Installation Instructions: Indicate special installation instructions. E. Manufacturer's shall provide certification signed and sealed by a structural engineer licensed in Texas that the exterior metal door and frame assemblies (including removable mullions and hardware) meet or exceed the positive and negative wind pressures as required by the "Building Code for Windstorm Resistant Construction" Inland II Condition of the Texas Department of Insurance (TDI). Product shall be listed with TDI. Standard Steel Doors 081113-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.05 QUALITY ASSURANCE A. Conform to requirements of ANSI/SDI-100 and ANSI A117.1. B. Maintain one copy of each document on site. 1.06 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.07 DELIVERY, STORAGE,AND HANDLING A. Deliver, store, protect, and handle products to site under provisions of Section 01 31 00. B. Accept doors on site in manufacturer's packaging. Inspect for damage. C. Break seal on-site to permit ventilation. 1.08 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. 1.09 COORDINATION A. Coordinate work under Special Provisions requirements. B. Coordinate the work with door opening construction, door frame and door hardware installation. PART PRODUCTS 2.01 DOORS A. Exterior Insulated Doors (Non-thermally Broken): SDI-100 Grade I Model 1. 2.02 DOOR CONSTRUCTION A. Face: Galvanized steel sheet in accordance with ANSI/SDI-100; 16 gauge for exterior doors. B. Core: Cardboard honeycomb. 2.03 FABRICATION A. Fabricate doors with hardware reinforcement welded in place. B. Close top and bottom edge of exterior doors with inverted steel channel flush end closure. Seal joints watertight. C. Configure exterior doors with special profile to receive recessed weatherstripping. Standard Steel Doors 081113-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2.04 FINISH A. Steel Sheet: Galvanized to 2.0 oz./sq. ft. for exterior doors. B. Primer: Baked. C. Finish: Field painted in colors to be selected. PART 3 EXECUTION 3.01 EXAMINATION A. Verify substrate conditions. B. Verify that opening sizes and tolerances are acceptable. 3.02 INSTALLATION A. Install doors in accordance with ANSI/SDI-100 and DHI. B. Coordinate installation of doors with installation of frames specified in Section 08 11 12 and hardware specified in Section 08 71 00. 3.03 ERECTION TOLERANCES A. Maximum Diagonal Distortion: 1/16 inch measured with straightedge, corner to corner. 3.04 ADJUSTING A. Adjust work under Special Provisions requirements. B. Adjust door for smooth and balanced door movement. END OF SECTION Standard Steel Doors 081113-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Standard Steel Doors 081113-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 08 33 23 OVERHEAD COILING DOORS PART1 GENERAL 1.01 SECTION INCLUDES A. Overhead coiling doors and operating hardware. 1.02 RELATED SECTIONS B. Section 08 71 00 - Door Hardware: Cylinder core and keys. 1.03 REFERENCES A. ASTM A123 Zinc (Hot Dip Galvanized) Coatings on Iron &Steel Products. B. ASTM A780 Repair of Damaged Hot-Dip Galvanized Coating. C. ASTM A653 Steel Sheet, Zinc Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot Dip Process. 1.04 SYSTEM DESCRIPTION A. Manual operated unit. 1.05 DESIGN REQUIREMENTS A. Door assembly to withstand wind/suction load without undue deflection or damage to door or assembly components as required by TDI windstorm requirements for Seaward Condition. 1.06 SUBMITTALS A. Submit under Special Provisions requirements. B. Shop Drawings: Indicate pertinent dimensioning, anchorage methods, hardware locations, and installation details. C. Product Data: Provide general construction, component connections and details. D. Manufacturer's installation instructions: indicate installation sequence and procedures, adjustment and alignment procedures. 1.07 MAINTENANCE DATA A. Submit under Special Provisions requirements. B. Maintenance Data: Indicate lubrication requirements and frequency, periodic adjustments required, and other requirements. Overhead Coiling Doors 083323-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. Warranty 1.08 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. PART PRODUCTS 2.01 MATERIALS A. Rolling Service Doors. Shall be spring counterbalanced, rolling type, and shall be designed for use on exterior openings as indicated. Doors shall be designed to allow operation by hand chain with gear or sprocket reduction. Doors shall be complete with guides, hardware, fastenings, operating mechanisms, and accessories. Doors shall be surface-mounted type with guides at jambs set back a sufficient distance to provide a clear opening when door is in open position. Doors, hardware and anchors shall be designed to withstand a wind pressure as described in Item 1.5.A. Exterior doors shall be mounted as indicated. B. Fabrication. 1. Curtains. Shall be formed of interlocking galvanized steel pre-finished slats of shapes standard with the manufacturer, except that slats for exterior doors shall be flat type. Curtain shall roll up on a barrel supported at head of opening of brackets and be balanced by a torsional spring system in the barrel. Slats for doors less than 15 feet wide shall be not lighter than 22 gauge. Slats shall be of the gauge required for the width indicated and the wind pressure specified above. 2. Endlocks and Windlocks. The ends of each slat or each alternate slat shall have malleable iron or galvanized steel endlocks of manufacturer's stock design. In addition to endlocks, exterior doors which are more than 16 feet wide or which have a designed wind load of more than 20 pounds per square foot, shall have windlocks or integral slat lugs of manufacturer's standard design at ends of at least every sixth slat. Windlocks or lugs shall prevent curtain from leaving guide because of deflection from wind pressure or other forces. 3. Bottom Bar. The curtain shall have a steel bottom bar consisting of two angles of equal weight, one on each side, or an equivalent extruded aluminum section, fastened to bottom of curtain. Do not use aluminum on doors more than 16 feet wide. In addition, exterior doors shall have a compressible and replaceable rubber, neoprene, or vinyl weather seal attached to bottom bar. 4. Guides. Steel structural shapes or formed steel shapes fastened to wall with steel shapes not less than 3/16 inch thick. Guides shall be of sufficient depth or shall incorporate a steel locking bar to retain the curtain in place under the wind pressure specified. Provide continuous vinyl or neoprene weather seals on guides at exterior doors. Securely attach guides to adjoining construction with not less than 3/8 inch diameter bolts, spaced near each and not over 30 inches apart. 5. Barrel. Galvanized steel pipe or commercial welded steel tubing of proper diameter and thickness for size of curtain. Deflection shall not exceed 0.03 inch per foot of span. Close ends of barrel with cast-iron plugs, machined to fit the pipe and either pinned or attached with screws in the spring barrel, except that drive end plug may be steel welded in place. Welding shall not be used on the tension end. Install within the barrel an oil-tempered, stress relieved, helical counter-balancing steel spring capable of producing sufficient torque to assure easy operation of the door curtain from any position. At least 80 percent of the Overhead Coiling Doors 083323-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 door weight shall be counterbalanced at any position. Spring-tension shall be adjustable without removing the hood. 6. Brackets (Hot Dip Galvanized). Fabricate of steel plate or heavy cast iron to support the barrel, curtain and operator and to form a supporting ring and end closure for the hood. Provide pre-lubricated, self-aligning ball bearings, shielded or sealed. 7. Hoods. Steel, not lighter than 24 gauge galvanized steel formed to fit contour of end brackets and reinforced with steel rods, or rolled beads at top and bottom edges. Provide a weather baffle at the lintel or inside the hood of each exterior door. 2.02 FINISHES Slats, steel bottom bars, and hoods shall be hot-dip galvanized and pre-finished in color to be selected from manufacturer's standard colors. Shop prime other parts of coiling doors. A. Primed Finish. Clean surfaces thoroughly, treat to assure maximum paint adherence, and provide a factory dip or spray coat of rust-inhibitive metallic oxide or synthetic resin primer on exposed surfaces. B. Galvanized and pre-finished finish. Surfaces specified shall have a zinc coating, a phosphate treatment, and a shop prime coat of rust-inhibitive paint. The galvanized coating shall conform to ASTM A653, coating designation G90, for steel sheets, except the hoods located on interior of the building may be G60, and ASTM A123 for iron and steel products. The weight of coatings for products shall be as designated in Table I of ASTM A123 for the thickness of base metal to be coated. The prime coat shall be a type especially developed for materials treated by phosphates and adapted to application by dipping or spraying. Repair damaged zinc-coated surfaces by the materials and methods conforming to ASTM A780 and spot prime. A two-part system including bonderizing, baked-on epoxy primer, and baked-on enamel top coat shall be applied to slats before forming. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that opening sizes, tolerances and conditions are acceptable. 3.02 INSTALLATION A. Install door unit assembly in accordance with manufacturer's instructions. B. Use anchorage devices to securely fasten assembly to wall construction and building framing without distortion or stress. C. Securely brace components suspended from structure. Secure guides to structural members only. D. Fit and align assembly including hardware; level and plumb, to provide smooth operation. E. Coordinate installation of sealants and backing materials at frame perimeter as Overhead Coiling Doors 083323-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 specified in Section 07 90 00. F. Install perimeter trim and closures. 3.03 ERECTION TOLERANCES A. Maintain dimensional tolerances and alignment with adjacent work. B. Maximum Variation From Plumb: 1/16 inch. C. Maximum Variation From Level: 1/16 inch. D. Longitudinal or Diagonal Warp: Plus or minus 1/8 inch per 10 ft straight edge. 3.04 ADJUSTING A. Adjust work under Special Provisions requirements. B. Adjust door, hardware and operating assemblies. 3.05 CLEANING A. Clean work under Special Provisions requirements. B. Clean door and components. C. Remove labels and visible markings. 3.06 SCHEDULES -SEE DRAWINGS END OF SECTION Overhead Coiling Doors 083323-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 08 71 00 DOOR HARDWARE PART1 GENERAL 1.01 SECTION INCLUDES A. Hardware for hollow steel doors. B. Thresholds. C. Weather stripping, seals and door gaskets. 1.02 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Section 08 11 12 - Standard Steel Frames: Furnish templates and cylinders for frame preparation. B. Section 08 11 13-Standard Steel Doors: Furnish templates for door preparation. 1.03 RELATED SECTIONS A. Section 08 11 13- Standard Steel Doors. B. Section 08 11 12- Standard Steel Frames. 1.04 REFERENCES A. ADA-Americans with Disabilities Act. B. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. 1.05 SUBMITTALS A. Submit under Special Provisions requirements. B. Shop Drawings: Indicate locations and mounting heights of each type of hardware. C. Submit manufacturer's parts lists and templates. D. Manufacturer's Installation Instructions: Indicate special procedures, perimeter conditions requiring special attention. E. Approval of the hardware list by the engineer shall not relieve the Contractor from the responsibility for furnishing all required finish hardware. All doors not designated to receive any hardware shall be furnished with hardware to match similar doors at no additional cost to Owner. Door Hardware 087100-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.06 PROJECT RECORD DOCUMENTS A. Submit under Special Provisions requirements. B. Record actual locations of installed cylinders and their master key code. 1.07 OPERATION AND MAINTENANCE DATA A. Submit under Special Provisions requirements. B. Maintenance Data: Include data on operating hardware, lubrication requirements, and inspection procedures related to preventative maintenance. 1.08 QUALITY ASSURANCE A. Perform work in accordance with the following requirements: 1. ANSI A117.1 — Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. 2. ADA—Americans with Disabilities Act. 3. ANSI A117.1 1.09 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. B. Hardware Supplier: Company specializing in supplying commercial institutional door hardware with 3 years documented experience approved by manufacturer. C. Hardware Supplier Personnel: Employ a qualified person to assist in the work of this section. 1.10 REGULATORY REQUIREMENTS A. Disabled Accessibility Requirements: 1. In accordance with the Americans with Disabilities Act, the following standards shall be included when bidding doors and door openings, controls and operating mechanisms, and signage. (Standards as set forth by the State Purchasing and General Services Commission and by The Americans with Disabilities Act.) Any items not conforming to these or any other standards, codes or ordinances shall be brought to the attention of the project architect for his/her interpretation. 2. State Purchasing and General Services Commission a. Doors and Openings. Raised thresholds and floor level changes at Doorways: Changes in level at doors shall not exceed one-half inch (1/2") in height and shall be beveled with a slope no greater than 1:2. Door Hardware 087100-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 b. Door Hardware: Handles, knobs, pulls, latches, locks and other operating devices on doors shall be mounted no higher than 48 inches above the floor or ground surface and shall have a shape that is easy to grasp with one hand and does not require tight grasping, tight pinching, or severe twisting to operate. The force required to activate door hardware shall be no greater than five (5) Ibf. Preferred designs include, but are not limited to: lever- operated mechanisms, push-type mechanisms, and U-shaped handles. When sliding doors are fully open, operating hardware shall be exposed and usable from both sides. Doors to hazardous areas such as loading platforms, boiler rooms, mechanical and electrical rooms, and other areas that might be dangerous to a blind person, shall be made identifiable to the touch by a textured surface on the door handle, knob, pull or other operating hardware. This textured surface may be made by knurling or roughening or by a material applied to the contact surface. Such textured surfaces shall not be provided for emergency exit doors or any doors other than those hazardous areas. C. Door Closers: If a door has a closer, then the sweep period of the closer shall be adjusted so that from an open position of 90 degrees, the door will take at least three seconds to move to an open position of approximately 12 degrees. d. Door Opening Force: The maximum force for pushing or pulling open a door shall comply with this paragraph. For hinged doors, the force shall be applied perpendicular to the door at the door opener or 30 inches from the hinged side, whichever is farther from the hinge. For sliding or folding doors, the force shall be applied parallel to the door at the door pull or latch. 1) Exterior doors shall not exceed 8.5 Ibf. Slight increases in opening force shall be allowed where 8.5 Ibf. is insufficient to compensate for air-pressure differentials. 2) Sliding doors, folding doors, and interior hinged doors shall not require a force exceeding 5 Ibf. 3) Fire doors may be adjusted to meet the maximum opening force allowed by the governing authority or applicable building code. 1.11 DELIVERY,STORAGE,AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 00 72 00. B. Package hardware items individually; label and identify each package with door opening code to match hardware schedule. C. Deliver keys to Owner by security shipment direct from hardware supplier. 1.12 COORDINATION A. Coordinate the work with other directly affected sections involving manufacture or Door Hardware 087100-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 fabrication of internal reinforcement for door hardware. 1.13 WARRANTY A. Provide five year warranty under Special Provisions requirements. B. Warranty: Include coverage for door closers. 1.14 MAINTENANCE MATERIALS A. Provide maintenance materials. B. Provide special wrenches and tools applicable to each different or special hardware component. C. Provide maintenance tools and accessories supplied by hardware component manufacturer. PART2 PRODUCTS 2.01 SUPPLIERS A. As listed in Hardware Schedule. B. Substitutions: Under Special Provisions requirements. 2.02 ACCEPTABLE MANUFACTURERS A. Hinges: Stanley, Hager, and Soss. B. Latch Sets: Schlage, Yale, Russwin Corbin E. Cylinder Locks: Schlage,Yale, Russwin Corbin F. Gasketing: Pemko, Hager, and National Guard. G. Substitutions: Under Special Provisions requirements. 2.03 KEYING A. All Lock cylinders are to be keyed to Owner's instructions. Furnish 2 ea. keys per lock. 2.04 FINISHES A. Finishes: US 32—Bright Stainless Steel. PART 3 EXECUTION 3.01 EXAMINATION A. Verify site conditions. Door Hardware 087100-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Verify that doors and frames are ready to receive work and dimensions are as indicated on shop drawings or instructed by the manufacturer. 3.02 INSTALLATION A. Install hardware in accordance with manufacturer's instructions. B. Use templates provided by hardware item manufacturer. 3.03 FIELD QUALITY CONTROL A. Supplier to inspect installation and certify that hardware and installation has been furnished and installed in accordance with manufacturer's instructions and as specified. 3.04 ADJUSTING A. Adjust work under Special Provisions requirements. B. Adjust hardware for smooth operation. 3.05 PROTECTION OF FINISHED WORK A. Protect finished work. B. Do not permit adjacent work to damage hardware or finish. 3.06 SCHEDULES HARDWARE SET No. 1 1 Single Door- Exterior from Elevated Tank Base Room 11/2 Pr Butts 1 Ea. Deadbolt Cylinder Lock 1 Ea. Lockset(Lever) 1 Ea. Threshold (ADA Compliant) 1 Ea. Weather strip Set 1 Ea. Sweep Strip 1 Ea. Rain Drip HARDWARE SET No. 2 1 Single Door- Elevated Tank Base Room from Electrical Room 11/2 Pr Butts 1 Ea. Lockset(Lever) 1 Ea. Threshold 1 Ea. Wall Stop 4 Ea. Silencers Door Hardware 087100-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 HARDWARE SET No. 3 1 O.H. Door—Exterior to Elevated Tank Base Room 1 ea. Cylinder Lock END OF SECTION Door Hardware 087100-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 09 91 00 PAINTING (FOR ELEVATED STORAGE TANK CONTAINER) PART 1 GENERAL REQUIREMENTS A. This specification covers the minimum requirements for design, selection of materials, fabrication, repairs, inspection,testing,cleaning and coating of carbon steel elevated tank. B. Interior surface shall refer to the inside of the tank proper, and all appurtenances located inside the tank (i.e. ladders, etc.) to include the interior of all manholes, hatches, connections, etc. C. Exterior surface shall refer to the outside of the tank proper and all appurtenances located outside of the tank, including valves and piping that is attached and next to the tank existing above grade. D. The paint and painting products used for this project shall be manufactured by the Tnemec Corporation. All paint incorporated into this project shall be lead-free. E. All paint systems shall be applied in the field after the completion of all steel repairs,welding and grinding as specified in these TECHNICAL SPECIFICATIONS. PART 2 SPECIFICATION AND STANDARDS A. Without limiting the general aspects of other requirements of these specifications,all work on the water storage tank shall fully conform to the requirements of the latest published editions of the following Standard Specifications. • AWWA D100 -Standard for Welded Carbon Steel Tanks for Water Storage • AWWA D102 -Standard for Panting Steel Water Storage Tanks • AWWA D107—Standard for Composite Elevated Tanks for Water Storage • AWWA C652 -Standard for Disinfection of Water Storage Facilities • AWWA M42— Manual of Steel Water Storage Tanks • AWS D1.1 -Structural Steel Welding Code • ASME Section IX - Boiler and Pressure Vessel Code • NACE International - National Association of Corrosion Engineers • SSPC -Steel Structures Painting Council • ASTM -American Society for Testing and Materials • NSF- National Sanitary Foundation • OSHA—Occupational Safety and Health Administration • TCEQ—Texas Commission on Environmental Quality • CFR—Code of Federal Regulations • TAC—Texas Administrative Code • EPA—U.S. Environmental Protection Agency • ANSI —American National Standards Institute B. The Engineer and Inspector's decision shall be final as the interpretation and/or conflict between any of the referenced specifications and standards contained herein. Painting(For Elevated Storage Tank Container) 099100-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PART 3 QUALITY ASSURANCE AND QUALITY CONTROL A. General 1. Quality assurance procedures and practices shall be utilized to monitor all phases of erection, welding surface preparation, application and inspection throughout the duration of the project. Procedures or practices not specifically defined herein may be utilized provided they meet recognized and accepted professional standards and are approved by the Contract Administrator. 2. A form for recording the daily activities of the contractor not limited to repairs, modifications,surface preparation and coatings application shall be provided by the contractor and submitted at the beginning of the job for approval by the Contract Administrator. The information required on the form is listed under Part 4.73 of this specification. 3. Each day during the surface preparation and coatings activities the air temperature, steel surface temperature, humidity and dew point shall be measured,and recorded by the contractor prior to beginning of blasting and prior to application of coating daily. Atmospheric conditions shall be measured and recorded at least every 3 hours and when climatic conditions begin to change. All environmental readings shall be recorded and placed in a file located on the job site and made available for daily contract administrator review. This file shall be turned over to the Contract Administrator at the end of the job. 4. Surface temperature shall be measured by using approved thermometers. Temperature of both the sunny side and shady side of the reservoir shall be recorded periodically each day. The dew point shall be measured and recorded at least every 3 hours by use of a digital or sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric Tables. The reservoir surface temperatures, relative humidity, dry bulb, wet bulb and dew point temperatures both interior and exterior(as appropriate) are to be recorded. B. Surface Preparation 1. Surface preparation will be based upon comparison with: "Pictorial Surface Preparation Standards for Painting Steel Surfaces:SSPC-Vis 1-02, SSPC-Vis 3-04 and SSPC-Vis 4-01,ASTM Designation D2200-17,"Standard Methods of Evaluating Degree of Rusting on Painted Surfaces", ASTM D 4417-14, Method A and/or Method C,"Standard Test Method for Field Measurement of Surface Profile of Blast Cleaned Steel' or NACE SP0287-16, "Field Measurement of Surface Profile of Abrasive Blast-Cleaned Steel Surfaces Using Replica Tape", NACE SP0178-07, "Design, Fabrication, and Surface Finish Practices for Tanks and Vessels to Be Lined for Immersion Service", along with the Visual Comparator, shall be used to verify the surface preparation of welds. In all cases the written standard shall take precedence over the visual standard. In addition,see special section 4.7.D Surface Preparation. C. Application 1. No coating or paint shall be applied when: 1)the surrounding air temperature or the temperature of the surface to be coated or painted is below the minimum surface temperature for the products specified herein, 2)rain, snow, fog or mist is present, 3)the temperature is less than 50F above the dew point, 4)the air temperature is expected to drop below the minimum temperature for the products specified within six hours after application of coating, 5)the relative humidity is above 85% and/or surface temperature will exceed the recommended temperatures within six hours Painting(For Elevated Storage Tank Container) 099100-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 after application of coating. Dewpoint shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychometric Tables. If any of the above conditions are prevalent, coating or painting shall be delayed or postponed until conditions are favorable. The day's coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. D. Thickness Checking 1. Thickness of coatings and paint shall be measured checked according to the procedures outlined in SSPC-PA 2 "Measurement of Dry Film Thickness with Magnetic Gages", May 2012 Edition. Dry film thickness(DFT)shall be a Level 2 as defined in Paragraph 9.2, excepting that no single gage reading shall be less than 80%of the specified dry film thickness.Areas that fail to meet these criteria shall be corrected at no expense to the City. Use of an instrument such as a Tooke Gauge, precision groove grinder, etc. is permitted if a destructive test is deemed necessary by the Contract Administrator/Engineer and the total DFT is less than 50 mils. E. Inspection Devices 1. The Contractor shall furnish, until final acceptance of coating and painting is accepted, inspection devices in good working condition for detection of holidays and measurement of dry film thickness of coating and paint. The Contractor shall also furnish U.S. Department Commerce, National Bureau of Standards certified thickness calibration plates and/or plastic shims, depending upon the thickness gauge used, to test the accuracy of dry film thickness gauges and certified instrumentation to test the accuracy of holiday detectors. Dry film gauges and holiday detectors shall be made available for the Contract Administrator/Engineer's use at all times until final acceptance of application. F. Independent Inspection 1. Inspection shall be in accordance with Section 9 ofAWWA D107. Ownerwill retain the services of an independent AWS Certified Welding Inspector and NACE Certified Coating Inspector for quality control of welding techniques, preparation of steel, and coatings applications. Contractor is responsible for providing access to tank, communicating work progress, and coordinating inspection services with Owner's independent consultant. The inspection company shall report to the engineer. The inspector shall communicate directly with the CONTRACTOR'S SUPERINTENDENT. Final inspections shall be performed in the presence of the ENGINEER, OWNER or their representative and the CONTRACTORS SUPERINTENDENT. All materials and equipment used in the accomplishment of testing are subject to inspection at any time by the ENGINEER, OWNER and/or INSPECTOR. The CONTRACTOR shall not move or remove scaffolding, ladders or other fixtures necessary to provide proper inspection until such work has been inspected and approved by the INSPECTOR and/or the ENGINEER/OWNER. 2. The CONTRACTOR shall not move or remove scaffolding, ladders or other fixtures necessary to provide proper inspection until such work has been inspected and approved by the INSPECTOR and/or the ENGINEER/OWNER. 3. Inspection for this project shall consist of`hold point' inspections. The Engineer, his representative, or the Owner's Inspector shall inspect the welding during erection and prior to any coating applications. The surface is to be inspected prior to abrasive blasting, after abrasive blasting but prior to application of coating materials, and between subsequent coats of material. Final inspection shall take place after all coatings are applied, but prior to placing the tank in service. Contractor will provide Painting(For Elevated Storage Tank Container) 099100-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 sufficient rigging so that the Engineer or his representative shall be able to conduct the required inspections. 100%of all surfaces to be painted (cone,shell, roof,floor, etc.)are to be inspected after abrasive blast cleaning and prior to the application of the zinc primer.All inspections shall be conducted in accordance with SSPC, NACE, and the contract specifications. 4. For shop priming, the shop operation shall be inspected and all material pertaining to the tank must be shop inspected by the inspector after surface preparation and prior to prime coat application. All expenses incurred for transportation and lodging for inspections on work done at a location,such as for shop surface preparation and coating work, other than the project work site shall be paid for by the Contractor. Coordination and scheduling efforts shall be considered to maximize the inspection productivity. The Inspector shall be notified at least 10 days in advance of the time the inspection will be needed. G. Warranty Inspection 1. A warranty inspection shall be scheduled during the 12th month following acceptance of all coating and painting work. All defective work shall be repaired in accordance with this specification and to the satisfaction of the Engineer and/or Owner. The Contractor's Performance Bond or separate Maintenance Bond shall be in force until after remedial work is performed. The Contractor shall warranty all repair work for one-year. 2. The City shall hire a third-party inspector to perform the warranty inspection. The Contractor will be responsible for all repairs identified during the warranty inspection. The CONTRACTOR shall bear all costs of the warranty repairs. 3. Any location, including but not limited to locations where a coating has peeled off, bubbled, blistered, chipped,or cracked, etc.,or where pinholes and/or holidays are present and locations where rusting or corrosion is evident, will be considered a failure or defect of the coating system and shall be repaired as required. Repairs will be made at areas or locations where coating failures are found. 4. Methods of testing for coating failure which, may or may not be evident, shall include, but not be limited to, adhesion tests, film thickness measurement, holiday testing, etc. Testing may be non-destructive or destructive. The contractor, at his expense, shall repair all areas where destructive tests are performed. 5. The Contractor shall complete the warranty repairwork within an agreed time period as determined by the Contract Administrator. All repairs shall be made as per the coating manufacturers written repairwork instructions orthatwhich is approved and acceptable to the Contract Administrator and completed within ninety(90)calendar days of the 1-year warranty inspection. PART 4 Safety and Health Requirements A. General 1. In accordance with requirements set forth by regulatory agencies applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals, the Contractor shall provide and require use of personal protective lifesaving equipment for persons working on or about the project site. 2. The Contractor shall protect the public from harm caused by the Contractor's action and performance of the work. Prior to the start of work or mobilization on site, the Contractor shall submit a site-specific Public Safety Plan based on the Contractor's Painting(For Elevated Storage Tank Container) 099100-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 selected work methods. The plan shall include necessary plans and measures to protect the general public from harm.Safety signs,warning signs, protective barriers and safety warning devices for daylight and nighttime protection shall be installed. B. Head and Face Protection and Respiratory Devices 1. Equipment shall include protective helmets,which shall be worn by all persons while in the vicinity of the work. In addition, workers engaged in or near the work during sandblasting shall wear eye and face protection devices and air purifying half mask or mouthpiece respirators with appropriate filters. Barrier creams shall be used on any exposed areas of skin. C. Ventilation 1. Where ventilation is used to control hazardous exposure, all equipment shall be explosion-proof. Ventilation shall reduce the concentration of air contaminants to a degree that a hazard does not exist. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured for immersion service. From the beginning of interior coating and until interior coating is complete, the Contractor shall monitor the air for its lower explosion limit (LEL). The Contractor shall submit to the Contract Administrator and ENGINEER,for review and approval, the air monitors technical literature. The Contract Administrator and Engineer and his representatives shall be allowed to check and inspect the monitor at any time. D. Sound Levels 1. Whenever the occupational noise exposure exceeds maximum allowable sound levels, the Contractor shall provide and require the use of approved ear protection devices. Noise control of equipment during working and non-working hours shall be submitted to the Engineer and Contract Administrator for review and approval. If excessive noise is noted by the Engineer and Contract Administrator or neighboring residents, the Contractor shall modify or replace the existing equipment to reduce the noise to an OWNER acceptable level. CONTRACTOR shall bear all costs for noise reduction and incorporate this cost and any others into their bid. E. Illumination 1. Adequate illumination shall be provided while work is in progress, including explosion-proof lights and electrical equipment. Whenever required by the Engineer and Contract Administrator,the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The inspector shall determine the level of illumination for inspection purposes. F. Temporary Ladders and Scaffolding 1. All temporary ladders and scaffolding shall conform to applicable safety requirements. They shall be erected where requested by the Inspector or Engineer and Contract Administrator to facilitate inspection and be moved by the Contractor to locations requested by the Engineer and Contract Administrator. G. Air Monitoring 1. Ambient Air Quality—Visible Emissions: Visible emissions shall be used as criteria for project shut down until corrections to the containment are made. Visible emissions shall be determined in accordance with 40 CFR 60,Appendix A, Method 22. If required by the Texas Air Control Board, the Contractor shall provide additional monitoring as follows: Ambient Air Quality for Particulate Matter(40 CFR 50): Emissions in excess of 150 up/m3 of PM 10 over a 24-hour period shall be cause for shut down of the project until corrections to the containment are made to Painting(For Elevated Storage Tank Container) 099100-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 comply with this level. Monitoring for this level shall be accomplished using high volume air samplers. H. Environmental Regulations 1. Compliance with local, state and federal regulations concerning emissions, transportation or disposal of solid, particulate, liquid,or gaseous matter as a result of the cleaning, painting, or other operations under this contract shall be the responsibility of the Contractor. Any fines or damages imposed on the City, Engineer,or Inspector/Field Observer by any regulatory agency or court as a result of the Contractor's noncompliance with environmental or nuisance regulations or any other applicable standard shall be paid for or reimbursed by the Contractor. I. Product Delivery, Storage and Handling 1. All materials shall be brought to the jobsite and identifiable by material test reports, certification reports and or batch numbers. The coatings shall be in the original sealed containers from the Manufacturer.Within 48 hours of coating delivery to the job site, the Contractor shall record the delivered material and the batch number stamped on each coating container and maintains the record in the daily log for examination by the INSPECTOR AND ENGINEER and Contract Administrator. Minimum information required will include date of delivery to job site, name and signature of superintendent recording the data, list of certification reports, MTR's and batch number including corresponding coating identification, date of manufacture and volume of each container. The Contractor shall not use until the INSPECTOR OR ENGINEER and Contract Administrator has inspected the contents. Manufacturer's Material Safety Data Sheets (MSDS) for all coating products used on the jobsite shall be submitted to the Contract Administrator and Engineer at the preconstruction conference or prior to commencing work. Materials exceeding storage life recommended by the manufacturer shall be rejected. 2. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings and paints must be stored to conform to City, County,State and Federal safety codes for flammable coating or paint materials. At all times coatings and paints shall be protected from freezing. PART 5 Surface Preparation and Coating Systems A. General Requirements 1. All tank painting shall be in accordance with AWWA D102, the Steel Structures Painting Council Specification SSPC-PA1, approved paint manufacturer specifications, and as specified herein. 2. Each paint system shall be from a single manufacturer. The paints and paint products specified are manufactured by TNEMEC. 3. No paint shall be applied when the temperature of the surface to be painted is below the minimum temperature specified by the paint manufacturer, or less than 5 degrees above the dew point temperature. Paint shall not be applied to wet or damp surfaces or when the relative humidity exceeds 85%. Follow paint manufacturers recommendations for the specific paint system used. 4. All areas blasted in the field shall be coated the same day before any rusting occurs. 5. The dry film thickness values shown below are average values subject to variation in thickness based upon industry practice and manufacturers recommendations. The Painting(For Elevated Storage Tank Container) 099100-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 actual dry film thickness value measured may vary from these average values within the range established by the manufacturer. 6. All materials shall be lead-free as defined by the Consumer Product Safety Act, Part 1303. Additionally,all materials shall be free of other heavy metals such as chrome, mercury and cadmium. 7. All materials for the interiorwetted portion of the tank shall meet the requirements of ANSI/NSF Standard 61 for potable water contact. 8. No coating submitted or used on this project shall have a VOC (Volatile Organic Content) in excess of 362 grams/liter or 3.02 lbs/gallon unthinned. B. Material Preparation 1. Mix and thin materials according to manufacturer's latest printed instructions. 2. Do not use materials beyond manufacturer's recommended shelf life. 3. Do not use mixed materials beyond manufacturer's recommended pot life. C. Shop-Applied Pre-Construction Primer—All Areas 1. Surface Preparation Prior to Abrasive Blast Cleaning:Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard SP0178 designation "D" and herein. 2. Surface Preparation: SSPC-SP10 Near-White Metal Blast Cleaning. Anchor profile shall be 1.5 to 2.5 mils as per ASTM D 4417, Method C or NACE Standard RP0287. 3. Zinc-Rich Primer: Tnemec Series 94-H2O Hydro-Zinc applied at 1.0 to 1.5 dry mils. Thin only with approved thinner, Tnemec 41-2 or 41-3 Thinner. 4. Series 44-710 Accelerator must be used with Series 94-H2O if the surface temperature is 35°F to 60°F and 20%to 40% relative humidity. D. Tank Interior Coating System—Wetted Areas (Field Applied) 1. Surface Preparation Prior to Abrasive Blast Cleaning: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard SP0178 designation "D" and herein. 2. Surface Preparation: SSPC-SP10 Near-White Metal Blast Cleaning on all bare metal areas(such as weld seams,etc.)and all shop-primed areas damaged during transportation and erection. Anchor profile shall be 1.5 to 2.5 mils as per ASTM D 4417, Method C or NACE Standard RP0287. All(100%)of shop-primed areas shall be uniformly and thoroughly sweep-blasted as per SSPC-SP7 Brush-Off Blast Cleaning prior to applying coating system. Any bare metal exposed during sweep- blasting shall be prepared as per SSPC-SP10 Near White Metal Blast Cleaning and above. 3. Coating System: 1st Coat: Tnemec Series 91-H2O Hydro-Zinc applied at 2.5 to 3.5 dry mils. Thin only with approved thinner, Tnemec 41-2 or 41-3 Thinner. Stripe Coat: Tnemec Series N140—1255 Beige Pota-Pox Plus applied by brush and scrubbed into all weld seams. In addition to weld seams, all edges, corners, bolts, pits shall receive a stripe coat. This shall be Painting(For Elevated Storage Tank Container) 099100-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 a separate step. The 2nd coat or subsequent coat shall not be applied until the recoat time has been achieved. Thin only with approved thinner, Tnemec 41-4 Thinner. Final Coat: Tnemec Series 22 Epoxoline—WH11 Off-White applied at 20.0 to 30.0 dry mils. Thin only with approved thinner, Tnemec 41-2 Thinner. Total dry film thickness on all surfaces shall be a minimum of 23.5 mils and maximum33.5 mils per SSPC-PA 2 dry film inspection standards,with exception as noted in this specification. Series 44-710 Accelerator must be used with Series 94-H2O if the surface temperature is 35°F to 60°F and 20%to 40% relative humidity. E. Tank Interior Coating System— Dry Areas (Field Applied) 1. Surface Preparation Prior to Abrasive Blast Cleaning: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard SP0178 designation "D" and herein. 2. Surface Preparation: SSPC-SP10 Near-White Metal Blast Cleaning on all bare metal areas(such as weld seams,etc.)and all shop-primed areas damaged during transportation and erection. Anchor profile shall be 1.5 to 2.5 mils as per ASTM D 4417, Method C or NACE Standard RP0287. All(100%)of shop-primed areas shall be uniformly and thoroughly sweep-blasted as per SSPC-SP7 Brush-Off Blast Cleaning prior to applying coating system. Any bare metal exposed during sweep- blasting shall be prepared as per SSPC-SP10 Near White Metal Blast Cleaning and above. 3. Coating System: 1st Coat: Tnemec Series 94-H20 Hydro-Zinc applied at 2.5 to 3.5 dry mils. Thin only with approved thinner, Tnemec 41-2 or 41-3 Thinner. Stripe Coat: Tnemec Series N140-15BL Tank White Pota-Pox Plus applied by brush and scrubbed into all weld seams. In addition to weld seams, all edges, corners, bolts shall receive a stripe coat. This shall be a separate step. The 2nd coat or subsequent coat shall not be applied until the recoat time has been achieved. 2nd Coat: Tnemec Series N140-1255 Beige Pota-Pox Plus applied at 4.0 to 6.0 dry mils. Thin only with approved thinner, Tnemec 41-4 Thinner. 3rd Coat: Tnemec Series N140-15BL Tank White Pota-Pox Plus applied at 4.0 to 6.0 dry mils. Thin only with approved thinner, Tnemec 41-4 Thinner. Total dry film thickness shall be a minimum of 10.5 dry mils and maximum of 15.5 dry mils per SSPC-PA 2 dry film inspection standards, with exception as noted in this specification. Series 44-710 Accelerator must be used with Series 94-H2O if the surface temperature is 35°F to 60°F and 20%to 40% relative humidity. Painting(For Elevated Storage Tank Container) 099100-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 F. Tank Exterior Coating System (Field Applied) 1. Surface Preparation Prior to Abrasive Blast Cleaning: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard RP0178 designation "D" and herein. 2. Surface Preparation:SSPC-SP10 Near White Metal Blast Cleaning on all bare metal areas (such as weld seams, etc.) and all shop-primed areas damaged during transportation and erection. Anchor profile shall be 1.5 to 2.0 mils as per ASTM D 4417, Method C or NACE Standard RP0287. All(100%)shop-primed areas shall be uniformly and thoroughly sweep-blasted as per SSPC-SP7 Brush-Off Blast Cleaning prior to applying coating system. Any bare metal exposed during sweep-blasting shall be prepared as per SSPC-SP6 Commercial Blast Cleaning and above. 3. Coating System: 1st Coat: Tnemec Series 94-H20 Hydro-Zinc applied at 2.5 to 3.5 dry mils. Thin only with approved thinner, Tnemec 41-2 or 41-3 Thinner. Stripe Coat: Tnemec Series 66HS Hi-Build Epoxoline (Color Contrast to 2nd Coat),scrubbed into all weld seams. In addition to weld seams,all edges, corners, bolts shall receive a stripe coat. This shall be a separate step. The 2nd coat or subsequent coat shall not be applied until the recoat time has been achieved. Thin only with approved thinner, Tnemec 41-4 Thinner. 2nd Coat: Tnemec Series 66HS Hi-Build Epoxoline (Color Contrast) to applied at 4.0 to 6.0 dry mils. Thin only with approved thinner, Tnemec 41-4 Thinner. (Two coats may be required if applied by roller.) 3rd Coat: Tnemec Series 73 Endura-Shield (Color contrast to subsequent coat) applied at 2.0 to 3.0 dry mils. Thin only with approved thinner, Tnemec 41-39 or 41-63 Thinner for brush or roller. (Two coats may be required if applied by roller.) 4th Coat: Tnemec Series 700 HydroFlon (Color TBD)applied at 2.0 to 3.0 dry mils. Thin only with approved thinner, Tnemec 41-63 Thinner. Logos: Tnemec Series 700-Color HydroFlon (Color TBD)applied at 2.0 to 3.0 dry mils. Thin only with approved thinner, Tnemec 41-63 Thinner for spray, brush or roller. Total dry film thickness shall be a minimum of 10.5 dry mils and maximum of 15.5 dry mils per SSPC-PA 2 dry film inspection standards, with exception as noted in this specification. Series 44-710 Accelerator must be used with Series 94-H2O if the surface temperature is 35°F to 60°F and 20%to 40% relative humidity. PART 6 Execution A. Surface Preparation 1. The latest revision of the following surface preparation specifications of the Steel Structures Painting Council (SSPC) shall form a part of this specifications. The Painting(For Elevated Storage Tank Container) 099100-9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 summaries listed below are for informational purposes, consult the actual SSPC specifications for full detail. a) Solvent Cleaning (SSPC — SP1): Removal of oil, grease, soil and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning to similar materials and methods, which involve a solvent, or cleaning action. b) Hand Tool Cleaning (SSPC—SP2): Removal of loose rust, loose mil scale and other detrimental foreign matter to a degree specified by hand chipping, scraping, sanding and wire bushing. C) Power Tool Cleaning (SSPC—SP3): Removal of loose rust, loose mil scale and other detrimental foreign matter by poor wire bushing, power impact tools or power sanders. d) White Metal Blast Cleaning (SSPC—SP5/NACE No.1):Air blast cleaning to a gray-white uniform metallic color until each element of surface area is free of all visible residues. e) Commercial Blast Cleaning (SSPC—SP6 NACE No.3): Air blast cleaning until at least two-thirds of each element of surface areas is free of all visible residues. f) Brush-Off Blast Cleaning (SSPC-SP7 NACE No. 4): Air blast cleaning to remove loose rust, loose mil scale and other detrimental foreign matter to a degree specified. g) Near-White Metal Blast Cleaning (SSPC-SP10 NACE No. 2): Air blast cleaning until at least 95% of each element of surface area is free of all visible residues. h) Power Tool Cleaning to Bare Metal(SSPC-SP1 1): Differs from SSPC-SP3 in that it requires more thorough cleaning and a surface profile not less than 1 mil. B. Prior to abrasive blasting, all surfaces of the tank to be coated the same day, shall be thoroughly water jet cleaned with clean potable water as per SSPC-WJ-4/NACE WJ-4, Paragraph 6.1.1.1 with a minimum pressure of 3,000 psi to remove all dust,dirt,oil,grease, chalk,salt and other contaminants. Neutralize and flush chemical contamination prior to any other surface preparation. C. Slag, weld metal accumulation and spatters not removed by the Fabricator, Erector or Installer shall be removed by chipping and/or grinding. All sharp edges shall be peened, ground or otherwise blunted as required by the Engineer/Contract Administrator. All grinding and finishing of welds, edges, etc.shall be performed prior to solvent cleaning and abrasive blasting. Welds shall be prepared as per NACE Standard SP0178 designation D for all interior and exterior surfaces. D. Field blast cleaning for all surfaces shall be by dry method unless otherwise directed. Blast nozzles shall be venturi-type nozzles with a minimum pressure at the nozzle of 90 psi. E. Abrasive used in blast cleaning operations shall be new, washed, graded and free of contaminants that would interfere with adhesion of coating or paint and shall not be reused unless specifically approved in writing by the Engineer. The blast media for field blast cleaning shall be ultra-low dusting,silica-free (<3%),free of petroleum products and ensure there is no nuisance to surrounding property. Particle size of abrasives used in blast cleaning shall be that which will produce a 1.5—3.5 mil surface profile or in accordance with recommendations of the manufacturer of the specified coating or paint system to be applied. Painting(For Elevated Storage Tank Container) 09 91 00—10 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Abrasive that produces too low or too high a profile will be removed from the jobsite and replaced with appropriate media at no cost to the owner. F. The Contractor shall keep the area of his work and the surrounding environment in a clean condition. He shall not permit blasting materials to accumulate as to constitute a nuisance or hazard to the accomplishment of the work, the operation of the existing facilities or to the surrounding environment. If blast abrasive is left on the tank floor while painting the ceilings and walls, no paint may be applied to walls within six feet of the floor. G. Blast cleaned surfaces shall be cleaned prior to application of specified coatings or paint. All surfaces shall be free of dust, dirt, and other residue resulting from the abrasive blasting operation. No coatings or paint shall be applied over damp or moist surfaces. H. Cleaning Between Coats: Prior to application of all coatings, the exterior surface to be coated the same day,shall be thoroughly water jet cleaned as per SSPC-WJ-4/NACE WJ-4, Paragraph 6.1.1.1 with a maximum pressure of 1,800 psi immediately prior(same day)to the application of the succeeding coating application to remove fallout and/or salts that may have settled on the surface. Surfaces that are washed but not coated the same day shall be re- washed immediately prior to the application of the succeeding coating. Surface to be coated shall be dry, clean and free of all visible and non-visible contaminants. All welds shall be neutralized with a suitable chemical compatible with the specified coating or paint. I. Coating 1. All surface preparation, coating and painting shall conform to applicable standards of the Steel Structures Painting Council, NACE International and the manufacturer's printed instructions. Materials applied to the surface prior to the approval of the Engineer shall be removed and re-applied to the satisfaction of the Engineer at the expense of the contractor. 2. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice. Continuity of personnel shall be coordinated with the Inspector. 3. The Contractor shall provide a supervisor at the work site during cleaning and application operations. The supervisor shall have the authority to coordinate work and make decisions pertaining to the fulfillment of the contract. 4. Dust,dirt, oil, grease or any foreign matter that will affect the adhesion or durability of the coating or paint must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags. 5. Coating and painting systems include surface preparation, prime coating, stripe coating and finish coatings. Unless otherwise approved in writing by the Engineer/Contract Administrator, prime coating shall be field applied. The Contractor shall use repair procedures,which ensure the complete protection of all adjacent primer. All repair procedures shall be in accordance with the coating manufacturer's written recommended methods. It is the responsibility of the Contractor to provide the ENGINEER/Contract Administrator and INSPECTOR with the coating manufacturer's written recommended repair procedures. The specified repair method and equipment may include wire brushing, hand or power tool cleaning, or dry air blast cleaning. In order to prevent injury to surrounding painted surfaces, blast cleaning may require use of lower air pressure,smaller nozzle and/or abrasive blast particles,or shorter blast nozzle distances from surface shielding and masking. If damage is too extensive or uneconomical to touch-up, the entire item shall be blasted and then coated or painted as directed by the Engineer. Painting(For Elevated Storage Tank Container) 09 91 00—11 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 6. The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition. Abrasive blast equipment shall be equipped with noise reducing devices,hose coupling safety devices,electrical grounding devices,fresh air hoods,and"Dead Man"switches on all blast hoses. Compressors shall have suitable traps and filters to remove water and oils from the air. Contractor's equipment shall be subject to approval of the Inspector. All equipment shall comply with current OSHA regulations. 7. Application of the first(prime coat)coat on the exterior shall follow immediately after surface preparation and before rust bloom occurs or the same day, whichever is less. Application of the first (prime coat) coat on the interior shall follow within multiple days of surface preparation utilizing the dehumidification equipment designed to hold the blast from rust bloom. Dehumidification equipment shall be used for all interior wet and dry areas. Therefore, all blasting and cleaning shall be completed prior to any coating application. Any cleaned areas not receiving first coat within this period shall be re-cleaned prior to application of first coat. All blasted surfaces shall be coated to within 6 inches of the edge of a blasted area. J. Coating Application 1. Thinning shall be permitted only as recommended by the manufacturer and approved by the Engineer/Contract Administrator. 2. Each application of coating or paint shall be applied evenly, free of brush marks, sags, runs, bubbles, drips, waves, laps, unnecessary brush marks, over spray, environmental contaminants or other physical defects, including shadows, and be UNIFORM in color, texture and gloss. Thus, all coatings shall be applied in a professional manner to achieve the specified dry film thickness(DFT). Coatings and paints shall be sharply cut to lines. Finished surfaces shall be free from defects or blemishes. Cleaning and coating shall be scheduled such that dust and other materials from adjoining work will not contaminate wet or newly coated surfaces. 3. Protective coverings, masking or drop cloths shall be used to protect floors,fixtures, piping, and equipment. Care shall be taken to prevent debris or any other foreign matter from entering water mains. The covers and plugs shall remain in place until just prior to filling the tank for disinfection. Care shall be exercised to prevent coatings or paints from being spattered onto surfaces,which are not to be coated or painted. Report to the Inspector surfaces from which materials cannot be satisfactorily removed. 4. When two coats of coating or paint are specified,where possible,the first coat shall contain sufficient approved color additive to act, as an indicator of coverage or the two coats must be of contrasting color. Should a third interior coating be used, it too shall be contrasting in color from the second coating. 5. Steel surfaces that have rusted or changed color shall be re-blasted in accordance with these specifications. No visible rust shall be overcoated under any circumstances. Painting shall not take place when the atmospheric temperature is below or above the coating manufacturer's written instructions, or above 50°F or when the steel surface temperature is less than or equal to 5°F above the dew point, or when the relative humidity is above 85% unless approved by the Engineer/Owner. Painting shall not occur when the surface is damp due to rain, snow, fog or mist. Painting shall also not occur if the surface temperature is expected to drop below manufacturer's recommendations within 4 hours after coating application. Painting(For Elevated Storage Tank Container) 09 91 00—12 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 6. Apply stipe coat in accordance with manufacturer's recommendation and in accordance with SSPC-PA 11. K. Disinfection 1. Disinfection shall be performed after protective coatings have been applied to the interior surfaces and allowed to thoroughly cure as recommended by the Coating Manufacturer. 2. Prior to disinfecting, the complete interior shall be washed down with clean water and thoroughly flushed out. 3. Disinfection of interior surfaces shall be performed in the presence of the Inspector in accordance with AWWA C652 Method 2. All the requirements of applicable AWWA Standards and regulatory agencies shall apply. The Contractor shall furnish all labor, materials, tools, equipment and related items to seal and disinfect the reservoir. The Contractor shall submit to Contract Administrator/Engineer for approval all gasket and sealer materials necessary to seal all vents and manways. All bolts, nuts and washers shall be of HDG (hot dipped galvanized)construction. 4. After the chlorination procedure is completed by the Contractor, and before the storage facility is placed in service, water from the full facility shall be sampled by the Contract Administrator and tested for coliform organisms in accordance with the latest edition of Standard Method for Examination of Water and Wastewater. 5. If the Contractor wishes to have the samples collected and tested by an independent testing laboratory, the cost of such testing shall be paid by the Contractor and the laboratory shall be required to meet the testing qualifications and to have certifications to do this testing that are acceptable to the Contract Administrator. 6. The City shall furnish the water used for cleaning and initial filling of the reservoir for disinfection. The Contractor shall bear the costs of any subsequent fillings of the reservoir necessary until the disinfection is complete and satisfactory results are obtained and approved by the Contract Administrator. 7. It is necessary that the Contractor schedule his activities such that the initial filling occurs entirelyduring a low use period as determined bythe Contract Administrator. Close coordination by the Contractor with the Contract Administrator is mandatory prior to and during the filling of the tank and until the disinfection work is completed. 8. The Contractor and the City shall have at least one representative present at thejob site during the filling of the reservoir regardless of the time of day. If the Contractor's representative leaves the job site during the filling process, the filling will be stopped and be rescheduled for a later date. The Contractor shall pay all refilling and re-disinfection costs due to this inconvenience. L. Solvent Vapor Removal and Dehumidification 1. All solvent vapors will be exhausted both during and after coating application at a minimum rate of one air change every four hours to allow the proper curing of the coating material. High rates of production may require an increase in ventilation. Forced ventilation as noted above shall be continued for 7 days or until such time as the coating has reached "full cure to immersion" as specified by the coating manufacture. Dehumidification equipmentwill be used to control the environment in the space 24 hours a day during blast cleaning, coating application and coating cure. All interior surfaces must be complete, clean and accepted by the Inspector prior to the application of any coating. Desiccant dehumidifiers,as manufactured by Painting(For Elevated Storage Tank Container) 09 91 00—13 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Munters Corporation and D.H. Technologies or equal will be a solid desiccant design having a single rotary desiccant wheel capable of fully automatic continuous operation. No liquid, granular, or loose lithium chloride drying systems will be accepted. 2. The use of direct expansion(DX)refrigeration type dehumidifiers with reheat may be considered if the expected ambient temperature will remain above 60°F. Below that coils may not remove moisture and, as noted above, reheat alone will not change the dew point. Heating the space changes relative humidity only and does not change the dew point; therefore, not a substitute for dehumidification, unless substrate temperature is high enough to meet dew point differential. The dehumidification system may consist of a combination of desiccant and refrigerant equipment for year-round use to maintain very low dew points in the space. 3. During the blasting operation, dehumidification equipment shall maintain a lower dew point than outside ambient. A differential of 20°F to 25°F between inside substrate surface temperature and inside space air dew point temperature shall be maintained. In addition, inside relative humidity shall not exceed 40% to 45%. 4. The air change rate for maintaining the above-mentioned interior surface temperature and dew point temperature differential will depend upon the type of equipment to be used and the time of the year. Another consideration is length of time required to hold the blast. The volume of space is a major factor in determining equipment type and size. The rate of air changes per hour may be anywhere from 1 to 6 or more to hold the desired degree of cleanliness of the blast. 5. Auxiliary heat, cooling and/or insulation may be necessary to maintain the surface temperature at the acceptable level for the coating manufacturer's application parameters. This auxiliary equipment must be approved for use by the supplier of the dehumidification equipment and will meet the following requirements. a) Heaters and refrigerant type systems must be installed in the process air supply duct between, and/or blended with, the dehumidifier as close to the space as possible. b) Only electric, indirect fired combustion, or steam coil auxiliary heaters will be used. No direct-fired space heaters will be allowed during the blasting, coating, and curing phases. C) Heaters will be equipped with controls that automatically turn the heater off if the airflow is interrupted or the internal temperature of the heater exceeds its design temperature or that of the supply duct d) The space to be controlled will be sealed off as well as possible,allowing air to escape the space away from the point where the dehumidified air is being introduced. Filter the air escaping the space; the filtration system must be designed so that it does not interfere with the dehumidification equipment's ability to control the dew point and relative humidity of space. Do not re-circulate the air from the space or from filtration equipment back through the dehumidifier during coating application or when solvent vapors are present. M. Containment 1. Full containment of the entire structure will be required during surface preparation and painting of exterior. The Contractor shall control emissions from abrasive blasting in accordance with 30 TAC, Rule 111.137. The Contractor shall ensure that no spent cleaning/blasting debris,dust,overspray, coating droplets,or emissions of Painting(For Elevated Storage Tank Container) 09 91 00—14 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 any kind, escape to the atmosphere, the base of the tank, or adjacent buildings, private property, work sites and parking lots. 2. Complete containmentof the tankwill be utilized to contain all cleaning dust,debris, emissions, paint droplets, and paint overspray, the complete containment shall include a full bonnet. If tarps are used as part of the containment system,the tarps shall be an impervious, solid,flame-resistant material, reinforced with a fiber mesh and shall allow as much light as possible to pass through the material. 3. The Contract Administrator reserves the right to stop work or require additional or different containment methods if the Contractor's operations create a nuisance beyond the tank site property line in the sole opinion of the Contract Administrator, the Consultant, the City's designated representative, any regulatory agency, or neighbor.The CONTRACTOR in the Base Bid shall include all costs of providing an adequate containment system. 4. Review of the containment system for containing the spent cleaning dust, debris, emissions,overspray, and coating droplets shall not warrant the structural integrity of the containment system and shall not warrant the structural integrity of the tank to support the containment system. Nor shall review of the containment system warrant the ability of the system to contain spent cleaning dust, debris, emissions, and overspray. 5. All attachments to the tank shall include a "reinforcing" pad/plate designed to distribute the loads and to prevent damage to the tank. The reinforcing pad/plate may remain in the tank at the completion of the project as long as the pad/plate is completely seal welded. All edges ground to 1/8 in. minimum radius, and all submittals shall include, at a minimum, the following detail and descriptions. a) Brackets/outriggers to be attached to tank including size, material, etc. b) Bracket/outrigger attachments to the tank. C) Number of brackets/outriggers and spacing on tank container. d) Center roof"tree" and attachment details. e) Reinforcing pad between structure and attachments. f) Any additional roof supports. g) Size of cables to be used and locations. h) Anchorage details of hoist and location i) Ground Anchors. j) Catalog cuts of tarp (screen) material. k) Tarp/screen material connection and overlaps. I) Design/operation parameters of containment, such as wind speed when containment shall be lowered or not used. M) Ground Anchors. n) Other dust collection and engineering controls. o) Any item desired to be left on the tank structure at the completion of the Project (subject to approval by the OWNER). Painting(For Elevated Storage Tank Container) 09 91 00—15 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 P) Maximum wind velocity which the containment system can remain raised and the procedure for which the containment system will be utilized on forecasted high/gusty wind days. N. Confined Space 1. The Contractor shall acknowledge that confined space training has been issued to all persons who will be working on this project. O. Site Control and Clean Up 1. The Contractor is responsible for all claims forwelding and paint damage during the progress of the tank construction and is especially forewarned of this responsibility so that he may exert all possible precaution and care for protection of surrounding property, which includes the existing facility and tank while under consideration. 2. When not working on the tank or site (such as during the evening, weekends, holidays,or bad weather days),the Contractor shall secure all openings in the tank, the exterior ladder and access or rigging devices.The Contractor shall lock the site fencing, equipment and supply storage containers. The Contractor shall be solely responsible for the security of the site,tank,equipment and supplies during working and non-working hours. 3. Upon completion of the work, all staging, scaffolding and containers shall be removed from the site or destroyed in a manner approved by the Engineer. Coating or paint spots or oil stains upon adjacent surfaces shall be removed and the jobsite cleaned. All damage to surfaces resulting from the work of this section shall be cleaned, repaired or refinished to the satisfaction of the Engineer at no cost to the Owner. P. Reporting/Records 1. All work, including inspections,shall be recorded daily by the Contractor. A copy of each daily report shall be placed in a file kept on the job site. The reports shall include, but not necessarily limited to, the following information: a) Date b) CONTRACTOR and subcontractor name (where applicable) C) INSPECTOR name (where applicable) d) Work Identification including: I. Type of work performed II. Location of work performed Weather conditions, including corresponding time of day, before during and after work begins including: III. Temperature (air and surface) IV. Humidity/dew point V. Wind velocity/direction e) Remarks and results of work f) CONTRACTOR signature Painting(For Elevated Storage Tank Container) 09 91 00—16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Q. Maintenance Material 1. At the end of the project before final payment,the CONTRACTOR shall provide the Contract Administrator five one-gallon cans of each type and color of coating, primer, thinner, and other coatings used in the field including multiple component materials. The material shall be delivered in unopened,typed-labeled cans,just as it comes from the factory. If the manufacturer does not package the material in one (1)gallon cans, and in the case of special colors,the materials may be delivered in new five(5)gallon containers, properly closed with typed,color,and batch numbers. The manufacturer's directions for use and literature describing the materials shall also be furnished to the Contract Administrator in three bound copies and a typed inventory list shall be furnished at the time of delivery. R. Service Personnel 1. The personnel performing the work shall be knowledgeable and have the required experience and skill to adequately perform the work for this project, in accordance with AWWA D100, AWWA D103 and SSPC-PA1, "Shop, Field and Maintenance Painting" PART 7 Contractor Quality Control and Superintendence A. The Contractor shall establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure that the requirements of the Contract are provided as specified. The Contractor will also provide supervision of the work to insure it complies with the contract requirements. PART 8 Contractor Quality Control and Superintendence A. No measurement will be performed for this item. Payment will be on a lump sum basis, complete in place, and in accordance with this specification, and to include all incidental items, appurtenances, rigging, etc. to complete this item of work. END OF SECTION Painting(For Elevated Storage Tank Container) 09 91 00—17 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Painting(For Elevated Storage Tank Container) 09 91 00—18 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 09 91 01 PAINTING (ARCHITECTURAL SURFACES) PART1 GENERAL 1.01 SECTION INCLUDES A. Surface preparation and field application of paints and coatings. 1.02 REFERENCES A. ASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. B. AWWA (American Water Works Association) - C204 -Chlorinated Rubber-Alkyd Paint Systems for the Exterior of Above Ground Steel Water Piping. C. NACE (National Association of Corrosion Engineers) -Industrial Maintenance Painting. D. NPCA (National Paint and Coatings Association) - Guide to U.S. Government Paint Specifications. E. PDCA (Painting and Decorating Contractors of America) -Painting - Architectural Specifications Manual. F. SSPC (Steel Structures Painting Council) -Steel Structures Painting Manual. 1.03 SYSTEM DESCRIPTION A. Provide all labor, material and equipment for painting the following: 1. Exterior and interior primed or unprimed ferrous metal. 2. Exterior and interior galvanized surfaces and sheet metal. 3. Interior wood or Smart Siding Panels. 4. Elevated Tank (specified elsewhere under Elevated Tank Specification not a part of this specification section). B. Following items are not to be painted: 1. Concrete Elevated Tank Base. 2. Concrete Floor. 3. Pre-finished metal. 4. Stainless steel. 5. Copper(piping and flashing). 6. Prefinished equipment that is factory primed and painted to suitable finish, unless specifically shown to be job painted for color coordination purposes. C. It is intended that all interior and exterior exposed surfaces be finished; except Concrete Elevated Tank base and floor either factory prefinished or coated/painted on the job. 1.04 DEFINITIONS A. Conform to ASTM D16 for interpretation of terms used in this Section. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum ten years documented experience. B. Applicator: Company specializing in performing the work of this section with minimum 5 Painting(Architectural Surfaces) 099101-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 years documented experience approved by manufacturer. 1.06 REGULATORY REQUIREMENTS A. Conform to applicable code for flame and smoke rating requirements for finishes. B. Materials used on this project shall contain no lead. 1.07 FIELD SAMPLES A. Provide field sample of paint. B. Locate where directed. C. Accepted sample may remain as part of the Work. 1.08 DELIVERY, STORAGE,AND HANDLING A. Deliver, store, protect and handle products to site under General Requirement 00 72 00. B. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. C. Container label to include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. D. Store paint materials at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturer's instructions. 1.09 ENVIRONMENTAL REQUIREMENTS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. B. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity ranges required by the paint product manufacturer. C. Minimum Application Temperatures for Latex Paints: 45 degrees F for interiors; 50 degrees F for exterior; unless required otherwise by manufacturer's instructions. D. Minimum Application Temperature for Varnish Finishes: 65 degrees F for interior or exterior, unless required otherwise by manufacturer's instructions. E. Provide lighting level of 60 ft candles measured mid-height at substrate surface. 1.10 EXTRA MATERIALS A. Furnish under Special Provisions requirements. B. Provide 1 gallon of each color,type, and surface texture to Owner. C. Label each container with color, type, texture, room locations, and in addition to the manufacturer's label. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers- Paint 1. Glidden. 2. Devoe. 3. Sherwin-Williams. B. Manufacturers- Primer Sealers 1. Glidden 2. Devoe. Painting(Architectural Surfaces) 099101-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Sherwin-Williams. C. Manufacturers- Field Catalyzed Coatings 1. Glidden. 2. Devoe. 3. Sherwin-Williams. D. Substitutions: Under provisions of Section 00 72 00. 2.02 MATERIALS A. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating; good flow and brushing properties; capable of drying or curing free of streaks or sags. B. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners and other materials not specifically indicated but required to achieve the finishes specified, of commercial quality. C. Patching Materials: Latex filler. D. Fastener Head Cover Materials: Latex filler. 2.03 FINISHES A. Refer to schedule at end of section for surface finish schedule. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate conditions are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. C. Test shop applied primer for compatibility with subsequent cover materials. D. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: 1. Interior Wood: 15 percent, measured in accordance with ASTM D2016. 3.02 PREPARATION A. Remove or mask electrical plates, hardware, light fixture trim, escutcheons, and fittings prior to preparing surfaces or finishing. B. Correct defects and clean surfaces which affect work of this section. C. Seal with shellac and seal marks which may bleed through surface finishes. D. Impervious Surfaces: Remove mildew by scrubbing with solution of tri-sodium phosphate and bleach. Rinse with clean water and allow surface to dry. E. Aluminum Surfaces Scheduled for Paint Finish: Remove surface contamination by steam or high pressure water. Remove oxidation with acid etch and solvent washing. Apply etching primer immediately following cleaning. F. Insulated Coverings: Remove dirt, grease, and oil from canvas and cotton. G. Copper Surfaces Scheduled for a Paint Finish: Remove contamination by steam, high pressure water, or solvent washing. Apply vinyl etch primer immediately following cleaning. H. Galvanized Surfaces: Remove surface contamination and oils and wash with SSPC lacquer thinner or solvent wipe. Apply coat of etching primer. Painting(Architectural Surfaces) 099101-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 I. Uncoated Steel and Iron Surfaces: Remove grease, mill scale, weld splatter, dirt, and rust. Where heavy coatings of scale are evident, remove by power tool wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Spot prime paint after repairs. J. Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Prime metal items including shop primed items. K. Interior Wood Items Scheduled to Receive Paint Finish: Wipe off dust, grit, and foreign matter prior to priming. Seal knots, pitch streaks, and sappy sections with sealer. Fill nail holes and cracks after primer has dried; sand between coats. L. Metal Doors Scheduled for Painting: Seal top and bottom edges with primer. 3.03 APPLICATION A. Apply products in accordance with manufacturer's instructions. B. Do not apply finishes to surfaces that are not dry. C. Apply each coat to uniform finish. D. Apply each coat of paint slightly darker than preceding coat unless otherwise approved. E. Sand wood and metal lightly between coats to achieve required finish. F. Vacuum clean surfaces free of loose particles. Use tack cloth just prior to applying next coat. G. Allow applied coat to dry before next coat is applied. H. Prime concealed surfaces of interior woodwork with primer paint. 3.04 FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT A. Prime and paint exposed pipes, conduit, bores, brackets, collars and supports except where items are pre-finished. B. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed priorto finishing. C. Refer to schedule of color coating and identification for piping. 3.05 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under Special Provisions requirements. 3.06 CLEANING A. Clean work under Special Provisions requirements. B. Collect waste material which may constitute a fire hazard, place in closed metal containers and remove daily from site. 3.07 SCHEDULE -EXTERIOR SURFACES (d.f.t. =dry film thickness) A. Steel- Unprimed. 1. One coat Glidden #5205 primer, or Devoe 13101 Mirro Lac Rust Penetrating Primer, 1.5 mils d.f.t. 2. Two coats Glidden #800 Series Alkyd Urethane Enamel, or Devoe 70xx Mirro Lac Alkyd Urethane Enamel. 1.5 mils d.f.t. each coat. B. Steel-Shop Primed. 1. Touch-up with Glidden #5205 primer or Devoe 13101 Mirro Lac Rust Penetrating Primer. Painting(Architectural Surfaces) 09 9101—4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Two coats I.C.I. "Devshield"#4328 Alkyd Urethane Gloss Enamel. C. Steel- Galvanized 1. One coat etching primer vinyl butyryl wash, .5 mil d.f.t. 2. One coat Glidden#5205 Primer or Devoe 13201 Galvanized Iron Primer. 3. Two coats I.C.I. "Devshield"#4328 Alkyd Urethane Gloss Enamel. 3.08 SCHEDULE-INTERIOR SURFACES A. Wood - Painted 1. One coat Glidden #310 prime sealer or Devoe 51501 De-Vo-Ko Q/D Enamel Undercoat. 2. Two coats I.C.I. "Devshield"#4328 Alkyd Urethane Gloss Enamel. B. Smart Siding Panels 1. Two coats 100%Acrylic or Latex C. Steel- Unprimed. 1. One coat Glidden #5205 Primer, or Devoe 13101 Mirro Lac Rust Penetrating Primer, 1.5 mils d.f.t. 2. Two coats I.C.I. "Devshield"#4328 Alkyd Urethane Gloss Enamel. D. Steel- Primed. 1. Touch-up with Glidden #5205 primer or Devoe 13101 Mirro Lac Rust Penetrating Primer. 2. Two coats I.C.I. "Devshield"#4328 Alkyd Urethane Enamel. E. Steel- Galvanized 1. One coat etching primer vinyl butyryl wash, .5 mil d.f.t. 2. One coat Glidden #5205 primer, or Devoe 13201 Galvanized Alkyd Primer, 1.5 mils d.f.t. 3. Two coats I.C.I. "Devshield"#4328 Alkyd Urethane Enamel. 3.09 SCHEDULE-COLORS A. Colors to be selected by Engineer and approved by Owner. END OF SECTION Painting(Architectural Surfaces) 099101-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Painting(Architectural Surfaces) 099101-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 09 96 00 HIGH PERFORMANCE COATINGS (PIPING AND MECHANICAL EQUIPMENT) PART1 GENERAL 1.01 SUMMARY A. Section Includes: Field applied high performance coatings. 1.02 REFERENCES A. NSF International (NSF): 1. NSF 61 - Drinking Water System Components - Health Effects. B. SSPC—Society for Protective Coatings: 1. SSPC SP1 - Solvent Cleaning. 2. SSPC SP2 - Hand Tool Cleaning. 3. SSPC SP3 - Power Tool Cleaning. 4. SSPC SP5 -White Metal Blast Cleaning. 5. SSPC SP6 - Commercial Blast Cleaning. 6. SSPC SP7 - Brush-Off Blast Cleaning. 7. SSPC SP10 - Near-White Blast Cleaning. 8. SSPC SP 11 - Power Tool Cleaning to Bare Metal. 9. SSPC-SP 12 - High- and Ultrahigh-Pressure Water Jetting. C. Underwriters' Laboratory (UL): 1. UL 3P83- Drinking Water System Components- Health Effects. D. National Association of Pipe Fabricators: 1. NAPF 500-03 Surface Preparation Standard for Ductile Iron Pipe and Fittings in Exposed Locations Receiving Special External Coatings and /or Special Internal Linings. 1.03 DEFINITIONS A. Submerged Metal: Steel or iron surfaces below tops of channel or structure walls which will contain water even when above expected water level. B. Submerged Concrete and Masonry Surfaces: Surfaces which are or will be: High Performance Coatings(Piping and Mechanical Equipment) 099600-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. Underwater. 2. In structures which normally contain water. 3. Below tops of walls of water containing structures. C. Dry Film Thickness (DFT): Thickness of fully cured coating, measured in mils. D. Volatile Organic Compound: Volatile Organic Compound (VOC): Content of air polluting hydrocarbons in uncured coating product measured in units of grams per liter or pounds per gallon. 1.04 PERFORMANCE REQUIREMENTS A. Coating materials for concrete and metal surfaces shall be especially adapted for use in water treatment plants. B. Coating materials used in conjunction with potable water supply systems shall be certified to NSF 61 or UL 3P83. 1.05 SUBMITTALS A. General: Submit in accordance with Section 00 72 00. B. Shop Drawings: Include schedule of where and for what use coating materials are proposed in accordance with requirements for Product Data. C. Product Data: Include description of physical properties of coatings including solids content and ingredient analysis, VOC content, temperature resistance, typical exposures and limitations, and manufacturer's standard color chips. 1. Regulatory Requirements: Include requirements concerning the following a. Volatile organic compound limitations. b. Coatings containing lead compounds. c. Abrasives and abrasive blast cleaning techniques, and disposal. d. NSF or UL certification of coatings for use in potable water supply systems. D. Samples: Samples: Include 8 inch square draw-downs or brush-outs of topcoat finish when requested. Identify each sample as to finish, formula, color name and number and sheen name and gloss units. E. Certificates: Submit in accordance with requirements for Product Data. F. Manufacturer's Instructions: Include the following 1. Special requirements for transportation and storage. 2. Mixing instructions. 3. Shelf Life. High Performance Coatings(Piping and Mechanical Equipment) 099600-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 4. Pot life of material. 5. Precautions for applications free of defects. 6. Surface preparation. 7. Method of application. 8. Recommended number of coats. 9. Recommended thickness of each coat. 10. Recommended total thickness. 11. Drying time of each coat, including prime coat. 12. Required prime coat. 13. Compatible and non-compatible prime coats. 14. Recommended thinners,when recommended. 15. Limits of ambient conditions during and after application. 16. Time allowed between coats. 17. Required protection from sun, wind and other conditions. 18. Touch-up requirements and limitations. G. Manufacturer's Field Reports: Submit for ENGINEER's record only. H. Operations and Maintenance Data: Submit as specified in Special Provisions. 1.06 QUALITY ASSURANCE A. Qualifications of Applicator: 1. Minimum of 5 years experience applying specified type or types of coatings under conditions similar to those of the Work. 2. Manufacturer approved applicator when manufacturer has approved applicator program. 3. Approved and licensed by polymorphic polyester resin manufacturer to apply polymorphic polyester resin coating system. 4. Applicator of off-site application of coal tar epoxy shall have successfully applied coal tar epoxy on similar surfaces in material, size, and complexity as on the Project. B. Regulatory Requirements: Comply with governing agencies' regulations by using coatings that do not exceed permissible volatile organic compound limits and do not contain lead. 1. Do not use coal tar epoxy in contact with drinking water. High Performance Coatings(Piping and Mechanical Equipment) 099600-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. Field Samples: Prepare and coat a minimum 100 square foot area between corners or limits such as control or construction joints of each system. Approved field sample may be part of Work. D. Pre-installation Conference: Conduct as specified. E. Compatibility of Coatings: Use products by same manufacturer for prime coats, intermediate coats, and finish coats on same surface, unless specified otherwise. F. Services of Coating Manufacturers Representative: Arrange for coating manufacturers representative to attend pre-installation conferences and to make periodic visits to the project site to provide consultation and inspection services during surface preparation and application of coatings. 1.07 PRODUCT DELIVERY, STORAGE,AND HANDLING A. Deliver, store, and handle products in accordance with manufacturer's recommendations. B. Remove unspecified and unapproved paints from Project site immediately. C. Deliver containers with labels identifying the manufacturer's name, brand name, product type, batch number, date of manufacturer, expiration date or shelf life, color, and mixing and reducing instructions. D. Store coatings in well-ventilated facility that provides protection from the sun, weather, and fire hazards. Maintain ambient storage temperature between 45 and 90 degrees Fahrenheit, unless otherwise recommended by the manufacturer. E. Take precautions to prevent fire and spontaneous combustion. 1.08 PROJECT CONDITIONS A. Surface Moisture Contents: Do not paint surfaces that exceed manufacturer specified moisture contents, or when not specified by the manufacturer, the following moisture contents: 1. Plaster and Gypsum Wallboard: 12 percent. 2. Masonry, Concrete and Concrete Block: 12 percent. 3. Interior Located Wood: 15 percent. 4. Concrete Floors: 7 percent. B. Do Not Paint or Coat: 1. Under dusty conditions. 2. When light on surfaces measures less than 15 foot-candles. 3. When ambient or surface temperature is less than 45 degrees Fahrenheit. 4. When relative humidity is higher than 85 percent. 5. When surface temperature is less than 5 degrees Fahrenheit above dew point. High Performance Coatings(Piping and Mechanical Equipment) 099600-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 6. When surface temperature exceeds the manufacturer's recommendation. 7. When ambient temperature exceeds 90 degrees Fahrenheit, unless manufacturer allows a higher temperature. 8. Apply clear finishes at minimum 65 degrees Fahrenheit. C. Provide fans, heating devices, or other means recommended by coating manufacturer to prevent formation of condensate or dew on surface of substrate, coating between coats and within curing time following application of last coat. D. Provide adequate continuous ventilation and sufficient heating facilities to maintain minimum 50 degrees Fahrenheit for 24 hours before, during and 72 hours after application of finishes. 1.09 SEQUENCING AND SCHEDULING A. Sequence and Schedule: As directed by the Engineer. 1.10 MAINTENANCE A. Extra Materials: Deliver in accordance with the manufacturer's recommendations. Include minimum 1 gallon of each type and color of coating applied. 1. When manufacturer packages material in gallon cans, deliver unopened labeled cans as comes from factory. 2. When manufacturer does not package material in gallon cans, deliver material in new gallon containers, properly sealed and identified with typed labels indicating brand, type and color. PART PRODUCTS 2.01 MANUFACTURERS A. Special Coatings: One of the following or equal: 1. Tnemec: Tnemec Co., Kansas City, MO. 2. S-W: Sherwin-Williams Co., Cleveland, OH. 2.02 PREPARATION AND PRETREATMENT MATERIALS A. Metal Pretreatment: As manufactured by one of the following or equal: 1. Tnemec: Tneme-Grip 32-1210. 2. S-W: B71Y1 DTM Wash. B. Surface Cleaner and Degreaser: As manufactured by one of the following or equal: 1. Simple Green Heavy Duty Cleaner Degreaser. High Performance Coatings(Piping and Mechanical Equipment) 099600-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2.03 COATING MATERIALS A. High Build Epoxy: As manufactured by the following or equal: 1. Tnemec: Series 141 Epoxoline 2. Sherwin-Williams: Macropoxy 5500 Epoxy (1358-740 Series) B. Aliphatic or Aliphatic-acrylic Polyurethane: As manufactured by one of the following or equal: 1. Tnemec: Series 1075, Semi-Gloss Endura-Shield II. 2. Sherwin-Williams Hi Solids Polyurethane (1365-300 Series) C. Epoxy Primer/Intermediate Coat: 1. Tnemec: Series 66 Hi-Build Epoxoline 2. Sherwin-Williams: Macropoxy 5500 Epoxy (1358-740 Series) D. Asphalt Varnish: 1. Tnemec: Series 46-465 H.B. Tnemecol 2.04 MIXES A. Mix epoxy parts in accordance with manufacturer's instructions. PART 3 EXECUTION 3.01 PROTECTION A. Protect adjacent surfaces from coatings and damage. Repair damage resulting from inadequate or unsuitable protection. B. Furnish sufficient drop cloths, shields and protective equipment to prevent spray or droppings from fouling surfaces not being coated and in particular, surfaces within storage and preparation area. C. Place cotton waste, cloths and material that may constitute fire hazard in closed metal containers and remove daily from site. D. Remove electrical plates, surface hardware, fittings and fastenings, prior to application of coating operations. Carefully store, clean and replace on completion of coating in each area. Do not use solvent or degreasers to clean hardware that may remove permanent lacquer finish. 3.02 GENERAL PREPARATION A. Prepare surfaces in accordance with coating manufacturer's instructions, unless more stringent requirements are specified in this Specification. B. Protect following surfaces from abrasive blasting by masking, or other means: 1. Threaded portions of valve and gate stems. High Performance Coatings(Piping and Mechanical Equipment) 099600-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Machined surfaces for sliding contact. 3. Surfaces to be assembled against gaskets. 4. Surfaces of Shafting on which sprockets are to fit. 5. Surfaces of shafting on which bearings are to fit. 6. Machined surfaces of bronze trim, including those slide gates. 7. Cadmium-plated items except cadmium-plated, zinc-plated, or sherardized fasteners used in assembly of equipment requiring abrasive blasting. 8. Galvanized items, unless scheduled to be coated. C. Protect installed equipment, mechanical drives, and adjacent coated equipment from abrasive blasting to prevent damage caused by entering sand or dust. D. Concrete: Clean concrete surfaces of dust, mortar, fins, loose concrete particles, form release materials, oil, and grease. Fill voids so that surface is smooth. Etch or brush off-blast clean SSPC SP-7) as recommended by coating manufacturer. E. Ferrous Metal Surfaces: 1. Remove grease and oil in accordance with SSPC SP-1. 2. Remove rust, scale, and welding slag and spatter, and prepare surfaces in accordance with SSPC SP-2 through SP-10. 3. Abrasive blast surfaces prior to coating. 4. When abrasive blasted surfaces rust or discolor before coating, abrasive blast surfaces again to remove rust and discoloration. 5. When metal surfaces are exposed because of coating damage, abrasive blast surfaces before touching-up. F. Ferrous Metal Surfaces Not to be Submerged: Abrasive blast in accordance with SSPC SP-6, unless blasting may damage adjacent surfaces, prohibited or specified otherwise. Where not possible to abrasive blast, power tool clean surfaces in accordance with SSPC SP-3. G. Ferrous Metal Surfaces to be Submerged: Unless specified otherwise, abrasive blast in accordance with SSPC SP-10 or better to clean and provide roughened surface profile of not less than 2 mils and not more than 4 mils in depth when measured with Elcometer 123, or as recommended by the coating manufacturer. H. Ductile Iron Pipe and Fittings to be lined or Coated: Abrasive blast clean in accordance with NAPF-500-03. I. Sherardized Aluminum, Copper, and Bronze Surfaces: Prepare in accordance with paint manufacturer's instructions. J. Galvanized Surface: High Performance Coatings(Piping and Mechanical Equipment) 099600-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. Degrease or solvent clean to remove oily residue. 2. Remove all soluble and insoluble contaminants. Remove any storage stains per Section 6.2 of ASTM d6386. Abrasive blast as per ASTM D 6386 to achieve a 2.0 mil angular anchor profile. 3. Power tool or hand tool clean or whip abrasive blast. 4. Apply metal pretreatment within 24 hours before coating galvanized surfaces that cannot be thoroughly abraded physically, such as bolts, nuts, or preformed channels. K. Shop Primed Metal: 1. Remove shop primer from metal to be submerged by abrasive blasting in accordance with SSPC SP-10, unless manufacturer of coating system requires greater degree of surface preparation. 2. Correct abraded, scratched or otherwise damaged areas of shop prime coat by sanding or abrasive blasting in accordance with SSPC SP-6. 3. When entire shop priming fails or has weathered excessively, or when recommended by coating manufacturer, abrasive blast shop prime coat to remove entire coat and prepare surface in accordance with SSPC SP-10. 4. When incorrect prime coat is applied, remove incorrect prime coat by abrasive blasting in accordance with SSPC SP-10. 5. When prime coat not authorized by ENGINEER is applied, remove unauthorized prime coat by abrasive blasting in accordance with SSPC SP-10. 6. Shop Applied Bituminous Paint Asphalt Varnish: Abrasive blast clean shop applied bituminous paint or asphalt varnish from surfaces scheduled to receive non-bituminous coatings. L. Abrasive blast cadmium-plated, zinc-plated, or sherardized fasteners in same manner as unprotected metal when used in assembly of equipment designated for abrasive blasting. M. Abrasive blast components to be attached to surfaces that cannot be abrasive blasted before components are attached. N. Grind sharp edges to approximately 1/8-inch radius. O. Remove and grind smooth all excessive weld material and weld spatter before blast cleaning. 3.03 MECHANICAL AND ELECTRICAL EQUIPMENT A. Identify equipment, ducting, piping, and conduit in accordance with Section 26 05 53. B. Remove grilles, covers and access panels for mechanical and electrical system from location and paint separately. C. Finish paint primed equipment with color selected by the OWNER. High Performance Coatings(Piping and Mechanical Equipment) 099600-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 D. Prime and paint insulated and bare pipes, conduits, boxes, insulated and bare ducts, hangers, brackets, collars and supports, except where items are plated or covered with prefinished coating. E. Replace identification markings on mechanical or electrical equipment when painted over or spattered. F. Paint interior surfaces of air ducts, convector and baseboard heating cabinets that are visible through grilles and louvers with one coat of flat black paint, to limit of sight line. G. Paint dampers exposed immediately behind louvers, grilles, convector and baseboard cabinets to match face panels. H. Paint exposed conduit and electrical equipment occurring in finished areas with color and texture to match adjacent surfaces. I. Paint both sides and edges of plywood backboards for electrical equipment before installing backboards and mounting equipment on them. J. Color code equipment, piping, conduit and exposed ductwork and apply color banding and identification, such as flow arrows, naming and numbering, in accordance with DIVISIONS 26. 3.04 GENERAL PROTECTION A. Protect adjacent surfaces not to be coated from spatter and droppings with drop cloths and other coverings. 1. Mask off surfaces of items not to be coated or remove items from area. 3.05 GENERAL APPLICATION REQUIREMENTS A. Apply coatings in accordance with manufacturer's instructions. B. Coat metal unless specified otherwise. C. Verify metal surface preparation immediately before applying coating in accordance with SSPC Pictorial Surface Preparation Standard. D. Allow surfaces to dry, except where coating manufacturer requires surface wetting before coating. E. Wash coat and prime sherardized, aluminum, copper, and bronze surfaces, or prime with manufacturers recommended special primer. F. Prime shop primed metal surfaces. Spot prime exposed metal of shop primed surfaces before applying primer over entire surface. G. Apply minimum number of specified coats. H. Apply coats to thicknesses specified, especially at edges and corners. I. Apply additional coats when necessary to achieve specified thicknesses. J. Coat surfaces without drops, ridges, waves, holidays, laps, or brush marks. K. Remove spatter and droppings after completion of coating. High Performance Coatings(Piping and Mechanical Equipment) 099600-9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 L. When multiple coats of same material are specified, tint prime coat and intermediate coats with suitable pigment to distinguish each coat. M. Dust coatings between coats. Lightly sand and dust surfaces to receive high gloss finishes, unless instructed otherwise by coating manufacturer. N. Apply coating by brush, roller, trowel, or spray, unless particular method of application is required by coating manufacturer's instructions or these Specifications. O. Spray Application: 1. When using spray application, apply coating to thickness not greater than that suggested in coating manufacturer's instructions for brush coat application. 2. Use airless spray method, unless air spray method is required by coating manufacturer's instruction or these Specifications. 3. Conduct spray coating under controlled conditions. Protect adjacent construction and property from coating mist or spray. P. Drying and Recoating: 1. Provide fans, heating devices, or other means recommended by coating manufacturer to prevent formation of condensate or dew on surface of substrate, coating between coats and within curing time following application of last coat. 2. Limit drying time to that required by these Specifications or coating manufacturer's instructions. 3. Do not allow excessive drying time or exposure that may impair bond between coats. 4. Recoat epoxies within time limits recommended by epoxy manufacturer. 5. When time limits are exceeded, abrasive blast coat prior to applying another coat. 6. When limitation on time between abrasive blasting and coating cannot be met before attachment of components to surfaces that cannot be abrasive blasted, coat components before attachment. 7. Ensure primer and intermediate coats of coating are unscarred and completely integral at time of application of each succeeding coat. 8. Touch up suction spots between coats and apply additional coats where required to produce finished surface of solid, even color, free of defects. 9. Leave no holidays. 10. Sand and recoat scratched, contaminated, or otherwise damaged coating surfaces so damages are invisible to naked eye. 3.06 CYCLOALIPHATIC AMINE EPDXY SYSTEM A. Preparation: High Performance Coatings(Piping and Mechanical Equipment) 09 96 00-10 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. Prepare surfaces in accordance with general preparation requirements and as follows: a. Abrasive blast ferrous metal surfaces to be submerged at jobsite in accordance with SSPC SP-10 prior to coating. When cleaned surfaces rust or discolor, abrasive blast surfaces in accordance with SSPC SP-10. b. Abrasive blast non-submerged ferrous metal surfaces at jobsite in accordance with SSPC SP-6, Commercial Blast Cleaning, prior to coating. When cleaned surfaces rust or discolor, abrasive blast surfaces in accordance with SSPC SP-6. c. Abrasive blast clean ductile iron surfaces in accordance with SSPC SP-7. B. Application: 1. Apply coatings in accordance with general application requirements and as follows: a. Apply minimum 2-coat system with total dry film thickness of 10 mils. b. Recoat or apply succeeding epoxy coats within time limits recommended by manufacturer. Prepare surfaces for recoating in accordance with manufacturer's instructions. c. Coat metal to be submerged before installation when necessary, to obtain acceptable finish and to prevent damage to other surfaces. d. Coat entire surface of support brackets, stem guides, pipe clips, fasteners, and other metal devices bolted to concrete. e. Coat surface of items to be exposed and adjacent 1 inch to be concealed when embedded in concrete or masonry. 3.07 EPDXY AND POLYURETHANE COATING SYSTEM A. Preparation: 1. Prepare surfaces in accordance with general preparation requirements and as follows: a. Touch up shop primed steel and miscellaneous iron. b. Abrasive blast ferrous metal surfaces at jobsite in accordance with SSPC SP-6, Commercial Blast Cleaning, prior to coating. When cleaned surfaces rust or discolor, abrasive blast surfaces in accordance with SSPC SP-6. c. Degrease or solvent clean, whip abrasive blast, power tool, or hand tool clean galvanized metal surfaces. d. Lightly abrasive blast or sand fiberglass and plastic to be coated to roughen surfaces prior to coating. e. Abrasive blast clean ductile iron surfaces in accordance with SSPC SP-7. B. Application: 1. Apply coatings in accordance with general application requirements and as follows: High Performance Coatings(Piping and Mechanical Equipment) 09 96 00-11 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Apply 3 coat system consisting of: a. Primer: 4 to 5 mils dry film thickness cycloaliphatic amine epoxy primer, b. Intermediate Coat: 4 to 5 mils dry film thickness cycloaliphatic amine epoxy intermediate coat, and c. Top Coat: 2.5 to 3.5 mils dry film thickness aliphatic or aliphatic-acrylic polyurethane topcoat. 3. Recoat or apply succeeding epoxy coats within 30 days or within time limits recommended by manufacturer, whichever is shorter. Prepare surfaces for recoating in accordance with manufacturer's instructions. 3.08 ASPHALT VARNISH A. Preparation: 1. Prepare surfaces in accordance with general preparation requirements. B. Application: 1. Apply coatings in accordance with general application requirements and as follows: a. Apply minimum 2 coats. 3.09 FIELD QUALITY CONTROL A. Each coat will be inspected. Strip and remove defective coats, prepare surfaces and recoat. When approved, apply next coat. B. Control and check dry film thicknesses and integrity of coatings. C. Measure dry film thickness with calibrated thickness gauge. Dry film thicknesses may be checked with Elcometer or Positector 6000. D. Verify coat integrity with low-voltage holiday detector. Allow ENGINEER to use detector for additional checking. E. Check wet film thickness before coal tar epoxy coating cures on concrete or non-ferrous metal substrates. 3.10 SCHEDULE OF ITEMS NOT REQUIRING COATING A. General: Unless specified otherwise, the following items do not require coating. 1. Items that have received final coat at factory and not listed to receive coating in field. 2. Aluminum, brass, bronze, copper, plastic, rubber, stainless steel, chrome, everdur, or lead. 3. Buried or encased piping or conduit. 4. Exterior Concrete. High Performance Coatings(Piping and Mechanical Equipment) 09 96 00-12 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. Galvanized pipe trays and cable trays. 6. Grease fittings. 7. Fiberglass ducting or tanks in concealed locations. 8. Steel to be encased in concrete or masonry. 3.11 SCHEDULE OF SURFACES TO BE COATED IN THE FIELD A. In general, apply coatings to steel, iron, and wood surfaces unless specified or otherwise indicated on the Drawings. Coat concrete surfaces and anodized aluminum only when specified or indicated on the Drawings. B. Following schedule is incomplete. Coat unlisted surfaces with same coating system as similar listed surfaces. Verify questionable surfaces. C. Metals: 1. Cycloaliphatic Amine Epoxy and Polyurethane System: exterior and interior non- immersed ferrous metal surfaces including: a. Doors, doorframes, ventilators, louvers, grilles, exposed sheet metal, and flashing. b. Pipe, valves, pipe hangers, supports and saddles, conduit, cable tray hangers, and supports. c. Motors and motor accessory equipment. d. Drive gear, drive housing, coupling housings, and miscellaneous gear drive equipment. e. Valve and gate operators and stands. f. Structural steel including galvanized structural steel. g. Crane and hoist rails. h. Exterior of tanks and other containment vessels. i. Mechanical equipment supports, drive units, and accessories. j. Pumps not submerged. k. Other miscellaneous metals. 2. Cycloaliphatic Amine Epoxy System: a. Field priming of Ferrous metal surfaces with defective shop prime coat where no other prime coat is specified; for non-immersion service. b. Exterior of submerged piping and valves other than stainless steel or PVC piping. High Performance Coatings(Piping and Mechanical Equipment) 09 96 00-13 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 c. Submerged pipe supports and hangers. d. Stem guides. e. Other submerged iron and steel metal unless specified otherwise. f. Interior surface of AWWA C504 Butterfly Valves. g. Interior surface of pumps that have interior coating. h. Submerged piping. i. Interior of steel fabricated fittings on discharge piping. j. Submerged pumps. 3. Asphalt Varnish: a. Underground valves and valve boxes. D. Fiberglass and Plastic Surfaces: 1. Epoxy and Polyurethane: a. Plastic piping. b. Plastic exposed to sunlight. END OF SECTION High Performance Coatings(Piping and Mechanical Equipment) 09 96 00-14 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 13 50 01 SCADA SYSTEM PART1 GENERAL 1.01 SCOPE OF WORK A. The SCADA Contractor shall provide a complete and functioning SCADA (Supervisory Control and Data Acquisition)system for monitoring and control of elevated tanks. B. The work will include the following elements: 1. Flour Bluff Elevated Tank Site a. Provide SCADA panel b. Provide SCADA PLC programming C. Provide network connections from City MIS cabinet to SCADA PLC and to UPS's 2. ONSWTP a. Provide HMI programming modifications as described herein for monitoring and control of elevated tanks. 1.02 STANDARDS A. All work under this specification section shall be performed in accordance with the latest edition of applicable codes and standards of the following organizations: 1. Instrument Society of America (ISA) 2. National Electric Code (NEC) 3. National Electrical Manufacturers Association (NEMA) 4. Institute of Electrical and Electronic Engineers (IEEE) 5. American National Standards Institute (ANSI) 6. Electronic Industries Association (EIA) / Telecommunications Wiring Standard (TIA) 7. Occupational Safety and Health Act of 1970, As Amended (OSHA) 1.03 SCADA CONTRACTOR'S QUALIFICATIONS AND EXPERIENCE A. The complete SCADA system including all hardware and software shall be designed, furnished, installed, connected, configured, calibrated and commissioned by a pre- approved SCADA Contractor. B. The SCADA Contractor shall be a "systems house," regularly engaged in the design and the installation of computer systems and their associated subsystems as they are applied to the municipal water or wastewater industry. For the purposes of this specification section, a "systems house" shall be interpreted to mean an organization that complies with all of the following criteria: 1. Employs a registered professional Control Systems Engineer or Electrical Engineer to supervise or perform the work required by this specification section. SCADA SYSTEM 13 50 01-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Employs personnel on this project who have successfully completed a manufacturer's training course on the configuration and implementation of the specific programmable controllers, computers and software proposed for this project. 3. Has performed work of similar or greater complexity on at least three (3) projects within the last five (5) years and has implemented and completed at least one of these three projects with the proposed HMI software 4. Has been in the water/wastewater industry performing the type of work specified in this specification section for the past five (5) continuous years C. The following SCADA Contractors are pre-approved to provide all instrumentation and controls works. 1. Prime Controls 2. RLC Controls D. Other contractors requesting pre-approval shall submit documentation that will demonstrate compliance with the above requirements. Documentation shall be received by the Engineer withing ten (10) days of the bid date and shall include company data, resumes of key personnel, dated project experience record along with contact information of project Ciitys who can validate the experience record. 1.04 DRAWINGS AND SPECIFICATIONS A. The drawings and specifications are complementary. Work shown on the drawings and not described herein, and work described herein and not shown on the drawings, shall be executed in the most thorough manner and with the best materials as though fully described by both drawings and specifications. B. Field verification of scale dimensions on drawings is directed since actual locations, distances, and levels will be governed by actual field conditions. C. The SCADA Contractor shall review foundation, structural, piping, mechanical, and electrical drawings and shall adjust his work to conform to all conditions indicated thereon. D. All materials, equipment, apparatus, or other products not specifically mentioned in the specifications or noted on the drawings, which are obviously necessary to make a complete working installation, shall be included. 1.05 SCADA DOCUMENTATION A. The SCADA Contractor shall provide the following documentation in accordance with City of Corpus Christi Engineering Standard E-13420 1. P&ID of elevated tank 2. Instrument index 3. Instrument data sheets 4. Loop circuit diagrams 5. Logic diagrams in ladder diagram or functional block format 6. SCADA network architecture diagram B. The SCADA Contractor shall provide full documentation for field instruments, UPS and for all City furnished materials and equipment including complete manuals for installation, operation, calibration, troubleshooting, software and hardware. Documentation shall be neatly organized, legible and complete. SCADA SYSTEM 13 50 01-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. The SCADA Contractor shall provide complete as-built drawings, describing the SCADA system and the related wiring interface details accurately and completely. Wiring diagrams shall include complete, detailed as-built wiring diagrams and loop sheets for the new SCADA panels .The SCADA Contractor shall provide fully detailed loop sheets, which identify each of the components connected to the radio and PLC equipment. The loop sheets shall identify components, terminals and location of each device associated with each loop. D. The SCADA Contractor shall provide SCADA network architecture diagrams for both the elevated storage tanks. The diagrams shall include all networked devices, cabling and wiring, port numbers and network address assignments. E. The SCADA Contractor shall provide a narrative operating description of the completed system with all operating set-points and functional time delay settings. F. The SCADA Contractor shall provide two sets of documentation when the project is ready to be punched out. These two sets shall be for review and comment by the Engineer and/or Ciity's representative. The SCADA Contractor shall incorporate any engineering review comments into the final documentation. The SCADA Contractor shall provide 4 sets of final documentation to the Ciity and 1 set to the Engineer. 1.06 SUBMITTALS FOR APPROVAL: A. Procedure: 1. Submit in accordance with Technical Specification Section 26 00 00, Electrical General Provisions. 2. Provide one (1) complete submittal containing all items required herein. 3. Partial or incomplete submittals or submittals not complying with the requirements of Section 26 00 00 will be returned DISAPPROVED without comment. B. The shop drawing submittals shall provide detailed information specific to the project requirements as outlined below: 1. Component Data Sheets shall be provided for each individual component, device, system or subsystem supplied on this project. Catalog sheets shall include complete data, descriptive literature, application information, operating ranges, accuracy, specifications, calibration requirements, wiring diagrams, power sources, options and accessories. Where multiple items, catalog numbers or options are indicated on a Data Sheet, it shall be clearly marked to indicate specifically what is being furnished on this project. 2. A Bill of Materials shall be provided, which shall list all of the instruments, equipment, panels and devices supplied by SCADA Contractor and by the City on this project, grouped by location, and identified by code numbers consistently and systematically. The tabulation shall include as a minimum the instrument name and model, tag number, service description, options and accessories provided and the quantities. 3. Panel Drawings shall be provided for each enclosure or control panel provided. Drawings shall include front panel elevations and layout of the internal panel SCADA SYSTEM 13 50 01-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 components, drawn to scale. Panel drawings shall be fully detailed showing hinges, doors, latches, sub panels, components, cut-outs, panel face mounted devices, nameplates and service legends. 4. Field Wiring Diagrams shall be provided showing wiring interconnections between equipment, panels, junction boxes and field mounted devices. The wiring diagram shall identify each cable and conductor by overall cable identification, size and type (i.e., gage, THHN, twisted shielded, coaxial, etc.), as well as color code and numbering. 5. Loop Sheets shall be completed for each 1/0 device. Related devices may be combined onto one loop sheet. Loop diagrams shall be 11" x 17" and in the electronic format AutoCAD. The loop sheets shall be numbered for identification with the loop number. In summary the loop sheet shall contain the information to connect, calibrate and replace/trouble shoot the instrument without reference to any other materials. The loop diagram shall identify electrical, piping and information to completely represent the uses and connection of the equipment. The loop diagram shall use the same symbols and identifiers used in the P&ID's. Tagging or numbering must correspond with the P&ID. The loop diagram shall contain at a minimum the following information: a. Identification of the loop components shown on the P&ID's. Components of the loop shall be shown and identified. b. Word description of loop functions shall be shown within the title. If not adequate, use a supplemental note. Identify any special features. C. Indication of the interrelation to other instrument loops, including overrides, interlocks, cascaded set point, shutdowns, and safety circuits. d. Point-to-point interconnections with identifying numbers and colors of electrical cables, (both overall cable and individual wire trays), pneumatic multitubes, and individual pneumatic and hydraulic tubing. This identification of interconnections including junction boxes, terminals, bulkheads, ports, shield and grounding connections. e. General location of devices such as field devices, panels, auxiliary equipment racks, termination cabinets, and the 1/0 cabinets, etc. f. Energy sources such as electrical power, air supply, and hydraulic fluid supply. Identify voltage, pressure and other applicable requirements. For electrical sources, identify circuits. g. Process lines and equipment sufficient to describe the process side of the loop and provide clarity of control action. Included what was being input or output. h. Shelf state, normal operating state, fail-safe state (electronic, pneumatic, or both) of control devices such as relays, controllers, switched control valves, solenoid valve, and transmitters. i. Process equipment, lines, and their identification numbers, source, designation, or flow direction. SCADA SYSTEM 13 50 01-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 j. Reference to supplementary records and drawings, such as installation details, P&ID's, location drawings, wiring diagrams, and instrument specifications. k. Instrument data sheet information (instrumentation data sheets are not required). I. Cross-references between loops that share common components. M. References to equipment descriptions, including set point values for switches, alarm and shutdown devices. n. Signal ranges and calibration information, including set point values for transmitter switches, alarm and shutdown devices. o. Software references numbers, such as 1/0 addresses, control block types and names, network interfaces, point names, etc. 6. Logic Diagrams —The SCADA Contractor shall provide logic diagrams adequately defining the system logic. Logic diagrams may be in any commonly accepted format. Software generated logic diagrams are acceptable. The logic diagrams shall be included in the documentation. 7. Instrument Index — The SCADA Contractor shall develop an Instrument Index for assigning instrument numbers. The Instrument Index shall be included with the documentation. 8. Installation Details shall be provided for each field mounted device, which shall include mounting details, piping, tubing, wiring connections and other necessary for proper equipment of the device. 9. Test Procedures shall be provided for each functional area of the SCADA System. Copies of all test procedures to be used for factory, field and functional tests shall be submitted no later than 15 days before the associated test is scheduled to be performed. 1.07 SUBMITTALS - RECORD DATA: A. Procedure: Submit in accordance with Technical Specification Section 26 00 00. B. Product Data: 1. Final as-built drawings and information for items listed in Paragraph 1.06. C. Instructions: 1. Installation, operation and maintenance instructions for all panel components. PART 2 PRODUCTS 2.01 SCADA PANEL A. Enclosure: Provide NEMA 4X type 316 stainless steel enclosure with stainless steel back panel as indicated on the drawings. SCADA SYSTEM 13 50 01-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Components: Provide all panel components, terminal strips and wiring devices as indicated on the drawings. C. Accessories 1. Luminaire: Provide one (1) 4 foot, 1 lamp, 120 VAC fluorescent strip lighting fixture inside the enclosure controlled by a single pole switch. 2. Receptacle: Provide one (1) 125-volt, single phase, 15 amp duplex receptacle inside enclosure for the UPS input power connection 3. Heater: Provide a 120 VAC thermostatically controlled panel heater with suitable perforated metal guard. D. Conductors and Cables: 1. Power and Control Wiring: a. Materials: Stranded, soft annealed copper. b. Insulation: 600V type MTW. C. Minimum Sizes: 1) Primary power distribution: 12 AWG. 2) Secondary power distribution: 14 AWG. 3) Control: 16 AWG. d. Color: 1) AC power (line and load): BLACK. 2) AC power (neutral): WHITE. 3) AC control: RED. 4) DC power and control: BLUE. 5) Ground: GREEN. 2. Signal Cables: a. Materials: Stranded, soft annealed copper. b. Insulation: 600V, PVC outer jacket. C. Minimum Size: 16 AWG paired or triad. d. Overall aluminum shield (tape). e. Copper drain wire. f. Color: 1) 2 Conductor: a) Positive (+): BLACK. b) Negative (-): WHITE, RED. 2) 3 Conductor: a) Positive (+): BLACK. b) Negative (-): RED. c) Signal: WHITE. SCADA SYSTEM 13 50 01-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 g. Insulate the foil shielding and exposed drain wire for each signal cable with heat shrink tubing. 3. Data Communications a. Ethernet: Category 5e duplex patch cords E. General Wiring Requirements: 1. The SCADA panel shall be completely shop assembled and prewired with field wiring limited to the required external wiring connections. 2. Wiring Methods: Wiring methods and materials for panels shall be in accordance with the NEC requirements for General Purpose (no open wiring) unless otherwise specified. 3. Install all components in accordance with the manufacturer's instructions included in the listing and labeling. 4. Provide transformers, protective devices, and power supplies required to convert the supply voltage to the needed utilization voltage. 5. Provide surge protection device on input supply power. 6. Provide nonmetallic ducts for routing and organization of conductors and cables: a. Size ducts for ultimate build-out of the panel, or for 20 percent spare, whichever is greater. b. Provide separate ducts for signal and low voltage wiring from power and 120 VAC control wiring: C. 120 VAC: Grey colored ducts. d. 24 VDC: White colored ducts. 7. Cables shall be fastened with cable mounting clamps or with cable ties supported by any of the following methods: a. Screw-on cable tie mounts. b. Hammer-on cable tie mounting clips. C. Fingers of the nonmetallic duct. 8. The free ends of cable ties shall be cut flush after final adjustment and fastening. 9. Provide supports at the ends of cables to prevent mechanical stresses at the termination of conductors. 10. Support panel conductors where necessary to keep them in place. 11. Wiring to rear terminals on panel-mount instruments shall be run in nonmetallic duct secured to horizontal brackets run adjacent to the instruments. 12. Conductors and cables shall be run from terminal to terminal without splice or joints. Exceptions: a. Factory applied connectors molded onto cables shall be permitted. Such connectors shall not be considered as splices or joints. 13. The control panel shall be the source of power for all 120 VAC devices interconnected with the control panel including, but not limited to Instruments both mounted in the control panel and remotely connected to the control panel. 14. Identify all conductors and cables (including network cables) with wire markers in accordance with specification Section 26 05 23. SCADA SYSTEM 13 50 01-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 a. Wire numbers used on conductor Identification labels shall match those shown on the final approved schematic and wiring drawings. F. Nameplates 1. Provide a nameplate on the cover of the control panel in accordance with National Electrical Code Article 409. 2. Provide nameplates for all interior and exterior mounted components and devices. 3. Nameplate legends shall match the description as indicated on the approved final shop drawings. 4. Nameplates shall be in accordance with specification Section 26 05 53. 2.02 UNINTERRUPTIBLE POWER SUPPLY A. SCADA UPS: 700 VA/500 watt, 120 VAC input 120VAC output, Powerware Ferrups type, Cat. No. FE700VA. Battery run time shall be 35 minutes at 50% rated load. B. Web Adapter: Web/SNMP adapter, RS-232 to Ethernet, Powerware Part No. 116750225-001 2.03 FIELD INSTRUMENTS A. Field instruments including pressure transmitters, pressure gauges and chlorine analyzer shall be provided as indicated on the drawings. 2.04 TUBING A. Instrument pressure sensing lines shall be 1/2", Type 316L stainless steel or as otherwise noted on design drawings. B. Fittings shall be SwageLok, Type 316 stainless steel or as otherwise specified on the design drawings 2.05 PLC A. The PLC and all associated modules shall be Allen Bradley CompactLogix as indicated on the drawings, no substitution. B. PLC firmware version shall be compatible with present ONSWTP HMI system. C. PLC software operating shall be properly licensed. PART 3 EXECUTION 3.01 GENERAL A. The SCADA Contractor shall provide all labor, materials, equipment, and supervision required to carry out the installation, calibration, programming, testing and start-up of the SCADA system in a manner in keeping with the best standard practices available and in accordance with the manufacturer's recommendations. SCADA SYSTEM 13 50 01-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.02 SCADA PANEL A. Install enclosures so that their surfaces are plumb and level within ±1/8 inch over the entire surface of the panel; anchor securely to floor at each corner, minimum. Direct attachment to dry wall is not permitted. B. Provide floor stand kits for wall-mount enclosures larger than 48 inches high. C. Make all required power, grounding, control, instrumentation and data communications field wiring connections SCADA panel as required. 3.03 FIELD INSTRUMENTS A. Install all field instruments in accordance with the drawings and with manufacturer's instructions. B. All instrument installations shall be calibrated for zero and span in place and noted as such by record to the City's Representative. All connections shall be checked for operational integrity such as leaks and continuity. C. The SCADA Contractor shall check all applicable measuring or control loops for proper operation and provide to the City's Representative for his acceptance, a dated record of the procedure. 3.04 PROGRAMMING A. GENERAL 1. Provide system programming to accomplish the control strategy as described in the Control Narrative Document to be furnished at a later date. 2. Use the tag and loop identifications as indicated on the final approved P&IDs for all tags used and/or assigned as part of the application software work. 3. Provide system upgrades and maintenance fixes for a period of 1 year from project acceptance. B. SCADA PLC 1. The control system logic program shall reside at the PLC level. 2. Program the PLC logic using ladder diagram or functional block method. 3. Provide all manufacturers' original application software and documentation to the City of Corpus Christi Water Department representative at the completion of the project. Provide PLC application program in native format. C. ONSWTP HMI 1. Modification to the existing O.N. Stevens HMI software, National Instruments Lookout Ver. 6.1, incorporating system changes and additions made on this project will be performed by ONSWTP personnel. 3.05 WIRING AND CABLE REQUIREMENTS SCADA SYSTEM 13 50 01-9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 A. SCADA Contractor shall provide and install all conductors, conduits, and cables required throughout as required for a complete and functioning system. The manufacturing and installation of the SCADA System assemblies shall also comply with all other related technical specifications sections. D. SCADA Contractor shall be responsible for quality assurance with his installers and for overseeing and providing the appropriate materials. E. Analog signals shall be installed in shielded signal cables, with the shield and drain properly grounded at one end. Shielded signal cables shall be run in conduit separate and physically separated from all power wiring. Minimum requirement for signal conductors shall be 16 gauge twisted and shielded. F. Wiring shall run without breaks or splices from origin to destination. If in-line terminations are required a suitable junction box with terminal blocks shall be provided for that purpose. Conductors and cables shall be identified by unique wire numbers at each termination and/or junction box. Junction boxes and terminations shall be installed properly and in such a way to avoid entry of water. G. Wiring and conduit shall be installed in a neat and workmanlike manner, in accordance with all applicable codes and standards. When installing buried conduits, care should be taken to avoid existing utilities. If existing utilities are disturbed, they shall be promptly repaired. 3.06 FIELD TESTING AND ACCEPTANCE H. Functional Test. Following connection, check-out and final adjustment of all equipment in the field, a performance check shall be made on each item as follows: 1. Analog signals shall be tested at 0 %, 25 %, 50%, and 100%of scale, as required. 2. Discrete signals shall be tested in both states. 3. Each control loop shall be tested. Testing shall be done from the signal source and include field wiring. 4. If, during running of the tests, one or more points appear to be out by more than the specified amount, the SCADA Contractor's servicemen shall make such adjustment or alterations as are necessary to bring the equipment up to the specification performance. Following such adjustment, the tests shall be repeated to demonstrate compliance. I. Field Acceptance Test Subsequent to the field check-out tests, a complete system field test shall be performed. The system shall operate without failure for a period of 100 hours before this test shall be considered successful. Before this test is started, the SCADA Contractor shall satisfy himself that the system is operating correctly with live data. Any malfunction during the test shall be analyzed and corrections made by the SCADA Contractor. The test witnesses will determine whether any such malfunctions are sufficiently serious to warrant a repeat of this test. 3.07 SYSTEM TRAINING A. Training Manuals: 1. Comprehensive training manuals shall be provided for all training courses. The manuals shall be professionally written to present the course material in a format that is easy to comprehend. The manuals shall serve as teaching aids during SCADA SYSTEM 13 50 01-10 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 presentation of the training classes and shall additionally serve as reference after the training has been completed. It shall not be acceptable for the SCADA Contractor to use control system technical documentation solely as the training manuals since control system documentation is generally not written in an instructional format. Portions of control system documentation may be incorporated into training manuals provided that the overall manual achieves an instructional format. 2. If the SCADA Contractor proposes to use standard training manuals, these manuals shall be revised or appended to reflect control system characteristics. B. Required Training Courses: 1. Training courses shall be tailored to meet the specific needs of several distinct groups of City personnel. The specific categories and number of personnel in each category are identified in the following paragraphs. Class sizes shall be restricted to the number of students that can easily be accommodated. Classes that involve extensive hands-on activities (such as operator training, maintenance training, and software engineering) shall be limited to five students per class. Supervisor and overview courses may include up to ten participants. At least two sessions of each course shall be presented to satisfy class size restrictions and conflicts in City personnel scheduling. Additional sessions shall be presented if required to accommodate the total number of personnel identified for each course. All training classes shall be scheduled Tuesday - Thursday between 8:00 A.M. and 3:30 P.M. Each individual daily training session shall be a minimum duration of two hours and a maximum duration of five hours. 2. The intent of the training program is to provide the City's personnel with comprehensive instruction in all subjects and areas necessary for the efficient configuration, troubleshooting and repair, maintenance, and use of the Control System. If the SCADA Contractor's standard training curriculum includes courses in addition to those discussed below and which are necessary for the efficient configuration, maintenance, and use of the control system, the SCADA Contractor shall also provide these courses. 3. Following is a description of the categories of training to be provided. C. Operator Training 1. Training courses shall be presented that instruct the control system operators in the efficient operation of all aspects of the control system. The course material shall include not only the general operation of the control system but also the operation of the specific Control System features require by this Contract. In particular, the operator training shall include instruction on the use of all operational functionality including, but not limited to alarm logging, trending, and the process displays, database, reports, and control software. D. Software Maintenance Training 1. Training courses shall be presented that shall enable City programmers to develop and maintain all aspects of the control system software. Separate sessions shall be presented that deal with general software maintenance, including control system backup, restoration, archiving. SCADA SYSTEM 13 50 01-11 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. These courses shall address the procedures for the standard control system software, plus material explaining the specific conventions and procedures used by the SCADA Contractor in developing the new control system applications. The courses shall provide instruction in techniques for developing and maintaining current comprehensive documentation for all applications. Elevated Water Storage Tanks—Citywide(ACR Implementation Phase 3) SCADA System City Project No. E16290 13 50 01-12 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 13 50 01 APPENDIX A 1. CONTROL NARRATIVE A. Elevated Storage Tank Booster Pumps: PMP-5851, 5852 1. Description: Monitor pump status. Control pump running when LOR switch is at "REMOTE". 2. Controller programming and configuration: a. Monitor equipment Remote, Running, Speed and Failure status. b. Equipment Remote, Manual and Auto mode control. c. Equipment fail to start and fail to stop. d. Calculate equipment runtime (0.1 hour increments)and number of starts. 3. SCADA HMI required programming and configuration: a. Remote, Running, Speed status and Speed setpoint display. b. All faults and alarms display and reset. c. Event log on: Remote, Running and each fault. d. Equipment runtime display, number of starts display and reset. e. Equipment total runtime display and total number of starts display. f. Equipment speed setpoint control in Remote mode and speed display and log. g. Provide equipment Remote Manual and Remote Auto mode selection software switch. h. Equipment remote manual control (i) Start/Stop pump control. (ii) Speed control. (iii) Fail to Start/ Fail to Stop and reset. i. Equipment remote auto control (i) Equipment will be controlled by System Auto Mode Control function. Refer to System Auto Mode function B. Elevated Storage Tank Pressure Reducing Valve: PRV-5861 1. Description: Monitor device status and control device opening when in Remote mode. 2. Controller programming and configuration: a. Monitor Open, Closed, LOR switch in Remote mode. b. Monitor device fault status. c. Monitor position reading. d. Position control by Remote mode SCADA position setpoint. e. Equipment Remote Manual and Auto mode control. 3. HMI required programming and configuration: a. Device Open, Closed, LOR switch status display. b. Device fault status display and alarm. c. Position setpoint control and position reading display and log. d. Provide equipment Remote Manual and Remote Auto mode selection software switch. SCADA SYSTEM 13 50 01 APPENDIX A-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 e. Remote manual mode (i) Valve position setpoint—Valve manually controlled by SCADA Operator f. Remote auto mode (i) Equipment will be controlled by System Auto Mode Control function. Refer to System Auto Mode function. C. Elevated Storage Tank Drain Line Isolation Valve: HV-5805 1. Description: valve used to isolate tank drain line. 2. Controller programming and configuration: a. Verify following PLC controls and provide program as required for following functions: (i) Monitor Open, Closed, LOR switch in Remote mode. (ii) Monitor device fault status. (iii) Remote mode SCADA operation b. Provide valve remote Auto mode control. 3. HMI required programming and configuration: a. Verify following HMI controls and provide program as required for following functions: (i) Valve Open, Closed, LOR switch status display. (ii) Valve fault status display and alarm. (iii) Valve open/close from SCADA HMI b. Provide equipment Remote Manual and Remote Auto mode selection software switch. c. Remote manual mode (i) Valve manually controlled by SCADA Operator d. Remote auto mode (i) Equipment will be controlled by System Auto Mode Control function. Refer to System Auto Mode function. D. System Auto Mode 1. System auto mode consists of following three auto modes: a. Tank Fill Mode (Semi-auto) b. Tank Drain Mode (Semi-auto) c. System Auto Mode 2. System Equipment: The tank site has following equipment: a. Elevated Storage Tank Pressure Reducing Valve b. Elevated Storage Tank Booster Pump 1 and 2 C. Elevated Storage Tank Drain Line Isolation Valve 3. System Auto Mode software select switch. Provide a three-position software select switch on SCADA HMI to select following mode: a. Tank Fill Mode b. Tank Drain Mode c. System Auto Mode 4. Tank Fill Mode: a. Description: This mode is to provide tank water fill up control. b. This is default mode,when each of System Equipment is at Remote Auto mode, Tank Fill Mode shall be enabled. SCADA SYSTEM 13 50 01 APPENDIX A-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 c. Setpoint: SCADA HMI shall have following setpoints: (i) Tank Fill Up Level Setpoint: EI. 194 d. Control: When this mode is enabled: (i) Close Drain Line Isolation Valve (ii) Delay 2 minutes (SCADA HMI adjustable) (iii) Start least runtime Booster Pump (iv) Keep pump running until Tank level reach to Tank Fill Up Level Setpoint (v) Stop the pump (vi) Send event message "Tank Filled"to operator e. Provide pump runtime control. Compare two pump running time and call least runtime pump to run and max runtime pump to stop. f. Only one pump may run at any time. Provide pump failover control, running pump failed and stopped, initiate an alarm and automatically call other pump to run. 5. Tank Drain Mode: a. Description: This semi-auto mode is to provide water distribution control. b. Mode Enable: when (i) Each System Equipment is at Remote Auto mode (ii) This mode is selected c. Setpoint: SCADA HMI shall have the following setpoints: (i) Tank drain level setpoint: EI. 150 (default EI. 150) (ii) System Pressure Setpoint: 60 psi (default 60 psi) d. Controls:when this mode is enabled: (i) Stop all pumps (ii) Delay 2 minutes (SCADA HMI adjustable) (iii) Open Drain Line Isolation Valve (iv) PLC starts to modulate Pressure Reducing Valve position to maintain system pressure to System Pressure Setpoint e. When tank level drops to low level (SCADA HMI setpoint)and system pressure cannot be maintained to the System Pressure Setpoint for 5 min (Adjustable at SCADA HMI), an alarm shall be initiated to SCADA HMI operator (i) Main Pressure Reducing Valve position (ii) Close butterfly valve (iii) Initiate an event message "Tank Drained" 6. System Auto mode: a. Description: This fully automatic mode is to provide automation of tank fill and drain control based on daily schedule. System shall have two schedules for Tank Fill and Drain operation. b. Mode Enable: when (i) Each System Equipment is at Remote Auto mode (ii) This mode is selected c. Setpoint: SCADA HMI shall have the following setpoints: (i) Schedule 1: (a) Schedule 1 Tank Drain Time: 07:00:00 (b) Schedule 1 Tank Fill Time: 14:00:00 (ii) Schedule 2: (C) Schedule 2 Tank Drain Time: 19:00:00 (d) Schedule 2 Tank Fill Time: 24:00:00 d. Controls:when this mode is enabled: SCADA SYSTEM 13 50 01 APPENDIX A-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (i) SCADA clock time reaches each schedule time, SCADA shall start each mode. 7. System Auto mode fail control: each semi-auto/auto mode fails, PLC program shall a. switch each System Equipment to Remote Manual Mode b. Stop pump c. Close Drain Line Isolation Valve d. Maintain Pressure Reducing Valve position e. Initiate an alarm to operator. E. System Emergency Mode 1. System auto emergency mode consists of two operation modes: a. Auto b. Manual 2. System Equipment: The tank site has the following equipment: a. Elevated Storage Tank Pressure Reducing Valve b. Elevated Storage Tank Booster Pump 1 and 2 c. Elevated Storage Tank Drain Line Isolation Valve 3. Auto Mode: a. This mode shall be enabled when all of the system equipment is in the remote auto mode. b. When the following conditions occur: (i) System is in Tank Fill Mode or System Auto mode AND (ii) Drain line pressure (PIT-5802)drops to emergence pressure setpoint 40 psi (default setting, SCADA HMI adjustable)ANDA (iii) Drain line pressure stays below emergency pressure setpoint for 30 sec (delay timer setting. SCADA HMI adjustable 0-10 min.) 4. PLC program shall force the System to Tank Drain Mode. Refer to System Auto Normal Mode Tank Drain Mode control. a. When the Drain line pressure back to normal (>40 PSI), after a time delay (default 15 min, HMI adjustable 0-120min). System shall be switched to the original control mode. b. Event log and alarm with mode is changed 5. Manual Mode: a. Provide Manual Emergency Mode button on HMI screen to allow operator to force the System into Emergency Mode manually. b. When Manual Emergency Mode button is pressed on SCADA HMI screen, the system control shall switch to the Tank Drain Mode. Refer to System Auto Mode Tank Drain Mode control. c. When the distribution system pressure is back to normal (>40 PSI), after a time delay(default 15 min, HMI adjustable 0-120min), the system shall be switched to the original control mode. d. Event log and alarm with mode is changed END OF SECTION SCADA SYSTEM 13 50 01 APPENDIX A-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 22 05 00 BASIC PIPING MATERIALS AND METHODS PART1 GENERAL 1.01 SUMMARY A. Section Includes: Basic piping materials and methods. 1.02 REFERENCES A. American Society of Testing and Materials (ASTM): 1. A 53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless. 2. A 106 - Specification for Seamless Carbon Steel Pipe for High-Temperature Service. 3. D 2240 -Test Method for Rubber Property Durometer Hardness. 1.03 DEFINITIONS A. Aboveground Piping: Piping within buildings, tunnels, or other structures without regard to elevation of piping, or exposed piping outside buildings and structures. B. Underground Piping: Piping actually buried in soil or cast in concrete. C. Underwater Piping: Piping below tops of walls in basins or concrete tanks containing water. D. Wet Wall: Wall with water on at least one side. 1.04 SYSTEM DESCRIPTION A. Piping Drawings: 1. Except in details, piping is indicated diagrammatically.Not every offset and fitting,or structural difficulty that may be encountered has been indicated on the Drawings. Sizes and locations are indicated on the Drawings. 2. Perform minor modifications to piping alignment where necessary to avoid structural, mechanical, or other type of obstructions that cannot be removed or changed. a. Modifications are intended to be of minor scope, not involving a change to the design concept or a change to the Contract Price or Contract Times. B. Performance Requirements: 1. Venting Piping Under Pressure: a. Lay piping under pressure flat or at a continuous slope without air traps, unless otherwise indicated on the Drawings. Basic Piping Materials and Methods 220500-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 b. Install plug valves as air bleeder cocks at high points in piping.Provide one- inch plug valves forwaterlines, unless otherwise indicated on the Drawings. C. Provide additional pipe taps with plug cocks and riser pipes along piping as required for venting during initial filling, disinfecting, and sampling. d. Before piping is placed into service, close plug valves and install plugs. Protect plugs and plug valves from corrosion in accordance with Section 09 9600. 2. Restraining Piping: a. Restrain piping at valves and at fittings where piping changes direction, changes sizes, and at ends. 1) When piping is underground, use concrete thrust block or mechanical restraints. 2) When piping is aboveground or under water, use mechanical or structural restraints. 3) Determine thrust forces by multiplying the nominal cross sectional area of the piping by design test pressure of the piping. b. Provide restraints with ample size to withstand thrust forces resulting from test pressures. 1) During testing, provide suitable temporary restraints where piping does not require permanent restraints. C. Place concrete thrust blocks against undisturbed soil. Place concrete so piping joints,fittings,and other appurtenances are accessible for assembly and disassembly. d. Provide underground mechanical restraints where specified in the Piping Schedule. 3. Connections to Existing Piping: a. Expose existing piping to which connections are to be made with sufficient time to permit,where necessary,field adjustments in line,grade, or fittings. 1) Protect domestic water supplies from contamination. a) Make connections between domestic water supply and other water systems in accordance with requirements of public health authorities. b) Provide devices approved by OWNER of domestic water supply system to prevent flow from other sources into the domestic supply system. b. Make connections to existing piping and valves aftersections of new piping to be connected have been tested and found satisfactory. C. Provide sleeves, flanges, nipples, couplings, adapters, and other fittings needed to install or attach new fittings to existing piping and to make connections to existing piping. Basic Piping Materials and Methods 220500-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 4. Connections to In-service Piping: a. Shutdown in-service piping in accordance with the plans and specifications. 1) Establish procedures and timing in a conference attended by CONTRACTOR, ENGINEER,and OWNER of the in-service piping. b. Where operation and maintenance of existing facilities require that a shutdown be made during hours other than normal working hours, perform the related work in coordination with the hours of actual shutdown. C. Additional provisions regarding shutdown of existing facilities are specified in the plans and specifications. 5. Connections at Dissimilar Metals: a. Connect ferrous and nonferrous metal piping, tubing, and fittings with dielectric couplings especially designed for the prevention of chemical reactions between dissimilar metals. b. Nonferrous metals include aluminum, copper, and copper alloys. C. Piping Alternatives: 1. Provide piping in accordance with this Section, unless indicated on the Drawings or specified otherwise. 2. Alternative Pipe Ratings: Piping with greater pressure rating than specified may be substituted in lieu of specified piping without changes to the Contract Price. Piping of different material may not be substituted in lieu of specified piping. 3. Alternative Joint Types: Ductile iron piping with mechanical joints or push-on joints may be substituted in lieu of bell and spigot joints. 4. Valves in Piping Sections: Capable of withstanding specified test pressures for piping sections and fabricated with ends to fit piping. 5. For flanged joints, where one of the joining flanges is raised face type, provide a matching raised face type flange for the other joining flange. PART 2 PRODUCTS 2.01 ESCUTCHEONS A. Manufacturers: One of the following or equal: 1. Dearborn Brass Company, Model Number 5358. 2. Keeney Manufacturing Company, Model Number 102 or Number 105. B. Material: Chrome plated steel plate. 2.02 LINK TYPE SEALS A. Manufacturers: One of the following or equal: 1. Calpico, Inc. Basic Piping Materials and Methods 220500-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Thunderline Corporation, Link-Seal. B. Characteristics: 1. Modular mechanical type, consisting of interlocking EPDM or synthetic rubber links shaped to continuously fill the annular space between the pipe and wall opening. 2. Assemble links solely with stainless steel bolts and nuts to form a continuous rubber belt around the pipe. 3. Provide a stainless steel or glass reinforced nylon pressure plate under each bolt head and nut. Isolate pressure plate from contact with wall sleeve. 2.03 GASKETS A. Gaskets for Non-steam Cleaned Ductile Iron and Steel Piping: 1. Suitable for pressures equal to and less than 150 pounds per square inch gauge, temperatures equal to and less than 250 degrees Fahrenheit, and raw sewage service. 2. Gasket Material: a. EPDM elastomer with minimum Shore A hardness value of 70. b. Reinforcement: Inserted 13-ounce nylon fabric cloth for pipes 20 inches or larger. C. Thickness: Minimum 3/32-inch thick for less than 10-inch pipe; minimum 1/8-inch thick for 10-inch and larger pipe. 3. Manufacturers: One of the following or equal: a. Pipe 20 inches in Diameter and Larger: 1) Garlock, Style 8798. 2) John Crane, similar product. b. Pipe less than 20 inches in Diameter: 1) Garlock, Style 7797. 2) John Crane, similar product. B. Gaskets for Steam Cleaned Nonglass-lined Ductile Iron and Steel Piping: 1. Suitable for pressures equal and less than 150 pressure square inch gauge temperatures equal and less than 360 degrees Fahrenheit. 2. Material: a. EPDM elastomer, compressed, non-asbestos fiber reinforcement. 3. Manufacturers: One of the following or equal: a. Garlock, Blue-Gard Style 3300. b. John Crane, similar product. Basic Piping Materials and Methods 220500-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. Gaskets for Flanged Joints in Polyvinyl Chloride and Polyethylene Piping: 1. Suitable for pressures equal and less than 150 pounds per square inch gauge,with low flange bolt loadings,temperatures equal and less than 120 degrees Fahrenheit, polymer, chlorine, caustic solutions, and other chemicals, except chemicals which liberate free fluorine including fluorochemicals and gaseous fluorine. 2. Material: Viton Rubber; 0.125-inch thick. 3. Manufacturers: One of the following or equal: a. Garlock. b. John Crane, similar product. D. Gaskets for Flanged Joints in Ductile Iron, or Steel Water Piping: 1. Suitable for hot or cold water, pressures equal and less than 150 pounds persquare inch gauge, and temperatures equal and less than 160 degrees Fahrenheit. 2. Material: a. EPDM elastomer, compressed, non-asbestos fiber reinforcement. b. Teflon ring; or teflon envelope with nonasbestos filler. 3. Manufacturers: One of the following or equal: a. Bluegard, Style 3300. b. Garlock. C. John Crane, similar product. PART 3 EXECUTION 3.01 EXAMINATION A. Verification of Existing Conditions: 1. Locate and expose existing structures, piping, conduits, and other facilities and obstructions which may affect construction of underground piping before starting excavation for new underground piping and appurtenances. 2. Verify sizes, elevations, locations, and other relevant features of existing facilities and obstructions. Determine conflicts for the construction of the new underground piping and appurtenances. 3. Make piping location and grade adjustments to resolve conflicts between new piping and existing facilities and obstructions. 3.02 WALL AND SLAB PENETRATIONS A. Provide sleeves for piping penetrations through aboveground masonry and concrete walls, floors, ceilings, roofs, pilasters, columns, piers, and beams unless specified or otherwise indicated on the Drawings. Basic Piping Materials and Methods 220500-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. For piping 1 inch in nominal diameter and larger, provide sleeves with minimum inside diameters of 1 inch plus outside diameter of piping. For piping smallerthan 1 inch in nominal diameter, provide sleeve of minimum twice the outside diameter of piping. 1. Arrange sleeves and adjacent joints so piping can be pulled out of sleeves and replaced without disturbing the structure. 2. Cut ends of sleeves flush with surfaces of concrete, masonry, or plaster. 3. Conceal ends of sleeves with escutcheons where piping runs through floors,walls, or ceilings of finished spaces within buildings. 4. Seal spaces between pipes and sleeves with link-type seals when not otherwise specified or indicated on the Drawings. C. Cast couplings or wall pieces in walls for penetrations of buried rigid piping including cast iron, ductile iron, reinforced concrete, and vitrified clay through structures. 1. Provide couplings or wall pieces with mechanical push-ons, or similar flexible joints at outside faces of walls. 2. Provide additional similarjoints in piping at transition points between trenches and structure excavations. D. Link Seal: Use 2 link seals where seal is used to seal at wet wall sleeves. Mount one seal on the inside face of the wall and the other on the outside face of the wall.Coordinate the inside diameter of the wall sleeve with the size of the seal to provide watertight sealing. E. Where not indicated on the Drawings, penetrations for conditions otherthan those specified under the preceding subparagraphs shall be 1 of the 3 types specified in such subparagraphs found by ENGINEER to be the most suitable for the particular conditions. 3.03 EXPOSED PIPING A. Install exposed piping in straight runs parallel to the axes of structures, unless indicated otherwise. 1. Install piping runs plumb and level, unless otherwise indicated on the Drawings. Slope plumbing drain piping with 1/8-inch per foot downward in the direction of flow. B. Install exposed piping after installing equipment and after piping and fitting locations have been determined. C. Support piping in accordance with Section 22 05 29. 1. Do not transfer pipe loads and strain to equipment. D. In addition to the joints indicated on the Drawings, provide unions,flexible couplings,flanged joints, and other types of joints or means which are compatible with and suitable for the piping system, and necessary to allow ready assembly and disassembly of the piping. E. Assemble piping without distortion or stresses caused by misalignment. 1. Match and properly orient flanges, unions,flexible couplings,and other connections. 2. Do not subject piping to bending or other undue stresses when fitting piping. Do not correct defective orientation or alignment by distorting flanged joints or subjecting flange bolts to bending or other undue stresses. Basic Piping Materials and Methods 220500-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Flange bolts, union halves,flexible connectors,and other connection elements shall slip freely into place. 4. Alter piping assembly to fit when proper fit is not obtained. 5. Install eccentric reducers or increasers with the top horizontal for pump suction piping. 3.04 BURIED PIPING A. Bury piping with minimum 3-foot cover without air traps, unless otherwise indicated on the Drawings. B. Where two similarservices run parallel to each other, piping for such services may be laid in the same trench. Lay piping with sufficient room for assembly and disassembly of joints,for thrust blocks,for other structures, and to meet any separation requirements of public health authorities having jurisdiction. C. Laying Piping: 1. Lay piping in finished trenches free from water or debris. Begin at the lowest point with bell ends up slope. 2. Place piping with top or bottom markings with markings in proper position. 3. Lay piping on an unyielding foundation with uniform bearing under the full length of barrels. 4. Where joints require external grouting, banding, or pointing, provide space under and immediately in front of the bell end of each section laid with sufficient shape and size for grouting, banding, or pointing of joints. 5. At the end of each day's construction, plug open ends of piping temporarily to prevent entrance of debris or animals. 3.05 CLEANING A. Piping Cleaning: 1. Upon completion of installation, clean piping interior of foreign matter and debris. Perform special cleaning when required by the Contract Documents. B. Cleaning Potable Water Piping: 1. Flush and disinfect potable water piping in accordance with Section 33 13 01. 3.06 PIPING SCHEDULE A. Abbreviations: 1. The following abbreviations used in the column of test method refer to the respective methods specified in Section 33 11 02. AM Air method GR Gravity method HH High head method LH Low head method Basic Piping Materials and Methods 220500-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SC Special case 2. Abbreviations to designate piping include the following: CCP Concrete Cylinder Pipe Cl Cast iron Cl Class, followed by the designation DIP Ductile iron piping Ga Gauge, preceded by the designation GE Grooved end joint NPS Nominal pipe size, followed by the number in inches pounds per square inch Pounds per square inch, gauge PEC Polyurethane and epoxy coating system PEE Polyethylene Encasement PVC Polyvinyl Chloride RCP Reinforced Concrete Pipe Sch. Schedule, followed by the designation SS Stainless steel (The PIPING SCHEDULE is found below.) PIPING SCHEDULE Use Piping Joints/Fittings Test Method Test Pres Riser, Overflow, and Drain Type 304L Stainless AVWVA C226, C228 150 HH Piping inside tank pedestal Steel, Schedule 10S standard flanged w/ ANSI B16.5 Class 150- Ib drilling Inlet/Outlet Piping (Above DIP C1.52 cement- AVWVA C110, C115 150 HH Ground) mortar lined, coated standard flanged PEC. w/ANSI B16.1 150-Ib drilling. Inlet/Outlet Piping (Below PVC DR 18 Push-on, MJ restrained 150 HH Ground) &flanged adapters if flanged connection is required END OF SECTION Basic Piping Materials and Methods 220500-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 22 05 29 PIPE SUPPORTS PART1 GENERAL 1.01 SUMMARY A. Section Includes: Supports for pipe, fittings, valves, and appurtenances. 1.02 REFERENCES A. American National Standard Institute or Manufacturer's Standardization Society (ANSI/MSS): 1. SP-58 - Standard for Pipe Hangers and Supports - Materials, Design, and Manufacture. 2. SP-69 - Standard for Pipe Hangers and Supports- Selection and Application. 1.03 SUBMITTALS A. Shop Drawings: Include schedule, indicating where supports will be installed, and drawings of pipe support system components. PART2 PRODUCTS 2.01 PIPE SUPPORTS A. Concrete Inserts for Pipes under 30 Inch Diameter: ANSI/MSS SP-69 Type 18. Minimum 1,140 pounds capacity with 5/8-inch diameter rod. 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 282. b. Carpenter and Paterson, Figure CP-109. B. Concrete Inserts for Pipe 30 Inch Diameter and Larger: Hot-dip galvanized steel body with 3/4 inch diameter National Coarse zinc plated square nut, anchor insert to steel concrete reinforcement. 1. Manufacturers: One of the following or equal: a. Connection Specialties, Inc., Model 6MD350. C. Hanger Rods: Sized to match suspended pipe hanger, or as indicated on the Drawings. 1. Manufacturers: One of following or equal: a. Grinnell, Figure 140. b. Bergen-Paterson, Part 5000. C. B-Line Systems, Inc., Figure B3205. D. Hanger Rods, Continuously Threaded: Sized to match suspended pipe hanger, or as indicated on the Drawings. Pipe Supports 220529-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 146. b. Bergen-Paterson, Part BP-5006. E. Eye Bolts: Welded and rated equal to full load capacity of rod. F. Welded Eyebolt Rod: 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 278. b. Bergen-Paterson, Part 5004. C. B-Line Systems, Inc., Figure B3210. G. Adjustable Ring Hangers: ANSI/MSS SP 69 Type 7. 1. Manufacturers: One of the following or equal: a. Grinnell. b. B-Line Systems, Inc., Figure B3172. H. Adjustable Clevis Hangers: ANSI/MSS PS 69, Type 1. 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 260. b. Bergen-Paterson, Part 6750. C. B-Line systems, Inc., Figure B3100 or B3105. I. Brackets: ANSI/MSS SP-69 Type 32 with back plate; rated for 1,500 pounds. 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 195. b. B-Line Systems, Inc., Figure B3066. J. Standard U-bolt: ANSI/MSS SP-69 Type 24. 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 137. b. Bergen-Paterson, Part 6502. K. Riser Clamps: ANSI/MSS SP-69 Type 8. 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 261. b. Bergen-Paterson, Part 6302. C. B-Line Systems, Inc., Figure B3373. L. Pipe Clamps: ANSI/MSS SP 69 Type 4. 1. Manufacturers: One of the following or equal: Pipe Supports 220529-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 a. Grinnell, Figure 212. b. Bergen-Paterson, Part 6100. C. B-Line Systems, Inc., Figure B3140. M. Adjustable Offset Pipe Clamp: 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 100. b. B-Line Systems, Inc., Figure B3149. N. Offset Pipe Clamp: 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 103. b. B-Line Systems, Inc., Figure B3148. O. Floor Stand or Stanchion Saddles: ANSI/MSS SP-69 Type 37. Provided with U-bolt hold down yokes. 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 259. b. Bergen-Paterson, Part 6652. C. Piping Technology and Products, Figure 48. P. Adjustable Pipe Saddle Supports 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 264 b. Piping Technology and Products, Figure 46 C. Bergen Paterson, Part 6651. Q. Spring Supports: 1. Manufacturers: One of the following or equal: a. Bergen-Paterson, Part 3200. b. Grinnell, Figure B-268. R. One Hole Pipe Clamps: 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 126. b. Carpenter and Paterson, Figure 237. S. Welded Beam Attachment: 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 66. Pipe Supports 220529-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 b. Bergen-Paterson, Part 1047. C. B-Line Systems, Inc., Figure B3083. T. Heavy Pipe Clamp: 1. Manufacturers: One of the following or equal: a. Grinnell, Figure 216. b. Bergen-Paterson, Part 6101. U. Anchor Bolts, Flush Shells, Powder Actuated Fasteners, and Concrete Anchors: Contractor shall submit for Engineer's approval. 2.02 MATERIALS A. Pipe Supports: 1. Stainless Steel (type 304 or 316): Use in all submerged locations, above water level but below top of wall inside water bearing structures and where specifically indicated on the Drawings. 2. Hot-dip Galvanized Steel: Use in areas other than above and where specifically indicated on the Drawings. Hot-dip galvanize pipe support after fabrication. 3. Plastic, Aluminum, FRP and Other Miscellaneous Materials: Use where specifically indicated on the Drawings. B. Fasteners: 1. Contractor shall submit for Engineer's approval. PART 3 EXECUTION 3.01 INSTALLATION A. Properly support, suspend or anchor exposed pipe, fittings, valves, and appurtenances to prevent sagging, overstressing, or movement of piping; and to prevent thrusts or loads on or against connected pumps, blowers, and other equipment. B. Carefully determine locations of inserts. Anchor to formwork prior to placing concrete. C. Use flush shells only where indicated on the Drawings. D. Do not use anchors relying on deformation of lead alloy. E. Do not use stud type powder actuated fasteners for securing metallic conduit or steel pipe larger than 1 inch to concrete, masonry, or wood. F. Suspend pipe hangers from hanger rods. Secured with double nuts. G. Install continuously threaded hanger rods only where indicated on the Drawings. H. Use adjustable ring hangers; or adjustable clevis hangers, for 6 inch and smaller diameter pipe. I. Use adjustable clevis hangers for pipe larger than 6 inches in diameter. J. Secure pipes with galvanized double-nutted U-bolts or suspend pipes from hanger rods and hangers. Pipe Supports 220529-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 K. Support Spacing: 1. Support 2 inch and smaller piping on horizontal and vertical runs at maximum 5 feet on center, unless otherwise specified. 2. Support larger than 2 inch piping on horizontal and vertical runs at maximum 10 feet on center, unless otherwise specified. 3. Support exposed polyvinyl chloride and other plastic pipes at maximum 5 feet on center, regardless of size. 4. Support tubing, copper pipe and tubing, fiber-reinforced plastic pipe or duct, and rubber hose and tubing at intervals close enough to prevent sagging greater than 1/4-inch between supports. L. Install Supports At: 1. Horizontal bends. 2. Both sides of flexible pipe connections. 3. Base of risers. 4. Floor penetrations. 5. Connections to pumps, blowers and other equipment. 6. Valves and appurtenances. M. Securely anchor plastic pipe, valves, and headers to prevent movement during operation of valves. N. Anchor plastic pipe between expansion loops and direction changes to prevent axial movement through anchors. O. Provide ductile iron elbows or tees supported from floors with base fittings where indicated on the Drawings. P. Support base fittings with metal supports or where indicated on the Drawings, concrete piers. Q. Size hanger rods, supports, clamps, anchors, brackets, and guides in accordance with ANSI/MSS SP 58 and SP 69. R. Do not use chains, plumbers' straps, wire, or similar devices for permanently suspending, supporting, or restraining pipes. S. Support plumbing drainage and vents in accordance with Uniform Plumbing Code. T. Supports, Clamps, Brackets, and Portions of Support System Bearing Against Copper Pipe: Copper plated, copper throughout, or isolated with EPDM or polyvinyl chloride tape. U. Where pipe is insulated, install over-sized supports and hangers. V. Install insulation shield in accordance with ANSI/MSS SP 69, Type 40. Shield shall be galvanized steel unless specified elsewhere. W. Install riser clamps at floor penetrations and where indicated on the Drawings. X. Paint or Coat support system components as specified in Section 09 91 01. END OF SECTION Pipe Supports 220529-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Pipe Supports 220529-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 23 84 16 DEHUMIDIFICATION PART 1 HUMIDITY CONTROL Dehumidification equipment is required to control the environment in the tank 24 hours a day during the blasting, cleaning, coating application, and coating cure of the interior of the tank. PART 2 EQUIPMENT A desiccant dehumidifier will be required forthis project. The desiccant dehumidifier will be a solid desiccant design having a single rotary desiccant wheel of fully automatic continuous operation. PART 3 INTERNAL ENVIRONMENT During the blasting operation,dehumidification equipment will continuously maintain a relative humidity not to exceed 40% to 50% and a differential of 17 degrees to 25 degrees inside air temperature at the surface. Dehumidification will control the environment inside the tank to aide in the curing process of the coating but dehumidification is not responsible for curing the coating. Dehumidification will be required to aide in the curing of the coating for seven days after the final coat. PART 4 SUPPLIER Dehumidification must be provided by Munters Moisture Control @(1-800-1-CAN-DRY or 1-800-422-6379)or approved equal. PART 5 ADDITIONAL REQUIREMENTS Forthis project forthe City of Corpus Christi the CONTRACTOR will provide a gas fired HC-2250 desiccant dehumidifier. PART 6 MEASUREMENT AND PAYMENT This item will not be paid for separately, but will be considered subsidiary to other lump sum bid items. END OF SECTION Dehumidification 238416-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Dehumidification 238416-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 26 05 02 LOW VOLTAGE MOTORS PART 1 GENERAL 1.01 SUMMARY A. Section Includes Requirements for: 1. Low voltage motors up to 500 horsepower: a. Furnished separately. b. Part of driven equipment specified in other Sections. c. Other electric motors required for a complete installation. B. Related Sections: 1. The Contract Documents are a single integrated document, and as such all Divisions and Sections apply. It is the responsibility of the CONTRACTOR and its subcontractors to review all sections to ensure a complete and coordinated project. 1.02 REFERENCES A. Refer to Section 26 00 00. B. American Bearing Manufacturers Association (ABMA): 1. 9- Load Ratings and Fatigue Life for Ball Bearings. 2. 11 - Load Ratings and Fatigue Life for Roller Bearings. C. American Petroleum Institute (API): 1. 670- Vibration, Axial Position, and Bearing Temperature Monitoring Systems. D. Institute of Electrical and Electronic Engineers (IEEE): 1. 43 - IEEE Recommended Practice for Testing Insulation Resistance of Rotating Machinery. 2. 112- IEEE Standard Test Procedure for Polyphase Induction Motors and Generators. 3. 114- Standard Test Procedure for Single-Phase Induction Motors. 4. 303- Recommended Practice for Auxiliary Devices for Motors in Class 1, Groups A, B, C, and D, Division 2 Locations. 5. 841 - Standard for Petroleum and Chemical Industry- Severe Duty Totally Enclosed Fan-Cooled (TEFC) Squirrel Cage Induction Motors- Up to and Including 500hp. 6. 1349 - Guide for the Application of Electric Motors in Class I, Division 2 Hazardous (Classified) Locations. E. National Electrical Manufacturers'Association (NEMA): 1. MG-1 - Motors and Generators. 2. MG-2- Safety Standard for Construction and Guide for Selection, Installation, and Use of Electric Motors and Generators. F. Underwriters Laboratories Inc. (UL): 1. 674- Standard for Electric Motors and Generators for Use in Division 1 Hazardous (Classified) Locations. Low Voltage Motors 26 05 02—1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.03 DEFINITIONS A. Refer to Section 26 00 00. 1.04 SYSTEM DESCRIPTION A. Furnish and install electric motors and accessories in conformance with this Section, and the Sections specifying driven equipment to provide a complete and operable installation. 1.05 SUBMITTALS A. Furnish submittals in accordance with Sections 01 33 01 and 26 00 00. B. Submit Completed Motor Data Sheets for Each Motor Supplied: 1. Refer to data sheet in part 3.12 of this Section. C. Product Data: 1. Descriptive bulletins. 2. Machine tag and loop number as identified in the P&IDs, and Specification Section number of the driven machine. 3. Electrical Data: a. Voltage and Phase. b. Horsepower: 1) Nameplate Horsepower. c. Service Factor: 1) Nameplate Service Factor. 2) Service Factor available at project altitude. d. At Rated Horsepower and Voltage: 1) Full load amps. 2) RPM. e. Efficiency at 1/2 and 3/4 and full load. f. Power factor at 1/2 and 3/4 and full load. g. Torque, current, and power factor vs. speed curves at 80 percent and 100 percent rated voltage. h. Locked rotor withstand time, with the motor at ambient temperature and at its maximum rated operating temperature, at 70 percent, 80 percent, 90 percent, and 100 percent of rated voltage. i. NEMA design. j. Description of insulation system. k. Winding insulation class and rated ambient temperature. i. [Temperature ^s avae-.1 4. Accessories Data: a. Power Factor Correction Capacitors: 1) Size in KVAR, for all motors not connected to variable frequency drives. b. Motor Winding Heaters: 1) Voltage. 2) Watts. 3) [Temperature ^s a^vae� c. Winding Temperature Detectors: 1) Type. 2) Rating. 3) [Hazy Fdouc area apps:oval inrlir�4inrr Class, Division, r_`Foup] L d. Moisture Detectors. Low Voltage Motors 260502-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. Mechanical Data: a. Bearing design and bearing life calculations. D. Shop Drawings: 1. Motor weight. 2. Frame size. 3. Conduit box location. 4. Outline drawings with dimensions. 5. Seismic installations details for site conditions E. Test Reports: 1. Factory test reports with test reference standard identified. F. Certification: 1. When motors are driven by variable speed drive systems, submit certification that selected motor: a. Is capable of satisfactory performance under the intended load. b. Meets the requirements of the latest edition of NEMA MG-1 Part 31. c. Is matched to the type of variable frequency drive specified. 2. When motors are installed in hazardous areas, submit certification that selected motor: a. Is approved for installation in the type of hazardous area specified. G. Calculations: 1. Where site conditions specified in Section 26 00 00 exceed manufacturer's ratings, provide derating calculations for each motor. 1.06 QUALITY ASSURANCE A. Refer to Section 26 00 00. B. All motors shall be UL listed and labeled. 1.07 DELIVERY, STORAGE,AND HANDLING A. Refer to Section 26 00 00. B. Motors 200HP and Larger: 1. Rotate shaft 90 degrees once per month. 1.08 PROJECT OR SITE CONDITIONS A. Refer to Section 26 00 00. 1.09 (NOT USED) 1.10 (NOT USED) 1.11 WARRANTY A. Refer to Section 26 00 00. Low Voltage Motors 260502-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.12 SYSTEM STARTUP A. Refer to Section 26 00 00. 1.13 OWNER'S INSTRI IGTION (NOT USED) 1.14 (NOT USED) 1.15 nnninITEnIAINI (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURERS A. One of the Following [or Equal]: 1. US Motors. 2. General Electric. 3. Reliance. 4. Toshiba. 5. Baldor. 2.02 EXISTING PROD GTS (NOT USED) 2.03 MATERIALS (NOT USED) 2.04 MANUFACTURED IDEA i WITS (NOT USED) 2.05 EQUIPMENT A. 3 Phase Induction Motors- General: 1. Voltage: a. All motors 1/2 hp and larger shall be 460V, 3 phase unless otherwise indicated on the Drawings. b. Dual voltage motors rated 230/460V, 3 phase are acceptable provided all leads are brought to the conduit box. 2. Motors driving identical machines shall be identical. 3. All motors 1 hp and larger shall be "Premium Efficiency" motors as defined in NEMA MG-1. 4. Horsepower as Indicated on the Drawings: a. Horsepower ratings shown on the drawings are based on Vendor's estimates. Provide motors sized for the load of the actual equipment furnished without operating in the service factor. 5. Service Factor: a. Provide motors rated at 1.15 Service Factor. b. Provide motors capable of operating continuously at 1.15 Service Factor at project altitude: 1) Without exceeding Class B temperature rise limits where motors are provided with Class F insulation. 2) Without exceeding Class F temperature rise limits where motors are provided with Class H insulation. Low Voltage Motors 260502-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 6. Torque: a. Provide motors that develop sufficient torque for acceleration to full speed at voltage 10 percent less than motor nameplate rating. b. When Started Using Reduced Voltage Starters: 1) Provide motors that develop sufficient torque for acceleration to full speed. c. NEMA Design B except where driven load characteristics require other than normal starting torque: 1) In no case shall starting torque or breakdown torque be less than the values specified in NEMA MG-1. 7. Enclosures: a. As indicated in the individual equipment specifications or as specified in this Section. b. Totally Enclosed Fan Cooled: 1) Cast iron conduit box. 2) Tapped drain holes with Type 316 stainless steel plugs for frames 286T and smaller, and automatic breather and drain devices for frames 324T and larger. c. Explosion-Proof: 1) Tapped drain holes with corrosion resistant plugs for frames 286T and smaller and automatic breather and drain devices for frames 324T and larger. d. Lifting Devices: All motors weighing 265 pounds (120 kilograms) or more shall have suitable lifting devices for installation and removal. 8. Manufactured with cast iron frames in accordance with NEMA MG-1. 9. Nameplates: a. Provide all motors with a permanent, stainless steel nameplate indelibly stamped or engraved with: 1) NEMA Standard motor data. 2) Bearing description and lubrication instructions. 10. Hardware: a. Type 316 stainless steel. 11. Conduit Boxes: a. Cast iron or stamped steel. b. Split from top to bottom. c. Provide Gaskets at the Following Interfaces: 1) Frames and conduit boxes. 2) Conduit boxes and box covers. d. Rotatable through 360 degrees in 90 degree increments. e. Exceeding the dimensions defined in NEMA MG-1. f. Provide grounding lugs inside conduit boxes for motor frame grounding. 12. Motor Bearings: a. Antifriction. b. Regreasable and initially filled with grease. c. Bearings and lubrication suitable for ambient temperature and temperature rise. d. Suitable for intended application and have ABMA L-10 rating life of 60,000 hours or more. e. Fit bearings with easily accessible grease supply, flush, drain, and relief fittings using extension tubes where necessary. f. Where specified in the equipment specifications, provide split-sleeve type hydrodynamic radial bearings. Provide a bearing isolator to protect bearings from contaminants. 13. Insulation Systems: a. Motors Installed in Ambient Temperatures 40 degrees Celsius or Less: 1) Provide Class F insulation. 2) Design temperature rise consistent with Class B insulation. Low Voltage Motors 260502-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3) Rated to operate at an ambient temperature of 40 degrees Celsius and at the altitude where the motor will be installed. b. Motors Installed in Ambient Temperatures between 40 degrees Celsius and 65 degrees Celsius: 1) Provide Class H insulation. 2) Design temperature rise consistent with Class F insulation. 3) Rated to operate at an ambient temperature of 65 degrees Celsius and at the altitude where the motors will be installed. 14. Motor Leads: a. Insulated leads with non-wicking, non-hydroscopic material. Class F insulation. 15. Noise: a. Maximum operating noise level of 85dB measured as per IEEE 85. B. Submersible Motors: 1. Enclosures: a. Totally Enclosed Non-Ventilated (TENV)watertight casing. b. Smooth outer surface. Cooling fins that may clog with solids and are not acceptable. c. Inner and outer shaft seals separated by an oil chamber. 2. Cooling: a. Suitable for continuous operation in totally, partially or nonsubmerged condition without overheating. b. Convection cooling only. c. Water jackets and oil cooling are not acceptable. 3. Electrical Cables: a. Wire unit without splices. Coordinate with CONTRACTOR to ensure cables of adequate length. b. Epoxy encapsulated cable entry into terminal box. 4. Insulation: a. Sealed moisture resistant windings. 5. Motor Protection: a. Provide temperature detection in motor windings. b. Provide moisture detection in motor housing. c. Provide associated electronics and relaying in a separate enclosure to be mounted remotely. C. Vertical Motors: 1. Enclosures: a. Weather Protected Type II (WPII) where installed outdoors. b. Weather Protected Type I (WPI)where installed indoors. 2. Thrust bearings: a. Selected for combined rotor and driven equipment loads. b. Coordinate with driven equipment supplier for maximum vertical thrust of driven equipment. 3. Anti-reverse ratchet. D. Variable Frequency Drive Motors: 1. Compatible with the variable frequency drives specified. 2. Inverter duty rated and labeled. 3. Meet the requirements of NEMA MG-1 Part 31. 4. Winding insulation meets the requirements of NEMA MG-1 Part 31.4.4.2. 5. Capable of running continuously at 1/10th of full speed, with no harmful effects or overheating. Low Voltage Motors 260502-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 6. Service factor of 1.0 when driven by VFD. 7. Provide motor winding heaters and overtemperature protection per par. 2.07 €. MotoTS installedon HazaFdeus-LE)Gatie ns €PdAsa rps= Explosion Proof for throe phaco meters installed 'n Gloss I division 1 er Gloss II a. i��xv phase meters Divisien 1 areas b TFEFG fpr hnri�al�tsal meters 'I�II ether area vTvrrrvrr n--n-rvrvrv� m-vmvr-arvcr G. VAP! fer Yertieal meters installed i all ether indoor n I ter tall II th u tdeer `9n'O1Z�c'2Ftivc�-rrrvcvrs-fl��srrnr2��irirn-vrrr2l'�cizcrvvrar"2as. e. €xpplleesien Proof for single aasemom- etei rsinstalled in an i elaS?mert�s 2. denniriter'sI_aheratepi approval v.fith nameplate and serial numheoT 3 ,'A eenfermanee with III _674 Gleetrie AAeters Apd (`_eneratersfer I I� In rlivismen 1 �nzvmv�vrvcvr vry �rrvrv-r rrr Hazapdows (Glassified) I orations 4. rleus d t atuFG eerie .al tame late �urt'N'crou�tr�ea�ieF7�p sem„-�ped�Rep,�s. C. MotvrrS installed on GeFFesive Enyimnments: 1 NampniateinndiGa iRg r0nf0_rm2nre to ICCC 841 7Th irapn�rr�oSive Duty.][Mill Duty.] 2. S` ater double dipped in varnish anrt�rra--a cud. 4. GG `n r > YFtl'r d. thsttppdSalt pFay tests as p@F OCTIVI R_117 G. Single Phase Motors: 1. Capacitor start type rated for operation at 115 volts, 60 hertz, unless otherwise specified or as indicated on the Drawings. 2. Totally enclosed, fan cooled motors manufactured in accordance with NEMA MG 1. 3. Ball Bearings: Sealed. 4. 1/2 Horsepower or Less Fan Motors: a. Split-phase or shaded pole type when standard for the equipment. b. Open type when suitably protected from moisture, dripping water, and lint accumulation. 5. Wound rotor or commutator type single-phase motors only when their specific characteristics are necessary for application and their use is acceptable to the Engineer. 6. Integral overload protection. [DiFe Gt GUFFnnt �An4nrc I 11ortane�a dieated An the drawings ni�i �� th rtra"e,1-that aGGent�oltage�a rJinaterJ nn the DFawinnS� 2.06 (NOT USED) "M � 2.07 ACCESSORIES A. Motor Winding Heaters: 1. Provide all 3 phase motors with belted or cartridge space heaters mounted within the motor enclosure. 2. Space heater rating shall be 120 volts, single-phase, unless otherwise shown. 3. Power leads for heaters wired into conduit box. Low Voltage Motors 260502-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 4. Installed within motor enclosure adjacent to core iron. B. Winding Temperature Detectors: 1. Provide overtemperature monitoring /protection by one of the following methods as required by the equipment or as specified or as indicated on the drawings. 2. Factory installed winding temperature detector with leads terminating in the conduit box. Detectors shall be RTD type, 2 per phase. 3. Factory installed temperature switches with normally closed contacts and with leads terminating in the conduit box. [BeaFing Tempei:atu a Dete Gters; Were Feq u i Fedbytl `Pen equipment SpeG if i Gat i o n OF as iRdiGateden the DFawings. +,,�,� 2. �D type �wi and iring m-ralGheg-t�h-.e winding Tpc 7 D. Vibration Detectors: �7 1. Where required by the driven equipment specification. 2. In accordance with the driven equipment specification. 2.08 MIXES (NOT USED) 2.09 FABRIGATInnl (NOT USED) 2.10 FINIS-(NOT USED) 2.11 SOURCE QUALITY CONTROL A. Factory Testing: 1. Perform Factory Tests in Accordance with: a. IEEE 112 for three phase motors. b. IEEE 114 for single phase motors. 2. Furnish copies of test reports. 3. Include Testing of: a. No load current. b. Locked rotor current. c. Winding resistance. d. High potential. 4. [Tests Required on Motors 250 Horsepower and larger: a. Manufacturer's routine test(use polarization index voltage =5000V for insulation resistance tests). b. Efficiency and power factor versus load test performed at rated speed and 50 percent, 75 percent, 90 percent, and 100 percent of rated load. The curves from the motor tests shall be submitted for information. c. The maximum allowable residual unbalance in each correction plane (journal)shall be calculated using the following equation: U =4W/N where: U = residual correction plane unbalance, in ounces-inches W =static correction plane journal loading, in pounds N = maximum specified operating speed, in revolutions per minute] Low Voltage Motors 260502-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PART 3 EXECUTION 3.01 EXAMIN Tlnnl (NOT USED) 3.02 PREPARnTlnnl (NOT USED) 3.03 INSTALLATION A. Refer to Section 26 00 00. B. Install motors in accordance with manufacturer's instructions. 3.04 ERECTION, InICTAI 1 ATIGN,APPLICATION,IC TION, !`ONSTRI ICTION (NOT USED) 3.05 REP IRIRESTOR TION (NOT USED) 3.06 RE-INISTn1 1 nTIGN (NOT USED) 3.07 FIELD QUALITY CONTROL A. Refer to Section 26 00 00. B. Before start-up, perform insulation resistance test on each motor furnished or installed on this project: 1. Windings energized to 1,000 volts D.C. for 1 minute. 2. Resistance measured at the end of the test, recorded, and submitted to the Engineer for review. 3. Inform the Engineer of any unusual or unacceptable test results. 3.08 ADdUSTING-(NOT USED) 3.09 G-1EA O (NOT USED) 3.10 DEMONSTRATION AND TRAINING (NOT USED) 3.11 PROTECTION A. Refer to Section 26 00 00. 3.12 SCHEDULES A. Motor Data Sheet Low Voltage Motors 260502-9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 MOTOR DATA SHEET MOTOR NUMBER MOTOR/EQUIPMENT NAME SPECIFICATION NUMBER OF DRIVEN MACHINE MOTOR NAMEPLATE DATA MANUFACTURER MODEL/SERIES MODEL NO. FRAME ENCLOSURE NEMA DESIGN HP SERVICE FACTOR RPM INSULATION CLASS VOLTS FULL LOAD AMPS AMBIENT TEMP PHASE NO LOAD AMPS DESIGN TEMP RISE HERTZ LOCK ROTOR AMPS INRUSH CODE LETTER 100 PERCENT LOAD 75 PERCENT LOAD 50 PERCENT LOAD GUARANTEED MINIMIMUM EFFICIENCIES: GUARANTEED MINIMIMUM POWER FACTOR: MAXIMUM SIZE OF POWER FACTOR CORRECTION CAPACITOR: KVAR ACCESSORIES MOTOR WINDING HEATER VOLTS WATTS WINDING THERMAL PROTECTION WINDING TEMP SWITCHES (YES/NO) RTD: TYPE QUANTITY PER PHASE #OF WIRES NOMINAL RESISTANCE NOMINAL TEMP COEFFICIENT RECOMMENDED ALARM DEGREES CELSIUS RECOMMENDED TRIP DEGREES CELSIUS SPECIAL APPLICATIONS INVERTER DUTY* (YES/NO) PART WINDING (YES/NO) WYE - DELTA (YES/NO) 2 SPEED, 1 WINDING (YES/NO) 2 SPEED, 2 WINDING (YES/NO) AREA CLASSIFICATION: CLASS DIVISION GROUP TEMP CODE Conforms to NEMA MG-1 Part 31. END OF SECTION Low Voltage Motors 26 05 02—10 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 26 00 00 ELECTRICAL GENERAL PROVISIONS PART1 GENERAL 1.01 SCOPE: A. The Contractor shall submit his bid on the basis of executing all work as hereinafter specified, as shown on the drawings or as necessary to provide complete and functioning systems. All items of labor, material,or equipment not required in detail by the specifications or drawings, but incidental to or necessary for the complete installation and proper operation of all phases of work described herein, or reasonably implied in connection therewith, shall be furnished as if called for in detail by the specifications or drawings. 1.02 LAWS AND ORDINANCES: A. All work and materials shall conform to the requirements of the federal,state,and local laws and ordinances having jurisdiction at the jobsite. The installation shall be in strict accordance with the latest edition of the National Electrical Code (NEC) and City of Corpus Christi Electrical Code. All modifications to the work,which may be required by an authority having legal jurisdiction over the work, shall be made by the Contractor at no increase in contract price. 1.03 LICENSES, FEES AND PERMITS: A. The Contractor must have an electrical contractor(EC)license issued by the state of Texas. The Contractor must have at least one(1)full-time employee with a Master Electrician(ME) license issued by the state of Texas. Additionally, and at all times while work is being performed, for every three (3) or less craftsman working on the project site, at least one (1) craftsman must have a Journeyman Electrician (JE) license issued by state of Texas. The Contractor and all Journeyman Electricians(JE)performing work on this project shall have a minimum of ten (10) years experience in installing and modifying electrical power, lighting, control and communications systems in industrial facilities. Personal resumes documenting such experience shall be submitted to the Engineer for review and acceptance. 1.04 THE DRAWINGS AND SPECIFICATIONS: A. The drawings and specifications shall be interpreted together,and any and all work included in either, though not in both, shall be part of the contracted work. The drawings are diagrammatic but shall be followed as closely as actual construction of the project and existing job site conditions will permit. Any changes due to equipment supplied,conflict with the work of othertrades or to make this work conform to the National Electrical Code shall be made by the Contractor at no increase in contract price. 1.05 SITE CONDITIONS: A. Before submitting his bid, the Contractor shall visit the site and familiarize himself with all existing conditions and his bid shall be based on accepting conditions as they exist. Electrical General Provisions 260000-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.06 MATERIALS AND EQUIPMENT: A. All materials and equipment furnished by the Contractor shall be new. Materials and equipment shall be standard products of a manufacturer regularly engaged in the manufacture of such materials and equipment. Where two or more units of the same item are required, they shall be products of a single manufacturer. The Contractor shall unload and properly store all electrical materials and equipment delivered to the jobsite. 1.07 UTILITY CONNECTIONS AND SERVICE: A. The Contractor shall make arrangements for connection with the electrical utility company which will serve the jobsite and shall comply with all the rules, regulations,and requirements of the utility company. The Contractor shall examine the site,confer with the utility company, and verify the requirements for connections prior to bidding the work. The Contractor shall verify with the utility company the exact location of service tie-in points, cable routes, etc. Failure of the Contractor to contact the utility company and obtain such information prior to bidding the work shall not be considered as a basis for additional compensation. B. Where outages to existing electrical service or circuits are required, the Contractor shall coordinate the timing and duration of such outages with Owner's representative. 1.08 SAFETY: A. It shall be the responsibility of the electrical Contractorto initiate, maintain,and supervise all safety precautions required by local, state, and federal laws, including OSHA. 1.09 SUBMITTALS: A. Submittals for Approval: 1. Submit in accordance with Specification Section 01 33 00, Submittals, except as otherwise stated herein. 2. Within thirty (30) calendar days after award of contract or after receipt of a completed change order,the Contractor shall furnish one (1) electronic file copy in PDF format of drawings and data as described herein for Engineer approval. PDF shall be manufacturer's original PDF documents in an OCR searchable form. Scanned documents are not acceptable. Submittals shall be marked or annotated to show exactly what items,catalog numbers,sizes ratings,features and options are to be furnished. Where multiple product categories are included in a single PDF document,the PDF shall have a hyperlinked index of all categories contained in the file. 3. No item of equipment or material shall be ordered or shipped to the job site until written approval of the submittal data has been given by the Engineer. 4. The submittal data for each item shall include descriptive literature, performance data, shop drawings technical literature, and any other necessary data to readily identify that the equipment will meet the requirements of the drawings and specifications. See individual technical specification sections for specific data, drawings and documents to be submitted. Electrical General Provisions 260000-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. One complete submittal of drawings and data shall be made for all required items. Partial or incomplete submittals will be returned without comment. 6. Submittal documents shall be job specific. Manufacturer's standard documents shall be marked to show specifically what is being furnished. Drawings shall be marked to show Owner's name, plant location, project description, and equipment designation. 7. Substitutions for specified products shall be in compliance with Paragraph 1.10. 8. The Contractor shall review all manufacturers' submittals for completeness, accuracy, and compliance with project specifications before submitting to Engineer. 9. The Engineer will review the complete submittal package and return one (1) set to the Contractor with individual items marked in one of the following three forms: Approved as Submitted. Approved as Noted. Disapproved. Items which are disapproved shall be corrected as required and shall be resubmitted to the Engineer for approval. 10. The Engineer will review the original submittal and one(1) resubmittal. If additional resubmittals are necessary due to non-compliance with the drawings and specifications or due to Contractor's failure to submit complete or accurate information, then the Contractor will be charged for the cost of additional reviews. Refer to Section A, Special Provisions, A-36, Paragraph 1 R. B. Approval of submittals, etc. shall not be construed as releasing the Contractor from further responsibility, but rather as a means to coordinate the work and to aid in the proper selection and installation of the materials and equipment. All materials and equipment shall be subject to final acceptance by the Engineer at completion of the project. C. Submittal of Record Data: 1. Upon completion of the project,submit record data in accordance with Section 0133 03 except as otherwise stated herein. 2. Record Data: Provide seven (7) sets of Record Data on CD or DVD media in an OCR searchable PDF file format with a hyperlinked index.Additionally, all As-Built drawings and equipment shop drawings shall be furnished in a format compatible with AutoCAD 2019. a. Certified as-built shop drawings for all fabricated equipment b. Certified as-built drawings for all wiring schematics and connection diagrams C. Approved product data for all items required in Paragraph 1.09A. d. Spare parts lists e. As-Built Project Drawings f. Operation and Maintenance Data g. Test Reports Electrical General Provisions 260000-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 In addition to the hard copies, each binder shall contain a CD with electronic files of the hard copy information, both in PDF and in native file format as applicable. Include CAD files of Contractor and manufacturer prepared drawings. 3. As-Built Project Drawings a. Provide detailed as-built drawings for the project indicating all powerwiring. (All drawings shall be provided in an AutoCAD 2019 Format.) b. The as-built drawings shall include detailed drawings of all duct banks, underground conduit, above ground conduit, electrical equipment locations, control panels, electrical schematic and connection diagrams accurately edited to show true as-built conditions. c. The engineer will provide CAD files of all drawings in the bid plans set on a CD for use by the Contractor. 4. Operation and Maintenance Data: Provide documentation in electronic format as described in Specification Section 01 33 00, Equipment Documentation Requirements. 5. Test Reports — Provide PDF copies of all required test reports with signature and date of perform performing the test. 1.10 SUBSTITUTIONS: A. Requirements for Substitutions: It is the intention of the drawings and specifications to establish a definite standard when a particular manufacturer's product is mentioned. Written request for substitutions of equivalent products will be considered provided all the following conditions are met. Substitutions for specified products will not be permitted unless all of the following conditions are met: 1. Written request shall be received in the Engineer's office priorto the mandatory pre- bid conference. Requests after the mandatory pre-bid conference will not be considered. 2. Request shall include complete technical data. 3. Request shall include a complete comparison of differences and similarities between the proposed and specified product. 4. Space and clearance requirements are adequate for products mentioned. It is the responsibility of the Contractor to verify space and clearance requirements for products proposed for substitution. 5. If modifications to the drawings and specifications are necessary for the proper installation of a product proposed for substitution,the request shall explain such in detail, accompanied by drawings if necessary. B. Approval: If the above has been complied with, and in the Engineer's opinion the product proposed for substitution is equivalent to that mentioned, the product will be approved for substitution and all prospective bidders will be so notified. Electrical General Provisions 260000-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.11 PROTECTION: A. All new work, equipment, and materials shall be protected at all times to prevent damage or breakage, either in transit,storage, installation, or testing. All openings shall be closed with caps or plugs during installation. All materials and equipment shall be covered and protected against dirt, water, chemical or mechanical injury. This shall include the erection of all required temporary shelters,cribbing of any apparatus above floor construction and covering of apparatus in incomplete buildings with tarpaulins or other protective covering. Temporary electric heaters shall be installed to keep apparatus dry. All rotating equipment and/or machinery shall be properly lubricated and rotated on a regular basis. All electrical materials and equipment damaged during handling,storage, installation and until the project has been accepted by the Owner shall be repaired or replaced by the Contractor with no increase in contract price. 1.12 COORDINATION: A. The Contractor shall not hinder and/or delay any work being accomplished by other construction companies at or near the general construction site; nor shall the Contractor impede normal operation of the City of Corpus Christi at any time except as otherwise indicated. 1.13 WORKMANSHIP: A. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their particular trades. All installations shall be complete in both effectiveness and appearance whether finally enclosed or left exposed. The Engineer reserves the right to direct the removal or replacement of any item which, in his opinion, does not present a reasonably neat orworkmanlike appearance, providing that same can be properly installed in an orderly way by usual methods for such work. All specialties and appurtenances shall be installed to conform to the manufacturer's recommendations unless otherwise specified. 1.14 CUTTING AND REPAIRING: A. The Contractor shall coordinate the work to eliminate cutting of the construction except as specified. Where it becomes necessary to cut through the construction to permit the installation of work orthe repair of defective work, it shall be done by mechanics skilled in the trade of erecting the type of work involved. The cost of cutting and repairing shall be paid by the Contractor without additional compensation. No cutting shall be done to any structural members unless specific permission is granted, in writing, by the Engineer. 1.15 EQUIPMENT INSTALLATION AND CONNECTIONS: A. The Contractor shall install all electrical equipment and provide all necessary disconnects, overcurrent protection, wiring and connections required for the proper installation and functioning of all electrical equipment regardless of which specification division the equipment is furnished under. B. Where the actual equipment furnished is different than what is indicated on the design drawings,the Contractor shall provide all required labor, materials,supervision and technical design to properly install the furnished equipment and make the necessary wiring changes as required for proper system operation. Electrical General Provisions 260000-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.16 TEMPORARY ELECTRIC POWER AND LIGHTING: A. General: Temporary electric power and lighting facilities shall be provided as necessary to enable the Contractor and Subcontractor to complete the work and to enable the Engineer to observe the work as it is being performed. Illumination levels shall meet or exceed IES recommendations. B. Power Source: 1 Clon#rinal pE)w@F may be nh#ainorJ from existing plant fanilitioc whoro foaOlhlo And 2. The Contractor shall provide and pay for temporary power. C. Responsibilities: 1. Provide and maintain temporary electric power and lighting facilities in accordance with NEC requirements. 2. Remove temporary electric power and lighting facilities upon completion of the project. 3. Where separate electrical service is required, make arrangements for service with the local utility company. Pay for all costs associated with separate service. Comply with all utility company rules and regulations. Contractor's temporary office facilities shall be served from a separate utility connection and meter. 4. Register temporary service meter in Contractor's name. 1.17 SLEEVES, INSERTS, SUPPORTS,ANCHOR BOLTS, FLASHING AND FOUNDATIONS: A. Furnish and install all sleeves, inserts,supports,anchor bolts,flashing,counter flashing,and foundations required for the proper installation of the proposed work. 1.18 CLEANING: A. All debris resulting from the construction shall be removed from the project site daily. Upon completion of the project,unused materials and equipment shall be removed from the project site. All visible labels, dirt overspray, paint, grease, and stains shall be removed from all electrical equipment. Labels indicating testing laboratory approval or giving parts numbers shall be left in place. 1.19 INSPECTIONS: A. The Contractor shall cooperate with and provide assistance to the Engineer or the Engineer's Inspector in making periodic and final inspections of the work. This assistance shall include, but not necessarily be limited to,the furnishing of labor,tools, etc.to operate equipment and demonstrate its proper functioning. Also included shall be the removal of outlet,junction box and panel covers,etc. as necessary forthe Engineerto inspect the work. Electrical General Provisions 260000-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.20 GUARANTEE: A. A guarantee shall be included that provides protection for the project and all component parts and workmanship. The guarantee shall remain in effect for a minimum of twelve months after final acceptance of the project by the City of Corpus Christi and not less than the period as determined by B-8-11 Maintenance Guaranty of the General Provisions and Requirements for Municipal Contracts. The warranty shall cover transportation,engineering, labor, and material cost required to correct deficiencies. B. Any defects from imperfect or improper materials or faults arising from improper workmanship which may appear during the guarantee period shall be amended and made good by the Contractor at his own cost. Any defects or faults shall be attended to within ten (10)days after receiving written notice from the Engineer. Failure to promptly attend to said defects or faults shall be sufficient cause for the Owner to correct the problem with the Owner's forces or the forces of others and invoice the Contractor for any and all charges, including management and overhead, related to correcting said problem. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Electrical General Provisions 260000-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Electrical General Provisions 260000-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 26 05 23 WIRE AND CABLE PART1 GENERAL 1.01 SUMMARY A. Section includes copper wire, cable, associated connectors, and termination hardware used on systems operating at 600 volts or less. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM) 1. B8 Concentric-Lay-Stranded Copper Conductor, Hard, Medium Hard, Or Soft. B. National Electrical Contractor Association (NECA) 1. Standard of Installation C. National Fire Protection Association (NFPA) 1. 70 National Electrical Code D. Underwriters Laboratories Inc. (UL) 1. 44 Rubber-Insulated Wires and Cables 2. 83 Thermoplastic-Insulated Wires and Cables 3. 486A Wire Connectors and Soldering Lugs for Use With Copper Conductors 4. 486C Splicing Wire Connectors 5. 510 Polyvinyl Chloride, Polyethylene and Rubber Insulating Tape 1.03 SUBMITTALS— FOR APPROVAL A. Procedures: 1. Submit in accordance with Technical Specification Section 26 00 00, Electrical General Provisions. 2. Provide one (1) complete submittal containing all items required herein. 3. Partial or incomplete submittals or submittals not complying with the requirements of Section 26 00 00 will be returned Disapproved without comment. Wire and Cable 260523-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Product Data: Submit for each type of wire and cable, terminal lugs, connectors, and cable fittings. 1.04 SUBMITTALS- RECORD DATA A. Procedure: Submit in accordance with Technical Specification Section 26 00 00, Electrical General Provisions. B. Product Data: Approved, as furnished data as listed above. 1.05 QUALITY ASSURANCE A. Furnish wire, cable, associated connectors, and termination hardware bearing UL label. PART PRODUCTS 2.01 BUILDING WIRE A. Single conductor, soft drawn, annealed copper conductor, Class B stranded. Insulation shall be 600 volt, type THHN/THWN-2 per UL 83 or type XHHW-2 per UL 44. :2 02 4111 TIG INIDI ICTOR CAR' G O4nni+�pe CHAD ll4nlnn +vne T(` Gable having the following A. G-Q-.Rrd6l G+nrRare, !-;Q-# onneoler+ nnnner Glost -R Stranded nor OQT-M R_R and- top nnotAd p@FAQT-RA R-22 B sulatien: 600-vel+r ethylene ene-rhh er�Inr ed �er�Ifmefhed 1 fnr Sizes 14 +hhmugh, 10 AWG. SuFfaG2--PFiRt2d numbeFs peF IG€A method n f„r Ne Q AWG and F. 7 ethyle 2.03 type MG GABLE: Oken tee—G`LSC m,,I+i nnnd,,n+nr Gable having fellewing nStFUG+inn featuFe- • EYP AA nduGtnr• Rnre f4 I Gla d AQTIIA R Q . rrcrcrvcvr—vc�r��vATc-rn=rrr2aT �vpp8i'�crSS St�'imv �21'�-cv�-rvr�� �R• Insulation- polyethylene, 6900 volt, type YI..II..kN 2 with printed R1 IAQD. Assembly: Multiple insulat8d GeRdUGtE)FS with gFE)URdiRg r , nen hygFeSGGPiG fillers and n all hinder+nno n I I r I 1569. Wire and Cable 260523-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 _. `ht;pth- `� fi++inn imnen40616 GE)RtOR610616 n,o lrJ orJ nn rr61n o+orJ aluminum (` PK IIIII�O� F. daGket: B1ttvksunlight Fesistannt PVC. 2.04 VFn MOTOR S PPLY GA13LE A BGIEI en 10-QQ V III Flexible Mete Swpply Gable listed as T-G-VF-D nn no hip cnhed--le �R. Sizes Ne 1 rn,�nh A�e�A/� 1 `�nr7n+n r�: `2 � 'hle�-o nr7er7 #inner) nnnner nnnr7n+n r� �. rracrvcvr � �c sress pelyethylene, 1000 YEA 3. n,_inr. n,_,,,.+nr: 1-SYMMetrsalstFaREIed per^ n,_,,,ter PVGinsUllated 4. QutTC�7D #eil GOPPOFo .7CITCi1 � �ViT 5. iaGket-BhaGk, ISU mgiht FOISlStRAt PVC 2 IN I e. 2 +ugh NE) nm oVnin: flexible'ble StFARdAd #inner_ r7 nnnner nnn6ln+nrS, �. rracrvcvr � c sress pelyethylene, 1000 YEA d. iaGket-BhabT66Inrmgiht FOISlStRAt PVC 2.05 INSTRUMENTATION CABLE A. Manufacturers: 1. Belden 2. Okon ite B. Single Pair/Triad: Stranded copper conductor, No.16 AWG, 600 volt PVC insulation, color coded black-white twisted single pair or black-white-red twisted single triad, aluminum polyester overall shield with stranded copper drain wire and overall black PVC jacket, rated 90° C dry/75° C wet - Okonite Okoseal-N Type P-OS, UL listed as type TC for cable tray use. C. Multi-Pair/Triad: Stranded copper conductor, No. 18 AWG, 600 volt PVC insulation, color coded black-white twisted pairs or black-white-red twisted triads, aluminum-polyester shield over each group with stranded copper drain wire, 100% isolation between groups, Wire and Cable 260523-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 multiple groups assembled with overall aluminum-polyester shield and coated stranded copper drain wire, overall black PVC jacket, rated 90° C dry/75° C wet, 600 volts, - Okonite Okoseal-N Type SP-OS, UL listed as type TC for cable tray use. 2.06 CONNECTORS AND TERMINALS A. Insulated Crimp Type Connectors and Terminals: Nylon insulated, Burndy INSULINK and INSULUG, or Thomas & Betts Sta-Kon. B. Split Bolts: High-conductivity copper alloy, Burndy SERVIT or Thomas & Betts Split-Bolt. C. Two Bolt Connectors: High-conductivity copper alloy, Burndy OKLIP, Type KVS or Blackburn 2BU. D. Compression Terminals: Copper, long barrel, Burndy HYLUG or Thomas & Betts Color- Keyed. E. Bolted Terminals: Cast copper alloy, Burndy QIKLUG or Thomas & Betts Locktite. F. Spring Wire Connectors: Insulated, twist-on type, Ideal Wire Nut or 3M Scotchlok 2.07 CAR' Es TERMINATIONSCAR' A. Gah-lo: b ase Hindsypo GG__R nnnnon#nrs aluminum. B. Type AAG GahmleGroa� Hind-1s;typo TSAG nnnnon#nrS oIuT 2.08 MISCELLANEOUS COMPONENTS A. Tape: UL 510 1. Vinyl Plastic: 3M Scotch 33+ or Scotch 88. 2. Varnished Cambric (VC): 3M Irvington 2920. 3. Friction: Black friction tape. B. Pulling Lubricants: Ideal Yellow 77 or Polywater Type J. C. Wire Markers: 1. Individual Wires: Heat shrink, machine printed, Raychem. 2. Multi-Conductor Cables or Groups of Wires as a Cable: Nylon tie on marker, Thomas & Betts Nylon I.D. Ties, Ty-Raps. D. Wire and Cable Ties: Thomas & Betts Ty-Raps. Wire and Cable 260523-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PART 3 EXECUTION 3.01 APPLICATION A. Size Verifications: 1. Contractor shall verify all wire and cable conductor sizes and quantities and conduit requirements with the ratings and details of equipment actually furnished on the project and shall furnish accordingly. Any discrepancies between what is shown on the design drawings and what is required based upon the ratings and/or details of equipment actually furnished on the project shall immediately be brought to the Engineer's attention B. Wire and Cable: 1. THWN-2 or XHHW-2 for AC power wiring and control wiring in conduit. 2. XHHW 2 feF 125 iDG nliGatien instalT8d GeRdUlit. 3. TW or THW for equipment grounding conductor. installer- in cable troy in ar,rnrr-anre v.fith AICG 4rtinle 2119 F�. Iti_nnnr- ntnr ielr-er- VFE) mntnr 661nnly Gable fnr all VF=D annlinations 6. No. 12 AWG minimum for power circuits and No. 14 AWG minimum for control circuits unless indicated otherwise on drawings or cable schedule. 7. Single pair No. 16 AWG for 24 VDC 1/0 to the RTU. C. Splices and Taps: 1. Use insulated spring wire connectors for lighting and receptacle branch circuits No. 10 AWG and smaller. 2. Use solderless pressure connectors for branch circuit conductors No. 8 AWG and larger. 3. Do not make splices or taps in feeder circuits or control circuits except where specifically indicated on drawings. D. Terminals: 1. Use copper compression terminals, NEMA 1 hole for sizes No. 4 AWG and smaller, NEMA 2 hole for sizes No. 2 AWG through 350 MCM, NEMA 4 for 500 MCM and larger. 2. Use insulated, ring tongue terminals for signal and control conductors. 3.02 INSTALLATION A. Install wire and cable in accordance with the NECA Standard of Installation. Wire and Cable 260523-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Installation in Conduit: 1. Swab conduits completely and thoroughly before pulling in conductors. 2. Pull all conductors into conduit at same time. 3. Use suitable wire pulling lubricant for building wire No. 4 AWG and larger. 4. Do not pull in conductors until conduit system is completed. Do not pull through boxes, fittings or enclosures where a change of conduit alignment or direction occurs. 5. Limit pulling tension to maximum values as recommended by manufacturer. 6. Do not combine circuits into a common conduit other than as indicated on the drawings. C. Compression Connectors and Terminals: 1. Install on wire and cable with approved tool and die to recommended compression pressure. Do not cut strands from conductors to fit lugs or terminals. D. Bolted Connectors and Terminals: 1. Torque to manufacturer's recommended foot-pounds for size and class of connector. 2. Where manufacturer's published torquing requirements are not indicated, tighten connectors and terminals to comply with UL 486A torque values. 3. Use galvanized steel bolts, nuts, split-lock washers and flat washers on terminal connections. E. Wring in Enclosures: 1. Form and tie conductors in panelboards, cabinets, control panels, motor controllers, wireways, and wiring troughs in a neat and orderly manner. 2. Use Thomas & Betts wire and cable ties of appropriate size and type. 3. Limit spacing between ties to not more than 6 inches. F. Installation In Tray 1. Furnish and install cables which are suitable and rated for cable tray installation. 2. Use cable rollers, sheaves and tuggers strategically placed so as to permit cable installation without exceeding manufacturer's recommended limits on pulling tension, sidewall pressure and bending radius. Wire and Cable 260523-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Secure cables to tray rungs with heavy duty, sunlight resistant, black plastic interlocking straps at intervals not exceeding 36 inches. 4. Where cables transition from tray to equipment enclosures, provide rigid galvanized steel conduit risers from enclosure to tray. Size conduit risers according to quantity and size of cables enclosed. Provide separate conduit risers for each voltage class of circuit entering enclosure. Provide an insulating grounding type bushing on each conduit riser. Provide heat shrink tubing to seal cable entry into riser conduits after final checkout and acceptance of system. 5. Where low voltage power, control and instrumentation cables transition from control cable tray to switchgear in the PCR building, provide conduit risers properly sized for the quantity and sizes of the cables to be installed. 6. Where tray cables penetrate building walls, tag each cable both on interior and exterior side of wall penetration. G. Taping: 1. Above Ground and Dry Locations: Fill voids and irregularities with half-lapped layers of VC (two minimum) or electrical insulation putty. Insulate with three half- lapped layers of vinyl plastic and one half-layer of friction tape. 2. In damp or wet locations, wrap insulated spring wire connectors with 2 layers of vinyl plastic tape. 3.03 COLOR CODING A. Power Wring: Provide color coding for single and multi-conductor power circuits as follows: Voltage OA OB 0C Neutral 240 volts and below Black Red Blue White :250—600 �^ns Rmwp Grange Gray 1. For specified insulation and jackets not manufactured with integral colors, use conductors with black insulation orjacket and color coding tape. 2. Color code conductors entering boxes, troughs, cabinets, and other enclosures. 3. Color code conductors in wireways, trenches, and other locations where conductors are continuously accessible at intervals not exceeding 5 feet. B. Insulated Equipment Ground: Green. 3.04 WIRING IDENTIFICATION A. Instrumentation and Control Circuits: Install a permanent wire label at each field wiring termination and at each end of control panel internal wiring. Identifying numbers shall match approved schematic and wiring diagrams. B. Feeder and Branch Circuits: Install a permanent wire label at each termination. Identifying numbers shall include source panel designation and circuit number. Wire and Cable 260523-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.05 FIELD TESTS A. Test conductors after installation is complete and prior to connection to equipment. B. Perform insulation resistance test on each conductor phase-to-ground with adjacent conductors grounded and test conductor disconnected from equipment. Applied potential shall be 1000 volts do for one minute. Minimum acceptable test values shall be 50 megohms. Investigate deviations in test values between adjacent phases. C. Verify tightness of bolted connections with a calibrated torque wrench. Torque values shall be terminal lug manufacturer's recommendations. 3.06 WARRANTY: A. A warranty shall be included that provides protection for the cable and all component parts against all manufacturing and design defects. The warranty shall remain in effect for a minimum of twelve months after final acceptance of the project by the City of Corpus Christi and not less than the period as determined by B-8-11 Maintenance Guaranty of the General Provisions and Requirements for Municipal Contracts. The warranty shall cover transportation, engineering, labor, and material cost required to correct deficiencies. END OF SECTION Wire and Cable 260523-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 26 05 26 GROUNDING PART1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. Solid grounding of electrical systems, equipment, machine frames, enclosures, appliances and structures. 2. Basic requirements for grounding for protection of life, equipment, circuits, and systems. 3. Grounding requirements specified in this Section may be supplemented in other sections of these Specifications. 1.02 REFERENCES: A. American Society for Testing and Materials (ASTM): 1. B3 Standard Specification for Soft or Annealed Copper Wire. 2. B8 Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard or Soft. 3. B33 Standard Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes. B. National Fire Protection Association (NFPA): 1. National Electrical Code 2. Lightning Protection Code C. Underwriters Laboratories Inc. (UL) 1. UL Standard for Safety Grounding and Bonding Equipment. 1.03 SUBMITTALS —FOR APPROVAL: A. Procedure: 1. Submit in accordance with Technical Specification Section 26 00 00, Electrical General Provisions. 2. Provide one (1) complete submittal containing all items required herein. Grounding 260526-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Partial or incomplete submittals or submittals not complying with the requirements of Section 26 00 00 will be returned Disapproved without comment. B. Product Data: Submit for grounding conductors, ground rods, clamps, connectors, wells and insulating materials. 1.04 SUBMITTALS— RECORD DATA: A. Submit in accordance with Technical Specification Section 26 00 00, Electrical General Provisions B. Product Data: Approved, as furnished data as listed above. C. Test Reports 1.05 QUALITY ASSURANCE: A. Items provided under this Section shall be listed or labeled by UL. B. Regulatory Requirements: 1. National Electrical Code (NEC): Provide components and installation as required by National Fire Protection Association (NFPA) 70, Article 250. PART PRODUCTS 2.01 GENERAL: A. Provide products in quantities, sizes, and ratings to comply with the NEC or the design drawings, whichever requirements are more stringent. B. Conductor Materials: Copper C. Connector Materials: Copper or bronze, tin-plated where required for corrosion resistance. 2.02 CONDUCTORS: A. Grounding Electrode Conductor: Soft drawn copper, Class B stranded per ASTM B-8, 600 volt TW, THW or THWN insulation. Size per NEC 250-95. B. Equipment Grounding Conductor: Soft drawn copper, Class B stranded per ASTM B-8 except that conductor sizes Nos. 12 and 10 AWG used in lighting and receptacle branch circuits may be solid conductor. All conductors shall have 600 volt, TW, THW, THWN, or XHHW insulation. v. G- indinn GFid Gendiirtnr: Alledium hard drawn horn nnnnor Glass B StFanr7�rraed pef AQTRA R_R No. 40 AIAG or as ethonerico inr7iro#orJ nn #ho dro�niinnc Grounding 260526-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 D. Color Code: Insulation color shall be green, except that sizes No. 2 AWG and larger may be black with green colored tape spirally applied over all visible surfaces within enclosures. 2.03 WIRE CONNECTORS: A. Terminal Lugs: Copper alloy, tin-plated, compression type, Burndy type, YA, NEMA 1 hole for sizes No. 6 through No. 1/0 AWG. Burndy type YGHA, NEMA 2 hole pad for sizes No. 2/0 AWG and larger. B. Split Bolt Connectors: Burndy SERVIT, type KS C. Taps and Splices: 1. Grounding Grid below Grade: Exothermic type (Cadweld) or compression type (Burndy Hyground). 2. Above Grade: Compression type. 2.04 CONDUIT CONNECTORS: A. Conduit Clamps: Burndy type GAR or GD. B. Grounding Bushings: 0-Z/GEDNEY 2.05 GROUNDING ELECTRODES: A. Ground Rods: 3/-inch diameter, 10 feet long, 304 stainless steel. B. Rod Connectors: 1. Exothermic type: Cadweld 2. Mechanical type: Burndy type GAR or GD 2.06 INSULATING MATERIALS: A. Tape: Scotch 33+ vinyl plastic. B. Mastic Pads: Scotch EZ—Seal PART 3 EXECUTION 3.01 INSTALLATION: A. General: 1. Provide grounding of systems, equipment, and structures in accordance with NEC Article 250, the requirements of the authority having jurisdiction and the design drawings. B. Sege-€n Grounding 260526-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 i. R-nyirie a main bORdinn 6lmPer hefinleen the RAPiine ne''tral r'E)Rd lntnr the 2. P-eyide a gFounding—efestrnLTedG GenduGteF tO GeTn'fneGt the SGWi Ge-neutral Gen/ Utter to the main nding eleGtFedie— G. Building Steel and ,g 1. Fevide bending peF frnm the 68PVOGG utral to the building steel and metallic Pining system& D. Separately Derived Systems: 1. Transformers: The neutral of each transformer secondary shall be bonded to the case and a grounding electrode conductor shall be connected from the neutral to the grounding system. E. Equipment Grounding: 1. Provide a green insulated equipment grounding conductor in all branch circuits and feeder conduits and cable trays. Size conductor in accordance with NEC 250-95 unless otherwise indicated on the drawings. 2. Connect the equipment grounding conductor to panelboard or switchgear ground bus and to all metallic raceways, outlet boxes, lighting fixtures, equipment enclosures, appliances and motor frames. 3. Where metallic raceways are installed, both the raceway and the internal equipment grounding conductor shall be utilized for equipment grounding. 4. Where sables transition frnm Pohle troy to nnnr16146pFevide a bending nlamp to F. Grounding Grid Electrodes: I €xnayate And harkfill for main grnUnriing grid nnnrJIIntnr. I-Onate nnnrilintnr��,kt Teast-feet�vayfnm feundatiens. GenduGter depth sh ,I,I be 19 te 24 ' he T;rn,cS he Iew finisher! grade 2. Install ground rods vertically in undisturbed soil so that the top of the rod is 18 to 24 inches below finished grade, except that in test wells the top of rods shall be 6 to 8 inches below grade. Space rods a minimum of 10 feet apart. 3. Make underground cable to cable connections using either exothermic or compression type connections. 4. Rreu�Qst T here inrtinatert nn the dFawings Install top of test wellflrashtrtert grade nr Pavement. 11-1sS only belted typern rJ non n(4ntnr.- iiR Q finilsh Grounding 260526-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. In addition to equipment grounding conductor connections, make connections from the grounding grid to the following items using green, insulated conductors: a. Clen#rinal equipment gFound busses b. Electrical equipment enclosures G. �A�n�teF ffr�arnes d. F-F'�-ii-r.:rll7i-f ems tanks and G l-GIeSUFBS e. Steel support frames for electrical equipment ani ^able+rays f R-il�ngsteel lffraamre p Gable trays 6. yGrounding conductors stubbed up from below grade shall be enclosed in a 1 inch Schedule 40 PVC protective sleeve. G. Conduit: 1. Provide grounding bushings where metallic conduits connect to non-metallic enclosures or stub-up into open-bottom, floor-mounted enclosures. 2. Provide conduit grounding clamps where metallic conduit stub-ups are connected to non-metallic underground conduits. 3.02 TESTING A. Verify continuity of all branch circuit and equipment grounding conductors. �R. �n IrJ #ec}inn all he nerfnrmerJ in anonrrJanne ii#h Tenhninal Cnenifina#inn Cen#inn 1696900, EIGGtFiGal AGG@ptaRG@ Testing-. END OF SECTION Grounding 260526-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 26 05 33 RACEWAYS PART1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. PVC-Coated Rigid Aluminum Conduit (CRAL) 2. Rigid Aluminum Conduit (RAC) 3. PVC Conduit (PVC) 4. Flexible Conduit 5. Associated Fittings a. WIrry vvayss 7. Pull and Junction Boxes 1.02 REFERENCES: A. American National Standards Institute (ANSI): 1. C80.5 Rigid Aluminum Conduit B. National Electrical Manufacturers Association (NEMA): 1. TC 2 Electrical Plastic Tubing (EPT)and Conduit(EPC-40 and EPC-80) 2. TC 3 PVC Fitting for Use with Rigid PVC Conduit and Tubing C. National Fire Protection Association (NFPA): 1. 70 National Electrical Code D. Underwriters Laboratories Inc. (UL): 1. 1 Flexible Metal Conduit _. 5 `urfono AAetal RaG@ ays and Fi#ings . 5,A Neem let�lll G SuFfaGG RaGGways and Fittings 4. 6 Rigid Metal Conduit 5. 360 Liquid-Tight Flexible Steel Conduit Raceways 260533-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 6. 514B Fittings for Conduit and Outlet Boxes i H-I n tliFlrrv=vvayss 0u xilia Fy G ttepsand TsseGio#o rgs 6. 666 r'utletBoxesaergsfeFUse On Hazardous (Classified) I n atme v 9. 1660 Liquid-Tight Flexible Nonmetallic Conduit 1.03 SUBMITTALS— FOR APPROVAL: A. Procedure: 1. Submit in accordance with Technical Specification Section 26 00 00, Electrical General Provisions. 2. Provide one (1) complete submittal containing all items required herein. 3. Partial or incomplete submittals or submittals not complying with the requirements of Section 26 00 00 will be returned Disapproved without comment. B. Product Data: Submit for each type of conduit,fitting, connector, pull and junction box, and wireway used on the project. 1.04 SUBMITTALS— RECORD DATA: A. Procedure: Submit in accordance with Technical Specification Section 26 00 00, Electrical General Provisions. B. Product Data: Approved, as furnished data as listed above. PART PRODUCTS 2.01 POLYVINYL CHLORIDE (PVC -SCHEDULE 40): A. Conduit: Conduit, elbows and couplings shall be Schedule 40 rigid polyvinyl chloride(PVC) conduit per NEMA TC 2 with a 900 UL rating, and shall be the standard product of Krayloy or Carlon or approved equal. B. Fittings: Fittings and accessories for use with Schedule 40 PVC conduit shall conform to NEMA TC 3 and shall be of the same material and manufacturer as the conduit. 2.02 PVC COATED RIGID ALUMINUM (CRAL): A. Conduit: Prior to coating, all conduit, including elbows, couplings and nipples shall be standard weight, threaded, rigid aluminum 6063 alloy, with a copper content not to exceed 0.20%. The conduit shall have a silicon or lacquer coating inside. B. Fittings: Prior to coating, fittings, accessories and device boxes for aluminum conduit systems shall be the standard threaded type as manufactured by Crouse-Hinds, or equal. Raceways 260533-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Both fittings and covers shall be aluminum containing less than 0.4 of 1%copper. All screws shall be stainless steel. Covers shall be gasketed. D. PVC Coating: Conduit, fittings, boxes and accessories shall be Plasti-Bond 2 coated, as produced by Robroy Industries Inc. or an approved equal. Before coating, the aluminum surfaces shall be coated with an epoxy-acrylic primer. Exterior surfaces shall have a 40 mil PVC coating applied by dip method. Interior surfaces of conduits, fittings, boxes, etc. shall have a fusion bonded phenolic coating with a thickness of 4-6 mils. E. Fasteners and Supports: U-bolts,conduit clamps,straps, modularframing channels shall be 1-5/8" & 1-5/8" minimum section dimensions, Type 316 stainless steel, and shall be the product of Unistrut. Fasteners and attachment hardware shall be Type 316stainless steel. 2.03 RIGID ALUMINUM CONDUIT: A. Conduit: Conduit, including elbows, couplings and nipples shall be standard weight, threaded, rigid aluminum 6063 alloy, with a copper content not to exceed 0.20%. The conduit shall have a silicon or lacquer coating inside. B. Fittings: Fittings, accessories and device boxes for aluminum conduit systems shall be the standard threaded type as manufactured by Crouse-Hinds,or equal. Both fittings and covers shall be aluminum containing less than 0.4 of 1%copper. All screws shall be stainless steel. Covers shall be gasketed. C. Fasteners: All straps and clamps used to support aluminum conduit shall be hot-dipped galvanized steel or malleable iron, with a 40 mil fused PVC coating, Plastibond, Ocal or equivalent. Strut type framing channels shall be either PVC coated galvanized steel or fiberglass. D. Hardware: Nuts, bolts, screws, washers, etc. shall be stainless steel. Galvanized or cadmium-plated hardware will not be acceptable for use with aluminum conduit. 2.04 LIQUID-TIGHT FLEXIBLE METAL CONDUIT: A. Flexible Conduit: Flexible conduit shall have a spiraled,flexible,galvanized steel inner core and an outer jacket of neoprene. Sizes 3/8" through 4" shall have a continuous, internal copper ground. Liquid-tight connectors shall be galvanized steel or malleable iron with neoprene sealing gaskets, external ground lugs and insulated throats. Connectors shall be Appleton type STB or Gedney or equal. 2.06 WIREWAYS; A. Sheet Metal: I, nnr r7ni Inno#inn!_; IFINA4 1r;Sh t?#nol nor 1 II 970 With hiRged GE)VENAiA IC26 F=-'rrnrivh#n ho mon11fo n#''PAP'S StARdo gFay � _ vIMPOr AAGI damp Inno#innR: INIF A0�gl�irva-nized-sheet steel nor 1 11 170y.WI hiRg@d nnvor nor NEIVAD IGS R rrn�gca--vv-avr�cr�-r�ivr-c-rvv� B. Nen vret�:1-rrii Raceways 260533-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 i. NEIVID AY RebFe / Indast^�s fib@FFglasstFoughwi�a #ori never attarhed witI n_mo#ollin fA6tAAAr0 fittings to matGh and mate with type of wiFeway fumished as FequiFed foF a GOMPlete System-. PART 3 EXECUTION 3.01 APPLICATION: A. General: 1. All field wiring shall be installed in conduit except as otherwise indicated. 2. Minimum conduit size shall be 1 inch nominal diameter. 3. Contractor to verify size requirements of all conduits in accordance with NEC fill requirements and with the actual conductors and cables furnished or required and furnish and install accordingly B. Exposed: 1. Conduits installed exposed outdoors shall be rigid aluminum. 2. Conduit installed exposed indoors shall be rigid aluminum. C. Underground Or In Slab 1. Conduit installed underground shall be Schedule 40 PVC with a reinforced steel concrete encasement. 2. Elbows used for underground conduit stub-ups from below grade shall be PVC coated rigid aluminum. 3. Conduits routed in concrete slabs shall be PVC coated rigid aluminum. Stub-ups shall be made with PVC coated rigid aluminum elbows. D. Conduit Risers to Cable Trays 1. Contractor to provide conduit take-offs from cable trays in sufficient quantities and sizes for the conductors and cables furnished or required for each installation. E. Flexible Connections: 1. Indoor-dry areas: Flexible .,,o+All ^^n,I„it Liquid-tight, flexible metal conduit. 2. Indoor-wet, damp areas: Liquid-tight, flexible metal conduit. 3. Outdoors: Liquid-tight, flexible metal conduit. Raceways 260533-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.02 INSTALLATION: A. General: 1. Installation Methods: Conduit shall be installed exposed or underground as indicated on the drawings. 2. Cleaning: All conduit systems shall be completed and shall be swabbed clean before conductors are pulled in. 3. Field cuts: Do not cut conduit with pipe cutters. 4. Bends: Field made bends and offsets shall be made with a hickey or conduit bending machine. Crushed or deformed raceways shall not be installed. The maximum numberof 90° bends,orequivalent between pulling points in any conduit run shall be three. Pull and junction fittings and/or boxes shall be provided as necessary to satisfy this requirement. 5. Protection: The ends of all conduit runs shall be closed immediately after installation to prevent the accumulation of water, dirt and other foreign material. 6. Locknuts: Conduits shall be fastened to all sheet metal boxes and cabinets with two locknuts. Locknuts shall have sharp edges for digging into the wall of metal enclosures. Bushings shall be installed on the ends of all conduits and shall be the insulating type. 7. Spare conduits: Spare conduits shall have a pull cord installed. The pull cord shall be plastic with a minimum tensile strength of 200 pounds. Not less that 12 inches of slack shall be left at each end of the pull cord. 8. Supports: Conduits shall be rigidly supported between couplings, on either side of bends and at terminations and fittings. 9. Boxes: Boxes shall be provided in the raceway system as indicated on the drawings and also wherever required for pulling of wires or making connections. Unless otherwise shown on the drawings, boxes installed in normally wet locations or on the outside of exterior surfaces shall be NEMA 4X, stainless steel sheet construction. Boxes shall be furnished with hinged and gasketed doors and stainless steel back panels. Each box shall have the volume required by the NEC for the number of conductors enclosed in the box. All boxes shall be securely anchored in place. 10. Flexible Connections: Flexible connections of short length shall be provided for equipment subject to vibration, noise transmission or movement. A separate ground conductor shall be provided across all flexible connections. Flexible conduit connections shall be rigidly and securely supported in an approved manner at intervals not exceeding 24 inches in length and within 12 inches of each conduit termination. Lengths of not more than 36 inches may be installed without such supports where flexibility is required. 11. Identification: Identify conduits in accordance with Technical Specification Section 16075, Electrical Identification. Raceways 260533-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 12. PVC: PVC conduit joints shall be solvent cement welded and shall be watertight. All PVC conduits shall have a separate grounding conductor installed. Where transition is made to the metallic conduit or enclosures, the grounding conductor shall be bonded to the metal conduit or enclosure. 13. rnn za'dee "2aS: Vide n RdUli+ fittings suitable fn" the ""2aInSS ifiGatinn R. R,FeVidG RdUli+ seals at Irnns+inns-as-reEu+FNEG A"►niv.lo 500-a„dr T1 . B. Exposed Conduit: 1. Routing: Exposed conduit shall be run straight and true to structure lines. Changes in direction of runs shall be made with fittings or symmetrical bends. Conduit in damp locations or outdoors shall be exposed to the air on all sides and shall not be installed tight against walls, ceilings and structural members, etc. Clamp backs and/or offsets shall be used as necessary to maintain uniform clearances. 2. Supports: Acceptable supporting and clamping materials for exposed conduit include one-hole straps and clampback, "U" bolts, parallel or right angle conduit clamps, hot-dipped galvanized structural steel frames or modular stainless steel channel as manufactured by Unistrut or equal. Perforated steel tape,stamped steel one- and two-hole straps shall not be used. Conduits shall be supported in accordance with NEC 346-12. 3. Obstructions: Conduit shall be routed so as not to create any tripping or head banging hazard and so as not to create any obstruction to Owner's operation and maintenance activities. 4. Hubs: Watertight conduit hubs shall be installed where conduits enter the tops or sides of sheet metal or non-metallic enclosures. 5. Drains: Drain fittings shall be installed at low points throughout the conduit system where condensation is likely to occur. C. PVC Coated Conduit: 1. PVC coated conduit requires special care to minimize damage to the PVC coating during cutting,threading, bending and installation. Contractorshall install conduit in accordance with manufacturer's recommended installation procedures. 2. Contractor shall be responsible for providing strap wrenches,cutting dies,vises,and otherspecial tools required to install PVC coated conduit. Standard pipe wrenches, chain wrenches or channel locks shall not be used. Conduit bending equipment shall have the proper diameter shoes or dies to allow for the thickness of the PVC coating. 3. PVC coated conduit shall be supported with Type 304 stainless steel clamps,straps, hangers and supports. Attachment hardware shall be Type 316 stainless steel. 4. All PVC coated conduit and fittings that have teeth marks, cuts, nicks or are otherwise damaged shall be repaired by coating damaged area with a liquid PVC touch-up compound. Spray-type compound is not acceptable. Raceways 260533-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. Unistrut channel supports and related accessories for use with PVC coated conduit shall be Type 304 stainless steel. D. Aluminum: 1. Aluminum conduit shall not be installed in direct contact with earth, concrete,steel, copper, brass or bronze. Where aluminum conduit comes into contact with dissimilar metals or passes through concrete walls or floors,it shall be wrapped with 2 layers, half-lapped, of corrosion preventative pipe tape, Scotch 50 or equal. 2. Aluminum conduit threads shall have a Penetrox, No-Ox-Id or equal, applied when installed. E. Underground Conduit: 1. Concrete Encasement: a. Underground conduit runs shall be encased in or covered with red concrete as indicated on the drawings. b. Where conduits rise above grade,the concrete encasement shall extend to 6 inches above grade. Exposed concrete shall be natural color, not red. Where conduits run through equipment foundations or floor slabs, the concrete encasement shall butt the underside of the slab. C. The top of concrete encasement shall be a minimum of 36 inches below grade, unless otherwise indicated and must go below conflicts,such as yard piping, if the 36 inches minimum depth cannot be met. Compact trench backfill to original density. d. The concrete encasement shall be reinforced with a minimum of four (4) No. 4 steel reinforcing bars. 2. Separation: Minimum separation between the outside edges of adjacent conduits shall be 3 inches. 3. Elbows: All elbows shall be long radius type. 4. Spacers: Conduit spacers shall be installed at 5 feet on centers. 5. Expansion Fittings: Provide expansion fittings in above-ground, vertical portion of each underground conduit stub-up. 6. Bonding and Grounding: Metal conduits connected to underground PVC conduits shall be suitably bonded and grounded by connection to the equipment grounding conductor at the first above ground conduit termination or by an external grounding clamp, ♦ and connection to a grounding electrode. ,C. cribpd-Ot Risers to Gableayss i. `�n#ro n#nr #n nrnvir7o nnnr16li# rirsv /#onfc\ frnm nohlo #rovs� �sffi �rt quantities and ci-zoc for the and_ nohloc filrnlOh@d nr ronI'iror7 fnr oonh inctollo#inn Tho (`nntrontnr droll ciao oonh nnnri,,it ricer in onn(4rrionno w0th AIC(` GE)RdUlit fill r onto Raceways 260533-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Q4PPd,,mt rist;rsv sholl terminate At OF Poor+ho Gable+raysIYl 1;--nh o monnor+ho++ho WRISUPP0148d nahlo long+hs de nn+ ovnA-ed 74 innhos TT alumonum GGB GabIG GennecAeF eF an mnsulating bushing with a heat shFink sleeve(�r g+hor means gf Pro..on+ing m isfi lro on+P. in+g+hon RdUlit 4 rgndumt FmseFs shall be Prg Porly bonded to the nohlo+rov gFounding system. END OF SECTION Raceways 260533-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 26 05 53 ELECTRICAL IDENTIFICATION PART1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. Equipment and structure nameplates and labels 2. Warning and caution signs 3. Operational instruction signs 4. Identification labeling of conduits, cables B. Related Sections: 1. Additional identification requirements are specified in other Sections of Division 26. 1.02 REFERENCES: A. Code of Federal Regulations (CFR) 1. 29CFR1910.145 Specification for Accident Prevention Signs B. National Fire Protection Association (NFPA) 1. 70 National Electrical Code 1.03 SUBMITTALS FOR APPROVAL: A. Procedure: 1. Submit in accordance with Technical Specification Section 26 00 00, Electrical General Provisions. 2. Provide one (1) complete submittal containing all items required herein. 3. Partial or incomplete submittals or submittals not complying with the requirements of Section 26 00 00 will be returned Disapproved without comment. B. Product Data: Submit for each type of product used on project. C. Schedules: Nameplate engraving schedule. Electrical Identification 260553-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PART PRODUCTS 2.01 ELECTRICAL IDENTIFICATION PRODUCTS: A. Engraved Nameplates and Signs: 1. Material: 3 ply plastic laminate, matte-finish, 0.125 inch thickness, white with black center core except that material used for warning signs shall be red with white center core. Provide punched mounting holes for mechanical fasteners. 2. Size: Minimum size to be 1 inch by 2.5 inches, rectangular shape with square corners. 3. Engraving: Accurately align lettering and engrave into center core. Lettering shall be normal block style. Character size shall be 3/8 inch high for grouped equipment �+ and load designation and '/ inch for individual equipment, loads and devices. �. dtRIn#pro Tags: i. 54a# l`2-169 stool,142 iGh minimum#hin4nesswi�nPshor edges. Tiag all ha\ro a 109 innh holo for a##anhmon# w0th wort; #o �- nuvcarr�tth#ar'hm4on# wire shall pe#14 selid, 316 stainless steel wire. 2. Size: Minim-rum size #o be A i Gho by 9 ORGhes, F(e#anguTlarr upn-v'r'#hrslightly 3. €mbessfng: AGGUF iely--align letteFln amund #ho non#or of the tag with CTI numb-or en top lino and W-Imhor en bettem lino. I-8##o�gshaii boa noorma T?t to With nharan#or 1-30Z$ of 1 innh high I-ettoerlsishall be all napi#al� gri G'gn& v. vi meu n#ing holes Brady Q 1741 7. 1DolyesteFeP� aa,#L� iit n#in adhesio r#aGkooor_ou tdoor L �ViYY'' , Rra�raay B 302.. • High Voltage waning �n�to "DangerHigh Voltage loop Out." 4. . PART 3 EXECUTION 3.01 INSTALLATION: A. General: 1. Provide labels and signs in accordance with NEC requirements. 2. Install labels and signs at locations for best convenience of viewing without interference with operation and maintenance of equipment. Electrical Identification 260553-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. All nameplates and signs used on the project shall be of similar size, style and appearance. B. Equipment Nameplates: 1. Provide engraved identification nameplates for each of the following: a. Switchgear assemblies G. Adjustable frequenny dFive units d. Panelboards e. Circuit breakers f. Switches p MeteF Goptrnllorc h. Transformers i. Contactors j. Transfer snii#ashes k. Control panels ;. Sen+,-�rstafiar�s m. Pull and junction boxes n. Terminal boxes o. Remote Terminal Units (RTU's) 2. Nameplate legends shall include the equipment identification number as indicated on the design drawings and an appropriate service description. 3. Nameplates for switchgear assemblies, IN4SG'a, panelboards and separately enclosed breakers, switches, starters and contactors shall include the operating voltage. 4. Attach engraved nameplates to equipment with self-tapping, stainless steel, round head screws. Use adhesive attachment only where the substrate material is not suitable for screw attachment. C. Warning and Operational Signs: 1. Voltage warning signs where required by the NEC, where indicated on drawing and as follows: a. €g6lmpmen# ORallcGE)PS #n en6linmen# rnnm8; nnn g AAin1m 917e shall he 7 innhes v 1(1 innhes ash �II Q�OR removable revers for all pull and imn#inn hnve� C. Equipment: On front and rear compartment access doors and covers enclosing live parts. Signs provided as part of equipment which meet these requirements are acceptable. �. F=e P r,QS OR eaGhgate and nn eanh siden�f fenceswhin�h eTndese eninment nr nirn-li# pier 600 volts r�?erJ love l4s. Minimum sze � innhes by 14 innhe�. �erate At et evneedinn `20 iCCr Electrical Identification 260553-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Multiple Source Signs: a. Where enclosures contain voltages from more than one source which are not interrupted by opening the local unit disconnecting means, provide an engraved nameplate bearing the following (or similar) legend: "WARNING—MULTIPLE ELECTRICAL SOURCES EXIST WITHIN THIS ENCLOSURE" OR "WARNING — VOLTAGE MAY BE PRESENT WITH DISCONNECT SWITCH OPEN" 3. Hazardous Operation: a. Where operation of an electric switch or control device may create an unsafe or undesirable operating condition, provide an engraved plastic sign with appropriate warning statement. 4. Emergency Operation: a. Provide engraved plastic sign with appropriate instructions for power restoration, power transfer, load shedding or other emergency operation. 5. Normal Operation: a. Provide engraved plastic sign with appropriate instruction for normal operation of equipment and circuits and to indicate normal positions of all selector switches. Signs for normal operation shall be yellow with black letters. L. I+inle Ceniine� ;. WheFe ultp: pFevide eavGh S8;viG8 diSGeRR8Gt with a addi+ienal sign whinh c+a+eo the name and lona+inn of ether c e dionennen+c E. Geni-dumts: +ify dui+ + h + n+inn and n+ all +ran from +e eH,,,y--aonaans�ea�„--�e�r�l; S+tl�s�r-e�(pose _ Provide an engraved plaStin nameplate nr ether isi-li+able permanent tag fer�rt le er noble assembly. 4t+onh w0th !;@If IOGkingnylnn noble+ie legibly with a normonon+ marker nen 4. ndUli+ iGI GRtifiGatien shall iRdiGate ,I—H-N,The" anrable H-N,T„h eF as n�Ted en the final a,npnreYGd Gable cnhedule F. Cables: 1. Identify cables in pull and junction boxes, vaults, manholes, bulkheads (inside and out), cable trays, where entering/exiting equipment and where entering/exiting conduit. Each side of a bulkhead or building entry shall be clearly tagged. Provide tags for each cable in the cable tray at each location where cables leave or enter the cable tray. Electrical Identification 260553-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Provide an engraved plastic nameplate or other suitable permanent tag for each cable or cable assembly. Attach with self-locking, UV resistant, nylon cable tie. Location shall be as visible as possible standing at grade. `� �hle irte ntifina#inn shall the QTII �mher anrt nahle n.-mher asnrti Q G. Cable Trod Supports. i. Identify noble tFa y supnpe Ft st-��nzrGtulrres. RFevide a tag for each stFun Two logged ishall regwire only one tag Gable tray bridges shall reg- ire a tag at @aGh end- of the bridge. _ prpumd(4 an emhn�!.; s} s! steel t.agund n61re it to t he ^,-n# re At fnr fee# �Ah-nve�hhase plate with#14 selirt stainless s#eely.44B `� �hle irtentifinatinn shall the QTI P-mhe d stp- --re n-mher as RdiGaTed en the final n,ppFeyed StFUGtUre snhedule H. Field Instruments: 1. Provide a stainless steel tag for each field instrument to indicate the instrument tag number and service description. 2. Attach the tag with minimum No. 9 stainless steel tie wire. END OF SECTION Electrical Identification 260553-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 26 09 00 INSTRUMENTATION PART1 GENERAL 1.01 SUMMARY A. Section includes requirements for: 1. Water Quality Analyzers 2. Magnetic Flowmeters 3. Level Transmitters B. Related Sections: 1. The Contract Documents are a single integrated document, and as such all Divisions and Sections apply. It is the responsibility of the CONTRACTOR and its Sub-Contractors to review all sections to ensure a complete and coordinated project. 2. Section 33 12 33 — Flow Measurement C. Provide all instruments identified in the Contract Documents. 1.02 SUBMITTALS A. Procedure: 1. Submit in accordance with Technical Specification Section 26 00 00, Electrical General Provisions. 2. Provide one (1) complete submittal containing all items required herein. 3. Partial or incomplete submittals or submittals not complying with the requirements of Section 26 00 00 will be returned Disapproved without comment. 1.03 QUALITY ASSURANCE A. Examine the complete set of Contact Documents and verify that the instruments are compatible with the installed conditions including: 1. Process conditions: Fluids, pressures, temperatures, flows, materials, etc. 2. Physical conditions: a. Installation and mounting requirements. b. Location within the process. c. Accessories: Verify that all required accessories are provided and are compatible with the process conditions and physical installation. B. Notify the ENGINEER if any installation condition does not meet the instrument manufacturer's recommendations or specifications. 1.04 WARRANTY A. Refer to Section 01 33 03. Instrumentation 260900-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PART PRODUCTS 2.01 SCOPE A. Provide instruments as scheduled on the drawings. B. Substitution of specified products will not be permitted. C. Factory calibrate each instrument at a facility that is traceable to the National Institute of Standards and Technology (NIST). 2.02 WATER QUALITY ANALYZERS A. Water quality analyzers shall be provide for sensing and measurement of total chlorine, pH, temperature, total ammonia and monochloramine in two separate sample streams at each elevated tank. Water quality analyzers shall be designed to function without the use of a reagent in the sample stream. PART 3 EXECUTION 3.01 INSTALLATION A. Install instruments in accordance with manufacturer's written instructions. B. Coordinate the installation with all trades to ensure that the mechanical system has all necessary appurtenances including weld-o-lets, valves, etc. for proper installation of instruments. C. Provide all required sample and drain piping including valves, fittings, tubing and connections as required for proper installation in accordance with manufacturer's requirements. 3.02 FIELD QUALITY CONTROL A. Provide manufacturer's services to inspect for proper installation and to perform start-up and calibration and verification of proper operation. B. Provide a copy of manufacturer representative's field service report with record data. 3.03 ADJUSTING A. Verify factory calibration of all instruments in accordance with the manufacturer's instructions: 1. Return factory calibrated devices to the factory if they do not meet the field verification requirements for calibration. Instrumentation 260900-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.04 DEMONSTRATION AND TRAINING A. Demonstrate performance of all instruments to the ENGINEER before commissioning. B. Furnish 4 hours of OWNER training for each different type of instrument provided. END OF SECTION Instrumentation 260900-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Instrumentation 260900-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 26 22 13 DRY-TYPE TRANSFORMERS PART 1 GENERAL 1.01 SCOPE A. Furnish and install single-phase and three-phase general purpose, individually mounted, dry-type transformers of the two-winding, self-cooled type as specified herein, and as indicated on the drawings. 1.02 REFERENCES: A. American National Standards Institute (ANSI) 1. C2 National Electrical Safety Code 2. C57.96 Guide for Loading Dry Type Distribution and Power Transformers B. National Electrical Manufacturers Association (NEMA) 1. ST 1 Specialty Transformers (Except General Purpose Type) 2. ST20 Dry Type Transformers for General Applications 3. TP-1 Guide to Determining Energy Efficiency for Distribution Transformers, C. Underwriters Laboratories Inc. (UL) 1. 486A Wire Connectors and Soldering Lugs for Use with Copper Conductors 2. 506 Specialty Transformers 3. 1561 Dry-Type General Purpose and Power Transformers D. Transformers shall meet the requirements of federal law 10 CFR Part 431 "Energy Efficiency Program for Certain Commercial and Industrial Equipment" 1.03 SUBMITTALS - FOR APPROVAL: A. Procedure: 1. Submit in accordance with Specification Section 26 00 00, Electrical General Provisions. 2. Provide one (1) complete submittal containing all items required herein. 3. Partial or incomplete submittals or submittals not complying with the requirements of Section 26 00 00 will be returned Disapproved without comment. B. The following information shall be submitted to the Engineer: 1. Outline drawing with complete dimensions and weight 2. Technical certification sheet 3. Conduit entry/exit locations 4. Transformer ratings including: a. Primary and secondary kVA Dry-Type Transformers 262213-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 b. Voltage c. Connection diagrams d. Taps e. Primary and secondary continuous current f. Basic impulse level for equipment over 600 volts g. Impedance and X/R ratio h. Insulation class and temperature rise i. Sound level 1.04 SUBMITTALS— RECORD DATA: A. Procedure: Submit in accordance with Specification Section 26 00 00, Electrical General Provisions. B. The following information shall be submitted for record purposes. 1. Final as-built drawings and information for items listed in Paragraph 1.03 2. Certified factory test reports 3. Installation, operation and maintenance instructions 4. Field test reports 1.05 QUALIFICATIONS: A. For the equipment specified herein, the manufacturer shall be ISO 9000, 9001 or 9002 certified. B. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.06 REGULATORY REQUIREMENTS: A. All transformers shall be UL listed and bear the UL label. 1.07 DELIVERY, STORAGE AND HANDLING: A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One (1) copy of these instructions shall be included with the equipment at time of shipment. PART 2 PRODUCTS 2.01 MANUFACTURERS: A. Eaton B. Square D. Dry-Type Transformers 262213-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2.02 RATINGS: A. kVA and voltage ratings shall be as indicated on the drawings. B. Transformers shall be designed for continuous operation at rated kVA, for 24 hours a day, 365 days a year operation, with normal life expectancy as defined in ANSI C57.96. C. Transformer sound levels shall not exceed the following ANSI and NEMA levels for self-cooled ratings: Up to 9 kVA- 40 db 10 to 50 kVA- 45 db 2.03 CONSTRUCTION: A. Insulation Systems: 1. Transformers shall be insulated as follows: 2. 2 kVA and below: 150° C insulation system based upon 80° C rise 3. 3 to 15 kVA: 185° C insulation system based upon 1150 C rise 4. 15 kVA and above: 220°C insulation system based upon 150° C rise 5. Required performance shall be obtained without exceeding the above indicated temperature rise in a 40° C maximum ambient. 6. All insulation materials shall be flame-retardant and shall not support combustion. B. Core and Coil Assemblies: 1. Transformer core shall be constructed with high-grade, non-aging, grain- oriented silicon steel with high magnetic permeability, and low hysteresis and eddy current losses. Maximum magnetic flux densities shall be substantially below the saturation point. The transformer core volume shall allow efficient transformer operation at 10% above the nominal tap voltage. The core laminations shall be tightly clamped and compressed. Coils shall be wound of electrical grade copper or aluminum with continuous wound construction. 2. On units rated 30 kVA and above, the core and coil assembly shall be impregnated with non-hygroscopic, thermosetting varnish and cured to reduce hot spots and seal out moisture. The assembly shall be installed on vibration- absorbing pads. Taps shall be two (2) steps above and four (4) steps below nominal voltage in 2.5% increments. 2.04 WIRING: A. External circuit conductors shall be rated 90°C and applied at 75°C ampacity. 2.05 ENCLOSURE: A. Enclosures for transformers located indoors shall be heavy gauge carbon steel. Transformers located outdoors shall have Type 316 stainless steel enclosures. All Dry-Type Transformers 262213-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 transformers shall be equipped with a wiring compartment suitable for conduit entry and large enough to allow convenient wiring. The maximum temperature of the enclosure shall not exceed 90°C. The core of the transformer shall be grounded to the enclosure. B. On encapsulated units rated 30 kVA and below, the enclosure construction shall be totally enclosed, non-ventilated, NEMA 3R, with lifting eyes. C. On units rated 45 kVA and above, the enclosure construction shall be ventilated, NEMA 2, drip-proof, with lifting holes. All ventilation openings shall be protected against falling dirt. 2.06 BUCK AND BOOST TRANSFORMER A. Description: NEMA ST 1, factory-assembled, dry type two winding buck and boost transformers, ratings as indicated on Drawings. B. Operation: 1. Insulation system and average winding temperature rise for rated kVA as follows: a. 0.25-2 kVA: Class 185 with 80 degrees C rise. b. 3-7.5 kVA: Class 220 with 80 degrees C rise. 2. Primary Voltage: 208 volts, single phase. 3. Secondary Voltage: 240 volts. C. Materials: 1. Coil Conductors: copper Continuous windings. 2. Lugs: Suitable for terminating conductors sized for full load ampacity of transformer unit when operating in buck-and-boost configuration shown. 3. Enclosure: NEMA ST 1, Type 1. D. Fabrication: 1. Isolate core and coil from enclosure using vibration-absorbing mounts. 2. Nameplate: Include transformer connection data 2.07 MINI POWER CENTERS A. Where mini power centers are indicated on the drawings, the transformer shall be provided with a primary breaker and secondary panelboard built into a common enclosure. B. The primary breaker shall be rated 14 kA interrupting at 277/480 volts and shall have a trip rating selected for proper protection of the transformer in accordance with NEC requirements. C. The secondary panelboard shall have a secondary main breaker and branch breakers Dry-Type Transformers 262213-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 rated at 10 kA interrupting at 120/240 volts. The secondary main breaker trip rating shall be selected in accordance with NEC requirements. Branch breaker quantity and trip ratings shall be as indicated on the design drawings. D. All interconnecting wiring between the primary breaker and transformer, secondary main breaker and transformer and distribution section shall be factory installed. All breakers shall be accessible through a single, pad lockable, hinged door. E. A wiring compartment shall be provided with adequate space for field conduit entry and wiring terminations. F. A typewritten circuit directory shall be provided within the breaker compartment. 2.08 NAMEPLATE: A. Provide an engraved nameplate with appropriate service description on the transformer exterior. 2.09 FINISH: A. Enclosures shall be finished with ANSI 61 color weather-resistant enamel. 2.10 ACCESSORIES: A. On ventilated outdoor units, provide suitable weather shields over ventilation openings PART 3 EXECUTION 3.01 INSTALLATION: A. Install transformers as indicated on the drawings and in accordance with manufacturer's published instructions. B. Arrange equipment to provide adequate spacing for cooling air circulation. C. Install wall-mounted transformers on prefabricated brackets designed for purpose. D. Provide suitable vibration—isolating pads for floor—mounted transformers. E. Tighten electrical connectors and terminals in accordance with manufacturer's published torque-tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and 486B. F. Identify transformers in accordance with Specification Section 26 05 53, Electrical Identification. G. Provide typewritten panel circuit directory with appropriate circuit identification. Dry-Type Transformers 262213-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.02 GROUNDING: A. Make grounding and bonding connections in accordance with Specification Section 16060, Grounding. 3.03 FIELD TESTS: A. Perform the following tests: 1. Compare equipment nameplate data with drawings and specifications. 2. Inspect physical and mechanical condition. 3. Inspect for proper installation and grounding. 4. Perform insulation resistance test. Calculate polarization index. Measurements shall be made winding to winding and each winding to ground. 5. Measure no load primary and secondary voltages. Confirm proper tap connections. 3.04 ADJUSTING: A. Adjust transformer taps to provide optimum voltage conditions at utilization equipment 3.05 CLEANING: A. Upon completion of installation, inspect interiors and exteriors of accessible components. 1. Remove paint splatters and other spots, dirt, and construction debris. 2. Touch up scratches and mars of finish to match original. END OF SECTION Dry-Type Transformers 262213-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 26 24 00 PANELBOARDS PART1 GENERAL 1.01 SCOPE: A. Furnish and install panelboards as specified herein and as indicated on the drawings. B. Panelboard types included in this Section are: 2. Lighting and appliance panelboards 1.02 REFERENCES: A. National Electrical Contractors Association (NECA) 1. Standard of Installation B. National Electrical Manufacturers Association (NEMA) 1. AB 1 Molded Case Circuit Breakers 2. PB 1 Panelboards 3. PB1.1 General Instructions for Proper Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. C. Underwriters Laboratories Inc. (UL) 1. 50 Cabinets and Boxes 2. 67 Panelboards 1.03 SUBMITTALS -FOR APPROVAL: A. Procedure: Submit in accordance with Section 26 00 00. B. Product Data: 1. Descriptive bulletins 2. Enclosure outline drawing with complete dimensions 3. Breaker layout drawing 4. Component list 5. Conduit entry/exit locations 6. Assembly ratings including: a. Short circuit current b. Voltage C. Continuous current 7. Cable terminal sizes. 8. Installation Instructions Panelboards 262400-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.04 SUBMITTALS— RECORD DATA: A. Procedure: Submit in accordance with Section 26 00 00. B. The following information shall be submitted for record purposes: 1. Final (as-built) drawings and information for items listed in Paragraph 1.03 2. Installation, operation and maintenance instruction 3. Spare parts list 1.05 QUALIFICATIONS: A. The manufacturer of the panelboard shall be the manufacturer of the major components within the assembly, including circuit breakers. B. For the equipment specified herein, the manufacturer shall be ISO 9000, 9001 or 9002 certified. 1.06 DELIVERY, STORAGE,AND HANDLING: A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One (1) copy of these instructions shall be included with the equipment at time of shipment. PART 2 PRODUCTS 2.01 MANUFACTURERS: A. Cutler-Hammer B. Square D 2.02 RATINGS: A. Panelboards rated 240 Vac or less shall have short circuit ratings as indicated on the drawings or as herein scheduled, but not less than 22,000 amperes RMS symmetrical. B. Panelboards rated 480 Vac shall have short circuit ratings as indicated on the drawings or as herein scheduled, but not less than 65,000 amperes RMS symmetrical. C. Panelboards shall be labeled with a UL short circuit rating. All panelboards shall be fully rated. Series ratings shall not be used. 2.03 CONSTRUCTION: A. Interiors shall be completely factory assembled devices. They shall be designed such that switching and protective devices can be replaced without disturbing adjacent units and without removing the main bus connectors. B. Trims for lighting and appliance panelboards shall be supplied with a hinged door covering all circuit breaker handles. Doors in panelboard trims shall not uncover any live Panelboards 262400-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 parts. Doors shall have a semi flush, cylinder lock and catch assembly. Doors over 48 inches in height shall have auxiliary fasteners. C. Distribution panelboard trims shall cover all live parts. Switching device handles shall be accessible. D. Surface trims shall be same height and width as box. Flush trims shall overlap the box by 3/4 inch on all sides. Trims shall be secured to box with concealed clamps. E. A directory card with a clear plastic cover shall be supplied and mounted on the inside of each door in a metal frame. F. All locks shall be keyed alike. 2.04 BUS: A. Main bus bars shall be tin-plated copper, sized in accordance with UL standards to limit temperature rise on any current carrying part to a maximum of 650 C above an ambient of 40° C maximum. B. A bolted ground bus shall be included in all panels. C. Full-size (100%-rated) insulated neutral bars shall be included for panelboards indicated to have a neutral bus. Bus bar taps for panels with single-pole branches shall be arranged for sequence phasing of the branch circuit devices. Neutral busing shall have a suitable lug for each outgoing feeder requiring a neutral connection. 200%-rated neutrals shall be supplied for panels designated on drawings with oversized neutral conductors. 2.05 DISTRIBUTION PANELBOARDS: A. Distribution panelboards including circuit breakers contained therein shall have fully rated interrupting ratings as indicated on the drawings. Panelboards shall have bolt-on, molded case circuit breakers as indicated below. B. Molded case circuit breakers shall provide circuit overcurrent protection with inverse time and instantaneous tripping characteristics. Ground fault protection shall be provided where indicated. C. Circuit breakers shall be operated by a toggle-type handle and shall have a quick-make, quick-break, over-center switching mechanism that is mechanically trip-free. Automatic tripping of the breaker shall be clearly indicated by the handle position. Contacts shall be nonwelding silver alloy and arc extinction shall be accomplished by means of arc chutes. A push-to-trip button on the front of the circuit breaker shall provide a local manual means to exercise the trip mechanism. D. Where indicated, circuit breakers shall be current limiting. E. Circuit breakers 400-ampere frame and below shall have thermal-magnetic trip units and inverse time-current characteristics. F. Circuit breakers 600-ampere through 1200-ampere frame shall be provided with microprocessor-based RMS sensing trip units. Panelboards 262400-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. Each molded case circuit breaker microprocessor-based tripping system shall consist of three (3) current sensors, a trip unit, and a flux-transfer shunt trip. The trip unit shall use microprocessor-based technology to provide the adjustable time-current protection functions. True RMS sensing circuit protection shall be achieved by analyzing the secondary current signals received from the circuit breaker current sensors and initiating trip signals to the circuit breaker trip actuators when predetermined trip levels and time delay settings are reached. 2. Interchangeable rating plugs shall establish the continuous trip ratings of each circuit breaker. Rating plugs shall be fixed or adjustable as indicated. Rating plugs shall be interlocked so they are not interchangeable between frames, and interlocked such that a breaker cannot be closed and latched with the rating plug removed. 3. The microprocessor-based trip unit shall have thermal memory capabilities to prevent the breaker from being reset following an overload condition until after a preset time delay. 4. When the adjustable instantaneous setting is omitted, the trip unit shall be provided with an instantaneous override. Internal ground fault protection adjustable pick-up ratings shall not exceed 1200 amperes. Provide neutral ground fault current sensor for four-wire loads. 5. Breakers shall have built-in test points for testing the long-time delay, instantaneous, and ground fault functions of the breaker, by means of a 120-volt operated test set. Provide one test set capable of testing all breakers 400- ampere frame and above. 6. System coordination shall be provided by the following microprocessor-based, time-current curve shaping adjustments: Adjustable long-time pick-up Adjustable short-time pick-up and delay, with selective curve shaping Adjustable instantaneous pick-up Adjustable ground fault pick-up and delay, with selective curve shaping. G. Where indicated, provide circuit breakers UL listed for application at 100% of their continuous ampere rating in their intended enclosure. H. Provide shunt trips, bell alarms, and auxiliary switches as indicated on the drawings. I. Circuit breakers supplying air conditioning branch circuits shall be UL listed as type HACR. 2.06 LIGHTING AND APPLIANCE PANELBOARDS: A. The minimum integrated short circuit rating for branch circuit panelboards shall be indicated on the drawings. B. Bolt-in type, heavy-duty, quick-make, quick-break, single- and multi-pole circuit breakers of the types specified herein, shall be provided for each circuit with toggle handles that indicate when unit has tripped. Panelboards 262400-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. Circuit breakers shall be thermal magnetic type with common type handle for all multiple pole circuit breakers. Circuit breakers shall be minimum 100-ampere frame and through 100-ampere trip sizes shall take up the same pole spacing. Circuit breakers shall be UL listed as type SWD for lighting circuits. 1. Circuit breaker handle locks shall be provided for all circuits that supply exit signs, emergency lights, energy management and control system (EMCS) panels and fire alarm panels. 2.07 ENCLOSURE: A. General: Enclosures shall be at least 20 inches wide And- morin from galvanized cool Provide minimum gutter space in accordance with the National Electrical Code. Where feeder cables supplying the mains of a panel are carried through its box to supply other electrical equipment, the box shall be sized to include the additional required wiring space. At least four interior mounting studs with adjustable nuts shall be provided. Enclosures shall be provided with blank ends. B. Rating: 1. NEMA type 1 enclosure for dry, indoor locations 2. NEMA type 4X stainless steel enclosure for outdoor locations 2.08 FINISH: A. Surfaces of the trim assembly shall be properly cleaned, primed, and a finish coat of gray ANSI 61 paint applied. 2.09 TRANSIENT VOLTAGE SURGE SUPPRESSION A. Provide factory mounted transient voltage surge protection for each panelboard. PART 3 EXECUTION 3.01 EXAMINATION: A. Confirm installation space and clearance requirements for panelboards in accordance with NEC requirements. 3.02 INSTALLATION: A. General: Install panelboards as indicated on the drawings and in accordance with manufacturer's published instructions, NEMA PB 1.1, and NECA "Standard of Installation". B. Mounting Heights: Top of trim 6 feet 2 inches above finished floor, except as otherwise indicated. Panelboards 262400-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. Mounting: 1. Plumb and rigid without distortion of box. L Mount flush panels uniformly flush with enroll finish D. Circuit Directory: Typed directory indicating final circuit connections. Obtain approval before installing. E. Install filler plates in unused breaker spaces. C. R-utsmeTnrsCpr F, fi re Qrn, i#s At R,sh DanrartviAvaiv� i. �`# h f91Ir 1_innh emp#vGG-nd-,Qifis from panel into annessihle rem" 2. Stub feuF 1_innh GITIPty npndui#son#�aisedfl�Fspan�be low slab #�n slabs n rade G. Wring in Panel Gutters: Train conductors neatly in groups, bundle, and wrap with wire ties after completion of load balancing. 3.03 IDENTIFICATION: A. Identify field-installed wiring and components and provide unit nameplate in accordance with Section 26 05 53. 3.04 GROUNDING: A. Connections: Make equipment grounding connections for panelboards as required in Section 26 05 26. B. Provide ground continuity to main electrical ground bus. 3.05 CONNECTIONS: A. Tighten electrical connectors and terminals, including grounding connections, in accordance with manufacturer's published torque-tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A. 3.06 FIELD TESTING: 1. Compare equipment nameplate data with drawings and specifications. 2. Inspect physical and mechanical condition of equipment and components. 3. Inspect for proper installation and grounding. 4. Verify proper operation of each breaker mechanism. 5. Verify proper breaker trip rating. Panelboards 262400-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 6. Perform insulation resistance test on panel bus and on each device pole, phase- to-phase and phase-to-ground with device closed and across open contacts of each device. Performs tests at 1000 VDC for one minute. 7. Verify tightness of bolted connections with a calibrated torque wrench. 8. Operate each breaker a minimum of three (3) times to insure proper operation. 3.07 CLEANING: A. Upon completion of installation, inspect interior and exterior of panelboards. B. Remove paint splatters and other spots, dirt, and debris. C. Touch up scratches and mars of finish to match original finish. D. Clean interior of panelboard. 3.08 FIELD ADJUSTMENTS: A. Balancing Loads: Prior to final acceptance, conduct load-balancing measurements and circuit changes as follows: 1. Perform measurements during period of normal working load as advised by Owner. 2. Advise Engineer of load imbalances exceeding 20% or of loads exceeding 70% of circuit ratings. Reconnect branch circuit loads to balance the phases within 20% and provide red-line markups of"as-left" conditions. 3. Perform load-balancing circuit changes outside the normal occupancy/working schedule of the facility. Make special arrangements with Owner to avoid disrupting critical circuits. 4. Recheck loads after circuit changes during normal load period. Record load readings before and after changes and submit test records. END OF SECTION Panelboards 262400-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 26 29 23 ADJUSTABLE FREQUENCY DRIVES PART 1 GENERAL 1.01 SCOPE A. This specification describes the electrical, mechanical, environmental, agency and reliability requirements for three-phase, Adjustable Frequency Drives (AFD) as specified herein and as shown on the contract drawings. 1.02 RELATED SECTIONS 1.03 REFERENCES A. The adjustable frequency drives and all components shall be designed, manufactured and tested in accordance with the latest applicable standards. 1. Institute of Electrical and Electronic Engineers (IEEE) a. IEEE 519-1992: Guide for harmonic content and control 2. Underwriters Laboratories (UL508C: Power Conversion Equipment) a. UL b. CUL 3. National Electrical Manufacturer's Association (NEMA) a. ICS 7.0: Industrial Controls &Systems for AFD. 4. IEC 61800-2 and —3. EN 50082-1 and—2 a. Fulfill all EMC immunity requirements B. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1.04 SUBMITTALS FOR REVIEW&APPROVAL A. Procedure: 1. Submit in accordance with Specification Section 26 00 00, Electrical General Provisions. 2. Provide one (1) complete submittal containing all items required herein. 3. Partial or incomplete submittals or submittals not complying with the requirements of Section 26 00 00 will be returned Disapproved without comment. B. Product Data: Adjustable Frequency Drives 26 29 23-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. Product data sheets and descriptive bulletins 2. Equipment ratings including voltage, continuous current, and short circuit ratings. 3. Heat output of VFD 4. Outline drawings, fully dimensioned, including front elevation, plan and side views with all user conduit entry, cooling fan and grounding connection locations 5. Three line diagram to include power, control, current and potential circuits 6. Control schematic drawings 7. Internal wiring diagram showing all user connections 8. Component list 9. Nameplate legends 10. A harmonic distortion analysis shall be performed by the manufacturer based upon documentation supplied by the contractor. The engineering documentation shall consist of one-line diagrams, utility short circuit information, distribution transformer information (kVA, %Z, and X/R ratio) and emergency standby generator(kW and subtransient reactance) data if applicable. The harmonic distortion analysis report shall be part of the approval drawing process, submitted to the engineer for approval. 1.05 SUBMITTALS— RECORD DATA A. Procedure: Submit in accordance with Specification Section 26 00 00, Electrical General Provisions. B. Record Data: 1. Final as built drawings and information for items listed in Paragraph 1.04. 2. Unit specific wiring diagrams 3. Certified production test reports 4. Field start-up reports 5. Installation, operation, and maintenance manuals 6. Renewal parts list 1.06 QUALIFICATIONS A. The supplier of the assembly shall be the manufacturer of the electromechanical power components used within the assembly, such as bypass contactors when specified. B. The VFD and all associated optional equipment shall be UL Listed according to UL508C Power Conversion Equipment. A UL label shall be attached inside each enclosure as verification. Adjustable Frequency Drives 26 29 23—2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. For the equipment specified herein, the manufacturer shall be ISO 9001 certified. D. The supplier of this equipment shall have produced similar electrical equipment for a minimum period of ten (10) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. PRODUCTS 1.07 MANUFACTURERS A. Eaton B. Schneider Electric C. Pre-Approved Equal Naming specific venders does not imply acceptance of their standard products nor relieve them from meeting these specifications in their entirety. 1.08 ADJUSTABLE FREQUENCY DRIVES (AFD) A. Where shown on the drawings, adjustable frequency drives 1 through 2000 Horsepower (HP), Constant Torque (CT)/Variable Torque (VT), shall have the following features: 1. The AFD shall be rated for 480 VAC, 3 phase, 60 hertz. The AFD shall provide microprocessor-based control for three-phase induction motors. The controller's full load output current rating shall be based on 40° C (VT) ambient and 10 kHz switching frequency below for 50-HP (VT) and 3.6 kHz switching frequency for greater than 50-HP (VT)to reduce motor noise and avoid increased motor losses. 2. The AFD shall be of the Pulse Width Modulated (PWM) design converting the utility input voltage and frequency to a variable voltage and frequency output via a two-step operation. Adjustable Current Source AFD are not acceptable. Insulated Gate Bipolar Transistors (IGBT's) shall be used in the inverter section. Bipolar Junction Transistors, GTO's or SCR's are not acceptable. The AFD shall run at the above listed switching frequencies. 3. The AFD shall have efficiency at full load and speed that exceeds 95% for AFDs below 15-HP and 97% for drives 15-HP and above. The efficiency shall exceed 90% at 50% speed and load. 4. The AFD shall maintain the line side displacement power factor at no less than 0.96, regardless of speed and load. 5. The AFD shall have a one (1) minute overload current rating of 150% and a two (2) second overload current rating of 250% for constant torque drives. The AFD shall have a one (1) minute overload current rating of 110% for variable torque drives. 6. The AFD shall be capable of operating of operating any NEMA design B squirrel cage induction motor, regardless of manufacturer, with a horsepower and current rating within the capacity of the AFD. 7. The AFD shall have an integral EMI/RFI filter as standard. 8. The AFD shall limit harmonic distortion reflected onto the utility system to a voltage and current level as defined by IEEE 519 for general systems applications, by utilizing Adjustable Frequency Drives 26 29 23—3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 the standard 3% nominal impedance integral AC three-phase line reactor integrally mounted in the AFD enclosure 9. Any harmonic calculations shall be done based on the kVA capacity, X/R ratio and the impedance of the utility transformer feeding the installation, as noted on the drawings, and the total system load. The calculations shall be made with the point of common coupling being the point where the utility feeds multiple customers. 10. Total harmonic distortion shall be calculated under worst-case conditions in accordance with the procedure outlined in IEEE standard 519-1992. Copies of these calculations are to be made available upon request. The contractor shall provide any needed information to the AFD supplier three (3)weeks prior to requiring harmonic calculations. 11. The system containing the AFD shall comply with the 5% level of total harmonic distortion of line voltage and the line current limits as defined in IEEE 519-1992. If the system cannot meet the harmonic levels with the with the AFD provided with the standard input line reactor, the AFD manufacturer shall supply an eighteen pulse, multiple bridge rectifier AC to DC conversion section with phase shifting transformer for all drives 50-HP and above. This eighteen-pulse rectifier converter shall result in a multiple pulse current waveform that will more nearly approximate a true sine-wave to reduce voltage harmonic content on the utility line. The phase shifting transformer shall be of a single winding type to optimize its KVA rating and harmonic cancellation capability. Harmonic filters are not acceptable for drives 50-HP and above. 12. The AFD shall be able to start into a spinning motor(flying start). The AFD shall be able to determine the motor speed in any direction and resume operation without tripping. If the motor is spinning in the reverse direction, the AFD shall start into the motor in the reverse direction, bring the motor to a controlled stop, and then accelerate the motor to the preset speed. 13. Standard operating conditions shall be: a. Incoming Power: Three-phase,480 Vac(+10%to -15%) and 60 Hz (+/-5 Hz) power to a fixed potential DC bus level. b. Frequency stability of+/-0.05% for 24 hours with voltage regulation of+/-1% of maximum rated output voltage. c. Speed regulation of+/- 0.5% of base speed. d. Load inertia dependant carryover(ride-through) during utility loss. e. Insensitive to input line rotation. f. Humidity: 0 to 95% (non-condensing and non-corrosive). g. Altitude: 0 to 3,300 feet (1000 meters) above sea level. h. Ambient Temperature: -10 to 50 °C (CT), -10 to 40 °C (VT). i. Storage Temperature: -40 to 60 °C. 14. Control Functions a. Frequently accessed AFD programmable parameters shall be adjustable from a digital operator keypad located on the front of the AFD. The AFD shall have a 3 line alphanumeric programmable display with status indicators. Keypads must Adjustable Frequency Drives 26 29 23—4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 use plain English words for parameters, status, and diagnostic messages. Keypads that are difficult to read or understand are not acceptable, and particularly those that use alphanumeric code and tables. Keypads shall be adjustable for contrast with large characters easily visible in normal ambient light. b. The keypad shall include a Local/Remote pushbutton selection. Both start/stop source and speed reference shall be independently programmable for Keypad, Remote 1/0, or Field Bus. c. The keypad shall have copy/paste capability. d. Upon initial power up of the AFD, the keypad shall display a start up guide that will sequence all the necessary parameter adjustments for general start up. e. Standard advanced programming and trouble-shooting functions shall be available by using a personal computer's RS-232 port and WindowsTA° based software. In addition the software shall permit control and monitoring via the AFD RS232 port. The manufacturer shall supply a diskette with the required software. An easily understood instruction manual and software help screens shall also be provided. The computer software shall be used for modifying the drive setup and reviewing diagnostic and trend information as outlined in this section through section 18. Provide one copy of the advanced programming software. f. The operator shall be able to scroll through the keypad menu to choose between the following: 1) Monitor 2) Operate 3) Parameter setup 4) Actual parameter values 5) Active faults 6) Fault history 7) LCD contrast adjustment 8) Information to indicate the standard software and optional features software loaded. g. The following setups and adjustments, at a minimum, are to be available: 1) Start command from keypad, remote or communications port 2) Speed command from keypad, remote or communications port 3) Motor direction selection 4) Maximum and minimum speed limits 5) Acceleration and deceleration times, two settable ranges 6) Critical (skip) frequency avoidance 7) Torque limit 8) Multiple attempt restart function Adjustable Frequency Drives 26 29 23—5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 9) Multiple preset speeds adjustment 10) Catch a spinning motor start or normal start selection 11) Programmable analog output 12) DC brake current magnitude and time 13) PID process controller 15. The AFD shall have the following system interfaces: a. Inputs—A minimum of six(6) programmable digital inputs, two (2) analog inputs and serial communications interface shall be provided with the following available as a minimum: 1) Remote manual/auto 2) Remote start/stop 3) Remote forward/reverse 4) Remote preset speeds 5) Remote external trip 6) Remote fault reset 7) Process control speed reference interface, 4-20mA DC 8) Potentiometer and 1-10VDC speed reference interface 9) RS-232 programming and operation interface port 10) Serial communications port B. Outputs—A minimum of two (2) discrete programmable digital outputs, one (1) programmable open collector output, and one (1) programmable analog output shall be provided, with the following available at minimum. 1. Programmable relay outputs with one (1) set of Form C contacts for each, selectable with the following available at minimum: a. Fault b. Run c. Ready d. Reversed e. Jogging f. At speed g. Torque Limit Supervision h. Motor rotation direction opposite of commanded i. Over-temperature 2. Programmable open collector output with available 24VDC power supply and selectable with the following available at minimum: Adjustable Frequency Drives 26 29 23—6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 a. Fault b. Run c. Ready d. Reversed e. Jogging f. At speed g. Torque Limit Supervision h. Motor rotation direction opposite of commanded i. Over-temperature 3. Programmable analog output signal, selectable with the following available at minimum: a. Motor current b. Output frequency c. Frequency reference d. Motor speed e. Motor torque f. Motor power g. Motor voltage h. DC-bus voltage i. All (Analog Input 1) j. Al2 (Analog Input 2) k. PT100 temperature I. FB digital input 4 (Field Bus Input) 4. Monitoring and Displays a. The AFD display shall be a LCD type capable of displaying three (3) lines of text and the following thirteen (13) status indicators: 1) Run 2) Forward 3) Reverse 4) Sto p 5) Ready 6) Alarm 7) Fault Adjustable Frequency Drives 26 29 23—7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 8) Input/Output (1/0)terminal 9) Keypad 10) Bus/Communication 11) Local (LED) 12) Remote (LED) 13) Fault (LED) 5. The AFD keypad shall be capable of displaying the following monitoring functions at a minimum: a. Output frequency b. Frequency reference c. Motor speed d. Motor current e. Motor torque f. Motor power g. Motor voltage h. DC-bus voltage i. Unit temperature j. Calculated motor temperature k. Voltage level of analog input I. Current level of analog input m. Digital inputs status n. Digital and relay outputs status o. Analog Input 6. Protective Functions a. The AFD shall include the following protective features at minimum: 1) Over-current 2) Over-voltage 3) Inverter fault 4) Under-voltage 5) Input phase loss 6) Output phase loss 7) Under-temperature 8) Over-temperature Adjustable Frequency Drives 26 29 23—8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 9) Motor stalled 10) Motor over-temperature 11) Motor under-load 12) Logic voltage failure 13) Microprocessor failure b. The AFD shall provide ground fault protection during power-up, starting, and running. AFD with no ground fault protection during running are not acceptable. 7. Diagnostic Features a. Fault History 1) Record and log faults 2) Indicate the most recent first, and store up to 30 faults 8. The AFD shall provide: a. HMCP or thermal magnetic breaker to provide a disconnect means. Operating handle shall protrude through the door. The disconnect shall not be mounted on the door. The handle position shall indicate ON, OFF, and TRIPPED condition. The handle shall have provisions for padlocking in the OFF position with at least three (3) padlocks. Interlocks shall prevent unauthorized opening or closing of the AFD door with the disconnect handle in the ON position. Door handle interlock can be defeated by qualified maintenance personnel. b. Fused space heaters with thermostat for oversize enclosures to minimize condensation potential upon drive shutdown. c. Laminated plastic or steel nameplate engraved with user's identifying name or number for oversize enclosures. d. 120 VAC control to allow AFD to interface with remote dry contacts. Each VFD shall be factory wired complete as shown on the design drawings to provide the required control functions. e. Copy/Paste keypad 1) The operator interface shall consist of a LCD keypad located on the front of the AFD. Features shall include: a) Nine (9) pushbuttons for selection, display, and modification of the AFD characteristics as follows: i. Scroll left ii. Scroll right iii. Scroll up/increase iv. Scroll down/decrease V. Enter vi. Reset vii. Start Adjustable Frequency Drives 26 29 23—9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 viii. Stop ix. Local/Remote 2) The keypad LCD panel shall provide a choice of 4-line 16 character/line, backlit alphanumeric LCD display. 3) The operator shall be able to scroll through the keypad menu to choose between the following screens: a) Parameters b) Keypad control c) Active faults d) Fault history e) System menu f) Expander boards g) Monitor h) Operate menu f. Communication card for interface with Modbus TCP IP control system. g. Provide an input EMI filter to minimize conducted electrical noise to meet the requirements of IEC 61800-3. 9. Enclosure a. The AFD enclosure shall be NEMA 4X. The AFD shall have complete front accessibility with easily removable assemblies. 10. Spare Parts a. The main logic board, keypad and power supply board shall be supplied as spares, one for each different part number supplied. 11. The AFD manufacturer shall maintain, as part of a national network, engineering service facilities within 100 miles of project to provide start-up service, emergency service calls, repair work, service contracts, maintenance and training of customer personnel. EXECUTION 1.09 FACTORY TESTING A. The following standard factory tests shall be performed on the equipment provided under this section. All tests shall be in accordance with the latest version of UL and NEMA standards. 1. All printed circuit boards shall be functionally tested via automatic test equipment prior to unit installation. 2. After all tests have been performed, each AFD shall undergo a burn-in test. The drive shall be burned in at 100% inductive or motor load without an unscheduled shutdown. Adjustable Frequency Drives 26 29 23-10 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. After the burn-in cycle is complete, each AFD shall be put through a motor load test before inspection and shipping. B. The manufacturer shall provide three (3) certified copies of factory test reports. 1.10 EXAMINATION A. Verify that the location is ready to receive work and the dimensions are as indicated. B. Do not install VFD equipment until the building environment can be maintained within the service conditions required by the manufacturer. 1.11 PROTECTION A. Before and during the installation, the VFD equipment shall be protected from site contaminants. 1.12 INSTALLATION A. Installation shall comply with the design drawings and with the manufacturer's instructions and recommendations. 1.13 FIELD QUALITY CONTROL A. Provide the services of a qualified manufacturer's employed Field Service Engineer to assist the Contractor in installation and start-up of the equipment specified under this section. Field Service personnel shall be factory trained with periodic updates and have experience with the same model of AFD on the job site. Sales representatives will not be acceptable to perform this work. The manufacturer's service representative shall provide technical direction and assistance to the Contractor in general assembly of the equipment, installation as specified in manufacturer's installation instructions, wiring, application dependant adjustments, and verification of proper AFD operation. B. The Contractor under the technical direction of the manufacturer's service representative shall perform the following minimum work. 1. Inspection and final adjustments. 2. Operational and functional checks of AFD and spare parts. 3. The contractor shall certify that he has read the drive manufacturer's installation instructions and has installed the AFD in accordance with those instructions. C. The Contractor shall provide three (3) copies of the manufacturer's field start-up report before final payment is made. 1.14 MAINTENANCE/WARRANTY SERVICE A. Warranty to commence 24 months from the date of start-up, not to exceed 36 months from the date of shipment, and include all parts, labor, and travel time. 1.15 FIELD TESTING A. Optional field testing 1. The AFD manufacturer shall perform harmonic measurements at the point where the utility feeds multiple customers (PCC)to verify compliance with IEEE519-1992. A Adjustable Frequency Drives 26 29 23-11 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 report of the voltage THD and current TDD shall be sent to the engineer. The contractor shall provide labor, material, and protection as needed to access the test points. The readings shall be taken with all drives and all other loads at full load, or as close as field conditions allow. 1.16 TRAINING A. The Contractor shall provide a training session for up to 8 owner's representatives for 1 normal workdays with a maximum of 2 trips at a job site location determined by the owner. Training and instruction time shall be in addition to that required for start-up service. B. The manufacturer's qualified representative shall conduct the training. C. The training program shall consist of the following: 1. Instructions on the proper operation of the equipment. 2. Instructions on the proper maintenance of the equipment. END OF SECTION Adjustable Frequency Drives 26 29 23-12 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 26 32 13 ENGINE GENERATOR SET PART1 GENERAL 1.01 SUMMARY A. This Section includes packaged natural gas fueled engine-generator sets suitable for use as the standby power source for the system. 1.02 REFERENCES A. Underwriters Laboratory (UL): 1. UL 508- Industrial Control Equipment 2. UL 2200-Stationary Engine Generator Assemblies B. National Fire Protection Association (NFPA): 1. NFPA 30—Flammable and Combustible Liquids. 2. NFPA 37—Standard for Installation and Use of Stationary Combustion Engines and Gas Turbines. 3. NFPA 70- National Electrical Code 4. NFPA 110-Standard for Emergency and Standby Power Systems C. National Electrical Manufacturers Association (NEMA): 1. NEMA A131 —Molded Case Circuit Breakers. 2. NEMA ICS 6—Enclosures for Industrial Control and Systems 3. NEMA MG 1 —Motors and Generators 4. NEMA 250—Enclosures for Electrical Equipment. 1.03 DEFINITIONS A. Emergency Standby Power(ESP): Per ISO 8528: The maximum power available during a variable electrical power sequence, under the stated operating conditions, for which a generating set is capable of delivering in the event of a utility power outage or under test conditions for up to 200 hours of operation per year with the maintenance intervals and procedures being carried out as prescribed by the manufacturers. The permissible average power output(Ppp) over 24 hours of operation shall not exceed 70 percent of the ESP unless otherwise agreed by the RIC engine manufacturer. B. Operational Bandwidth: The total variation from the lowest to highest value of a parameter over the range of conditions indicated, expressed as a percentage of the nominal value of the parameter. Engine-Generator Set 26 32 13-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.04 SUBMITTALS—FOR APPROVAL A. Submit the following information to the Engineer for review and approval. Submittals shall be in manufacturer's original PDF electronic format, OCR searchable. In addition, all required drawings shall be submitted in CAD file(.dwg)format. B. Product Data: 1. Factory published specification sheet. 2. Manufacturer's catalog cut sheets of all auxiliary components such as battery charger, control panel, remote annunciator, enclosure, etc. 3. Engine mechanical data, including heat rejection, exhaust gas flows, combustion air and ventilation air flows, required fuel gas pressure and flow rates, etc. 4. Generator electrical data including electrical ratings, temperature and insulation data, cooling requirements, excitation ratings, voltage regulation, voltage regulator, efficiencies, waveform distortion and telephone influence factor. 5. Generator resistances, reactances, and time constants. 6. Generator locked rotor motor starting curves. 7. Generator thermal damage curve 8. Time-current characteristic curves for generator protective device. 9. Sound test data based on a free field requirement. 10. Manufacturer's and supplier's written warranty. C. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, and location and size of each field connection. 1. Dimensional plan and elevation drawings of the engine generator sets, enclosure and exhaust silencer and related accessories. 2. Weights of all equipment. 3. Recommended concrete foundation size with dimensions of required stub-up locations for electrical power, controls, grounding and fuel systems connections. 4. Wiring Diagrams: Control interconnection, Customer connections. D. Certifications: 1. Submit statement of compliance which states the proposed product(s) is certified to the emissions standards required by the location for EPA, stationary emergency application. 2. Certified summary of prototype-unit test report. See requirements in Part 2"Source Quality Control"Article Part A. Include statement indicating torsional compatibility of components. Engine-Generator Set 26 32 13—2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Certified Test Report: Provide certified test report documenting factory test per the requirements of this specification, as well as certified factory test of generator set sensors per NFPA110 Level 1. 4. List of factory tests to be performed on units to be shipped for this Project. 5. Report of exhaust emissions and compliance statement certifying compliance with applicable regulations. 1.05 SUBMITTALS—RECORD DATA A. Product Data: 1. Final as-built drawings and data as listed in Paragraph 1.4 B. Operation and Maintenance Data: 1. Manufacturer's operation and maintenance manuals covering the generator, switchgear, and auxiliary components. 2. Manufacturer's recommended preventative maintenance schedules. 3. Lists of spare parts and replacement items recommended being stored at site for ready access. Include part and drawing numbers, current unit prices, and source of supply. C. Source quality-control test reports. 1. Certified summary of prototype-unit test report. See requirements in Part 2"Source Quality Control"Article Part A. Include statement indicating torsional compatibility of components. 2. Certified Test Report: Provide certified test report documenting factory test per the requirements of this specification, as well as certified factory test of generator set sensors per NFPA110 level 1. 3. List of factory tests to be performed on units to be shipped for this Project. 4. Report of exhaust emissions and compliance statement certifying compliance with applicable regulations. D. Field Commissioning and Test Report E. Warranty: 1. Submit manufacturer's warranty statement to be provided for this Project. 1.06 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. B. Manufacturer Qualifications: A qualified manufacturer. Maintain, within 75 miles of Project site, a service center capable of providing training, parts, and emergency maintenance repairs. Engine-Generator Set 26 32 13—3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. Source Limitations: Obtain packaged generator sets and auxiliary components through one source from a single manufacturer. D. Comply with NFPA 37(Standard For the Installation and Use of Stationary Combustion Engines and Gas Turbines). E. Comply with NFPA 70(National Electrical Code. Equipment shall be suitable for use in systems in compliance to Article 700, 701, and 702). F. Comply with NFPA 110(Emergency and Standby Power Systems) requirements for Level 1 emergency power supply system. G. Noise Emission: Comply with 71.3 dBA for maximum noise level at 23 feet due to sound emitted by generator set including engine, engine exhaust, engine cooling-air intake and discharge, and other components of installation. 1.07 PROJECT CONDITIONS A. Environmental Conditions: Engine-generator system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability: 1. Ambient Temperature: 0.0 deg C (32.0 deg F)to 40.0 deg C (104.0 deg F). 2. Relative Humidity: 0 to 95 percent. 3. Altitude: Sea level to 300.0 feet(91.44 m). 1.08 WARRANTY A. Base Warranty: Manufacturer shall provide base warranty coverage on the material and workmanship of the generator set for a minimum of twenty-four(24) months from registered commissioning and start-up. B. Extended Warranty: Manufacturer shall offer Optional extended coverage of 5 years from date of registered commissioning and start-up. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: The basis for this specification is Cummins Power Generation equipment, approved equals may be considered if equipment performance is shown to meet the requirements herein. 2.02 ENGINE-GENERATOR SET B. Factory-assembled and tested, engine-generator set. C. Mounting Frame: Maintain alignment of mounted components without depending on concrete foundation; and have lifting attachments. 1. Rigging Information: Indicate location of each lifting attachment, generator-set center of gravity, and total package weight in submittal drawings. Engine-Generator Set 26 32 13—4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 D. Capacities and Characteristics: 1. Power Output Ratings: Electrical output power rating for standby operation of not less than 150 kW, at 80 percent lagging power factor, 480/277 Volt, 3-phase, 4-wire, 60 hertz, grounded wye. 2. Alternator shall be capable of accepting maximum 920 kVA in a single step and be capable of recovering to a minimum of 90% of rated no load voltage. Following the application of the specified kVA load at near zero power factor applied to the generator set. 3. Nameplates: For each major system component to identify manufacturer's name and address, and model and serial number of component. The engine-generator nameplate shall include information of the power output rating of the equipment. E. Generator-Set Performance: 1. Steady-State Voltage Operational Bandwidth: 1.0 percent of rated output voltage from no load to full load. 2. Transient Voltage Performance: Not more than 12 percent variation for 50 percent step-load increase or decrease. Voltage shall recover and remain within the steady- state operating band within 2 seconds. On application of a 100% load step the generator set shall recover to stable voltage within 10 seconds. 3. Steady-State Frequency Operational Bandwidth: 0.5 percent of rated frequency from no load to full load. 4. Steady-State Frequency Stability: When system is operating at any constant load within the rated load, there shall be no random speed variations outside the steady- state operational band and no hunting or surging of speed. 5. Transient Frequency Performance: Not more than 15 percent variation for 50 percent step-load increase or decrease. Frequency shall recover and remain within the steady-state operating band within 5 seconds. On application of a 100% load step the generator set shall recover to stable frequency within 10 seconds. 6. Output Waveform: At full load, harmonic content measured line to line or line to neutral shall not exceed 5 percent total and 3 percent for any single harmonic. Telephone influence factor, determined according to NEMA MG 1, shall not exceed 50. 7. Sustained Short-Circuit Current: (For engine-generator sets using a PMG-excited alternator) For a 3-phase, bolted short circuit at system output terminals, system shall supply a minimum of 300 percent of rated full-load current for not less than 8 seconds without damage to generator system components. For a 1-phase, bolted short circuit at system output terminals, system shall regulate both voltage and current to prevent over-voltage conditions on the non-faulted phases. 8. Start Time: Comply with NFPA 110, Level, Type 10, system requirements. 9. Ambient Condition Performance: Engine generator shall be designed to allow operation at full rated load in an ambient temperature under site conditions, based on Engine-Generator Set 26 32 13—5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 highest ambient condition. Ambient temperature shall be as measured at the air inlet to the engine generator for enclosed units, and at the control of the engine generator for machines installed in equipment rooms. 2.03 ENGINE A. Fuel: Natural Gas B. Rated Engine Speed: 1800RPM. C. Lubrication System: The following items are mounted on engine or skid: 1. Lube oil pump: shall be positive displacement, mechanical, full pressure pump. 2. Filter and Strainer: Provided by the engine manufacturer of record to provide adequate filtration for the prime mover to be used. 3. Crankcase Drain: Arranged for complete gravity drainage to an easily removable container with no disassembly and without use of pumps, siphons, special tools, or appliances. D. Engine Fuel System: The engine fuel system shall be installed in strict compliance to the engine manufacturer's instructions. Furnish a fuel gas shutoff valve and properly rated fuel gas regulator as required to connect engine to the gas supply system. E. Governor: Adjustable isochronous, with speed sensing. The governing system dynamic capabilities shall be controlled as a function of engine coolant temperature to provide fast, stable operation at varying engine operating temperature conditions. The control system shall actively control the fuel rate as appropriate to the state of the engine generator. Fuel rate shall be regulated as a function of starting, accelerating to start, disconnect speed, accelerating to rated speed, and operating in various isochronous states. F. Cooling System: Closed loop, liquid cooled 1. The generator set manufacturer shall provide prototype test data for the specific hardware proposed demonstrating that the machine will operate at rated standby load in an outdoor ambient condition of 40 deg C. 2. Coolant: Solution of 50 percent ethylene-glycol-based antifreeze and 50 percent water, with anticorrosion additives as recommended by engine manufacturer. 3. Size of Radiator overflow tank: Adequate to contain expansion of total system coolant from cold start to 110 percent load condition. 4. Expansion Tank: Constructed of welded steel plate and rated to withstand maximum closed-loop coolant system pressure for engine used. Equip with gage glass and petcock. 5. Temperature Control: Self-contained, thermostatic-control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer. G. Muffler/Silencer: Selected with performance as required to meet sound requirements of the application, sized as recommended by engine manufacturer and selected with exhaust piping system to not exceed engine manufacturer's engine backpressure Engine-Generator Set 26 32 13—6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 requirements. For generator sets with outdoor enclosures the silencer shall be inside the enclosure. H. Air-Intake Filter: Engine-mounted air cleaner with replaceable dry-filter element and restriction indicator. I. Starting System: 12 or 24V, as recommended by the engine manufacturer; electric, with negative ground. 1. Components: Sized so they will not be damaged during a full engine-cranking cycle with ambient temperature at maximum specified in Part 1 "Project Conditions"Article. 2. Cranking Cycle: As required by NFPA 110 for level 1 systems. 3. Batteries: Heavy duty, sealed, lead-acid storage batteries. The number and capacity of batteries shall be sized by the manufacturer adequate for(4) 30 second cranking periods(total of 2 minutes) along with all additional loads being run on the DC system. Battery submittals shall include type, amp-hour rating and cold cranking amps. 4. Battery Cable: Size as recommended by engine manufacturer for cable length as required. Include required interconnecting conductors and connection accessories. 5. Battery Compartment: Factory fabricated of metal with acid-resistant finish. 6. Battery Charger: Factory installed within generator enclosure. Unit shall comply with UL 1236, provide fully regulated, constant voltage, current limited, battery charger for each battery bank. Power source will be externally furnished 120VAC. The charger shall include the following features: a. Operation: Equalizing-charging rate based on generator set manufacturer's recommendations shall be initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit shall then be automatically switched to a lower float-charging mode and shall continue to operate in that mode until battery is discharged again. b. Automatic Temperature Compensation: Adjust float and equalize voltages for variations in ambient temperature from minus 20 deg C to plus 40 deg C to prevent overcharging at high temperatures and undercharging at low temperatures. c. Automatic Voltage Regulation: Maintain constant output voltage regardless of input voltage variations up to plus or minus 10 percent. d. Safety Functions: Sense abnormally low battery voltage and close contacts providing low battery voltage indication on control and monitoring panel. Sense high battery voltage and loss of ac input or do output of battery charger. Either condition shall close contacts that provide a battery-charger malfunction indication at system control and monitoring panel. e. Provide LED indication of general charger condition, including charging, faults, and modes. Provide a LCD display to indicate charge rate and battery voltage. Charger shall provide relay contacts for fault conditions as required by NFPA110. Engine-Generator Set 26 32 13—7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 J. Engine Jacket Heater: Thermal circulation type water heater with integral thermostatic control, sized to maintain engine jacket water at 90 degrees F (32 degrees C). Heater voltage shall be 208/240VAC and shall be supplied from a Customer provided remote source. The heater shall be operated through a control relay factory wired to deenergize the heater when the engine starts or is running. 2.04 AUTOMATIC TRANSFER SWITCH A. General: The automatic transfer switch shall be furnished as a separate item from the engine-generator set for remote mounting. B. Manufacturer 1. ASCO A300G 2. Pre-approved equal. C. Rating: 600 amp, 480/277V, 3 phase, 4 wire, 3 pole, solid neutral, open transition type D. Enclosure: NEMA 12 E. Accessories and Features: 1. Programmable engine exerciser with and without load. 2. 1 —SPDT Form C contact for each switch position. 3. 1 —SPDT Form C contact each for normal and standby source availability 4. Source voltage and frequency monitoring 5. Load current monitoring, each phase 2.05 CONTROL AND MONITORING A. Engine generator control shall be microprocessor based and provide automatic starting, monitoring, protection and control functions for the unit. B. Automatic Starting System Sequence of Operation: When mode-selector switch on the control and monitoring panel is in the AUTOMATIC position, remote-control contacts in the separate automatic transfer switch shall initiate starting and stopping of generator set. When mode-selector switch is switched to the ON position, generator set starts. The OFF position of same switch initiates generator-set shutdown. (Switches with different configurations but equal functions are acceptable.) When generator set is running, specified system or equipment failures or derangements automatically shut down generator set and initiate alarms. Operation of the local (generator set-mounted) and/or remote emergency-stop switch also shuts down generator set. C. Manual Starting System Sequence of Operation: Switching ON-OFF switch on the generator control panel to the ON position starts generator set. The OFF position of same switch initiates generator-set shutdown. When generator set is running, specified system or equipment failures or derangements automatically shut down generator set and initiate alarms. Operation of the local (generator set-mounted) and/or remote emergency- stop switch also shuts down generator set. D. Configuration: Operating and safety indications, protective devices, system controls, engine gages and associated equipment shall be grouped in a common control and monitoring panel. Mounting method shall isolate the control panel from generator-set Engine-Generator Set 26 32 13—8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 vibration. AC output power circuit breakers and other output power equipment shall not be mounted in the control enclosure. E. Indicating and Protective Devices and Controls: As required by NFPA 110 for Level 1 system, and the following: 1. AC voltmeter(3-phase, line to line and line to neutral values). 2. AC ammeter(individual phase currents and 3-phase averages) 3. AC frequency meter. 4. AC kVA output(total and for each phase). Display shall indicate power flow direction. 5. Ammeter-voltmeter displays shall simultaneously display values for individual phases and three phase averages. 6. Emergency Stop Switch: Switch shall be a red "mushroom head" pushbutton device complete with lock-out/tag-out provisions. Depressing switch shall cause the generator set to immediately stop the generator set and prevent it from operating. 7. Fault Reset Switch: Supply a dedicated control switch to reset/clear fault conditions. 8. DC voltmeter(alternator battery charging). 9. Engine-coolant temperature gage. 10. Engine lubricating-oil pressure gage. 11. Running-time meter. 12. Generator-voltage and frequency digital raise/lower switches. Rheostats for these functions are not acceptable. The control shall adjustment of these parameters in a range of plus or minus 5% of the voltage and frequency operating set point(not nominal voltage and frequency values.) 13. Status contacts, SPDT Form C, for remote engine running indication. 14. Common alarm contacts, SPDT Form C, programmed to operate for engine- generator failure or alarm conditions. 15. AC Protective Equipment: The control system shall include over/under voltage, over current, short circuit, loss of voltage reference, and over excitation shut down protection. There shall be an overload warning, and overcurrent warning alarm. 16. Status LED indicating lamps to indicate remote start signal present at the control, existing alarm condition, not in auto, and generator set running. 17. A graphical display panel with appropriate navigation devices shall be provided to view all information noted above, as well as all engine status and alarm/shutdown conditions (including those from an integrated engine emission control system). The display shall also include integrated provisions for adjustment of the gain and stability settings for the governing and voltage regulation systems. 18. Panel lighting system to allow viewing and operation of the control when the generator room or enclosure is not lighted. Engine-Generator Set 26 32 13—9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 19. DC control Power Monitoring: The control system shall continuously monitor DC power supply to the control and annunciate low or high voltage conditions. It shall also provide an alarm indicating imminent failure of the battery bank based on degraded voltage recover on loading (engine cranking). 2.06 GENERATOR OVERCURRENT AND FAULT PROTECTION A. Ground-Fault Indication: Comply with NFPA 70, "Emergency System"signals for ground- fault. Integrate ground-fault alarm indication with other generator-set alarm indications. 2.07 GENERATOR, EXCITER,AND VOLTAGE REGULATOR A. Comply with NEMA MG 1. B. Drive: Generator shaft shall be directly connected to engine shaft. Exciter shall be rotated integrally with generator rotor. C. Electrical Insulation: Class H D. Temperature Rise: 125/Class H environment. E. Construction shall prevent mechanical, electrical, and thermal damage due to vibration, over speed up to 125 percent of rating, and heat during operation at 110 percent of rated capacity. F. Permanent Magnet Generator(PMG)shall provide excitation power for optimum motor starting and short circuit performance. G. Enclosure: Drip-proof. H. Voltage Regulator: SCR type, separate from exciter, providing performance as specified. The voltage regulation system shall be microprocessor-controlled, full wave rectified, and provide a pulse-width modulated signal to the exciter. No exceptions or deviations to these requirements will be permitted. I. The alternator shall be provided with 120 VAC anti-condensation heater(s) in all applications where the generator set is provided in an outdoor enclosure, or when the generator set is installed in a coastal or tropical environment. J. Windings: Two-thirds pitch stator winding and fully linked amortisseur winding. K. Subtransient Reactance: 15 percent maximum, based on the rating of the engine generator sets 2.08 OUTDOOR GENERATOR-SET ENCLOSURE A. Description: Sound Attenuated housing fabricated from coper-free aluminum, rated to withstand 150 mph wind load. Multiple panels shall be lockable and provide adequate access to components requiring maintenance. Instruments, control, and battery system shall be mounted within enclosure. B. Construction: 1. Hinged Doors: With padlocking provisions. Restraint/Hold back hardware to prevent door to keep door open at 180 degrees during maintenance. Rain lips over all doors. Engine-Generator Set 26 32 13-10 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Exhaust System: Industrial grade muffler located within the enclosure. 3. Hardware: All hardware and hinges shall be stainless steel. 4. Wind Rating: Wind rating shall be 150 mph 5. Mounting Base: Suitable for concrete pad mounting 6. A weather protective enclosure shall be provided which allows the generator set to operate at full rated load with a static pressure drop equal to or less than 0.5 inches of water. C. Engine Cooling Airflow through Enclosure: Housing shall provide ample airflow for engine generator operation at rated load in an ambient temperature of 40 deg C. D. Sound Performance: Reduce the sound level of the engine generator while operating at full rated load to a maximum of 71.3 dBA measured at any location 7 m from the engine generator in a free field environment. E. Site Provisions: 1. Lifting: Complete assembly of engine generator, enclosure shall be designed to be lifted into place as a single unit, using spreader bars. 2.09 VIBRATION ISOLATION DEVICES A. Vibration Isolation: Generators installed on grade shall be provided with elastomeric isolator pads integral to the generator, unless the engine manufacturer requires use of spring isolation. 2.10 FINISHES A. Indoor and Outdoor Enclosures and Components: Powder-coated and baked over corrosion-resistant pretreatment and compatible primer. Manufacturer's standard color or as directed on the drawings. 2.11 SOURCE QUALITY CONTROL A. Prototype Testing: Factory test engine-generator set using same engine model, constructed of identical or equivalent components and equipped with identical or equivalent accessories. 1. Tests: Comply with NFPA 110, Level 1 Energy Converters. In addition, the equipment engine, skid, cooling system, and alternator shall have been subjected to actual prototype tests to validate the capability of the design under the abnormal conditions noted in NFPA110. Calculations and testing on similar equipment which are allowed under NFPA110 are not sufficient to meet this requirement. B. Project-Specific Equipment Tests: Before shipment, factory test engine-generator set manufactured specifically for this Project. Perform tests at rated load and power factor. Include the following tests: 1. Test engine generator set manufactured for this Project to demonstrate compatibility and functionality. 2. Full load run. Engine-Generator Set 26 32 13-11 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Maximum power. 4. Voltage regulation. 5. Steady-state governing. 6. Single-step load pickup. 7. Simulated safety shutdowns. 8. Provide 14 days' advance notice of tests and opportunity for observation of tests by Owner's representative. PART 2 EXECUTION 3.01 INSTALLATION A. Installation and connection of generator shall be done by Owner's Contractor as described in this section. B. Comply with packaged engine-generator manufacturers'written installation, application, and alignment instructions and with NFPA 110. C. Equipment shall be installed by the contractor in accordance with final submittals and contract documents. Installation shall comply with applicable state and local codes as required by the authority having jurisdiction. Install equipment in accordance with manufacturer's instructions and instructions included in the listing or labeling of UL listed products. D. Installation of equipment shall include furnishing and installing all interconnecting wiring between all major equipment provided for the on-site power system. The contractor shall also perform interconnecting wiring between equipment sections (when required), under the supervision of the equipment supplier. E. Equipment shall be installed on concrete housekeeping pads. Equipment shall be permanently fastened to the pad in accordance with manufacturer's instructions and seismic requirements of the site. F. Equipment shall be initially started and operated by representatives of the manufacturer. All protective settings shall be adjusted as instructed by the consulting engineer. G. All equipment shall be physically inspected for damage. Scratches and other installation damage shall be repaired prior to final system testing. Equipment shall be thoroughly cleaned to remove all dirt and construction debris prior to initial operation and final testing of the system. 3.02 FIELD COMMISIONING SERVICES A. The generator set supplier shall conduct a site inspection of the completed installation to verify that the equipment is installed per manufacturer's recommended practice B. The complete installation shall be tested to verify compliance with the performance requirements of this specification following completion of all site work. Testing shall be conducted by the manufacturer's field service representative(s), with required fuel Engine-Generator Set 26 32 13-12 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 supplied by Owner. The Engineer shall be notified in advance and shall have the option to witness the tests. The generator set manufacturer shall provide a site test specification covering the entire system. Tests shall include: 1. Prior to start of active testing, all field connections for wiring, power conductors, and bus bar connections shall be checked for proper tightening torque. 2. Installation acceptance tests to be conducted on site shall include a"cold start'test, a two-hour full load (resistive)test, and a one-step rated load pickup test in accordance with NFPA 110. Provide a resistive load bank and make temporary connections for full load test, if necessary. 3. Perform a power failure test on the entire installed system. This test shall be conducted by opening the power supply from the utility source and observing proper operation of the system for at least 2 hours. Coordinate timing and obtain approval for start of test with Owner representative. 4. Provide a summary report of the inspection and test results and submit in accordance with Par. 1.5.D. 3.03 SERVICE AND SUPPORT A. The generator set supplier shall maintain service parts inventory for the entire power system at a central location which is accessible to the service location 24 hours per day, 365 days per year. The inventory shall have a commercial value of$3 million or more. The manufacturer of the generator set shall maintain a central parts inventory to support the supplier, covering all the major components of the power system, including engines, alternators, control systems, paralleling electronics, and power transfer equipment. B. The generator set shall be serviced by a local service organization that is trained and factory certified in generator set service. The supplier shall maintain an inventory of critical power system replacement parts in the local service location. Service vehicles shall be stocked with critical replacement parts. The service organization shall be on call 24 hours per day, 365 days per year. The service organization shall be physically located within 75 miles of the site. C. The manufacturer shall maintain model and serial number records of each generator set provided for at least 20 years. 3.04 SERVICE AGREEMENT A. The supplier shall include in the base price, a one-year service agreement. The maintenance shall be performed by factory authorized service technicians capable of servicing both the engine generator set and the transfer switch. This agreement shall include the following: 1. Generator supplier must have an in-house rental fleet with equipment sized to back up this project site. 2. All engine maintenance as recommended by the service manual. 3. All electrical controls maintenance and calibrations as recommended by the manufacturer. 4. All auxiliary equipment as a part of the emergency systems. Engine-Generator Set 26 32 13-13 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. The supplier shall guarantee emergency service. 6. All expendable maintenance items are to be included in this agreement. 7. A copy of this agreement and a schedule shall be given to the Owner at the time of his acceptance, showing what work is to be accomplished and when. 3.05 TRAINING A. An on-site training course of one(1), training day shall be provided by an authorized representative of the engine-generator set manufacturer. END OF SECTION Engine-Generator Set 26 32 13-14 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 26 56 00 EXTERIOR LIGHTING PART1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. Exterior street light and floodlight I fixtures 2. Lamps 3. Ballasts 4. Poles and mounting brackets 5. Accessories 1.02 REFERENCES: A lio nno fnr Tolonnmm,,pi ptinnSinda?i i C c /0 - 7 2007 ifinnfinns and Dim fnr\Wed �. � (;6rrrvcTcvr�rv--arrv—v�rr�r2f��vfArr Reles) B. American Association of State Highway and Transportation Officials (AASHTO): 1. LTS-4M Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, 4th Edition and 2002 Interim 2. LTS-4-12 2003 Revisions To The Standard Specifications For Structural Supports For Highway Signs, Luminaires, and Traffic Signal, 4TH Edition C. American National Standards Institute (ANSI): 1. C2-02 National Electrical Safety Code 2. C78.1 to C78.1502 Lamps 3. C82.4-02 Ballasts for High - Intensity - Discharge and Low Pressure Sodium Lamps (Multiple-Supply Type) 4. G136.13 nn Readway and Area Lighting Equipment Meta; BFa Gkets Cnr\Wed 55. 05.1 02 �'Ar s`nonifi oonc ann /�c by T-ITTT'�r7 Dimensions \ � Exterior Lighting 265600-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 D. American Society of Civil Engineers (ASCE): 1. 7-02 Minimum Design Loads for Buildings and Other Structures E. American Society for Testing and Materials (ASTM): 1. A36/A36M-04 Standard Specification For Carbon Structural Steel 2. A82-02 Standard Specification For Steel Wire, Plain, For Concrete Reinforcement 3. Al53/A153M-04 Standard Specification For Zinc Coating (Hot-Dip) On Iron And Steel 4. A416/A416M-02 Standard Specification For Steel Strand, Uncoated Seven-Wire For Prestressed Concrete 5. A500-03A Standard Specification For Cold-Formed Welded And Seamless Carbon Steel Structural Tubing In Rounds And Shapes 6. A615/A615M-04B Standard Specification For Deformed And Plain Carbon Steel Bars For Concrete Reinforcement 7. B209-00 Standard Specification for Aluminum and Aluminum- Alloy Sheet and Plate 8. B429-02 Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube 9. C150-04A Standard Specification for Portland Cement 10. C494/C494M-04 Standard Specification for Chemical Admixtures for Concrete 11. C1089-97 Standard Specification for Spun Cast Prestressed Concrete Poles C 4p4prorpp \A/nnri Drop rsSSOniatinn (AW124. 1, C11-02 411 Timhor Drpd Ol.; — Rresepiatiye Troo#mon# by nD r00011 r0 Drnn'no && n' GQ_0O FO:cS - P rcSe r��orv-airv�T Treatment rnr����P FGS;S U FG D rnD nr�-vvoa�ov G. Institute of Electrical and Electronics Engineers (IEEE): 1. C62.41-91 Recommended Practice for Surge Voltages in Low- Voltage AC Power Circuits Exterior Lighting 265600-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 H. National Fire Protection Association (NFPA): 1. 70-05 National Electrical Code I. National Institute of Standards and Technology (NIST): J. Occupational Safety and Health Administration (OSHA): 1. 29 CFR 1910.7 Definition and Requirements for a Nationally Recognized Testing Laboratory K. Underwriters Laboratories Inc. (UL): 1. 96-94 Lightning Protection Components 2. 773-02 Standard for Safety Plug-In Locking Type Photocontrols for Use with Area Lighting 3. 844-95 Electric Lighting Fixtures for Use in Hazardous (Classified) Locations 4. 935-01 Fluorescent Lamp Ballasts 5. 1029-94 High Intensity-Discharge Lamp Ballasts 6. 1598-04 Luminaires I U.S.C Depaikmont of OnrinllIt lro (I ICAO) Bulletin-: RUS Cnonifino#inn for 1.490d Dolor � aRa 0 nnhrmvhGFLvg`' 1.03 DEFINITIONS: A. Fixture: Complete lighting unit. Fixtures include lamps and/or parts required to distribute light, position and protect lamps, and connect lamps to power supply. B. Lighting Unit: Fixture or assembly of fixtures with common support, including pole or bracket plus mounting and support accessories. C. Luminaire: Fixture. D. Average Life: Time after which 50% will have failed and 50% will have survived under normal conditions. E. Total Harmonic Distortion (THD): The root mean square (RMS) of all the harmonic current components divided by total fundamental (60 Hz) current. 1.04 SUBMITTALS: A. Procedures: Exterior Lighting 265600-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. Submit in accordance with Technical Specification Section 26 00 00, Electrical General Provisions. 2. Provide one (1) complete submittal containing all items required herein. 3. Partial or incomplete submittals or submittals not complying with the requirements of Section 26 00 00 will be returned Disapproved without comment. B. Product Data: 1. Describe fixtures, lamps, ballasts, poles, accessories. 2. Arrange product data for fixtures in order of fixture designation. 3. Include data on features, poles and accessories and the following information: a. Outline drawings of fixtures and poles indicating dimensions and principal features. b. Electrical ratings and photometric data with specified lamps and certified results of independent laboratory tests. C. Shop Drawings: 1. Detail fixtures and poles indicating dimensions, weights, methods of field assembly, components, features, and accessories. D. Calculations: 1. Calculation of wind load ratings in accordance with ASCE 7 2. Required pole setting depth based upon wind load calculations E. Test Results: 1. Certified reports of field tests and observations. F. Supplies: 1. Submit sample of fixture if different than specified. 1.05 QUALITY ASSURANCE: A. Items provided under this section shall be listed and labeled by UL or other Nationally Recognized Testing Laboratory (NRTL). 1. Term "NRTL"shall be as defined in OSHA Regulation 29 CFR 1910.7. 2. Terms "listed and "labeled" shall be as defined in National Electrical Code, Article 100. B. Regulatory Requirements: Exterior Lighting 265600-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. National Electrical Code: Components and installation shall comply with NFPA 70. 2. Comply with ANSI C2, "National Electrical Safety Code." C. Fixtures for Hazardous Locations: Conform to UL 844 or get Factory Mutual Engineering and Research Corporation (FM) certification for the class and division of hazard. D. Manufacturers' Qualifications: Firms experienced in manufacturing lighting units that are similar to those indicated for this Project and that have record of successful in-service performance. 1.06 DELIVERY, STORAGE,AND HANDLING: A. Poles: 1. General: Store poles on decay-resistant treated skids at least 1 foot above grade and vegetation. Support pole to prevent distortion and arrange to provide free air circulation. _ #ol Dolor: Retain fa GtGry_applied w Fa PPinosunJ #I jest hofnro nolo in?#ollo�#inn� Cor Polos with nonmetallin finishes handle v.fithy.foh fohrin stFa Ps B. Lighting Fixtures: 1. Deliver lighting fixtures in factory-fabricated containers or wrappings, which properly protect fixtures from damage. 2. Store lighting fixtures in original packaging. Store inside well-ventilated area protected from weather, moisture, soiling, extreme temperatures, and humidity; laid flat and blocked off ground. 3. Handle lighting fixtures carefully to prevent damage, breaking, and scarring of finishes. Do not install damaged units or components; replace with new. 1.07 MAINTENANCE: A. Extra Materials: 1. Furnish extra materials matching products installed, as described below, packaged with protective covering for storage, and identified with labels describing contents. Deliver extra materials to Owner. a. Lamps: 10 lamps for each 100 of each type and rating installed. Furnish at least 1 of each type. b. Glass and Plastic Diffusers, Lenses, Covers and other Optical Parts: 1 for each 100 of each type and rating installed. Furnish at least 1 of each type. C. Ballasts: 1 for each 100 of type and rating installed. Furnish at least 1 of each type. d. Globes and Guards: 1 for each 20 of each type and rating installed. Furnish at least 1 of each type. Exterior Lighting 265600-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PART PRODUCTS 2.01 FIXTURE COMPONENTS, GENERAL: A. Metal Parts: Free from burrs, sharp corners, and edges. B. Sheet Metal Components: Corrosion-resistant aluminum, except as indicated. Form and support components to prevent warping and sagging. C. Housings: Rigidly formed, weather- and light-tight enclosures that will not warp, sag, or deform in use. Provide filter/breather for enclosed fixtures. D. Doors, Frames, and Other Internal Access: Smooth operating and free from light leakage under operating conditions. Arrange to permit relamping without use of tools. Arrange doors, frames, lenses, diffusers and other pieces to prevent accidental falling during relamping and when secured in operating position. Provide for door removal for cleaning or replacing lens. Arrange for door opening to disconnect ballast. E. Exposed Hardware Material: Stainless steel. F. Reflecting Surfaces: Minimum reflectances as follows, except as otherwise indicated: 1. White Surfaces: 85% 2. Specular Surfaces: 83% 3. Diffusing Specular Surfaces: 75% G. Plastic Parts: Resistant to yellowing and other changes due to aging and exposure to heat and UV radiation. H. Lenses and Refractors: Materials as indicated. Use heat- and aging-resistant, resilient gaskets to seal and cushion lens and refractor mounting in fixture doors. I. Photoelectric Relay: UL 773. 1. Contact Relays: Single-throw, arranged to fail in the "on" position and factory set to turn light unit on at 1.5 to 3 foot-candles and off at 4.5 to 10 foot-candles with 15-second minimum time delay. 2. Relay Mounting: In fixture housing. 2.02 HIGH INTENSITY DISCHARGE (HID) FIXTURES: A. Acceptable Manufacturers: 1. Lithonia Lighting. (Nora) 2. Substitutions: Reference Technical Section 26 00 00, Paragraph 1.10, Substitutions. Written request for substitutions on specified products must be Exterior Lighting 265600-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 received in the Engineer's office prior to the mandatory pre-bid conference. Requests after the mandatory pre-bid conference will not be considered. B. Fixtures: Conform to UL 1598. C. Ballasts: Conform to UL 1029 and ANSI C82.4. Provide ballasts with following features, except as otherwise indicated. 1. Constant wattage autotransformer(CWA) or regulator, high-power-factor type. 2. Operating voltage rating matches system voltage. 3. Single-Lamp Ballasts: Minimum starting temperature of—30'C. 4. Normal ambient operating temperature is 40'C. 5. Construct ballasts so open circuit operation will not reduce average life. 6. Noise Suppression: Manufacturer's standard epoxy encapsulated model designed to minimize audible fixture noise. D. Instant Restrike Device: Solid-state potted module, mounted inside fixture and compatible with mogul-based HPS lamps, ballasts, and sockets up to 150 watts. 1. Restrike ranges: 105 to 130 VAC. 2. Output voltage does not exceed 250V or 150 VAC RMS 2.03 WOOD POLES A. Southern Yellow Pine per ATIS 05.1 and RUS 1728F-700... Poles shall be gained, bored and roofed before treatment. Poles shall be treated full length with chromated copper arsenate (CCA) or ammonia cal copper arsenate (ACA) according to AWPA C1 and AWPA C4 as referenced in RUS 1728F-700. Poles shall be branded by manufacturer with manufacturer's mark and date of treatment, height and class of pole, wood species, preservative code and retention. Place the brand so that the bottom of brand or disc is 10 feet from the pole butt for poles up to 50 feet long and 14 feet from the butt for poles over 50 feet long. 2.04 CONCRETE POLES A. Acceptable Manufacturers: 1. Lonestar Prestress Mfg., Inc. (Nora) 2. Substitutions: Reference Technical Section 26 00 00, Paragraph 1.10, Substitutions. Written request for substitutions on specified products must be received in the Engineer's office prior to the mandatory pre-bid conference. Requests after the mandatory pre-bid conference will not be considered. B. Design: Exterior Lighting 265600-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. The complete assembly including poles, light fixtures, crossarms, ballast boxes and all upper luminaries shall be designed considering application of wind load and dead load. 2. The complete assembly including poles, light fixtures, crossarms, ballast boxes and all upper luminaries shall be designed to withstand a constant wind speed of 130 MPH at a 1.3 wind gust. 3. Wind loads shall be determined in accordance with ASCE 7-98; nominal 3- second gust, wind speed = 130 mph, exposure category D, Importance factor = 1.00. 4. Embedment depths and/or widths/diameters of pole or their foundations shall be sufficient to limit lateral movements at the ground line to one inch or less. 5. Shop drawings shall be prepared by the pole manufacturer and shall be submitted for review prior to fabrication. All drawings shall be prepared under the direct supervision of a licensed structural professional engineer and bear the engineers seal and signature. The engineer shall be licensed in the state of Texas. 6. Inspections should be made in accordance with Texas Department of Insurance criteria and the contractor shall provide Form WPI-8 (windstorm certificates) to the owner at the end of the project. C. Materials: 1. Concrete — The pole shall achieve a minimum 28-day compressive strength of 12,000 psi. Cement shall conform to the latest requirements of Type III Portland Cement in accordance with ASTM-C150. Maximum size aggregate may be 3/" inch (19mm) or 3/" of the clear spacing between reinforcing steel and surface of pole. Any water reducers, retarders, or accelerating admixtures shall conform to ASTM-C494. Water shall be free from foreign materials in amounts harmful to concrete and embedded steel. In areas subject to frequent freeze/thaw conditions an air entrapment admixture shall be used to produce a 6% ± 1% air content in the mix as measured prior to spinning. 2. Reinforcing Steel — Deformed steel reinforcement shall conform to requirements of ASTM A615 for Grade 60 Rebar. 3. Prestressing Steel - Prestressing steel reinforcement shall conform to uncoated 7-wire, stress relieved strand; ASTM-A416. 4. Spiral Reinforcement — Steel spiral reinforcement shall conform to the requirements of ASTM-A82 and shall not be less than 150 inch diameter. 5. Hardware —All structural steel shall conform to ASTM-A36 and zinc alloy AC41A shall conform to ASTM-6240. The finish shall be hot dipped galvanized in accordance with ASTM A153. 6. Electrical Ground — All sports lighting poles shall be supplied with a #4 stranded copper ground wire shall be cast into the pole. The ground wire shall be Exterior Lighting 265600-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 terminated in a copper tank ground at the top platform/crossarm level and approximately 12 inches below grade. The copper tank ground shall provide a '/2 inch tapped insert for the grounding system, combined with the lightning rod, shall meet NFPA and UL96 and UL96 requirements. 7. Poles shall be designed such that the deflection does not exceed 1.1% of the free height of the pole at its maximum EPA under a wind loading equivalent to '/2 the designated ultimate wind speed, including a 1.3 gust factor. 8. The natural frequency of the pole shall be limited to 0.8 cycles/sec. The manufacturer shall provide calculations verifying the above requirements. D. Manufacturing: 1. All manufacturing tolerance, details of reinforcement, and finishes shall be in accordance with the Guide Specification for Prestressed Concrete Poles as published in the May-June, 1982 issue of the Journal of the Prestressed Concrete Institute. 2. A concrete cylinder test shall be performed for each 100 cubic yards of concrete poured. A final quality control check shall be carried out on each pole after manufacturing is complete. All quality control procedures shall be mandated in a written manual and be available for inspection. E. General: 1. Poles shall be prestressed concrete, tapered, cylindrical or square section as indicated on the drawings. 2. Cylindrical poles shall be prestressed and the concrete placed in steel molds by the centrifugal spinning process. This method of manufacture ensures maximum compression of concrete resulting in increased durability. 3. Poles shall have a smooth natural form finish, soft gray in color. 4. Poles shall be designed and constructed so that all wiring and grounding facilities are concealed within the pole. All handholes, couplings, inserts for step bolts, thru-bolt holes and ground wire shall be cast into the pole during the manufacturing process. Separate PVC conduits shall be embedded within the concrete for each different circuit type to be installed. Where only one circuit is required within the pole, such as street lighting, the circuit may be routed in the interior open cell in the pole. 5. Poles shall be round in cross section and provide a continuous taper of 18" per foot of length and provide a minimum 3/" of concrete coverage over the longitudinal steel. 6. All cable entry holes shall be in accordance with the location and sizes as required by the buyer and shall be free from sharp edges for passages of electrical wiring. All handhole frames shall be composed of a non-metallic, non- conductive injection molded material. a. A 4"x 10" conduit entrance opening centered 18" below grade. Exterior Lighting 265600-9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 b. A 3.5" x 10.5" handhole frame with flush cover centered 3'6" above grade. C. A 2.5" x 8.5" handhole frame with flush cover located 180 degrees from disconnect switches. d. Top wiring will be through a 2" or 1 'h" threaded coupling which ever is suitable for the diameter of the pole with access by way of a 2 '/2" x 8" handhold frame with flush cover located at crossarm level for use during installation and maintenance of electrical wiring. A S' hook wire hanger will be provided at top coupling location for use with kellems grip. e. All poles shall be provided with a fish wire to facilitate cable installation. 7. A corrosion resistant nameplate cast into the wall of the pole approximately 4'-6" above the groundline identifying the manufacturer, manufacture date, length, weight, class, customer, fabrication #and P.O. #. 8. Each pole shall have a galvanized steel cap. The pole base shall be plugged to provide extra bearing surface. 9. Center of gravity shall be marked on the pole to assist with proper pole installation. 2.05 FIXTURE SUPPORT COMPONENTS: A. Arm, Bracket, and Tenon Mount Materials: Galvanized steel per ASTM A-153. Match to the pole and fixture type. B. Mounting, Fastenings, and Appurtenances: Corrosion-resistant components compatible with poles and fixtures that will not cause galvanic action at contact points. Provide mountings that will correctly position luminaire to provide indicated light distribution. 2.06 LAMPS: A. Conform to ANSI Standards, C78 series, applicable to each type of lamp. Provide fixtures with indicated lamps. Where lamps are not indicated, provide lamps recommended by manufacturer. 2.07 FINISH: A. Metal Parts: Manufacturer's standard finish except as otherwise indicated. Finish applied over corrosion-resistant primer, free of streaks, runs, holidays, stains, blisters, and similar defects. Remove poles, fixtures, and accessories showing evidence of corrosion or finish failure during Project warranty period and replace with new items. B. Other Parts: Manufacturer's standard finish except as otherwise indicated. 2-02 ARES FOR HAZARDOUSi GGnTinnle: � rvrrrccrvrc-rrvrv� A. GenfeFm te UL 944 eF pFevide units that have FaGteFy Mutual EngineeFing and Rese Genres+inn (FIVI) GGFtifisa+inn far iRdisat8d Glass and di.dsien of hazard! Exterior Lighting 265600-10 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PART 3 EXECUTION 3.01 INSTALLATION: A. Set units plumb, square, and level according to manufacturer's printed instructions and approved submittals. B. Make branch circuit wiring connections with conductors having an insulation temperature rating suitable for the fixture. C. Install lamp units according to manufacturer's instructions and fixture schedule. 3.02 POLES: A. Embedded Poles: Set poles to depth required by manufacturer's calculations, but not less than the minimum setting depths indicated herein . Dig holes large enough to permit use of tampers full depth of hole. Backfill in 6 inch layers and thoroughly tamp each layer so compaction of backfill is equal to or greater than that of undisturbed earth. B. Minimum Setting Depth (unless indicated otherwise orn the drawings): Length of Pole, Ft. Setting Depth, Ft. 20 5.5 25 6.0 30 6.0 35 6.5 40 6.5 45 7.0 50 7.5 55 8.0 60 8.5 C. Pole Installation: Use fabric web slings (not chain or cable) to raise and set poles. D. Fixture Attachment: Fasten to indicated structural supports. E. Fixture Attachment with Adjustable Features or Aiming: Attach fixtures and supports to allow aiming for indicated light distribution. F. Lamp fixtures with indicated lamps according to manufacturer's instructions. Replace malfunctioning lamps. 3.03 GROUNDING: A. Ground fixtures and metal poles according to Section 26 05 26. 1. Poles: Install 10-ft. driven ground rod at each pole. Exterior Lighting 26 56 00-11 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Nonmetallic Poles: Ground metallic components of lighting unit and foundations. Connect fixtures to grounding system with No. 6 AWG conductor. 3.04 FIELD QUALITY CONTROL: A. Inspect each installed unit for damage. Replace damaged units and components. B. Provide advance notice of dates and times for field tests. C. Provide instruments to make and record test results. D. Tests: Verify normal operation of lighting units after installing fixtures and energizing circuits with normal power source. Include the following: 1. Photometric Tests: Measure light intensities at locations where specific illumination performance is indicated. Use photometers with calibration referenced to NIST standards. 2. Check for excessively noisy ballasts. 3. Check for uniformity of illuminations. 4. Written report of tests indicating actual illumination results. E. Replace or repair damaged and malfunctioning units and retest. Repeat procedure until units operate properly. 3.05 ADJUSTING AND CLEANING: A. Clean components upon completion of installation. Use methods and materials recommended by manufacturer. B. Adjust aimable fixtures to provide required light intensities. C. Set and adjust photocells and/or time switches for proper operation as directed by Owner. END OF SECTION Exterior Lighting 26 56 00-12 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 31 60 00 FOUNDATION FOR ELEVATED STORAGE TANKS PART SCOPE This SECTION 31 60 00 of the TECHNICAL SPECIFICATIONS provides for the following: A. Material Requirements B. Submittals C. Certifications D. Geotechnical Report Refer to Specification 33 16 19 — Composite Elevated Storage Tank for additional requirements for the foundation of the elevated storage tank. PART 2 MATERIAL REQUIREMENTS 2.01 CONCRETE The concrete for the foundation shall have a compressive strength of 4,000 psi or greater within 28 days. When placed, the concrete shall have a slump no greater than 4". All above grade concrete shall be chamfered at all corners and have a broom finish. All form work for the concrete shall be true and plumb, braced sufficiently to prevent blowouts. 2.02 REINFORCING STEEL All reinforcing steel shall be grade 60. All lap splices shall meet the most current ACI Code or 30 bar diameters whichever is more. The reinforcing steel shall have a minimum of 3" of cover at all locations. The use of bricks, rocks, etc.shall not be allowed to keep rebar off the ground or to keep mats of steel separated. Only steel rebar chairs with plastic bonded to them will be allowed. PART 3 SUBMITTALS 3.01 MIX DESIGN The proposed concrete mix design shall be submitted to the ENGINEER for his review a minimum of 14 days prior to placing concrete. 3.02 REINFORCING STEEL The proposed reinforcing steel layouts shall be submitted to the ENGINEER for his review a minimum of 14 days prior to installing steel. 3.03 FOUNDATION The proposed foundation drawings shall be submitted to the ENGINEER for his review a minimum of 14 days prior to beginning excavation for the foundation. The drawings shall include finish footing elevations, dimensions, steel spacing and sizing, and anchor bolt locations. Also include in these drawings compaction requirements if any, for the subgrade, and if the foundation has a continuous beam between footings, show details of the inlet/outlet pipe penetration. Foundation for Elevated Storage Tanks 316000-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PART 4 CERTIFICATION 4.01 FOUNDATION DESIGN The CONTRACTOR shall have the foundation designed by a Texas Licensed Engineer. The CONTRACTOR shall submit the design calculations and drawings to the Project ENGINEER. The drawings and calculations shall be signed and sealed by the CONTRACTOR'S Engineer. 4.02 WINDSTORM CERTIFICATION The CONTRACTOR shall have the foundation certified (By a Professional Engineer registered in the state of Texas) as meeting the requirements of the Texas Department of Insurance (T.D.I.) Windstorm requirements and shall obtain a T.D.I. Windstorm Certificate for submittal to the ENGINEER. PART 5 GEOTECHNICAL REPORT 5.01 REPORT See Appendix for the Geotechnical Report. PART 6 MEASUREMENT AND PAYMENT No measurements will be taken since payment for this item of work will be lump sum. Payment for this work will include all designs, certifications, labor, materials, equipment and incidentals to complete this item of work. END OF SECTION Foundation for Elevated Storage Tanks 316000-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 32 31 13 CHAIN LINK SECURITY FENCE PART1 GENERAL 1.01 DESCRIPTION A. This specification shall govern all work and materials required for providing chain link security fence for this project. PART2 PRODUCTS 2.01 MATERIALS A. Wire Fabric fencing shall be 9 gauge steel with a minimum tensile strength of 80,000 psi. Mesh size shall be 2 inch 1/16 inch between parallel wires. Top edge of fabric shall be twisted and barbed on 6 foot height fencing and shall be knuckled salvage on 4 foot fencing. Bottom edge of all fencing shall be twisted and barbed. B. Tie clips of 9 gauge aluminum shall be furnished in sufficient quantity to fasten fabric to top tension wire or to top rail at 24 inch intervals. Ties shall be furnished to fasten the fabric to bottom tension wire at 24 inch intervals. The fabric shall be tied to line posts at 15 inch intervals. C. Line Post shall be provided at a maximum spacing of 10 feet and be of the following sizes: Fabric Height Pipe Size H-Beam Section Embedment Size Wt./Ft. Size Wt./Ft. Length 4 ft. 1.90" O.D. 2.72# 1.875" x 1.625" 2.70# 24" 6 ft. 2.375" O.D. 3.65# 2.25" x 1.95" 4.10# 30" 8 ft. 2.375" O.D. 1 3.65# 2.25" x 1.95" 4.10# 42" D. Corner Post and End Post shall be of the following sizes: Fabric Height Pipe Section Embedment Length Size Wt./Ft. Len g 4 ft. 2.375" O.D. 3.65# 30" 6 ft. 2.875" O.D. 5.79# 34" 8 ft. 2.875" O.D. 5.79# 42" E. Post caps for pipe sections shall be designed to exclude all moisture. Where barbed wire is specified, extension arms shall be integral with post caps. Where top rail is specified, post caps shall have an opening for top rail. All posts caps shall have a 2 inch skirt for rigidity. F. Top rail, where called for, shall be 1.625 inch O.D. steel pipe weighing 2.27#/foot. Top rail shall be furnished in random lengths not less than 18 feet per section and shall be joined with outside sleeve, steel couplings not less than 6 inches long and having a wall Chain Link Security Fence 333113-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 thickness of not less than 0.70 inch. Couplings shall be designed to allow for expansion movement of the top rail. G. Tension wire for top finish, where no top rail is specified, shall be 7 gauge high carbon steel wire. Tension wire shall be furnished for bottom edge of all fence fabric. H. Trussed bracing shall be furnished for each panel adjacent to a terminal, pull, corner, or gate post. Compression member shall be 1.625 inch O.D. pipe as specified for top rail material. Tension members shall be 3/8 inch diameter steel rods with turnbuckles. I. For 6-foot and 8-foot fences with top tension wire, braced panels shall consist of horizontal pipe brace, located approximately 4 inches below top of fabric, a diagonal pipe brace, attached at the midpoint of the terminal post and at the bottom of the adjacent line post, and a truss rod, attached to the top of the adjacent line post, extending diagonally to the bottom of the terminal post. J. For 6-foot and 8-foot fences with top rail, braced panels shall consist of a horizontal pipe brace, midway between top and bottom of fence fabric, with a truss rod expending from midpoint of the line post diagonally to bottom of terminal post. K. For 4-foot fences with top rail shall be braced with a truss rod connected to the bottom of the terminal post and extending to top of adjacent line posts. L. For 4-foot fences without top rail shall have a horizontal brace pipe at the top of adjacent line posts. M. Four 4-foot fences without top rail shall have a horizontal brace pipe at the top of the fabric and a diagonal truss rod installed as described above. N. Barbed wire, where specified, shall be 12-1/2 gauge with barbs spaced approximately 5 inches apart. Three strands of barbed wire will be required where barbed wire top is specified. O. Barbed wire support arms shall be at an angle of 45 degrees from vertical and shall have clips for attaching 3 strands of barbed wire. Each support arm shall be of sufficient strength to support a 200 Ib. weight applied at the outer strand of barbed wire. P. Stretcher bars shall not be less than 3/16" x 3/4" flat steel and not more than 2 inches shorter than the fabric height. One stretcher bar shall be provided for each gate and end post. Two stretcher bars shall be provided for each corner and pull posts. Stretcher bars shall be attached to terminal posts with 1 inch x 1/8 inch flat steel bands with 3/8 inch carriage bolts at intervals not exceeding 15 inches. Q. Miscellaneous fittings and fasteners shall be furnished in sufficient quantities to erect all fencing materials in a proper manner. R. Approval of fence materials shall be obtained from the Engineer prior to erection. S. Galvanizing and Aluminum Coating: All material used in "Chain Link Security Fence" shall be hot dip zinc coated as specified by the following, except that the fabric may be aluminum coated. 1. All posts and pipe: ASTM Designation: A 120 (1.8 oz/so. 2. All H-beam sections: ASTM Designation: A 123 (2.0 oz/so. Chain Link Security Fence 333113-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Fence fabric: ASTM Designation: A 392, Class 1 (1.2 oz/soor ASTM Designation: A 491 (0.40 oz/sf). 4. Tension wire, barbed wire: ASTM Designation: A 121, Class III (0.80 oz/sf). 5. Post caps, stretcher bars, miscellaneous fittings: ASTM Designation: A 153. T. Weight of zinc coating for all items shall be determined in accordance with ASTM Test Designation: A 90 except for core wire which shall have a galvanized coating weighing not less than 0.35 ounces of zinc per square foot. Field welds and cuts shall be touched- up with an approved zinc coating. U. Vinyl coating shall be per ASTM F668-99a, Section 1.2.3 Class 2b consisting of polymer coating fused and adhered to zinc-coated steel wire. PART 3 EXECUTION 3.01 CONSTRUCTION METHODS A. Clearing and Grading: The Contractor shall perform all clearing of brush, rocks and debris which may be necessary for the installation of this fencing. The Engineer will stake out the locations for corner posts and terminal posts in this installation. The fencing panels between corner and terminal posts shall generally follow the finished ground elevations. However, the Contractor shall grade off minor irregularities in the path of the fencing as necessary to limit the variation of grade under the bottom edge of fence fabric to a distance of not more than six inches and not less than two inches to the ground. B. Post Spacing: Maximum spacing for line posts shall be 10 feet 0 inches. Pull posts shall be located not more than 500 feet apart and at each change in direction exceeding 20 degrees, both horizontally and vertically. Runs of fencing over 500 feet but less than 1,000 feet shall have a pull post in the center of the run. C. Postholes: Holes for concrete footings for all posts shall be drilled to the dimensions listed in the following tables: Holes for Line and End Posts Min. Hole Min. Hole Type Post Fabric Height Post Embedment Diameter Depth Line 4' 9" 30" 24" Line 6' 10" 36" 30" Line 8' 12" 42" 38" End 1 4' 1 12" 36" 1 30" End 6' 12" 48" 42" End 8' 12" 48" 42" D. Where solid rock is encountered without an overburden of soil, line posts shall be set a minimum depth of 12 inches, and end, corner, gate and pull posts a minimum of 18 inches into the solid rock. The hole shall have a minimum diameter one inch greater than the largest dimension of the post section to be set. After the post is set and plumbed, the hole shall be filled with grout consisting of one part Portland cement and three parts clean, well graded sand. Other grouting materials may be used if approved or specified Chain Link Security Fence 333113-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 by the Engineer. The grout shall be thoroughly worked into the hole so as to leave no voids. The grout shall be crowned to carry water from the post. E. Where solid rock is covered by an overburden of soil or loose rock, the posts shall be set to the full depth shown in Table above unless the penetration into solid rock reaches the minimum depths specified above, in which case, the depth of penetration may be terminated. Concrete footings shall be constructed from the solid rock to the top of the ground. Grouting will be required on the portion of the post in solid rock. F. Excavated material from footings shall be removed from the job site by the Contractor. G. Concrete for Footings: Concrete for footings shall be Class "B" concrete in accordance with Standard Specification Section 030020, unless otherwise specified on plans. All concrete footings shall be cast up to finish grade and crowned 2 inches to shed water. Excess concrete not used in the footings, and any other construction debris, shall be removed from the site. H. Fabric Erection: The fence fabric shall be erected by securing one end and applying sufficient tension to the other end to remove all slack before making attachments. The fabric shall be cut and each span shall be attached independently at all corner posts and pull posts. Fastening to end, pull, corner and gate posts shall be with stretcher bars which shall be secured to the posts with stretcher bar bands at intervals not exceeding 15 inches. Fence fabric shall generally follow the finished contour of the site with the bottom edge of fabric located 2 inches above the grade. In uneven areas, the ground shall be graded so that the maximum distance between bottom of fabric and ground in limited to 6 inches. I. Electric grounds: Grounding rods shall be at least 5/8 inch diameter by 8 feet long "copperweld" rods driven or drilled into the soil so that the top of the rod is approximately 6 inches below grade. A No. 6 solid copper conductor shall be clamped to the ground rod and the bottom tension wire of the fence with cast bronze clamps with bronze or stainless steel bolts and washers. Each 1,000 foot of fence shall be provided with a ground located near the center of the run. At least one electrical ground shall be installed for each fenced closure. A ground shall be provided directly under the point where a power line passes over the fence. 3.02 MEASUREMENT AND PAYMENT A. Unless indicated otherwise in the Proposal, Chain Link Security Fence shall be measured by the linear foot. Measurement shall include but not be limited to furnishing and erecting all fence materials, gates, caps, concrete, ground wires, and cleanup. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials required, all labor, all tools, all equipment and all other incidentals required to complete the work as shown on the contract drawings and as specified herein. END OF SECTION Chain Link Security Fence 333113-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 32 31 13.53 CHAIN LINK CANTILEVER SLIDE GATE PART1 GENERAL 1.01 SECTION INCLUDES A. Chain link cantilever slide gate. 1.02 SUBMITTALS A. Specifications - Changes in specification may not be made after the bid date. B. Shop Drawings — Layout of fences and gates with dimensions, details, and finishes of components, accessories, and post foundations. C. Product Data — Manufacturer's catalog cuts indicating material compliance and specified options. D. Samples-- Color selection for polymer finishes. If requested, samples of materials (e.g., fabric, wires, and accessories). 1.03 SPECIAL WARRANTY A. Provide manufacturer's standard limited warranty covering cantilever slide gate and truck assembly against failure resulting from normal use for period of 5 years from date of purchase. Failure is defined as any defect in manufacturing that prevents the gate from operating in a normal manner. PART2 PRODUCTS 2.01 MANUFACTURER A. Products from qualified manufacturers having a minimum of 5 years experience manufacturing chain link fencing will be acceptable by the Engineer as equal, if approved in writing, ten days prior to bidding, and if they meet all of the following specifications for design, size gauge of metal parts and fabrication. 2.02 CHAIN LINK CANTILEVER SLIDE GATES A. Gate Frames — Fabricate cantilever slide gates using (2) 2" (50 mm) square aluminum members, ASTM B 221, alloy and temper 6063-T6, weighing 1.88 Ib.ft (2.78 kg.m). Weld members together forming rigid one-piece frame integral with top rack. (no substitution). Provide 2 truck assemblies for each gate leaf. For gates over 15'-0" Opening: Internal Uprights: V x 2" (25 mm x 50 mm) aluminum measures welded in gate frames at maximum 6'-2" (1880 mm) face to face, subdividing frame into panels. Gates under 15'- 0"will have (2) equal panels. Gates Leaf Size Cantilever Support (Overhang) 15 ft. (4572 mm)to 22 ft (6706 mm) 10' 0" (3048 mm) Chain Link Cantilever Slide Gate 32 3113.53—1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Gate Panel — 9 gauge galvanized steel with vinyl coating per ASTM F668-99a, Section 1.2.3 Class 2b consisting of polymer coating fused and adhered to zinc-coated steel wire. C. Bracing — Provide diagonal adjustable length truss rods, of 3/8" (9.5 mm) galvanized steel, in each panel of gate frames. D. Top track/rail — Enclosed combination one-piece track and rail, aluminum extrusion with weight of 3.72 Ib/ft (5.54 kg/m). Track to withstand reaction load of 2,000 Ib (907.2 kg). E. Truck assembly—Swivel type, zinc dye cast, with 4 sealed lubricant ballbearing rollers, 2" (50 mm) in diameter by 9/16" (14 mm) in width, and 2 side rolling wheels to ensure truck alignment in track (no substitution). Mount trucks on post brackets using 7/8" (22 mm) diameter ball bolts with 'h" (13 mm) shank. Truck assembly to withstand same reaction load as track, 2,000 Ib (907.2 kg). F. Gate hangers, latches, brackets, guide assemblies, and stops — Malleable iron or steel, black powder coated after fabrication. Provide positive latch with provisions for padlocking. G. Bottom guide wheel assemblies — Each assembly shall consist of two, 4" (100 mm) diameter rubber wheels, straddling bottom horizontal gate rail, allowing adjustment to maintain gate frame plumb and in proper alignment. Attach one assembly to each guide post. H. Gate Posts — Black Powder Coated steel (4" (100 mm) square, weighing 5.77 Ib/ft (8.57 kg/m). Provide 1 latch post and 2 support posts for single slide gate. I. Accessories — Preassemble panels with ornamental accessories attached to prevent removal and vandalism. J. Finish — After components have been galvanized (inside and out) to provide maximum corrosion resistance, clean and pretreat with phosphate to form amorphous structure on galvanized surface for superior powder coating adhesion. Give phosphate coated surface a thorough water rinse to prepare surface for seal rinse. Seal rinse with non- chromated solution to improve corrosion resistance and adhesion of finish coat. Bake metal dry, prior to application of powder coating. Apply 2.5 mil (0.0635 mm) thickness of polyester resin based powder coating by electrostatic spray process. Color shall be black. Bake finish for 20 minutes (1.2 Ks) at 450°F (232°C), metal temperature. 2.03 SETTING MATERIALS A. Concrete—Minimum 28-day compressive strength of 3,000 psi (20 MPa) PART 3 EXECUTION 3.01 EXAMINATION A. Verify areas to receive fencing are completed to final grades and elevations. B. Verify areas to assure sufficient space to receive gate in open position (gate and overhang). C. Ensure property lines and legal boundaries of work are clearly established. Chain Link Cantilever Slide Gate 32 3113.53—2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.02 CHAIN LINK GATE FRAMING INSTALLATION A. Install gate posts in accordance with manufacturer's instructions. B. Concrete set gate posts — Drill holes in firm, undisturbed or compacted soil. Holes shall have diameter 6 times greater than outside dimension of post, and depths approximately 6" (152 mm) inches deeper that post bottom. Excavation deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. Set post bottom 48" (914 mm) below surface when in firm, undisturbed soil. Place concrete around posts in a continuous pour, tamp for consolidation. Trowel finish around post and slope to direct water away from posts. C. Gate posts and hardware: Set keepers, stops, sleeves and other accessories into concrete. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. 3.03 GATE INSTALLATION A. Install gates plumb, level, and secure for full opening without interference. B. Attach hardware by means, which will prevent unauthorized removal. C. Adjust hardware for smooth operation. 3.04 CLEANING A. Clean up debris and unused material, and remove from the site. END OF SECTION Chain Link Cantilever Slide Gate 32 3113.53—3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Chain Link Cantilever Slide Gate 32 3113.53—4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 33 11 01 WATER LINES PART1 GENERAL 1.01 SECTION INCLUDES A. Installation of water lines. B. Specifications identify requirements for both small diameter water lines and large diameter water lines. When specifications for large diameter water lines differ from those for small diameter water lines, large diameter specifications will govern for large diameter pipe. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. Referto General Requirement 0129 01 —Measurement and Basis for Payment. B. Stipulated Price (Lump Sum). Not used. 1.03 REFERENCES A. ANSI A 21.11/AWWA C111-Standard for Rubber-Gasket Joints for Ductile- Iron Pressure Pipe and Fittings. B. ANSI/NSF Standard 61 - Drinking Water System -Health Components. C. ASTM A 36 - Standard Specification for Carbon Structural Steel D. ASTM A 536 - Standard Specification for Ductile Iron Castings E. ASTM A 126-Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. F. ASTM B 21 - Standard Specification for Naval Brass Rod, Bar, and Shapes. G. ASTM B 98 - Standard Specification for Copper-Silicon Alloy Rod, Bar, and Shapes. H. ASTM B 301 - Standard Specification for Free-Cutting Copper Rod and Bar. I. ASTM B 584-Standard Specification for Copper Alloy Sand Casting for General Application. J. ASTM E 165 - Standard Test Method for Liquid Penetrant Examination K. ASTM E 709 - Standard Guide for Magnetic Particle Examination L. ASTM F 1674- Standard Test Method for Joint Restraint Products for Use with PVC Pipe. M. AWWA C 206- Standard for Field Welding of Steel Water Pipe. N. AWWA C 207 - Standard for Steel Pipe Flanges for Waterworks Service - Sizes 4 Inches through 144 Inches. 1.04 SUBMITTALS A. Conform to requirements of Specification 00 72 00 for Document Management. B. Conform to submittal requirements of applicable Section for type of pipe used. C. Submit Texas One-Call notification transmittal number prior to beginning excavation. Water Lines 331101-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 D. Submit, a minimum of 15 days before beginning pipe laying operations, layout drawing identifying proposed sections for disinfecting, hydrostatic testing and site restoration for entire project for review and approval. Layout drawing to identify sequence for: 1. Disinfection: Disinfection and transfer of services;to immediately follow sequence of hydrostatic testing. 2. Site restoration; not to exceed limits specified; Sequence in order of disturbance. PART PRODUCTS 2.01 PIPE MATERIALS A. Pipe shall be product of one manufacturer that has not less than five(5)years of successful and verifiable experience manufacturing pipe of the particular type and size indicated with proposed type joint. The Engineer reserves the right to request third party verification of this experience. Pipe manufacturer must have a certified quality assurance program. Certified program shall be ISO 9001: 2000 or other equivalent nationally recognized program as approved by Engineer. B. Where Carnegie joints are used in thrust restraint areas,weld bell and spigot ring onto steel cylinder, inside and outside. C. When adjoining proposed large diameter water line to existing large diameter water line of different pipe material and/or coating, provide a flanged connection. D. Provide electrical isolation when adjoining to pipe with different material or coating. Coating on the welded restrained portions of the piping shall be identical to the coating on the adjoining pipe sections. E. Provide bends and fittings as required to comply with invert elevations shown in profile view of Drawings. Call outs for bends and fittings are not identified on Drawings in profile view. F. Install pipe materials that conform to following: 1. Standard Specification Section 026206 - Ductile Iron Pipe and Fittings. 2. Standard Specification Section 026210 - Polyvinyl Chloride (AWWA C900 &C905 Pressure Pipe for Municipal Water Mains and Sanitary Sewer Force Mains. 3. Technical Specification Section 33 11 04 - Steel Pipe and Fittings for Large Diameter Water Lines. G. Conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61 and have certified by an organization accredited by ANSI. H. Type of pipe materials used is Contractor's option unless specifically identified on Drawings. I. Provide minimum of 3/8 inch inside joint recess between ends of pipe in straight pipe sections. 2.02 WELDED JOINT PROTECTION FITTING FOR SMALL DIAMETER STEEL PIPE A. Cylindrical Corrosion Barrier: Provide approved cylindrical corrosion barrier. B. O-rings: Conform to National Sanitary Foundation requirements. 2.03 RESTRAINED JOINTS A. Ductile-Iron Pipe: See Standard Specification 026206 - Ductile Iron Pipe and Fittings. Water Lines 331101-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Prestressed Concrete Cylinder Pipe, Bar-Wrapped Pipe and Steel Pipe: Welded joints 1. Where Carnegie joints are used in thrust restraint areas, weld bell and spigot ring onto steel cylinder, inside and outside. 2. Also, see Paragraph 3.06 E. C. Restrained Joints where required on DIP and PVC pipe: 1. Restraint devices: Manufacture of high strength ductile iron,ASTM A 536 up to 24 inches, and ASTM A 36 for sizes greater than 30 inches. Working pressure rating twice that of design test pressure. 2. Bolts and connecting hardware: High strength low alloy material in accordance with ANSI A21.11/AWWA C111. Utilize SS 316 hardware for underground piping. 2.04 COUPLINGS AND APPURTENANCES FOR LARGE DIAMETER WATERLINE A. Flexible (Dresser-type) Couplings. 1. Install where shown on Drawings orwhere allowed by the Engineer for Contractor's convenience. Use galvanized flexible couplings when installed on galvanized pipe which is cement lined, or when underground. Provide gaskets manufactured from Neoprene or Buna-N. 2. For steel pipe; provide approved sleeve-type flexible couplings.Thickness of middle ring equal to or greater than thickness of pipe wall. 3. Provide approved flanged adapter couplings for steel pipe 4. Use Type 316 stainless steel bolts, nuts and washers where flexible couplings are installed underground.Coat entire coupling with 20-mil of approved coal tar coating. B. Access Manways. 1. Provide access manways where shown on the drawings, at air valve locations, and as required for interior welding. 2. Access manways to be shop fabricated,24-inch diameter,flanged outlets with blind flange covers. Unless otherwise shown on the drawings,fabricate covers from steel plate with thickness as required. Fabricate two handles of 1/2-inch diameter steel rod. Field modifications to be made only by the manufacturer's representative. 3. Within restrained joint sections, provide access manways a maximum of 250-feet apart. PART 3 EXECUTION 3.01 PREPARATION A. Conform to applicable installation specifications for types of pipe used. B. Employ workmen who are skilled and experienced in laying pipe of type and joint configuration being furnished. Provide watertight pipe and pipe joints. C. Lay pipe to lines and grades shown on Drawings. D. Confirm that nine feet minimum separation from gravity sanitary sewers and manholes or separation of four feet minimum from force mains as specified in this Section in all directions unless special design is provided on Drawings. E. Where above clearances cannot be attained, and special design has not been provided on Drawings, obtain direction from the Engineer before proceeding with construction. Water Lines 331101-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 F. Inform the Engineer if unmetered sprinkler or fire line connections exist which are not shown on Drawings. Make transfer only after approval by the Engineer. G. For projects involving multiple subdivisions or locations, limit water line installation to maximum of two project site locations. Maximizing 2 pipe installation crews shall be permitted, unless otherwise approved by the Engineer. H. City of Corpus Christi will handle,at no cost to Contractor,operations involving opening and closing valves forwet connections and for chlorination.Contractor is responsible for handling necessary installations and removal of chlorination and testing taps and risers. I. If asbestos-cement(A.C.) pipe is encountered, follow safety practices outlined in American Water Works Association's publication, "Work Practices for A/C Pipe". Strictly adhere to "recommended practices"contained in this publication and make them"mandatory practices" for this Project. J. For pipe diameters 36 inches and greater, clearly mark each section of pipe and fitting with unique designation on inside of pipe along with pressure class. Locate unique identifying mark minimum of five feet away from either end of each section of pipe. Provide one unique identifying mark in middle of each fitting. Place markings at consistent locations. Use permanent black paint and minimum letter height of 4 inches to mark designations. K. Contractor is responsible for assuring chosen manufacturer fulfills requirements for extra fittings and,therefore, is responsible for costs due to downtime if requirements are not met. L. Do not remove plugs or clamps during months of peak water demands; June, July and August, unless otherwise approved by the Engineer. 3.02 HANDLING, CLEANING AND INSPECTION A. Handling: 1. Place pipe along project site where storm water or other water will not enter or pass through pipe. 2. Load,transport, unload,and otherwise handle pipe and fittings to prevent damage of any kind. Handle and transport pipe with equipment designed, constructed and arranged to prevent damage to pipe, lining and coating. Do not permit bare chains, hooks, metal bars, or narrow skids or cradles to come in contact with coatings. Provide pipe and fittings with sufficient interior strutting or cross bracing to prevent deflection under their own weight. 3. Hoist pipe from trench side into trench by means of sling of smooth steel cable, canvas, leather, nylon or similar material. 4. For large diameter water lines, handle pipe only by means of sling of canvas, leather, nylon,or similar material.Sling shall be minimum 36 inches in width. Do not tear or wrinkle tape layers. 5. Use precautions to prevent injury to pipe, protective linings and coatings. a. Package stacked pipe on timbers. Place protective pads under banding straps at time of packaging. b. Pad fork trucks with carpet or other suitable material. Use nylon straps around pipe for lift when relocating pipe with crane or backhoe. C. Do not lift pipe using hooks at each end of pipe. d. Do not place debris, tools, clothing, or other materials on pipe. 6. Repair damage to pipe or protective lining and coating before final acceptance. Water Lines 331101-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 7. For cement mortar line and coated steel pipe and PCCP, permit no visible cracks longerthan 6 inches, measured within 15 degrees of line parallel to pipe longitudinal axis of finished pipe, except: a. In surface laitance of centrifugally cast concrete. b. In sections of pipe with steel reinforcing collars or wrappers. C. Within 12 inches of pipe ends. 8. Reject pipe with visible cracks (not meeting exceptions) and remove from project site. B. Cleaning: Thoroughly clean and dry interior of pipe and fittings of foreign matter before installation, and keep interior clean until Work has been accepted. Keep joint contact surfaces clean until jointing is completed. Do not place debris, tools, clothing or other materials in pipe.After pipe laying and joining operations are completed,clean inside of pipe and remove debris. C. Inspection: Before installation, inspect each pipe and fitting for defects. Reject defective, damaged or unsound pipe and fittings and remove them from site. 3.03 EARTHWORK A. Conform to applicable provisions of Technical Specification Section 33 23 23—Excavation and Backfill for Utilities. B. Bedding: Use bedding materials in conformance with the Drawings C. Backfill: Use bank run sand or earth or native soil as specified in Technical Specification Section 33 23 23—Excavation and Backfill for Utilities. Backfill excavated areas in same day excavated.When not possible,cover excavated areas using steel plates on paved areas and other protective measures elsewhere. D. Place material in uniform layers of prescribed maximum loose thickness and wet or dry material to approximately optimum moisture content.Compact to prescribed density;Water tamping is not allowed. E. Pipe Embedment: Including 6-inch pipe bedding and backfill to 12 inches above top of pipe. 3.04 PIPE CUTTING A. Cut pipe 12 inches and smaller with standard wheel pipe cutters. Cut pipe larger than 12 inches in manner approved by the Engineer. Make cuts smooth and at right angles to axis of pipe. Bevel plain end with heavy file or grinder to remove sharp edges. 3.05 PIPING INSTALLATION A. General Requirements: 1. Lay pipe in subgrade free of water. 2. Make adjustments of pipe to line and grade by scraping away subgrade or filling in with granular material. 3. Properly form bedding to fully support bell without wedging or blocking up bell. 4. Open Cut Construction: Keep pipe trenches free of water which might impair pipe laying operations. Grade pipe to provide uniform support along bottom of pipe. Excavate for bell holes after bottom has been graded and in advance of placing pipe. Lay not more than nominal city block length of not more than 300 feet of pipe in trench ahead of backfilling operations. Cover or backfill laid pipe if pipe laying Water Lines 331101-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 operations are interrupted and during non-working hours.Place backfill carefully and simultaneously on each side of pipe to avoid lateral displacement of pipe and damage to joints. If adjustment of pipe is required after it has been laid, remove and re-lay as new pipe. B. Install pipe continuously and uninterrupted along each street on which work is to be performed. Obtain approval of the Engineer prior to skipping any portion of Work. C. Protection of Pipeline: Securely place stoppers or bulkheads in openings and in end of line when construction is stopped temporarily and at end of each day's work. D. Perform Critical Location as shown on Drawings. Referto Technical Specification Section 33 23 23—Excavation and Backfill for Utilities for additional requirements at critical locations. E. Laying Large Diameter Water Line 1. Lay not more than 50 feet of pipe in trench ahead of backfilling operations. 2. Dig trench proper width as shown.When trench width below top of pipe becomes 4 feet wider than specified, install higher class of pipe or improved bedding, as determined by the Engineer. No additional payment will be made for higher class of pipe or improved bedding. 3. Use adequate surveying methods and equipment; employ personnel competent in use of this equipment. Horizontal and vertical deviations from alignment as indicated on Drawings shall not exceed 0.10 feet. Measure and record "as-built" horizontal alignment and vertical grade at maximum of every 100 feet on record drawings. 4. Prevent damage to coating when placing backfill. Use backfill material free of large rocks or stones, or other material which could damage coatings. 5. Before assembling couplings, lightly coat pipe ends and outside of gaskets with cup grease or liquid vegetable soap to facilitate installation. 6. Prior to proceeding with critical tie-ins submit sequence of work based on findings from "critical location" effort. F. For tie-ins to existing water lines, submit manufacturer's product data, instructions, shop drawings, and certifications to engineer and owner for review and approval prior to construction. A minimum of two weeks notice shall be provided to the City prior to connecting to the existing water line. All necessary material shall be on hand to facilitate connection prior to connecting to the existing waterline. Refer to Technical Specification 33 12 16.17 Tapping Sleeves and Valves for additional requirements. 3.06 JOINTS AND JOINTING A. Rubber Gasketed Bell-and-Spigot Joints for Bar Wrapped Pipe, PVC, Steel, and DIP: 1. After rubber gasket is placed in spigot groove of pipe, equalize rubber gasket cross section by inserting tool or bar recommended by manufacturer under rubber gasket and moving it around periphery of pipe spigot. 2. Lubricate gaskets with nontoxic water-soluble lubricant before pipe units arejoined. 3. Fit pipe units together in manner to avoid twisting or otherwise displacing or damaging rubber gasket. 4. After pipe sections are joined, check gaskets to ensure that no displacement of gasket has occurred. If displacement has occurred, remove pipe section and remake joint as for new pipe. Remove old gasket, inspect for damage and replace if necessary before remaking joint. Water Lines 331101-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. Where preventing movement of 16-inch diameter or greater pipe is necessary due to thrust, use restrained joints as shown on Drawings. a. Include buoyancy conditions for soil unit weight when computing thrust restraint calculations. b. Do not include passive resistance of soil in thrust restraint calculations. 6. Except for PVC pipe, provide means to prevent full engagement of spigot into bell as shown on Drawings. Means may consist of wedges or other types of stops as approved by the Engineer. B. Flanged Joints where required on Concrete Cylinder Pipe, Bar Wrapped Pipe, Ductile Iron Pipe, or Steel Pipe: 1. AWWA C 207. 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 vertical, horizontal or north-south center line. Do not exceed 3/64 inch per foot inclination of flange face from true alignment. 2. Use full-face gaskets for flanged joints. Provide 1/8-inch-thick cloth inserted rubber gasket material. Cut gaskets at factory to proper dimensions. 3. Use galvanized or black nuts and bolts to match flange material. Use cadmium- plated steel nuts and bolts underground. Tighten bolts progressively to prevent unbalanced stress. Maintain at all times approximately same distance between two flanges at points around flanges. Tighten bolts alternately (180° apart) until all are evenly tight. Draw bolts tight to ensure proper seating of gaskets. Provide Densco petroleum based tape or approved equal for all exposed portions of nuts, bolts and pipe. 4. Full length bolt isolating sleeves and washers shall be used with flanged connections. 5. For in-line flange joints 30 inches in diameter and greater and at butterfly valve flanges, provide Pyrox G-10 with nitrite seal, conforming to ANSI A 21.11 mechanical joint gaskets. For in-line flange joints sized between 12 inches in diameter and greater and 24 inches in diameter and smaller, provide Phenolic PSI with nitrite seal gasket conforming to ANSI A 21.11 mechanical joint gaskets. C. Welded Joints (Concrete Cylinder Pipe, Bar Wrapped Pipe, Steel Pipe): 1. Prior to starting work, provide certification of qualification for welders employed on project for type of work procedures and positions involved. 2. Joints:AWWA C 206. Full-fillet,single lap-welded slip-type either inside or outside, or double butt-welded type; use automatic or hand welders; completely penetrate deposited metal with base metal; use filler metal compatible with base metal; keep inside of fittings and joints free from globules of weld metal which would restrict flow or become loose. Do not use mitered joints. For interior welded joints, complete backfilling before welding. For exterior field-welded joints, provide eighteen (18) inches working room under and beside pipe. Use exterior welds for 30-inch and smaller. 3. Furnish welded joints with trimmed spigots and interior welds for 30-inch and larger pipe. 4. Bell-and-spigot, lap-welded slip joints: Deflection may be taken at joint by pulling joint up to 3/4 inch as long as 1 'h inch minimum lap is maintained. Spigot end may be miter cut to take deflections up to 5 degrees as long as joint tolerances are Water Lines 331101-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 maintained. Miter end cuts of both ends of butt-welded joints may be used forjoint deflections of up to 5 degrees. 5. Align piping and equipment so that no part is offset more than 1/8 inch. Set fittings and joints square and true, and preserve alignment during welding operation. For butt welded joints,align abutting ends to minimize offset between surfaces. For pipe of same nominal wall thickness,do not exceed 1/16 inch offset. Use line-up clamps for this purpose; however, take care to avoid damage to linings and coatings. 6. Protect coal-tar-epoxy lining during welding by draping an 18-inch-wide strip of heat resistant material over top half of pipe on each side of lining holdback to avoid damage to lining by hot splatter. Protect tape coating similarly if external welding is required. 7. Welding rods: Compatible with metal to be welded to obtain strongest bond, E-70XX. 8. Deposit metal in successive layers to provide at least 2 passes or beads for automatic welding and 3 passes or beads for manual welding in completed weld. 9. Deposit no more than 1/4 inch of metal on each pass. Thoroughly clean each individual pass with wire brush or hammer to remove dirt, slag or flux. 10. Do not weld underweather condition that would impair strength of weld,such as wet surface, rain or snow, dust or high winds, unless work is properly protected. 11. Make tack weld of same material and by same procedure as completed weld. Otherwise, remove tack welds during welding operation. 12. Remove dirt, scale, and other foreign matter from inside piping before tying in sections, fittings, or valves. 13. Welded Joints for Large Diameter Water Lines: a. Furnish pipe with trimmed spigots and interior or exterior welds for 36-inch and larger pipe. Use exterior welds for 30-inch and smaller. b. Provide full circumferential welds on joints required to be welded. C. Only one end may be miter cut. Miter end cuts of both ends of butt-welded joints may be used for joint deflections of up to 2 'h degrees. d. For large diameter water lines,the City will employ an independent certified testing laboratory, approved by Engineer,to perform weld acceptance tests on welded joints. The testing laboratory will furnish copies of test reports to Engineer for review. Engineer has final decision as to suitability of welds tested. 1) Weld acceptance criteria: a) Conduct in accordance with ASTM E165- Standard Test Method for Liquid Penetrant Examination and ASTM E709 Standard Guide for Magnetic Particle Examination. Use X-ray methods for butt welds, for 100 percent of joint welds. b) Examine welded surfaces for the following defects: i) Cracking. ii) Lack of fusion/penetration. Water Lines 331101-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 iii) Slag which exceeds one-third (t)where (t) equals material thickness. iv) Porosity/Relevant rounded indications greater than 3/16 inch; rounded indication is one of circular or elliptical shape with length equal to or less than three times its width. V) Relevant linear indications in which length of linear indication exceeds three times its width. vi) Four or more relevant 1/16-inch rounded indications in line separated by 1/16 inch or less edge to edge. 14. After pipe is joined and prior to start of welding procedure, make spigot and bell essentially concentric byjacking,shimming or tacking to obtain clearance tolerance around periphery of joint except for deflected joints. 15. Furnish each welder employed steel stencil for marking welds, so work of each welder can be identified. Mark pipe with assigned stencil adjacent to weld. When welder leaves job, stencil must be voided and not duplicated. Welder making defective welds must discontinue work and leave project site.Welder may return to project site only after re-certification. 16. Provide cylindrical corrosion barriers for epoxy lined steel pipe 24-inch diameter and smaller, unless minimum wall thickness is 0.5 inches or greater. a. In addition to welding requirements contained here in Paragraph 3.06, conform to protection fitting manufacturer's installation recommendations. b. Provide services of technical representative of manufacturer available on site at beginning of pipe laying operations. Representative to train welders and advise regarding installation and general construction methods. Welders must have 12 months prior experience installing protection fittings. C. All steel pipe is to have cutback 3/4 inch to no greaterthan 1 inch of internal diameter coating from weld bevel. d. Furnish steel fittings with cylindrical corrosion barriers with shop welded extensions to end of fittings. Extension length to measure no less than diameter of pipe. Shop apply lining in accordance with AWWA C 210 or AWWA C 213. e. All steel pipe receiving field adjustments are to be cold cut using standard practices and equipment. No cutting using torch is to be allowed. D. Harnessed Joints (Concrete Cylinder Pipe, Bar Wrapped Pipe): 1. Use of snap-ring type restrained joints on pipe is limited to 20-inch through 48-inch diameters. 2. Position snap-ring joint bolt on top(12 o'clock portion). Provide minimum 2-inch joint recess. Use joint"diapers" minimum of 12 inches wide. 3. For field adjustments with deflections beyond manufacturer's recommendations: a. Field trim spigot. b. Do not engage ring. 4. Harnessed joints are not permitted in areas defined on Drawings as potentially petroleum contaminated material, in tunnels, or at bend greater than 5 degrees. Water Lines 331101-9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. Install harness type joints including snap rings at straight sections of pipe. E. Restrained Joints 1. Restrained joints within 2 feet of a casing or fixed point shall be restrained by clamps, bolts retaining rings, bolt harness assemblies,or other means acceptable to the ENGINEER. Design of harness bolts, if used, shall be based on a maximum stress of 40,000 psi over the tensile stress area of the bolt. A rolled type harness shall not be permitted. Welding joint rings at locations where the pipe enters or exits a casing or other fixed points will not be acceptable. All restrained joints at other locations shall be welded as described above. 2. For existing water lines and water lines less than 16 inches in diameter, restrain pipe joints with concrete thrust blocks. 3. Thrust restraint lengths shown on drawings and/or in the Technical Specifications are minimum anticipated lengths.These lengths are based on deflections indicated. Adjustments in deflections may result in reduction or increase of required thrust lengths. Perform calculations by pipe manufacturer to verify proposed thrust restraint lengths. Submit calculations for all pipe materials sealed by a licensed Professional Engineer in the State of Texas for review by Engineer. Make adjustments in thrust restraint lengths at no additional cost to City. 4. Passive resistance of soil will not be permitted in calculation of thrust restraint. 5. For 16-inch lines and larger use minimum 16-foot length of pipe in and out of joints made up of beveled pipe where restraintjoint lengths are not identified on Drawings. Otherwise, provide restraint joints for a minimum length of 16 feet on each side of beveled joints. 6. Installation. a. Install restrained joints mechanism in accordance with manufacturer's recommendations. b. Examine and clean mechanism; remove dirt, debris and other foreign material. C. Apply gasket and joint NSF 61 FDA food grade approved lubricant. d. Verify gasket is evenly seated. e. Do not over stab pipe into mechanism. 7. Prevent any lateral movement of thrust restraints throughout pressure testing and operation. 8. Place 2500 psi concrete conforming to Standard Specification Section 030020 - Portland Cement Concrete for blocking at each change in direction of existing water lines,to brace pipe against undisturbed trench walls. Finish placement of concrete blocking, made from Type I cement, 4 days prior to hydrostatic testing of pipeline. Test may be made 2 days after completion of blocking if Type 11 cement is used. F. Joint Grout (Concrete Cylinder Pipe, Bar Wrapped Pipe, Steel Pipe): 1. Mix cement grout mixture by machine except when less than 2 cubic yard is required. When less than 2 cubic yard is required, grout may be hand mixed. Mix grout only in quantities for immediate use. Place grout within 20 minutes after mixing. Discard grout that has set. Retempering of grout by any means is not permitted. Water Lines 33 11 01-10 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Prepare grout in small batches to prevent stiffening before it is used. Do not use grout which has become so stiff that proper placement cannot be assured without retempering. Use grout for filling grooves of such consistency that it will adhere to ends of pipe. 3. Surface Preparation: Remove defective concrete, laitance,dirt,oil,grease and other foreign material from concrete surfaces with wire brush or hammer to sound, clean surface. Remove rust and foreign materials from metal surfaces in contact with grout. 4. Follow established procedures for hot and cold weather concrete placement. 5. Complete joint grout operations and backfilling of pipe trenches as closely as practical to pipe laying operations. Allow grouted exterior joints to cure at least 1 hour before compacting backfill. 6. Grouting exterior joint space: Hold wrapper in place on both sides of joint with minimum 5/8-inch-wide steel straps or bands. Place no additional bedding or backfill material on either side of pipe until after grout band is filled and grout has mechanically stiffened. Pull ends of wrapper together at top of pipe to form access hole. Pour grout down one side of pipe until it rises on other side. Rod or puddle grout to ensure complete filling of joint recess. Agitate for 15 minutes to allow excess water to seep through joint band. When necessary, add more grout to fill joint completely. Protect gap at top of joint band from backfill by allowing grout to stiffen or by covering with structurally protective material. Do not remove band from joint. Proceed with placement of additional bedding and backfill material. 7. InteriorJoints for Pipe 24 Inches and Smaller:Circumferentially butter bell with grout prior to insertion of spigot, strike off flush surplus grout inside pipe by pulling filled burlap bag or inflated ball through pipe with rope. After joint is engaged, finish off joint grout smooth and clean. Use swab approved by Engineer for 20-inch pipe and smaller. 8. Protect exposed interior surfaces of steel joint bands by metallizing, by other approved coatings, or by pointing with grout. Joint pointing may be omitted on potable water pipelines if joint bands are protected by zinc metallizing or other approved protective coatings. 9. Remove and replace improperly cured or otherwise defective grout. 10. Strike off grout on interior joints and make smooth with inside diameter of pipe. 11. When installed in tunnel or encasement pipe and clearance within casing does not permit outside grout to be placed in normal manner, apply approved flexible sealer, such as Flex Protex or equal,to outside joint prior to joint engagement. Clean and prime surfaces receiving sealer in accordance with manufacturer's recommendations.Apply sufficient quantities of sealer to assure complete protection of steel in joint area. Fill interior of joint with grout in normal manner after joint closure. 12. Interior Joints for Water Lines 30 Inches and Larger: Clean joint space, wet joint surfaces,fill with stiff grout and trowel smooth and flush with inside surfaces of pipe using steel trowel so that surface is smooth. Accomplish grouting at end of each work day. Obtain written acceptance from the Engineer of inside joints before proceeding with next day's pipe laying operation. During inspection, insure no delamination of joint mortar has occurred by striking joint mortar lining with rubber mallet. Remove and replace delaminated mortar lining. 13. Work which requires heavy equipment to be over water line, must be completed before mortar is applied to interior joints. Water Lines 33 11 01-11 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 G. Large Diameter Water Main Joint Testing: In addition to testing individual joints with feeler gauge approximately 2 inch wide and 0.015-inch thick, use other joint testing procedure approved or recommended by pipe manufacturer which will help ensure watertight installation prior to backfilling. Perform tests at no additional cost to City. H. Make curves and bends by deflecting joints or other method as recommended by manufacturer and approved by the Engineer. Submit details of other methods of providing curves and bends which exceed manufacturer's recommended deflection priorto installation. 1. Deflection of pipe joints shall not exceed maximum deflection recommended by pipe manufacturer, unless otherwise indicated on Drawings. 2. If deflection exceeds that specified but is less than 5 percent, repair entire deflected pipe section such that maximum deflection allowed is not exceeded. 3. If deflection is equal to or exceeds 5 percent from that specified, remove entire portion of deflected pipe section and install new pipe. 4. Replace, repair, or reapply coatings and linings as required. 5. Assessment of deflection may be measured by Engineer at location along pipe. Arithmetical averages of deflection or similar average measurement methods will not be deemed as meeting intent of standard. 6. When rubber gasketed pipe is laid on curve,join pipe in straight alignment and then deflect to curved alignment. I. Closures Sections and Approved Field Modifications to Steel, Concrete Cylinder Pipe, Bar Wrapped Pipe and Fittings: 1. Apply welded-wire fabric reinforcement to interior and exterior of exposed interior and exterior surfaces greater than 6 inches in diameter. Welded-wire fabric: minimum W1; maximum spacing 2 inches by 4 inches;3/8 inch from surface of steel plate or middle third of lining or coating thickness for mortar thickness less than 3/4 inch. 2. Fill exposed interior and exterior surfaces with non-shrink grout. 3. For pipe diameters 36 inches and greater, perform field welds on interior and exterior of pipe. 4. For large diameter water lines, provide minimum overlap of 4 inches of butt strap over adjacent piece on butt-strap closures. 3.07 CATHODIC PROTECTION APPURTENANCES A. Where identified on Drawings, modify pipe for cathodic protection as detailed on Drawings and specified. Unless otherwise noted, provide insulation kits including test stations at connections to existing water system or at locations to isolate one type of cathodic system from another type, between water line, access manhole piping and other major openings in water line, or as shown on Drawings. B. Bond joints for pipe installed in tunnel or open cut, except where insulating flanges are provided. Weld strap or clip between bell and spigot of each joint or as shown on Drawings. No additional bonding required where joints are welded for thrust restraint. Repair coatings as specified by appropriate AWWA standard, as recommended by manufacturer, and as approved by the Engineer. C. Bonding Strap or Clip:Free of foreign material that may increase contact resistance between wire and strap or clip. Water Lines 33 11 01-12 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.08 SECURING, SUPPORTING AND ANCHORING A. Support piping as shown on Drawings and as specified in this Section,to maintain line and grade and prevent transfer of stress to adjacent structures. B. Where shown on Drawings,anchor pipe fittings and bends installed on water line by welding consecutive joints of pipe together to distance each side of fitting. Restrained length, as shown on Drawings, assumes that installation of pipe and subsequent hydrostatic testing begin upstream and proceed downstream, with respect to normal flow of water in pipe. If installation and testing differs from this assumption, submit for approval revised method of restraining pipe joints upstream and downstream of device used to test against(block valve, blind flange or dished head plug). C. Use adequate temporary blocking of fittings when making connections to distribution system and during hydrostatic tests. Use sufficient anchorage and blocking to resist stresses and forces encountered while tapping existing water line. 3.09 POLYETHYLENE WRAP FOR DUCTILE IRON PIPE A. Double wrap pipe and appurtenances(except fire hydrants and fusion bond or polyurethane coated fittings)with 8-mil polyethylene film. B. Do not use polyethylene wrap if pipe is cathodically protected. 3.10 CLEANUP AND RESTORATION A. Provide cleanup and restoration crews to work closely behind pipe laying crews, and where necessary,during disinfection and hydrostatic testing,service transfers,abandonment of old water lines, backfill and surface restoration. B. Unless otherwise approved by the Engineer, comply with the following; 1. Water line is installed to limits approved in layout submitted, immediately begin preparatory work for disinfection effort. 2. No later than three days after completing disinfection preparatory work, submit to City appropriate request for disinfection. 3. Immediately after transfer of services, begin site restoration. 3.11 CLEANING PIPING SYSTEMS A. Remove construction debris or foreign material and thoroughly broom clean and flush piping systems. Provide temporary connections, equipment and labor for cleaning. City must inspect water line for cleanliness prior to filling. 3.12 DISINFECTION OF WATER LINES A. Conform to requirements of Technical Specification Section 33 13 01 -Disinfection of Water Lines. 3.13 FIELD HYDROSTATIC TESTS A. Conform to requirements of Technical Specification Section 33 11 02 - Piping Systems Testing. END OF SECTION Water Lines 33 11 01-13 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Water Lines 33 11 01-14 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 33 11 02 PIPING SYSTEMS TESTING PART1 GENERAL 1.01 SUMMARY A. Section Includes: Test requirements for piping systems. 1.02 REFERENCES A. Uniform Plumbing Code (UPC). B. National Fuel Gas Code: ANSI Z 223.1 or NFPA 54. C. American National Standards Institute/American Society of Mechanical Engineers (ANSI/ASME): 1. B31.8- Gas Transmission and Distribution Piping Systems. 2. B31.1 - Power Piping. 3. B31.3- Process Piping. D. Uniform Mechanical Code (UMC). 1.03 TESTING REQUIREMENTS A. General Requirements: 1. Testing requirements are stipulated in Laws and Regulations; are included in the Piping Schedule in Section 22 05 00; are specified in the specifications covering the various types of piping; and are specified herein. 2. Requirements in Laws and Regulations supersede other requirements of Contract Documents, except where requirements of Contract Documents are more stringent, including higher test pressures, longer test times, and lower leakage allowances. 3. Test plumbing piping in accordance with Laws and Regulations, the Uniform Plumbing Code, and UL requirements. 4. When testing with water, the specified test pressure is considered to be the pressure at the highest point of the piping section under test. Lower test pressure as necessary to prevent testing the lowest point above a safe test pressure. B. Furnish necessary personnel, materials, and equipment, including bulkheads, restraints, anchors, temporary connections, pumps, water, pressure gauges, and other means and facilities required to perform tests. C. Water for Testing, Cleaning, and Disinfecting: 1. Water for testing, cleaning, and disinfecting will be provided as specified in Special Provisions. D. Pipes to be Tested: Test only those portions of pipes that have been installed as part of this Contract. Test new pipe sections prior to making final connections to existing piping. Furnish and install test plugs, bulkheads, and restraints required to isolate new pipe sections. Do not use existing valves as test plug or bulkhead. Piping Systems Testing 331102-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 E. Unsuccessful Tests: 1. Where tests are not successful, correct defects or remove defective piping and appurtenances and install piping and appurtenances that comply with the specified requirements. 2. Repeat testing until tests are successful. F. Test Completion: Drain and leave piping clean after successful testing. G. Test Water Disposal: Dispose of testing water in accordance with requirements of federal, state, county, and city regulations governing disposal of wastes in the location of the Project and disposal site. 1.04 SUBMITTALS A. Schedule and Notification of Tests: 1. Submit a list of scheduled piping tests by noon of the working day preceding the date of the scheduled tests. 2. Notification of Readiness to Test: Immediately before testing, notify ENGINEER in writing of readiness, not just intention, to test piping. Have personnel, materials, and equipment specified in place before submitting notification of readiness. 1.05 SEQUENCE A. Clean piping before pressure or leak tests. B. Test gravity piping underground, including sanitary sewers, for visible leaks before backfilling and compacting. C. Underground pressure piping may be tested before or after backfilling when not indicated or specified otherwise. D. Backfill and compact trench, or provide blocking that prevents pipe movement before testing underground piping with a maximum leakage allowance. E. Test underground piping before encasing piping in concrete or covering piping with slab, structure, or permanent improvement. PART2 PRODUCTS Not used. PART 3 EXECUTION 3.01 TESTING ALIGNMENT, GRADE,AND DEFLECTION A. Visually inspect the interior of gravity piping with artificial light, reflected light, or laser beam. B. Consider inspection complete when no broken or collapsed piping, no open or poorly made joints, no grade changes that affect the piping capacity, or no other defects are observed. Piping Systems Testing 331102-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.02 AIR TESTING METHOD FOR PRESSURE PIPING A. Air test piping, indicated with "AM" in the Piping Schedule, with air or another nonflammable or inert gas. B. Test gas, air, liquefied petroleum gas, liquid chlorine, and chlorine gas piping by the air test method. 1. Test chlorine piping with dry air or nitrogen having a dew point of minus 40 degrees Fahrenheit or less. Supply temporary air driers as necessary. C. Test at pressure as specified in Piping Schedule in Section 22 05 00. 1. Provide temporary pressure relief valve for piping under test. Set at the lesser of 110 percent of the test pressure or 50 pounds per square inch gauge over the test pressure. 2. Air method test pressures shall not exceed 110 percent of the piping maximum allowable working pressure calculated in accordance with the most stringent of ANSI/ASME B31.1, ANSI/ASME B31.3, ANSI/ASE B31.8, or the pipe manufacturer's stated maximum working pressure. 3. Gradually increase test pressure to an initial test pressure equal to the lesser of one-half the test pressure or 25 pounds per square inch gauge. 4. Perform initial check of joints and fittings for leakage. 5. Gradually increase test pressure in steps no larger than the initial pressure. Check for leakage at each step increase until test pressure reached. 6. At each step in the pressure, examine and test piping being air tested for leaks with soap solution. 7. Consider examination complete when piping section under test holds the test pressure for 15 minutes without losses. 3.03 TESTING GRAVITY FLOW PIPING A. Test Gravity Flow Piping Indicated with "GR" in the Piping Schedule, as Follows: 1. Unless Specified Otherwise, Subject Gravity Flow Piping to the Following Tests: a. Alignment and grade. b. For plastic piping test for deflection. C. Visible leaks and pressure with maximum leakage allowance, except for storm drains and culverts. 2. Inspect piping for visible leaks before backfilling. Provide temporary restraints when needed to prevent movement of piping. Pressure test piping with maximum leakage allowance after backfilling. 3. With the lower end plugged, fill piping slowly with water while allowing air to escape from high points. Keep piping full under a slight head for the water at least 24 hours. a. Examine piping for visible leaks. Consider examination complete when no visible leaks are observed. b. Maintain piping with water, or allow a new water absorption period of 24 hours for the performance of the pressure test with maximum leakage allowance. Piping Systems Testing 331102-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. After successful completion of the test for visible leaks and after the piping has been restrained and backfilled, subject piping to the test pressure for minimum of four hours while accurately measuring the volume of water added to maintain the test pressure. 1) Consider the test complete when leakage is equal to or less than the following maximum leakage allowances: a) For Concrete Piping with Rubber Gasket Joints: 80 gallons per day per inch of diameter per mile of piping under test. i) Advise manufacturer of concrete piping with rubber gasket joints of more stringent than normal maximum leakage allowance. b) For Vitrified Clay and Other Piping: 500 gallons per day per inch of diameter per mile of piping under test. 3.04 TESTING HIGH-HEAD PRESSURE PIPING A. Test piping for which the specified test pressure in the Piping Schedule is 20 pounds per square inch gauge or greater, by the high head pressure test method, indicated "HH" in the Piping schedule. B. General: 1. Test connections, hydrants, valves, blowoffs, and closure pieces with the piping. 2. Do not use installed valves for shutoff when the specified test pressure exceeds the valve's maximum allowable seat differential pressure. Provide blinds or other means to isolate test sections. 3. Do not include valves, equipment or piping specialties in test sections if test pressure exceeds the valve, equipment or piping specialty safe test pressure allowed by the item's manufacturer. 4. During the performance of the tests, test pressure shall not vary more than plus or minus 5 pounds per square inch gauge with respect to the specified test pressure. 5. Select the limits of testing to sections of piping. Select sections that have the same piping material and test pressure. 6. When Test Results Indicate Failure of Selected Sections, Limit Tests to Piping: a. Between valves. b. Between a valve and the end of the piping. C. Less than 500 feet long. 7. Test piping for minimum 2 hours for visible leaks test and minimum 2 hours for the pressure test with maximum leakage allowance. C. Testing Procedures: 1. Fill piping section under test slowly with water while venting air. Use potable water for all potable waterlines and where noted on the Piping Schedule 2. Before pressurizing for the tests, retain water in piping under slight pressure for a water absorption period of minimum 24 hours. Piping Systems Testing 331102-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Raise pressure to the specified test pressure and inspect piping visually for leaks. Consider visible leakage testing complete when no visible leaks are observed. D. Pressure Test with Maximum Leakage Allowance: 1. Leakage allowance is zero for piping systems using flanged, National Pipe Thread threaded and welded joints. 2. Pressure test piping after completion of visible leaks test. 3. For piping systems using joint designs other than flanged threaded or welded joints, accurately measure the makeup water necessary to maintain the pressure in the piping section under test during the pressure test period. a. Consider the pressure test to be complete when makeup water added is less than the allowable leakage and no damage to piping and appurtenances has occurred. b. Successful completion of the pressure test with maximum leakage allowance shall have been achieved when the observed leakage during the test period is equal or less than the allowable leakage and no damage to piping and appurtenances has occurred. c. When leakage is allowed, calculate the allowable leakage by the following formula: L = S x D x P112 x 133,200-1 wherein the terms shall mean: L =Allowable leakage in gallons per hour. S = Length of the test section in feet. D = Nominal diameter of the piping in inches. P =Average observed test pressure in pounds per square inches, gauge, at the lowest point of the test section, corrected for elevation of the pressure gauge. x= The multiplication symbol. 3.05 TESTING LOW-HEAD PRESSURE PIPING A. Test piping for which the specified test pressure is less than 20 pounds per square inch gauge, by the low head pressure test method, indicated "LH" in the Piping Schedule. B. General: 1. Test pressures shall be as scheduled in Section 22 05 00. 2. During the performance of the tests, test pressure shall not vary more than plus or minus 2 pounds per square inch gauge with respect to the specified test pressure. 3. Test connections, blowoffs, vents, closure pieces, and joints into structures, including existing bell rings and other appurtenances, with the piping. 4. Test piping for minimum 2 hours for visible leaks test and minimum 2 hours for the pressure test with maximum leakage allowance. Piping Systems Testing 331102-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. Visible Leaks Test: 1. Subject piping under test to the specified pressure measured at the lowest end. 2. Fill piping section under test slowly with potable water while venting air. 3. Before pressurizing for the tests, retain water in piping under slight pressure for the water absorption period of minimum 24 hours. 4. Raise pressure to the specified test pressure and inspect piping visually for leaks. Consider testing complete when no visible leaks are observed. D. Pressure Test with Maximum Leakage Allowance: 1. Pressure test piping after completion of visible leaks test. 2. Accurately measure the makeup water necessary to maintain the pressure in the piping section under test during the pressure test period. a. Consider the pressure test to be complete when makeup water added is less than the allowable leakage of 80 gallons per inch of nominal diameter, per mile of piping section under test after 24 hours and no damage to piping and appurtenances has occurred. b. Successful completion of the leakage test shall have been achieved when the observed leakage is equal or less than the allowable leakage and no damage to piping and appurtenances has occurred. E. Optional Joint Test: 1. When Joint Testing Is Allowed by Note in the Piping Schedule, the Procedure Shall Be as Follows: a. Joint testing will be allowed only for low head pressure piping. 2. Joint testing may be performed with water or air. 3. Joint test piping after completion of backfill and compaction to the top of the trench. 4. Joint Testing with Water: a. Measure test pressure at the invert of the pipe. Apply pressure of 4 feet plus the inside diameter of the pipe in water column within 0.20 feet in water column. b. Maintain test pressure for one minute. C. Base the allowable leakage per joint on 80 gallons per inch nominal diameter, per mile of piping, per 24 hours equally distributed to the actual number of joints per mile for the type of piping. d. Consider the pressure test to be complete when makeup water added is less than the allowable leakage. e. Successful completion of the joint test with water shall have been achieved when the observed leakage is equal or less than the allowable leakage. 5. Joint Testing with Air: a. Apply test pressure of 3 pounds per square inch gauge with a maximum variation of plus 0.20 and minus 0.00 pounds per square inch. Piping Systems Testing 331102-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 b. Maintain test pressure for 2 minutes. C. Consider the pressure test to be complete when the test pressure does not drop below 2.7 pounds per square inch for the duration of the test. END OF SECTION Piping Systems Testing 331102-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Piping Systems Testing 331102-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 33 11 04 STEEL PIPE AND FITTINGS FOR LARGE DIAMETER WATER LINES PART1 GENERAL 1.01 SECTION INCLUDES A. Large diameter(24 inches and greater) steel pipe and fittings for water lines and pumping facilities. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. 1. No payment will be made for steel pipe and fittings under this Section. Include cost in unit price for water lines, pumping facilities, and encasement sleeves 2. Refer to General Requirement 01 29 01 - Measurement and Basis for Payment B. Stipulated Price (Lump Sum). Not used. 1.03 REFERENCES A. AASHTO- Standard Specifications for Highway Bridges. B. AREMA - Manual for Railway Engineering, Volume II, Chapter 15ASTM A 36 - Standard Specification for Carbon Structural Steel C. ASTM A 36 - Standard Specification for Structural Steel ASTM A 126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. D. ASTM A 53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless ASTM B 98 - Standard Specification for Copper-Silicon Alloy Rod, Bar, and Shapes. E. ASTM A 135 - Standard Specification for Electric-Resistance-Welded Steel Pipe ASTM B 584 - Standard Specification for Copper Alloy Sand Casting for General Application. F. ASTM A 139-Standard Specification for Electric-Fusion(ARC)-Welded Steel Pipe(NPS 4 and Over) G. ASTM E 709- Standard Guide for Magnetic Particle Examination H. ASTM A 570 - Standard Specification for Steel, Sheet and Strip, Carbon, Hot-Rolled, Structural Quality AWWA C 206- Standard for Field Welding of Steel Water Pipe. I. ASTM C 33- Standard Specification for Concrete Aggregates. J. ASTM C 35 - Standard Specification for Inorganic Aggregates for Use in Gypsum Plaster K. ASTM C 150- Standard Specification for Portland Cement L. ASTM C 494- Standard Specification for Chemical Admixtures for Concrete M. ASTM C 595- Standard Specification for Blended Hydraulic Cements N. ASTM C 881 -Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete Steel Pipe and Fittings 331104-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 O. ASTM C 1107 - Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non- shrink) P. ASTM D 512 - Standard Test Methods for Chloride Ion in Water Q. ASTM D 1293 - Standard Test Methods for pH of Water R. ASTM D 3363 - Standard Test Method for Film Hardness by Pencil Test S. ASTM D 4541 - Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Tests T. ASTM D 4752 - Standard Test Method for Measuring MEK Resistance of Ethyl Silicate (Inorganic) Zinc-Rich Primers by Solvent Rub U. AWWA C 200- Steel Water Pipe 6 in. and Larger V. AWWA C 205- Cement-Mortar Protective Lining and Coating for Steel Water Pipe W. AWWA C 206- Standard for Field Welding of Steel Water Pipe X. AWWA C 207-Standard for Steel Pipe Flanges for Waterworks Service-Sizes 4 in.through 144 in Y. AWWA C 208- Dimensions for Fabricated Steel Water Pipe Fittings; Addendum C 208A Z. AWWA C 209 - Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections and Fittings for Steel Water Pipelines AA. AWWA C 210 - Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines BB. AWWA C 214- Tape Coating Systems for the Exterior of Steel Water Pipelines CC. AWWA C 602 - Cement-Mortar Lining of Water Pipelines - 4 in. (100 mm) and Larger- In Place DD. AWWA M 11 - Steel Pipe-A Guide for Design and Installation EE. SSPC Good Painting Practice, Volume 1 FF. SSPC SP 1 - Surface Preparation Specification No. 1 Solvent Cleaning GG. SSPC SP 5- Joint Surface Preparation Standard White Blast Cleaning HH. SSPC SP 6- Surface Preparation Specification No. 6 Commercial Blast Cleaning II. SSPC SP 10- Surface Preparation Specification No. 10 Near-White Blast Cleaning JJ. SSPC VIS 1 -Visual Standard for Abrasive Blast Cleaned Steel 1.04 SUBMITTALS A. Conform to requirements of Specification 00 72 00—Document Management of applicable Section for type of pipe used. B. Submit shop drawings signed and sealed by Professional Engineer registered in State of Texas showing following: 1. Manufacturer's pipe design calculations 2. Provide lay schedule of pictorial nature indicating alignment and grade, laying dimensions,welding procedures,fabrication,fitting,flange,and special details,with Steel Pipe and Fittings 331104-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 plan view of each pipe segment sketched,detailing pipe invert elevations, horizontal bends, welded joints, and other critical features. Indicate station numbers for pipe and fittings corresponding to Drawings. Do not start production of pipe and fittings prior to review and approval by the Engineer. Provide final approved lay schedule on CD-ROM in Adobe portable document format (*.PDF). 3. Include hot tapping procedure. 4. Submit certification from manufacturer that design was performed for project in accordance with requirements of this section. Certification to be signed and sealed by professional engineer registered in the State of Texas. C. Submit manufacturer's certifications that pipe and fittings have been hydrostatically tested at factory in accordance with AVWVA C 200, Section 3.4. D. Submit certification from NACE Certified Coatings Inspector, under supervision of inspector having Level III certification for coatings and linings,that steel pipe furnished on project was properly inspected and defective coatings detected properly repaired. E. Submit inspection procedures to be used by manufacturer and for quality control and assurance for materials and welding. Submit at least 30 days prior to repair work, procedures that describe in details shop and fieldwork to be performed. Repair defects such as substandard welds, excessive radial offsets (misalignment), pitting,gouges, cracks, etc. F. Submit following for non-shrink grout for special applications: 1. Manufacturer's technical literature including specifications for mixing, placing, and curing grout. 2. Results of tests performed by certified independent testing laboratory showing conformance to ASTM C 1107, Non-shrink Grout and requirements of this specification. 3. Certification product is suitable for use in contact with potable water. G. Submit proof of certification for welders. Indicate certified procedures and position each welder is qualified to perform. Ensure welder and welding operator have been certified within past 6 months in accordance with AWWA C206. H. Within 45 calendar days after manufacturing of all pipe, submit affidavit of compliance that materials and work furnished comply with applicable requirements of referenced standards and these specifications. Make available copy of physical and chemical testing reports. I. Within 45 days of manufacturing of all pipe, submit manufacturer's affidavits that coatings and linings comply with applicable requirements of this Section and: 1. Polyurethane coatings were applied in accordance with manufacturer's recommendation and allowed to cure at temperature 5 degrees above dew point. 2. Mortar coatings and linings were applied and allowed to cure at temperature above 32 degrees F. 3. Test Results a. Compressive strength (7 and 28 day)test results for mortar coating b. Hydrostatic testing, and x-ray weld test reports as required J. Prior to start of field-applied cement mortar lining operation, submit comprehensive plan which identifies and describes as minimum: Steel Pipe and Fittings 331104-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. Equipment used for batching, weighing, mixing transporting and placing mortar. 2. Qualifications and specific experience of machine operators. 3. Source and type of cement, pozzolan,sand and admixtures used and certifications from suppliers that materials meet specifications. 4. Mix proportions to be used and slump limits (max. and min.). 5. A quality control plan which identifies quality control material tests and documented inspections necessary to ensure compliance with specified requirements. K. Submit certification showing calibration within last 12 months for equipment such as scales, measuring devices, and calibration tools used in manufacture of pipe. Each device used in manufacture of pipe is required to have tag recording date of last calibration. Devices are subject to inspection by the Engineer. 1.05 QUALITY CONTROL A. Manufacturerto provide permanent quality control department and laboratory facility capable of performing inspections and testing as required by Specifications. Material testing, inspection procedures,and manufacturing process are subject to inspection by the Engineer. Perform manufacturer's tests and inspections required by referenced standards and these Specifications, including the following. Correct nonconforming conditions. 1. Steel Plate and Coils: Review mill certifications for conformance to requirements of Specifications; perform physical and chemical testing of each heat of steel for conformance to applicable ASTM standards. 2. Pipe: a. Inspect thickness, circumference, roundness, strength and size of seam welds (spiral or longitudinal), and squareness of pipe ends to verify compliance with AVVWA C200. b. Inspect physical dimensions and overall conditions of all joints for compliance with AVVWA C200, approved submittals, and Specifications. C. Hydrostatically test finished pipe section to 75 percent of specified minimum yield strength of steel being used with zero leakage. d. For wall thickness greaterthan 2-inch, perform Charpy V-Notch(CVN)Test in accordance with AVVWA C200. 3. Linings: a. Inspect unlined pipe for overall condition of inside barrel. Maintain inside barrel free of corrosive products,oil,grease,dirt,chemical, and deleterious material. b. Inspect lined pipe for physical dimensions and overall condition of lining, visible surface defects, thickness of lining, and adhesion to steel surface. C. Review certifications by manufacturers of lining components for conformance to AVVWA standards and these Specifications. 4. Coatings: Measure temperature and dew point of ambient air before applying coatings. Inspect physical dimensions and overall condition of coatings. Inspect for visible surface defects,thickness, and adhesion of coating to surface and between layers. Steel Pipe and Fittings 331104-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. Final Inspection: a. Before shipment, inspect finished pipe,fittings,specials and accessories for markings, metal, coating thickness, lining thickness (if shop applied),joint dimensions, and roundness. b. Inspect for coating placement and defects. Test exterior coating for holidays. C. Inspect linings for thickness, pitting, scarring, and adhesion. B. Shop-applied coatings and linings; provide services of independent coating and lining inspection service ortesting laboratory with qualified coating inspectors. Perform inspection by NACE trained inspectors under supervision of NACE Level III Certified Coatings Inspector. C. Ensure workmen engaged in manufacturing are qualified and experienced in performance of their specific duties. D. Cast four standard test cylinders each day for each 50 cubic yards of mortar coating or portion thereof for each coating and lining placed in a day. Perform compressive strength test at 28 days. No cylinder test result will be less than 80 percent of specified strength. E. Dented steel cylinders will result in rejection of pipe. F. Make available copy of physical and chemical testing reports for steel cylinders and provide reports at request of the Engineer. G. Check physical dimensions of pipe and fittings. Physical dimensions to include at least pipe lengths, pipe I.D., pipe O.D. and bend angles. 1.06 INSPECTION A. The Engineer and/or Owner's representative may witness manufacture and fabrication of pipe and appurtenances. Independent testing laboratory under contract to the Engineer or Owner may perform tests at direction of the Engineer to verify compliance with these specifications. Provide assistance to accomplish such testing, including equipment and personnel, at no additional cost to City. PART PRODUCTS 2.01 STEEL PIPE A. Furnish pipe by same manufacturer. B. Fabricate and supply miscellaneous steel pipe and fittings with nominal diameter of 24 inches and larger in accordance with AWWA C200,C207, C208 and AWWA M11 except as modified herein. Steel to be minimum of ASTM A 36, ASTM A 570 Grade 36, ASTM A 53 Grade B, ASTM A 135 Grade B, or ASTM A 139 Grade B. C. Provide pipe sections in lengths no greater than 50 feet and no less than 10 feet except as required for special fittings or closure sections. D. Provide shop-coated and shop-lined steel pipe with minimum of one coat of shop-applied primer approved for use in potable water transmission on all exposed steel surfaces. Primer for tape-coated steel pipe to be used for field-applied coatings shall have no less than 5 percent solids. Provide primer compatible with coating system and in accordance with coating manufacturer's recommendations. Steel Pipe and Fittings 331104-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 E. Provide closure sections and short sections of steel pipe not less than 4 feet in length unless indicated on Drawings or specifically permitted by the Engineer. F. Square flanges with pipe with bolt holes straddling both horizontal and vertical axis. Provide 2-inch gap between pipe ends to be coupled with sleeve coupling unless otherwise indicated on Drawings: 1. Provide standard ring or hub type flanges, conforming to AWWA C207, Class D. 2. Apply Densco petroleum-based tape or approved equal to exposed portions of nuts and bolts. G. Pipe Design Conditions: 1. Design: Design pipe and fittings to withstand most critical simultaneous application of external loads and internal pressures. Base design on minimum ofAASHTO HS 20 loading, AREMA E 80 loads and depths of bury as indicated on Drawings. Design pipes with Marston's earth loads for transition width trench for all heights of cover. 2. Groundwater Level: Design for most critical ground water level condition, 3. Working pressure = 90 psi. 4. Hydrostatic field test pressure = 150 psi. 5. Maximum pressure due to surge = 150 psi. 6. Minimum pressure due to surge = -10 psi. 7. Modulus of elasticity (E) = 30,000,000 psi. 8. Maximum deflection from specified diameter: Two percent for mortar coating;three percent for flexible coatings and three percent for mortar lining. 9. Design stress due to working pressure to be no greaterthan 50 percent of minimum yield, and stress not to exceed 16,500 psi for mortar coated pipe. 10. Design stress due to maximum hydraulic surge pressure to be no greater than 75 percent of minimum yield, and stress not to exceed 24,750 psi for mortar coated pipe. 11. Modulus of soil reaction (E) < 1500 psi. If E > 1000 psi, do not use silty sand (SM) for embedment. 12. Unit weight of fill (w) > 120 pcf. 13. Deflection lag factor(D1) = 1.2. 14. Bedding constant (K) = 0.1. 15. Fully saturated soil conditions: hw = h = depth of cover above top of pipe. 16. Do not allow diameter(D) over thickness (t) ratio to be greater than 230. 17. Inside diameter of casing or tunnel liner must be minimum of 4" or greater than diameter of carrier pipe for small diameter water lines. Inside diameter of casing or tunnel liner must be minimum of 8"or greater than diameter of carrier pipe for large diameter water lines.. 18. Exclude structural benefits associated with primary liner in design of pipe in tunnel installations. Steel Pipe and Fittings 331104-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 a. Design pipe and joints to carry loads including overburden and lateral earth pressures, subsurface soil and water loads, grouting, other conditions of service, thrust of jacks, and stresses anticipated during handling and construction loads during installation of pipe. b. Do not use internal removable stiffeners for pipe in tunnel, unless approved by the Engineer. C. External welded steel stiffeners will be permitted in design calculations for steel pipe, provided wall thickness is minimum of 2 inch. Minimum clearances specified between exterior pipe wall and tunnel liner applies to distance between outside diameter of external welded stiffener and tunnel liner. 19. Nominal Allowable Steel-wall Thickness for Water Lines: Provide in accordance with following table for HS 20 live loads and depths of cover of up to 16 feet. Net internal diameter (including inside linings) to be no less than net inside diameter listed. Contractorto review design for conditions more extreme than those indicated by this specification and design accordingly. If, in opinion of the Engineer, proposed pipe wall thicknesses appear inadequate for indicated loading conditions, submittal of design calculations will be required for review. Pipe wall not to be less than that defined in following table. Net Inside Diameter Minimum Wall Thickness (Inches) (Inches) Flexible Coating Mortar Coating 96 0.484 0.464 90 0.454 0.430 84 0.423 0.395 78 0.393 0.359 72 0.362 0.320 66 0.333 0.295 60 0.301 0.268 54 0.271 0.250 48 0.235 0.215 42 0.207 0.189 36 0.178 0.163 30 0.149 0.136 Steel Pipe and Fittings 331104-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Net Inside Diameter Minimum Wall Thickness (Inches) (Inches) Flexible Coating Mortar Coating 24 0.149 0.136 H. Fittings for Water Lines: Fabricate in accordance with AWWA M11, Section 13.3-13.7, and AWWA C208: 1. Wall Thickness: Equal to or greater than pipe to which fitting is to be welded. 2. Elbows: 2-piece for 0 degrees to 22 1/2 degrees; 3-piece for 23 degrees to 45 degrees;4-piece for46 degrees to 67 1/2 degrees;and 5-piece for68 degrees to 90 degrees, unless otherwise shown on Drawings. 3. Outlets: Reinforced in accordance with AWWA M11, Sections 13.3 13.7, AWWA C200, and AWWA C208. Provide interior lining and exterior coating in accordance with paragraphs on coating and lining and matching pipe to access inlets, service outlets, test inlets, and air-vacuum valve and other outlets, including riser pipes. 4. Radius: Minimum radius of two and one-half times pipe diameter. 5. Butt Straps for Closure Piece: Minimum 12-inch-wide split butt strap; minimum plate thickness equal to thinnest member being joined; fabricated from material equal in chemical and physical properties to thinnest member being joined. Provide minimum lap of 4 inches between member being joined and edge of butt strap, welded on both inside and outside, unless otherwise approved by the Engineer. Provide minimum 6 inch welded outlet for inspecting each closure section, unless access manway is within 40 feet of closure section. 6. Joints are to be double-welded and butt or lap joints as shown on drawings. Use flanged joints at valves. 7. Provide double-welded lap field joints or full penetration butt-welded joints for tee fitting supported on pier foundation, aboveground piping and field welds for risers including vertical portion of crossover piping. I. Joints: 1. Standard field joint for steel pipe: AWWA C206. Rubber gasket Carnegie shape joint or rolled-groove rubber gasket and O-ring joint, 66-inch maximum diameter. Joints may be lap-welded slip type in accordance with AWWA C206, except where flanged joints or butt strap joints are required. 2. Provide double-welded buttjoints at aerial crossings and where noted on Drawings. 3. Pipe Manufacturer: Minimum of 5 years of successful service with proposed field joint or submit results from joint tests determined by the Engineer. Testswhichmay be required include tensile strength or yield tests of base material and spiral welded sections (API 5L), flattening tests, chemical analysis, impact and hardness tests. The Engineer's decisions as to acceptability of joint is final. 4. Capable of withstanding jacking forces. Steel Pipe and Fittings 331104-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. Design restrained joints for test pressure or maximum surge pressure as specified, whichever is greater. 6. Provide full circumferential welds at joints required to be welded. Where Carnegie joints are used in thrust restraint areas,weld bell and spigot ring onto steel cylinder, inside and outside. 7. Use wire and flux from same manufacturer throughout entire project. 8. Rubber Gasketed Bell-and-Spigot Joints. a. Bells: Formed by either expansion of pipe end, or by segmental expander which stretches steel past its elastic limit,or by attaching sized weld-on bell rings. Spigot ends: Sized prior to rolling gasket groove. Joints: Interchangeable and match up during installation, even if used out of sequence. Weld-on bell rings: AWWA M11; AWWA C200; attached with single or double, full thickness fillet welds (double weld in areas of thrust restraint). b. Provide bells and spigots with dimensions and tolerances in accordance with AWWA C200,as modified herein. Difference in diameter between I.D. of bell and O.D. of spigot shoulder at point of full engagement with allowable deflection range of 0.00 inch to 0.04 inch as measured on circumference with diameter tape. Minimum thickness of completed bell ring is equal to thickness of pipe wall in barrel of pipe between joint ends. C. Furnish joint suitable for safe working pressure equal to class of pipe and will operate satisfactorily with deflection, tangent of which is not to exceed 0.75 inch/D where D is outside diameter of pipe in inches or with pull-out of 3/4 inch. d. Design clearance between bells and gasketed spigots so, when joint is assembled, it will be self-centered and gasket will be restrained or confined to annular space in such manner that movement of pipe or hydrostatic pressure cannot displace it. Compression of gasket when joint is completed will not be dependent upon water pressure in pipe and will provide watertight joints under operating conditions when properly installed. J. Manufacturer must maintain on site or in plant enough fittings to satisfy the following requirements: Line Diameter Required Bends* 20 and 24 inches Four 450 bends per 5,000 LF of water line > 24 inches Four 22.50 bends per 10,000 LF of water line *Based on total length of contract(minimum of four). Any combination of bends may be substituted at manufacturer's option (i.e. two 22.50 bends are equivalent to one 450 bend) and will be counted as one fitting. K. Manufacturer must be capable of delivering bends to job site within 12 hours of notification. Use fittings at direction of the Engineerwhere unforeseen obstacles are encountered during construction. These fittings are in addition to fittings called out on Drawings and must be available at all times. Use same product throughout entire project. Steel Pipe and Fittings 331104-9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 L. Perform x-ray or ultrasonic testing of manual welds on special pipe and fittings. M. Hydrostatic Test of Pipe: 1. AWWA C200, Section 3.5.3, at point of manufacture. Hold test for minimum 2 minutes and conduct thorough inspection of pipe. Repair or reject pipe revealing leaks or cracks. N. Provide forged steel threaded outlets of approved design where required for use in passing hose or lead wires into pipe. Tap plugs with standard pipe threads and weld to pipe in approved manner and use solid forged steel plugs for closure. O. Flanges: 1. Fabricate flanges with oversize bolt holes, with flanges drilled in pairs, to accommodate insulating sleeves. 2. Test,coat, line and ship each shop-assembled insulated flange assembly to field as fitting. Use no less than two snug-fitting alignment pins to assist in aligning flanges during assembly. Do not remove pins until bolts have been installed in all remaining holes and have been drawn up tight. After insulating joints have been assembled, subject each assembly (fitting) to shop hydrostatic test pressure of 150 psi and electrically test to ensure that insulated sections are effective. After assembly has been tested, coat insulating joint and adjacent steel pipe as specified for below- ground installation. Line assembly as specified for interior surfaces and in accordance with details shown on Drawings. P. Dished Head Plugs: Design dished head plugs(test plugs)to withstand field hydrostatictest pressure from either side of plug. Design stress due to hydrostatic pressure to be no greater than 50 percent of minimum yield. Pipe on opposite side of hydrostatic test may or may not contain water. Manufacturer of the steel pipe to hydrostatically test plug at factory. Q. Make curves and bends by deflecting joints, or by using beveled joints,or by combination of two methods, unless otherwise indicated on Drawings or permitted by the Engineer. Do not exceed deflection angle atjoint as recommended by pipe manufacturer. Make penetration of spigot into bell at all points of circumference at least equal to minimum required penetration shown on Drawings. Beveled pipe sections used in curved alignment to be of standard length except when shorter sections are required to limit radius of curvature, in which case all sections throughout curve are to be of equal length. Do not allow bevel to exceed 5 degrees. 2.02 INTERNAL LINING SYSTEMS FOR STEEL PIPE,ALL INSTALLATIONS A. Supply steel pipe with either epoxy lining or cement-mortar lining, capable of conveying water at temperatures not greater than 140 degrees F. Provide linings conforming to American National Standards Institute/National Sanitation Foundation(ANSI/NFS)Standard 61, and certification to be from organization accredited by ANSI. Unless otherwise noted, coat all exposed (wetted)steel parts of flanges, blind flanges, bolts,access manhole covers, with epoxy lining, as specified. B. Epoxy Lining: 1. AWWA C210,color White,or approved equal for shop and field joint applied,except as modified in this Section. Provide materials from same manufacturer. a. Protect interior surface with approved liquid two-part chemically cured epoxy primer specified for interior surfaces. Steel Pipe and Fittings 33 11 04—10 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SSPC-SP5 Surface Preparation White Blast Clean 2.0 to 3.0 mils surface profile. Prime Coat NSF Certified Epoxy - Buff, or approved 4.0 to 6.0 mils DFT equal Intermediate Coat NSF Certified Epoxy - Buff, or approved 4.0 to 6.0 mils DFT equal Finish Coat NSF Certified Epoxy - White, or approved 4.0 to 6.0 mils DFT equal 2. Total allowable dry film thickness for system: a. Minimum: 12.0 mils. b. Maximum: 18.0 mils 3. Provide dry film thicknesses for approved alternate products in accordance with product's manufacturer recommendations. 4. Lining system may consist of three or more coats of same approved alternate epoxy lining without use of separate primer. 5. Perform adhesion test on pipe 48 inches in diameter and larger in accordance with ASTM D 4541. Minimum field adhesion: 700 psi. Perform test on pipe for project at frequency of one for every 1000 square feet of epoxy lining. Perform cure test in accordance with ASTM D 4752 (solvent rub test) and ASTM D 3363 (pencil hardness)for each section of pipe. Repair tested areas with approved procedures. C. Shop-applied Cement-mortar Lining: 1. AWWA C205; except as specified herein: 2 inch minimum thickness for pipe diameters 42 inches and larger; 3/8-inch minimum thickness for pipe diameters 36 inches and smaller. Cut back lining from joint ends no more than 2 inches to facilitate joining and welding of pipe. 2. Apply cement-mortar lining to inside of pipe by centrifugally spinning. For special sections (shape of which precludes application by spinning method) accomplish by mechanical placement or pneumatic placement and finish to produce smooth,dense surface comparable to centrifugally spinning. 3. Use galvanized wire mesh when shop-applied mortar is not applied by machine. Do not extend wire mesh across welded portion of mitered fittings. Crimp mesh to provide integral chair so wire does not fully rest against steel cylinder. 4. Make repairs of cement-mortar lining for widths exceeding 6 inches by bonding to steel and adjacent faces of lining with bonding agent conforming to ASTM C 881, Type II. 5. Restrict usage of sprinkler heads during moist curing to prevent over spraying onto lining. No alternative curing methods are allowed as described in Section 4.4.7.4 of AWWA C205. Steel Pipe and Fittings 33 11 04—11 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 6. Satisfy the Engineer that above requirements can be accomplished by manufacturer prior to shipment of pipe. D. Field-applied Cement-mortar Lining (for pipe>48 inches in diameter): Provide field-applied internal cement-mortar linings in accordance with AWWA C602, latest edition, except as modified in this Section. 1. Lining: Applied in one-course application of cement-mortar by machine that centrifugally places mortar against wall of pipe and mechanically trowel lining to smooth finish. 2. Steel pipe, fittings, receive cement-mortar lining. 3. Cement-mortar for lining. a. Cement-mortar: Dense,smooth, and of uniform quality and consistency to assure efficient machine operation and uniform cement-mortar lining on pipe wall. b. Water-cement ratio: Kept as low as possible; consistent with proper plasticity for application, allowing slight variations dependent upon temperature, length of haul for mortar, and moisture condition in pipe. C. Mortar: Mixture of one part cement with not less than one or more than 1 1/2 parts of dry screened sand, by volume. After determining mixture, control materials to within plus or minus 2 1/2 percent by weight throughout entire work. d. Comply with following materials for cement-mortar: 1) Provide Type II low-alkali Portland cement conforming to ASTM C 150, or Type IP (MS) Portland-Pozzolan cement conforming to ASTM C 595, unless otherwise specified. Conform to low alkali requirements of Table IA of ASTM C 150. Type IP(MS) cement to contain no more than 20 percent Pozzolan,to be inter-ground with clinker. 2) Use suitable facilities approved by the Engineerwhen available for handling and weighing bulk cement. Otherwise, deliver cement in original unopened sacks that have been filled by manufacturer. Plainly mark sacks with manufacturer's name or brand, cement type lot number and weight. Discard unused cement. Use unopened bags of cement for each new batch. 3) Material storage: Store cement to permit ready access for inspection and sampling. Protect cement and sand against contamination or moisture. Do not use and remove from site cement delivered with evidence of contamination or otherwise unsuitable. Store admixtures in accordance with manufacturer's directions. 4) Use Portland cement of same brand and type unless otherwise approved by the Engineer. 5) Pozzolanic material: AWWA C602, Paragraph 2.2. 6) Sand: AWWA C205,Section 2.3, except gradation of sand to yield fineness modulus of approximately 1.7; having no material coarser than that passing No. 16 sieve. Submit certification for compliance Steel Pipe and Fittings 33 11 04—12 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 of sand with these specifications at least 10 calendar days before start of lining placement. 7) Water: Clean; free of deleterious amounts of acids, alkalis or organic materials;total dissolved solids less than 1000 mg/1;ASTM D 512 chloride ions less than 100 mg/I for slurry and mortar cure; ASTM D 1293 pH greater than 6.5. 2.03 GROUT FOR JOINTS AND SPECIAL APPLICATIONS A. Cement Grout Mixture: One part cement to two parts of fine, sharp clean sand. Mix interior joint mortar with as little water as possible until very stiff but workable. Mix exterior joint mortar with water until it has consistency of thick cream. Mix cement grout to specific gravity of 19 Ib/gallon or greater as measured by grout/slurry balance. Use balance manufactured grout/slurry by Baroid or approved equal. Perform test in presence of and at request of the Engineer. Add additional cement grout or water to mixed cement grout to bring mix to proper moisture content or specific gravity. Discard cement grout that has been mixed more than 20 minutes and is not at proper specific gravity or moisture content. 1. Portland Cement: ASTM C 150,Type 11 with a maximum of 5%tricalcium aluminate or use Type V. Provide one type of cement for entire project. 2. Sand: a. Interior joints: ASTM C 35 fine graded plaster sand. b. Exterior joints: ASTM C 33; natural sand with 100 percent passing No. 16 sieve. 3. Water: Potable water with total dissolved solids less than 1000 mg/1; ASTM D 512 chloride ions less than 100 mg/I for slurry and mortar cure;ASTM D 1293 pH greater than 6.5. Use potable water with 250 ppm limit on chlorides and sulfates B. Provide approved Non-shrink Grout for Special Applications, Patches and Repairs 1. Conform to requirements of ASTM C 1107, Non-shrink Grout. 2. Pre-blended factory-packaged material manufactured under rigid quality control, suitable for use in joints of prestressed concrete cylinder pipe. 3. Contain non-metallic natural aggregate and be non-staining and non-corrosive. 4. Meeting NSF 61 Standard suitable for use in contact with potable water supply. 5. Exterior: Highly flowable to fill joint wrapper without leaving voids or trapped air. Interior capable of being placed with plastic consistency. 6. Compressive strength: ASTM C 1107 2500 psi minimum 7-day unconfined; 5000 psi minimum 28-day unconfined. 7. Non-bleeding and non-segregating at fluid consistency. 8. Contain no chlorides or additives which may contribute to corrosion of steel pipe. 9. Free of gas-producing, gas-releasing agents. 10. Resist attack by oil or water. 11. Mix, place, and cure in accordance with manufacturer's instructions and recommendations. Upon 72 hours' notice, provide services of qualified representative of non-shrink grout manufacturer to aid in assuring proper use of Steel Pipe and Fittings 33 11 04—13 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 product under job conditions. Representative to be on site when product is first used. 12. Mix cement grout to specific gravity of 17.7 Ib/gallon or greater as measured by grout/slurry balance. Use balance manufactured grout/slurry by Baroid or approved equal. Perform test in presence of and at request of the Engineer. Add additional cement grout to mixed cement grout orwaterto bring mixto proper moisture content or specific gravity. Discard cement grout that has been mixed more than 20 minutes and is not at proper specific gravity or moisture content. 13. Compressive strength:ASTM C 1107 2500 psi minimum 7-day unconfined;5000 psi minimum 28-day confined. C. Finished surface of lining and interiorjoint to be comparable to surface rubbed with No. 16 Carborundum stone. Rub joint mortar sufficiently to bring paste to surface, to remove depressions and projections, and to produce smooth, dense surface. Add cement to form surface paste as necessary. Leave interior with clean, neat and uniform-appearing finish. D. Joint Wrapper: Minimum width of 9 inches for 33-inch diameter and smaller; minimum width of 12 inches for diameters greater than 33-inch hemmed at edge to allow threading with minimum 5/8-inch wide steel strap. Provide minimum 6-inch wide Ethafoam strip sized, positioned, and sewn such that two circumferential edges of Ethafoam are 12-inches from outer edge of wrapper. 2.04 INSPECTION AND TESTING OF COATINGS A. Perform electrical inspection on inner layer of tape before intermediate layer of tape is applied. B. If holidays are detected, repair holidays immediately before applying outer layer of tape. Clear holiday area of material and reprime if necessary. Recoat area with inner wrap tape. Overlap inner wrap tape onto surrounding inner wrap coating by at least 2 inches. Perform electrical retest at repaired area after repairing holiday, and before outer wrap is continued. C. Shrink Wrap: Perform electrical inspection on shrink wrap to check for holidays. Perform peel tests over heat effected zone. Minimum acceptable result: 15 lbs-ft/in. PART 3 EXECUTION 3.01 PREPARATION A. Conform to applicable provisions of Technical Specification Section 33 11 01 -Water Lines, except as modified in this Section. B. Comply with following: 1. Make available services of manufacturer's representative when deemed necessary by the Engineer. Representative to advise in aspects of installation, including but not limited to handling and storing, cleaning and inspecting, coating and lining repair, and general construction methods as applicable to pipe. 2. Install stulls prior to placement of pipe, bends, and fittings to prevent deflection during installation. Provide stulls consisting of timber struts with end blocks shaped to fit curvature of interior surface of pipe or other appropriate configuration and material. Firmly edge and secure stulls to blocks so that they will remain intact position during handling and installation. Provide stulls adequate to resist loads encountered without structural failure to stull members or damage to pipe. Where applicable, place stulls at such lengths so as to elongate vertical diameter of pipe as required to suit trench conditions encountered. Steel Pipe and Fittings 33 11 04—14 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Handling and Storage: Install padded struts orstulls prior to shipping, horizontally and vertically at 10-foot intervals, or as proposed by manufacturer and approved by the Engineer. Spiders: Installed in joint ends of fittings. Stulls to remain in place, horizontally and vertically positioned under following conditions: a. During storage and shipping. b. Until welding is complete. 4. Reject and remove immediately from site pipe that arrives at site with defects in lining, including sand pockets, voids, and oversanded areas. 5. Store pipe atjob-site with securely-fastened plastic end caps to maintain moist pipe interior. Promptly replace damaged end caps to avoid shrinkage or cracking of cement-mortar lining. 6. Immediately replace damaged plastic end caps. Do not leave uncapped for more than 4 hours. 7. Bedding and Backfilling: a. Conform to requirements of Standard Specification Section 022020 — Excavation and Backfill for Utilities. b. Align pipe at proper grade prior to joint connection and do not shift after jointing operation has been completed. C. Take necessary precautions during bedding and backfilling operations to prevent deformation or deflection of cylindrical shape of pipe by more than allowable pipe deflection. Do not move trench support system (trench safety system) once bedding material is compacted. d. Excavate outside specified trench section for bell holes, and for spaces sufficient to permit removal of slings. Provide bell holes at proper locations for unrestricted access to joint. Form bell holes large enough to facilitate joint wrapping and to permit visual examination of process. Enlargement of bell holes as required or directed by the Engineer. Subsequent backfilling thereof will not be considered as authorized additional excavation and backfill. Backfill bell holes and spaces to satisfaction of the Engineer. e. Blocking may be removed 24 hours after placing backfill to top of pavement or natural ground level. 8. Pipe Deflection: After backfill is complete, test pipe for excessive deflection by measuring actual inside vertical diameter. For maximum deflection allowable, see Section 2.01. a. Deflection may be measured by the Engineer at location along pipe. Arithmetical averages of deflection are not acceptable. b. If deflection exceeds that specified, do one of the following: 1) Remove backfill and side support. Reround the pipe and properly replace compacted backfill and side support. Review cement mortar lining to assure that no harmful damage has occurred. Or, 2) Remove entire portion of deflected pipe section and install new pipe as directed by the Engineer at no additional cost to City. Steel Pipe and Fittings 33 11 04—15 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 9. Move pipe in such manner not to damage pipe or coating. Do not roll pipe nor drag on ground. Inspect and repair coating abrasions before pipe is lowered into trench. 10. Use of dogs, clips, lugs, or equivalent devices welded to steel pipe for purpose of forcing it into position will not be permitted unless approved by the Engineer. Remove foreign matter and protective material from surfaces that are to be in contact at joints. Leave surfaces of joint areas thoroughly clean for metal-to-metal contact of field joints C. Static Electricity: 1. Properly ground steel pipeline during construction as necessary to prevent build-up of static electricity. 2. Electrically test where required after installation of pipeline is complete D. Deviation of installed pipe in one pipe section from line and grade shown on approved shop drawing layout will not exceed 2 inches from grade and 3 inches from line. No deviation from line and grade at contact interfaces are allowed. E. Use adequate surveying methods, procedures and employ competent surveying personnel to ensure pipe sections are laid to line and grade and within stipulated tolerances. Measure and record, in form approved by the Engineer and submit copy of data to the Engineer at end of that day. Survey data to include unique pipe number, deflection angle at pipe joint and whether beveled ends were used, invert elevation at pipe joint,deviation of joint from project line,deviation of joint from project grade, inside pipe joint lap measured at top, bottom, and at springline (each side). F. Any time that laying of additional pipe is stopped for more than eight hours, plug ends of installed pipe and take proper precautions against flotation of pipe segments. 3.02 JOINTS AND JOINTING A. Rubber Gasketed Bell-and-Spigot Joints: 1. Use O-ring gasket with sufficient volume to approximately fill area of groove and gasket material in accordance with AWWA C200. Check each splice in gasket by stretching gasket to at least twice original length of gasket. Visually check stretched splice by rotating 360 degrees. Reject splices showing visible separation or cracks. 2. Equalize rubber gasket cross section after rubber gasket is placed in spigot groove of pipe by inserting tool or bar such as large screwdriver under rubber gasket and moving it around periphery of pipe spigot. Lubricate gaskets with nontoxic water- soluble lubricant before pipe units are joined. Fit pipes together in manner to avoid twisting or otherwise displacing or damaging rubber gasket. Check gaskets after pipe sections are joined with feeler gauge to ensure that no displacement of gasket has occurred at point around circumference after joining. If displacement has occurred, remove pipe section and remake joint as if for new pipe. Remove old gasket and replace before remaking joint.. B. Welded Joints: 1. Conform to requirements of Technical Specification Section 33 11 01 -Water Lines. 2. Field weld to be double-welded lap field joints or full penetration butt welded joints for steel pipe and encasement sleeves for entire circumference. 3. The City will employ independent certified testing laboratory, approved by the Engineer, to perform weld acceptance tests on welded joints. The laboratory will furnish copies of all test reports to the Engineer for review. Test by magnetic Steel Pipe and Fittings 33 11 04—16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 particle test method for lap welds and fillet welds or by X ray methods for butt welds, for 100 percent of all joint welds. The Engineer has final decision as to suitability of welds tested C. Flanged Joints: Conform to requirements of Technical Specification Section 33 11 01 - Water Lines. D. Joint Grouting and Testing: Conform to requirements of Technical Specification Section 33 11 01 -Water Lines. E. Do not allow steel plugs forthreaded outlets to project beyond innersurface of pipe shell and seal weld by at least two passes. Apply weld around outside of plug after it has been inserted in final position. Coat outlets and plugs inside and outside as required at field joints on pipe. 3.03 FIELD-APPLIED CEMENT-MORTAR LINING A. Entrances Into Pipeline: 1. Establish means to permit entry and exit of labor, materials and equipment necessary for progress of work, as approved by the Engineer. 2. Provide dikes and channeling for diversion of flood and drainage waters away from these openings in pipeline. Use temporary airtight covers over openings to provide proper curing conditions in completed sections of lined pipe. Where operation of equipment requires that end of pipe be left open, install temporary bulkhead inside pipe to eliminate direct draft through pipe over completed sections. 3. Brace closure sections of pipeline left out to facilitate field lining above ground to conform as nearly as possible to shape of pipe in ground and then place cement- mortar lining by machine or hand trowel to same thickness as in adjoining machine- lined sections. Bulkhead sections immediately after being lined to maintain proper curing conditions for period of not less than 48 hours before sections are installed in pipeline. Install these sections of steel pipe. 4. Coat exterior surface of buttstraps and uncoated exterior surface area of steel pipe within excavations in accordance specifications. Place cement-mortar lining inside areas of joints in accordance with specifications. B. Mixing of Cement-mortar: Mix ingredients for cement-mortar for not less than 1-1/2 and not more than 6 minutes; use mortar promptly after mixing for lining pipe. Do not use mortarthat has attained its initial for lining. Do not retemper mortar. Add water to mix last. C. Placing Cement-mortar Lining: 1. Complete joint work, backfill and welding before cement-mortar lining begins. After cement-mortar lining has cured hydrostatic testing of pipe can begin. 2. Provide provisions necessary forthe Engineerto conduct inspections of work in safe and thorough manner during and after initial application of mortar and after necessary repairs made. Include, as minimum,space on application machine, and adequate lighting to inspect gross surface areas 3. Comply with ASTM C 494 and with manufacturer's recommendations when using chemical admixtures, bonding agents, accelerators, and other additives. 4. Remove dirt, debris, oil, grease and loose mill scale and rust from interior surfaces of pipe,and scrape or brush surface with stiff bristle brush and/orwater blast as may be necessary, and approved by the Engineer, to ensure clean surfaces for Steel Pipe and Fittings 33 11 04—17 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 successful application of cement-mortar lining. Interior surfaces to be approved by the Engineer prior to placing lining. 5. Provide cement-mortar lining uniform in thickness along entire length of pipe. Provide cement-mortar no less than 2 inch over all surfaces with tolerance of plus 1/8 inch, and no allowance for minus tolerance. 6. Mechanically control travel of machine and rates of discharge of mortar to produce uniform thickness of lining without segregation around perimeter and along length of pipe. 7. Check finished surface by placing 12-inch straightedge parallel to axis of pipe along surface of straight section of lining. At no point will space between lined surface and straightedge be greater than 1/16 inch. 8. Provide smooth finished surface, within tolerances specified. Repair or replace surface irregularities including corrugations, ripples, or pits in any direction, to satisfaction of the Engineer. Remove defective lining material, including, sand pockets, voids, oversanded areas, blisters, delaminations, or unbounded areas, cracked areas, irregular surfaces, and unsatisfactory thin spots. Remove to pipe wall and area repaired to full thickness of mortar lining. 9. Repair cracks 1/16 inch and larger to satisfaction of the Engineer. 10. Place cement-mortar lining by machine having following features: a. An applicator head which can be centered within pipe and which will centrifugally project mortar against wall of pipe at high velocity producing dense, uniformly distributed mortar on wall of pipe. b. Equipped with mechanically driven, rotating steel trowels that immediately follow applicator, providing smooth, hard surface without spiral shoulders. Compensate for torque so that machine will sit true in pipe and trowel faces will not vary in angle with mortar face during complete 360-degree cycle. Clean trowels at frequent intervals to prevent accumulated mortar from obtaining initial set resulting in sanded or unglazed finish. Continuously operate trowels during application of cement-mortar and forward progress of lining machine. C. Design applicator so that nothing will come in contact with troweled surface until it has attained final set, and so that forward progress of machine and mechanical placing of mortar can be controlled to assure uniform thickness of lining. 11. Cement-mortar Lining: Adhere to steel at all points; provide consistent thickness except that lining of bell end of pipe where lining is to be thicker in order to fill depression and make smooth surface. 12. Immediately prior to application of cement-mortar lining,sweep and clean off slime, dirt, loose rust, loose mill scale,and otherforeign materials. Free interiorsurface of pipe after cleaning of accumulated water on pipe wall or at joints. 13. After receiving its finish troweling, do not roughen lining by rebound material or by mortar direct from machine. 14. Temporarily close outlets in pipeline with easily removable stoppers to prevent spun mortar from being thrown into such openings. After lining is applied, remove stoppers from outlets and repair lining damaged by removal of stoppers. Point outlet openings up to provide smooth flow Steel Pipe and Fittings 33 11 04—18 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 D. Hand Finishing: 1. Repairdefective areas in machine-applied lining and unlinedjoints by hand patching to yield lining equal to that required for machine-applied troweled lining. 2. Provide non-shrink grout for patching or lining joints as specified in this Section. 3. Clean defective areas of loose foreign material and moisten with water just prior to application of hand-applied mortar. 4. Use steel finishing trowels for hand application of cement-mortar. 5. Complete hand finishing required in given pipe section not later than day following machine application of mortar lining to that particular pipe section,whether normal working day or otherwise. Slow down or stop machine application of mortar lining to allow time for hand patching. E. Curing of Lining: Begin curing operations immediately after completing any portion of mortar lining. Close pipe by airtight bulkheads, and maintain moist atmosphere in completed section of pipe to keep lining damp and to prevent evaporation of entrained water from mortar lining. Humidify air introduced into pipe for ventilating or curing purposes and maintain moist atmosphere inside pipe until the Engineer accepts Work. 3.04 INSPECTION (EXCEPT MORTAR COATED PIPE) A. Include cost of inspection described in Paragraph 3.08, Inspection, in contract unit price for water line. Furnish copies of certified inspection reports to the Engineer for review. B. Holiday Test and Adhesion Test: Provide services of independent coating and lining inspection service ortesting laboratory with qualified coating inspectors. Provide inspections by NACE trained inspectors under supervision of NACE Certified Coatings Inspector having Level III Certification. 3.05 COATINGS AND LININGS INSPECTION RESPONSIBILITIES A. Contractor is responsible for quality control of coatings and linings applications and testing and inspection stipulated in this Section. The Engineer is responsible for quality assurance and reserves right to inspect or acquire services of independent third-party inspectorwho is fully knowledgeable and qualified to inspect surface preparation and application of high- performance coatings at phases of coatings and linings,field-or shop-applied. Contractor is responsible for proper application and performance of coatings and linings whether or not the Engineer provides such inspection B. Cement Mortar Lining and Joint Finish: Finished surface of lining and joint to be comparable to surface rubbed with No. 16 Carborundum stone. Rub joint mortar sufficiently to bring paste to surface, to remove depressions and projections, and to produce smooth, dense surface. Add cement to form surface paste as necessary. Leave interior with clean, neat and uniform-appearing finish. 3.06 FIELD REPAIR PROCEDURES AND SPECIAL FITTINGS APPLICATION FOR CEMENT MORTAR LINING A. Areas less than or equal to 6 inches in diameter: Patch honeycomb and minor defects in concrete surfaces with non-shrink grout. Repair defects by cutting out unsatisfactory material and replacing with non-shrink grout,securely bonded to existing concrete. Finish to makejunctures between patches and existing concrete as inconspicuous as possible. After each patch has stiffened sufficiently to allow for greatest portion of shrinkage,strike off grout flush with surrounding surface: Steel Pipe and Fittings 33 11 04—19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Areas greater than 6 inches in diameter: 1. Remove defective lining down to bare steel by chipping, making sure care is taken to prevent further lining damage. Ends of lining where defective lining is removed are to be left square and uniform not feathered. 2. Clean bare steel with wire brush to remove loose or other foreign matter. 3. Remove existing wire reinforcement and replace. Overlap new reinforcement to existing reinforcement by 2 inch. Secure reinforcement, against wall of pipe, at frequent intervals, by tack welding to pipe. 4. Prepare cement mortar mixture. Mixture to compose of Portland Type II cement, sand,and water. Proportions of sand to cement not to exceed 3 parts sand to 1 part cement, by weight. Use only enough water to obtain proper placement characteristics. Set up time before mixture is to be discarded is to be no longerthan 2 hour. Non-shrink grout may also be used. Do not use combination of cement mortar and non-shrink grout within same repair. 5. Apply WELD-CRETE, or approved equal,concrete bonding agent to bare steel and interface of existing lining. After bonding agent is applied to steel and lining new mix must be applied within 10 minutes. 6. Apply cement mortar to repair area 2 inch thick then hand trowel to achieve smooth dense finish, making sure wire is not left exposed. To ensure properthickness while placing new mortar, check thickness with 2 inch long wire gauge. 7. Curing: Place plastic sheeting over repair area, use tape to adhere plastic to area surrounding repair area. Let cure for 4 days then remove plastic sheeting.. 3.07 FIELD REPAIR OF CEMENT MORTAR COATING A. Coating damage as determined by Engineer shall be repaired in accordance with AWWA C205 and in accordance with the manufacturer's instructions prior to lowering the pipe in to the trench. B. Do not use repair procedures with extensive chipping or routing of the cracks which may cause cracks to deepen and lengthen as well as damage the bond or adhesion between the coating and the cylinder. 3.08 FIELD APPLICATION OF EPDXY LINING A. Installation of internal epoxy lining shall be applied in accordance with manufacturer's recommendations by a manufacturer's certified applicator according to Section 2.02. B. Prepare surface as noted in Section 2.02 B. C. Contractor shall measure and record temperature and humidity readings on a daily basis to show conformance with Section 1.05A. D. Contractor shall measure and record thickness readings to show conformance with Section 2.02 B as well as perform tests per Section 2.02 B.S. END OF SECTION Steel Pipe and Fittings 331104-20 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 33 12 02 VALVE AND GATE OPERATORS PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Valve and Gate Operators. 2. Handwheel Operators. 3. Key Operated Valves. 4. Bench Stands. 5. Floor Stands. 6. Accessory Equipment and Floor Boxes. 1.02 REFERENCES A. Aluminum Association (AA): 1. DAF-45 - Designation System for Aluminum Finishes. 1.03 SUBMITTALS A. Shop Drawings: Include shop drawings for hydraulic gate lifts with shop drawings for gates as integrated units. 1.04 QUALITY ASSURANCE A. Provide valve operators integral with valve or gate, except for valve operators utilizing T-wrenches or keys, and portable operators intended to operate more than 1 valve. B. Provide similar operators by one manufacturer. C. Provide gates and hand operating lifts by one manufacturer. D. Provide hydraulic gate lifts by one manufacturer. E. Provide hydraulic valve operators and motorized operators by one manufacturer. 1.05 MAINTENANCE A. Extra Materials: 1. Key Operated Valve Keys or Wrenches: Furnish a minimum 4 keys with 4-foot shafts and 3-foot pipe handles orwrenches with 4-foot shafts and 3-foot handles for operating key operated valves. Valve and Gate Operators 331202-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PART PRODUCTS 2.01 VALVE AND GATE OPERATORS A. Stem Covers: 1. Aluminum pipe; threaded cap on top; bolted aluminum flange on bottom; 1 by 12 inch slots cut at 18 inches on center in front and back of pipe; capable of covering threaded portion of greased stems that project above operators when gates or valves are opened or closed. B. Stem Cover Flanges, Pipes and Caps: 1. Etched and anodized to produce chemical finishes in accordance with AA C 22, medium matte finish, and AA A 41 clear anodic coating, or described in AA publication 45, after fabrication. C. Gate Stem Covers: Concentric with stem. D. Position Indicators: 1. Tail rods on hydraulic cylinders, or dial indicators with clear full-open and closed position indicators, calibrated in number of turns or percentage of opening. E. Manual or Power Operator Size: 1. Sized to deliver maximum force required under most severe specified operating condition, including static and dynamic forces,seat and wedge friction, and seating and unseating forces with safety factor of 5, unless otherwise specified. F. Operator Size:Capable of supporting weight of suspended shafting unless carried by bottom thrust bearings; shaft guides with wall mounting brackets. G. Provisions for Alternate Operation: Where specified or indicated on Drawings, position and equip crank or handwheel operated geared valve operators or lifts for alternate operation with tripod mounted portable gate operators. H. Operation:Counterclockwise to open with suitable and adequate stops, capable of resisting at least twice normal operating force to prevent overrun of valve or gate in open or closed position. I. Open Direction Indicator: Cast arrow and legend indicating direction to rotate operator on handwheel, chain wheel rim, crank, or other prominent place. J. Buried Operator Housing:Oil and watertight,specifically designed for buried service,factory packed with suitable grease, completely enclosed space between operator housing and valve body so that no moving parts are exposed to soil; provide operators with 2-inch square AWWA operating nut. K. Worm Gear Operators: Provide gearing on worm gear operators that is self-locking with gear ratio such that torque in excess of 160 foot-pounds will not need to be applied to operate valve at most adverse conditions for which valve is designed. L. Traveling Nut Operators: Capable of requiring maximum 100 foot-pounds of torque when operating valve under most adverse condition; limit stops on input shaft of manual operators Valve and Gate Operators 331202-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 for fully open and closed positions; non-moving vertical axis of operating nut when opening or closing valve. 2.02 HANDWHEEL OPERATORS A. Manufacturers: One of the following or equal: 1. Rodney Hunt Company. 2. Waterman Industries, Incorporated. B. Mounting: Floor stand or bench stand. Unless otherwise indicated on the Drawings position operator 36 inches (nominal) above top of walkway surface. C. Bearings above and below Finished Threaded Bronze Operating Nut: Ball or roller. D. Wheel Diameter: Minimum 24-inch. E. Indicator: Counterclockwise opening with arrow, and word OPEN cast on top of handwheel indicating direction for opening. F. Pull to Operate: Maximum 40-pounds pull at most adverse design condition. G. Stem Travel Limiting Device: Setscrew locked stop nuts above and below lift nut. H. Grease Fittings: Suitable for lubrication of bearings. 2.03 HAND-CRANKED GEARED OPERATORS A. Type: Single removable crank; fully enclosed. B. Mounting: Floor and Bench Stand. Unless otherwise indicated on the Drawings position operator 36 inches (nominal) above top of walkway surface. C. Operating Nut: When scheduled for portable operators. D. Geared Lifts: 2-speed with minimum ratio of 4 to 1. E. Teeth on Gears, Spur Pinions, Bevel Gears, and Bevel Pinions: Cut. F. Lift Nuts: Cast manganese bronze. G. Exterior Surfaces on Cast Iron Lift Parts: Smooth. H. Bearings above and below Flange on Lift Nuts: Ball or roller; capable of taking thrust developed by opening and closing of gates under maximum operating head; with bronze sleeve bearings and sufficient grease fittings for lubrication of moving parts, including bearings and gears. I. Crank Rotation Indicator: Cast arrow with word OPEN in prominent location readily visible indicating correct rotation of crank to open gate. J. Hand Cranks: 15-inch radius; requiring maximum 25 pounds pull to operate gate at maximum operating head; with: Valve and Gate Operators 331202-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. Revolving brass sleeves. 2. Gears, spur pinions, bevel gears, and bevel pinions with cut teeth. 3. Cast manganese bronze lift nuts. 4. Cast-iron lift parts with smooth exterior surfaces. K. Indicator: Dial position type mounted on gear operator; enclosed in cast iron or aluminum housing with clear plastic cover; marked with fully open, 3/4, 1/2, 1/4, and closed positions. 2.04 FLOOR BOXES A. Manufacturers: One of the following or equal: 1. Waterman industries, Inc. 2. Rodney Hunt Company. B. Floor Boxes: Cast iron; with: 1. Counter type indicator. 2. Hinged, lockable lid with directional arrow. 3. 2-inch square AWWA operating nut. 4. Packing gland providing drip-tight seal around valve shaft. 2.05 FLOOR STAND A. Manufacturers: One of the following or equal: 1. Rodney Hunt Company. 2. Waterman industries, Inc. B. Floor Stand Assemblies: Heavy-duty cast iron, suitable for mounting specified operator. 2.06 BENCH STANDS A. Manufacturers: One of the following or equal: 1. Rodney Hunt Company. 2. Waterman industries, Inc. B. Bench Stands: Handwheel operators or hand crank, geared operators conforming to hand- cranked geared operator requirements, except capacity to be mounted on haunch, wall bracket, or self-contained gate yoke. 2.07 ACCESSORY EQUIPMENT A. Wall Brackets or Haunches: As indicated on the Drawings. Valve and Gate Operators 331202-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Stems: Stainless steel;sized to match output of operator; minimum gate or valve operating stem diameter; maximum 200 slenderness ratio. C. Stem Couplings: Stainless steel; internally threaded to match stem; lockable to stem by set screw. D. Stem Guides: Cast iron with silicon bronze bushing; maximum 200 slenderness ratio; capable of being mounted with wall bracket; adjustable in 2 directions. E. Wall Brackets: Cast iron, capable of withstanding output of operator, adjustable in 2 directions. F. Stem Stuffing Boxes: Cast iron, with adjustable gland and packing. G. Fasteners and Anchor Bolts: 316 stainless steel. H. Geared Valve Operators: Provided with cut gears, either spur or worm; sized to operate valves at most adverse design condition;with maximum 40 pound pull at handwheel or chain wheel rim. I. Geared Valve Traveling Nut Operators:Acceptable only where specified or indicated on the Drawings. J. Accessory Equipment for Valves and Gates Requiring Remote Operators:Operating stems, stem couplings, stem guides, wall brackets, and stem stuffing boxes. PART 3 EXECUTION 3.01 INSTALLATION A. Install floor boxes in concrete floor with lid flush with floor. B. After installation of gate and stem covers, mark stem covers at point where top of stems are at full-open position and at closed position. C. Attach floor stand to structure with stainless steel anchor bolts D. Install stem stuffing boxes where operating stems pass through intermediate concrete floor slabs. 3.02 SCHEDULES A. Geared Operators: Provide geared operators for following valves: 1. Butterfly valves larger than 6 inches, nominal size, on liquid service. 2. Butterfly valves larger than 10 inches, nominal size, on gas and air service. 3. Plug valves 6 inches, nominal size, and larger. B. Handwheel Operators: Provide handwheel operators for valves mounted 6 feet or less above floors. C. Chain Wheel Operators: Provide chain wheel operators for valves mounted more than 6 feet to centerline above floors. Valve and Gate Operators 331202-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 D. Gate Operators: Provide geared operators with floor stand for all gates. END OF SECTION Valve and Gate Operators 331202-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 33 12 03 MOTORIZED OPERATORS PART1 GENERAL 1.01 SUMMARY A. Section Includes: Motorized gate and valve operators, and mechanical, gear type limit switches. 1.02 REFERENCES A. American Water Works Association (AWWA). B. National Electrical Manufacturer's Association (NEMA). 1.03 SUBMITTALS A. Design Data: Submit operating torque calculations for each valve size and class. B. Manufacturer's Published Instructions. 1.04 QUALITY ASSURANCE A. Motorized Operators for Gates and Valves:The product of a single supplier for each type of gate or valve. B. Ascertain that valve manufacturer provides limit switches with valves. PART2 PRODUCTS 2.01 MOTORIZED OPERATOR A. Manufacturers: One of the following or equal: 1. EIM 2. Limitorque Corporation B. Design: 1. Sized to move gates or valves from full open to closed position at minimum 12 inches per minute, plus or minus 10 percent, under maximum load. a. Measure rate of closure for butterfly valve discs at disc edge on diameter at right angle to valve shaft. 2. Actuator: Provide with built-in device to allow motor to reach full speed before engaging valve load; in manual operating mode when motor is not energized; in electrical operating mode when motor is energized. 3. Handwheels for Manual Operation: Metallic with arrows to indicate'open" rotation; incapable of rotation during motor operation; unaffected by fused motor; maximum 80-pound pull on rim when rotating. Motorized Operators 331203-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 4. Declutch Lever: Padlockable, capable of mechanically disengaging motor and related gearing positively when motor is de-energized and freeing handwheel for manual operation. C. Actuator Gearing: 1. Valve Actuator Gearing: Multiple reduction type with hardened alloy steel spur or helical gears and self-locking, alloy bronze worm gear set in drive train to maintain valve position. 2. Gate Actuator Gearing: Multiple reduction type with hardened alloy steel spur gear, bevel pinion and bevel gears; self-locking to maintain gate position. 3. Power Gearing: Hardened alloy steel; accurately cut to assure minimum backlash; anti-friction bearing with caged balls or rollers throughout. 4. Stem Nuts: High tensile manganese bronze; accurately machined and mounted in heavy ball or roller bearings; minimum 2'/4 times stem diameterfor length of thread in lift nuts. 5. Actuator Gear Housing: Ductile iron. 6. Lubrication: Rotating power train components immersed in grease with provisions for inspection and re-lubrication without disassembly. a. Lubricants:Suitable for ambient conditions of minus 20 degrees Fahrenheit to plus 150 degrees Fahrenheit. b. Provide seals on shafting. D. Motors: 1. Type: Specifically designed for valve actuator service with high starting torque, totally enclosed non-ventilated construction. 2. Motor Insulation: Minimum NEMA Class F,with a maximum continuous temperature rating of 155 degrees Centigrade rise, plus ambient. 3. Motor Windings: Epoxy treated. 4. Size: Sufficient to open and close valves at maximum stated torque. 5. Voltage Tolerance: Capable of operating at within 10 percent of specified voltage. 6. Motor Duty Ratings: 15-minute duty rating for open and close service; continuous duty rating for modulating service. 7. Accessories: Internal thermal contacts, heaters in motor and switch compartment, and ground lug. 8. Power Supply: As scheduled or as indicated on the Drawings. 9. Enclosures for Motors, Switches, and Other Electrical Compartments: a. Provide NEMA 4X enclosures. E. Controls: 1. Voltage Transformer: As required to step down power supply to control voltage. Motorized Operators 331203-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Control Station: a. Integral with operator or mounted in separate enclosure. 1) Provide NEMA 4X enclosure. b. Provide with additional contacts for remote indication of hand switch position where indicated on the Drawings. C. Provided with Following Devices: 1) Lockout LOCAL-OFF-REMOTE hand switch. 2) OPEN, STOP, and CLOSE push buttons. 3) OPEN and CLOSE indicating lights. 3. Position Limit Switches and Associated Gearing: Integral with valve actuator. a. Gearing: Intermittent type; bronze or stainless steel; grease lubricated; totally enclosed. b. Contacts: Heavy duty and silver-plated with wiping action. C. Remote Indication Contacts: As indicated on the Drawings. d. Switches: Adjustable; allowing for trip points from fully open to closed positions of valve travel; not subject to breakage or slippage due to over- travel; permits visible verification of switch position without disassembly. 4. Torque Limit Switch: a. Capable of interrupting control circuit in both opening and closing when valve torque overload occurs. b. Silver-plated contacts. C. Graduated dials for both open and close directions of travel, each independently adjustable. d. Positive means to limit adjustability to avoid exceeding actuator output torque capability with Belleville activating spring pack. e. Permits visible verification of switch position without disassembly. F. Operation: 1. Open-close Service: a. Operators shall operate automatically by remote signal specified and as indicated on the Drawings. b. Remote signal shall control, with hand switch in REMOTE position, self- contained electromechanical reversing starter shall cause valve or gate to open or close. C. In LOCAL position, control motorized operator with local control station. Motorized Operators 331203-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Modulating Service: a. Actuator Controller: Microprocessor based and using proportional-integral derivative algorithm to calculate actuator response. b. Controller shall compare 4 to 20 milliampere direct-current analog command signal to analog feedback signal and move actuator accordingly. C. Microprocessor-based controller shall control integrally mounted solid state reversing starter. 3. Where indicated on the Drawings, provide 4 to 20 milliampere direct-current analog output signal for continuous remote monitoring of position. 4. Controller System: Rated for continuous duty. G. Valve Limit Switches: 1. Type: Mechanical cam gear for remote operation, indication, and other control; compatible with associated operation and suitable for service intended; for valves specified and indicated on the Drawings; with racks, gears, cam, linkages mountings, and accessories. 2. Mechanical Limit Switches: 2-pole, 3-pole, or 4-pole, gang-mounted in required multiples, and with necessary mechanical linkage. 3. Contact Ratings: 120 volt alternating current, 20 amperes at 75 to 100 percent power factor, and 24 volt direct current, 5 amperes minimum. 4. Enclosures: Watertight and oiltight for normal service. 5. Valve box: Large enough to contain and to allow easy adjustment of limit switch without switch's removal. PART 3 EXECUTION 3.01 INSTALLATION A. Install operators in accordance with manufacturer's instructions. B. Locate valve boxes where indicated on the Drawings. 3.02 SCHEDULE A. Do not rely on the following schedule to determine number and types of operators required for the Project only major process operators are scheduled. B. Abbreviations Relating to Valve or Gate Type: 1. BFV= Butterfly Valve. 2. RBFV= Rectangular Butterfly Valve. 3. BV= Ball Valve. 4. DV= Diaphragm Valve. 5. PV= Plug Valve. Motorized Operators 331203-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 6. GV= Gate Valve. 7. NRS = Non-rising Stem. 8. SLG = Sluice Gate. 9. SG = Slide Gate. C. Abbreviations Relating to Operator Function: 1. O/C = Open and Close Service. 2. MOD = Modulating Service. Valve or Valve Gate or Size, Gate Operator Equip. Tag Inches Type Function Power Supply Remarks EDV-503 24 BFV DISCRETE 208V 3 phase Actuated Primary Service Valve Notes: 1. Size electric actuators for butterfly valves in accordance with AVVWA C504. 2. Calculate butterfly valve operating torque in accordance with AVVWA C504,Appendix A, for the AVVWA Class specified in this Schedule. END OF SECTION Motorized Operators 331203-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 33 12 17 VALVES PART1 GENERAL 1.01 SUMMARY A. Section Includes: Basic requirements for valves. 1.02 REFERENCES A. American National Standards Institute/American Society of Mechanical Engineers (ANSI/ ASME): 1. B16.21 - Nonmetallic Flat Gaskets for Pipe Flanges. 2. B16.34 -Valves - Flanged, Threaded, and Welding End. B. American Society for Testing and Materials (ASTM): 1. A 126- Specification for Gray Iron Casting for Valves, Flanges, and Pipe Fittings. 2. A 167 - Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip. 3. A 536 - Specification for Ductile Iron Castings. 4. E 527 - Practice for Numbering Metals and Alloys (UNS). C. American National Standards Institute/American Water Works Association (ANSI/AWWA): 1. C 111/A21.11 - Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe Fittings. D. American Water Works Association (AWWA): 1. C 504- Standard for Rubber-Seated Butterfly Valves. E. Steel Structures Painting Council (SSPC): 1. SP 2 - Surface Preparation Specification for Hand Tool Cleaning. 2. SP10 - Surface Preparation Specification for Near-White Blast Cleaning. 1.03 DESIGN REQUIREMENTS A. Pressure Rating: 1. Suitable for service under minimum working pressures of 150 pounds per square inch gauge. 2. When a piping system is specified in the Piping Schedule to be tested at a pressure greater than 150 pounds per square inch gauge, provide valves for that piping system with design working pressure which is sufficient to withstand the test pressure. B. Valve to Piping Connections: Valves 331217-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. Valves 3-Inch Nominal Size and Larger: Flanged ends. 2. Valves less than 3-Inch Nominal Size: Screwed ends. 3. Plastic Valves in Plastic Piping: a. Up to 2.5 inches: Provide solvent or heat welded unions. b. 3 Inches and Above: Provide solvent or heat welded flanges. 1.04 SUBMITTALS A. Submittals Prior to Installation: 1. Product Data: Submit detailed technical information relating to the valve including description of component parts, materials of construction, performance, dimensions, and weights. B. Operation and Maintenance Data: 1. Furnish bound sets of installation, operation, and maintenance instructions for each type of valve 4 inch in nominal size and larger. Include information on valve operators in operation and maintenance instruction manual. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. Valves: Manufactured by manufacturers whose valves have had successful operational experience in comparable service. 1.06 DELIVERY STORAGE AND HANDLING A. Protect valves and protective coatings from damage during handling and installation; repair coating where damaged. PART 2 PRODUCTS 2.01 MATERIALS A. Stainless Steel: ASTM A 167, Type 316, or Type 304, UNS Alloy S31600 or S30400. B. Valve, Gate, and Operator Bolts and Nuts: 1. Fabricated of stainless steel for the following installation conditions: a. Submerged in sewage or water. b. In an enclosed space above sewage or water. C. In structures containing sewage or water, below top of walls. d. At openings in concrete or metal decks. 2. Where dissimilar metals are being bolted, use stainless steel bolts with isolation bushings and washers. 3. Underground Bolts: Low-alloy steel in accordance with AWWA C 111/A21.11. Valves 331217-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. Bronze and Brass Alloys: Use bronze and brass alloys with not more than 6 percent zinc and not more than 2 percent aluminum in the manufacture of valve parts; UNS Alloy C83600 or C92200 unless specified otherwise. D. Valve Bodies: Cast iron in accordance with ASTM A 126 Class 30 minimum or ductile iron in accordance with ASTM A 536 Grade 65-45-12 minimum unless specified otherwise. 2.02 INTERIOR PROTECTIVE COATING A. Provide valves with type of protective coating specified in the particular valve specification. B. Apply protective coating to interior, non-working surfaces, except stainless steel surfaces. C. Coating Types: 1. Powder Epoxies: a. Manufacturers: One of the following or equal: 1) Tnemec Pota-Pox, NSF-61, certified for drinking water use. 2) 3-M Company, ScotchKote 134; certified to NSF 61 for drinking water use. b. Clean surfaces to meet SSPC-SP-10, near-white metal blast cleaning, with grit of size recommended by epoxy manufacturer. C. Apply in accordance with manufacturer's published instructions. d. Coating Thickness: 0.010 to 0.012 inches except that: 1) Coating Thickness in Grooves for Gaskets: 0.005 inches. 2) Do not coat seat grooves in valves with bonded seat. e. Quality Control: 1) Coating Thickness: Measured with a non-destructive magnetic type thickness gauge. 2) Verify coating integrity with a wet sponge testing unit operating at approximately 60 volts. 3) Consider tests successful when coating thickness meets specified requirements and when no pinholes are found. 4) Correct defective coating disclosed by unsuccessful tests, and repeat test. 5) Repair pinholes with liquid epoxy recommended by manufacturer of the epoxy used for coating. 2. High Solids Cycloaliphatic Amine Epoxy: a. Product: Contractor shall submit for Engineer's approval. b. Quality Control: After coating is cured, check coated surface for porosity with a holiday detector set at 1,800 volts. 1) Repair holidays and other irregularities and retest coating. Valves 331217-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2) Repeat procedure until holidays and other irregularities are corrected. 2.03 UNDERGROUND VALVES A. Provide underground valves with flanged, mechanical, or other type of joint required for the type of pipe to which the valve is to be connected. B. Coating and Wrapping: 1. Prior to installation, coat buried valves with 2 coats of protective coal tar. 2. After installation, wrap valves with polyethylene as specified for ductile iron piping in Standard Specification 026206. a. Ascertain that polyethylene wrapping does not affect operation of valve. 2.04 VALVE BOXES A. Provide cast-iron valve boxes at each buried valve to access valve and valve operators. B. Do not support boxes on valve, valve operator, or pipe. C. Boxes: 1. 2-piece, fabricated of cast-iron; provide cover, with asphalt varnish or enamel protective coating. 2. Adjustable to grade, install centered around the upper portions of the valve and valve operator. D. Manufacturers: One of the following or equal: 1. Tyler Pipe Industries, Inc. 2. Neenah Foundry Company. 2.05 VALVE OPERATORS A. Valve Operator"Open" Direction: Open counterclockwise. B. Provide valves located below operating level or deck with extensions for key operation or floor stands and handwheels. C. Provide manually operated valves and gates located not more than 6 feet above the operating level with tee handles, wrenches, or handwheels. 1. Make the valve operator more conveniently accessible by rolling valves, located more than 5 feet but less than 6 feet above the operating level, toward the operating side. 2. Secure tee handles and wrenches to the valve head or stem, except where a handle or wrench so secured constitutes a hazard to personnel; in which case, stow handle or wrench immediately adjacent to the valve on or in a suitable hanger, bracket, or receptacle. D. Fit valves located more than 6 feet above operating level with chain operated handles or valve wheels. 1. Chains: Sufficient length to reach approximately 4 feet above the operating level. Valves 331217-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Where chains constitute a nuisance or hazard to operating personnel, provide hold-backs or other means for keeping the chains out of the way. E. Provide an operator shaft extension from valve or valve operator to finish grade or deck level when buried valves, and other valves located below the operating deck or level, are specified or indicated on the Drawings to be key operated; provide 2 inch square AWWA operating nut, and box and cover as specified, or a cover where a box is not required. PART 3 EXECUTION 3.01 EXAMINATION A. Preparation: Required Information Priorto Installation: 1. Install valves after the required submittal on installation has been accepted. 2. Determine, after flanged valves and flanged check valves are selected, the face- to-face dimensions of flanged valves and flanged check valves. B. Fabricate piping to lengths taking into account the dimensions of flanged valves and flanged check valves. 3.02 INSTALLATION A. Provide incidental work and materials necessary for installation of valves including flange gaskets, flange bolts and nuts, valve boxes and covers, concrete bases, blocking, and protective coating. B. Where needed, furnish and install additional valves for proper operation and maintenance of equipment and plant facilities under the following circumstances: 1. Where such additional valves are required for operation and maintenance of the particular equipment furnished by CONTRACTOR. 2. Where such additional valves are required as a result of a substitution or change initiated by CONTRACTOR. C. Install Valves with their stems in vertical position above the pipe, except as follows: 1. Butterfly valves, gate valves aboveground, globe valves, ball valves, and angle valves may be installed with their stems in the horizontal position. D. Install valves so that handles clear obstructions when the valves are operated from fully open to fully closed. E. Place top of valve boxes flush with finish grade or as otherwise indicated on the Drawings. F. Valves with Threaded Connections: 1. Install valves by applying wrench on end of valve nearest the joint to prevent distortion of the valve body. 2. Apply pipe joint compound and Teflon tape on external (male) threads to prevent forcing compound into valve seat area. G. Valves with Flanged Connections: 1. Align flanges and gasket carefully before tightening flange bolts. 2. When flanges are aligned, install bolts and hand tighten. Valves 331217-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Tighten nuts opposite each other with equal tension before moving to next pair of nuts. H. Valves with Soldered Connections: 1. Do not overheat connection to prevent damage to resilient seats and metal seat rings. 2. Position valves in full open position before starting soldering procedure. 3. Apply heat to piping rather than to valve body. END OF SECTION Valves 331217-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 33 12 18 BUTTERFLY VALVES PART1 GENERAL 1.01 SUMMARY A. Section Includes: Metal body butterfly valves and manual valve operators. 1.02 REFERENCES A. American National Standards Institute/American Society of Mechanical Engineers (ANSI/ASME): 1. ANSI/ASME B16.1 - Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250 and 800. 2. ANSI/ASME B16.5 - Pipe Flanges and Flanged Fittings. B. American Society for Testing and Materials (ASTM): 1. A 126 - Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. D 429 -Test Methods for Rubber Property-Adhesion to Rigid Substrates. C. American Water Works Association (AWWA): 1. C 110 - Standard for Ductile-Iron and Gray-Iron Fittings 3 Inches through 48 Inches for Water and Other Liquids. 2. C 504 - Standard for Rubber-Seated Butterfly Valves. 1.03 SYSTEM DESCRIPTION A. Design Requirements: 1. General Purpose Butterfly Valves: a. Design Standard: In accordance with AWWA C 504 as modified and complemented herein. b. Class: 1) Valves 3"-20": AWWA Class 150B, when not otherwise specified or indicated on the Drawings. 2) Valves 24"-72": AWWA Class 75B, when not otherwise specified or indicated on the Drawings. 2. Design Requirements for General Purpose Butterfly Valves and High Performance Butterfly Valves: a. Design valves and actuators for maximum operating torque, in accordance with and using safety factors required in AWWA C 504 and its Appendix A, using the following values: Butterfly Valves 331218-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1) Maximum Water Velocity: 16 feet per second with valve fully open. 2) Maximum pressure differential across the closed valve in accordance with AWWA Class designation, or as indicated on the Butterfly Valve Schedule. 3) System head loss characteristic, exclusive of valve, proportional to the velocity head. 4) Coefficient for seating and unseating torque, dynamic torque, and bearing friction in accordance with valve manufacturer's published recommendations. b. Valve Disc: Seat in an angular position of 90 degrees to the pipe axis and rotate an angle of 90 degrees between fully open and closed positions. 1) Do not supply valves with stops or lugs cast with or mechanically secured to the body of the valve for limiting the disc travel. C. Unacceptable Thrust Bearings: Do not provide valves with thrust bearings exposed to the fluid in the line and consisting of a metal bearing surface in rubbing contact with an opposing metal bearing surface. B. Performance Requirements: 1. Tight shutoff at the AWWA rated class with flow in either direction. 2. Suitable for the following service conditions: a. Throttling. b. Frequent operation. C. Operation after long periods of inactivity. d. Installation in any position and flow in either direction. 1.04 SUBMITTALS A. Shop Drawings: Include certified drawings and material specifications in accordance with AWWA C 504. B. Include description of the method of attachment of the edge to the valve disc. C. Product Data: Include manufacturer's published recommendations for seating and unseating torque coefficient, dynamic torque, and bearing friction for calculation of maximum operating torque. D. Test Reports: Records of tests performed in accordance with AWWA C 504 requirements. E. Certificates:Affidavit of compliance specified in AWWA C 504. PART PRODUCTS 2.01 GENERAL PURPOSE BUTTERFLY VALVES A. Manufacturers: One of the following or equal: Butterfly Valves 331218-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. DeZurik. 2. Henry Pratt Company. 3. Kennedy Valve. B. Valve Body: 1. Material: Cast-iron ASTM A 126, Class B. a. Flanges: 125 pound ANSI/ASME B16.1. b. Mechanical Joint Ends: In accordance with AVVWA C 110. 2. Body Design: a. Provide short body or long body valves at contractor's option, subject to: 1) Location in the piping system so that when the valve is operated, its operation will not interfere with, nor be impaired by, adjacent fittings, valves, equipment or other installations. b. Valves 30 Inches in Nominal Size and Larger: Valve port diameter not reduced more than 1-1/2 inches from the nominal valve diameter. 3. Valve Ends: Compatible with piping system. C. Disc Materials: 1. Stainless steel or nickel-chrome mating edge on a cast-iron or ductile iron disc. D. Shaft and Bearings: 1. Shaft: Type 304 or 316 stainless steel. 2. Thrust Bearings: Self-lubricating, sleeve type; Teflon lined with fiberglass backing, or polytetrafluoroethylene (PTFE) with phenolic or stainless steel backing. 3. Provide valves with polytetrafluoroethylene with phenolic or stainless steel backing. E. Disc Pins: Secure valve disc to shaft by means of solid, smooth sided, Type 316 stainless steel or monel, taper or dowel pin. 1. Extend pins through shaft and mechanically secure in place. F. Seats: 1. For valves less than 24 inches nominal size, bond or vulcanize seats into the valve body. 2. For valves 24 inches nominal size and larger, mechanically retain seats in the valve body. a. Achieve retaining effect by an epoxy injection method that expands the seat into the body, or by segmented clamping tee lock ring with adjusting screws. b. Provide means to prevent nuts and screws used to retain rubber seats from loosening due to vibration or cavitation. C. Seat Retainers: Type 316 stainless Steel. Butterfly Valves 331218-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Resilient Seat: Withstand 75 pound pull when tested in accordance with ASTM D 429, Method B. 4. Do not provide valve with seats retained by a snap ring. 5. Seat Materials: a. EPDM. G. Valve Packing: 1. Valves 4 Inch to 48 Inch in Nominal Size: Self-adjusting V-type packing or chevron type packing. 2. Valves 54 Inch in Nominal Size and Larger: Adjustable V-type packing with bronze packing gland or self-adjusting V-type packing. 2.02 BUTTERFLY VALVE OPERATORS A. Motorized and other types of operators are specified in Sections 33 12 02 and 33 12 03. B. Provide underground valves 6 inches in nominal size and larger with a totally enclosed worm gear operator mounted on the valve. 1. Valve Shaft: Extend from the valve to the operator and be as specified for valve shafts. 2. Operator: Gasketed for watertightness. 3. Provide a 2-inch AWWA operating nut for those valves scheduled for portable operators. C. Manual Operators on Aboveground Butterfly Valves Larger than 6 Inches in Nominal Size: Worm geared; valves 10 inches in nominal size and smaller on low pressure air service may be lever operated. 2.03 FABRICATION A. Shop coat interior and exterior ferrous metal surfaces of valves and accessories, except as follows: 1. Finished surfaces. 2. Bearing surfaces. 3. Stainless steel components. B. Surface Coatings: 1. Unfinished Surfaces: a. Interior Surfaces: High solids cycloaliphatic amine epoxy. b. Exterior Surfaces: 1) Submerged Valves: High solids cycloaliphatic amine epoxy. 2) Buried Valves and Valves in Manholes and Vaults: Coal tar. 3) Other Valves: High solids epoxy and polyurethane system. 2. Polished and Machined Surfaces: Rust-preventive compound. Butterfly Valves 331218-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Actuators and Accessories: Rust-inhibitive primer. C. Coating Materials: 1. High Solids Cycloaliphatic Amine Epoxy: a. Application: Shop apply to iron and steel surfaces, except stainless steel. b. Product: Contractor shall submit for Engineer's approval. C. Quality Control: After coating is cured, check coated surface for porosity with a holiday detector set at 1,800 volts. 1) Repair holidays and other irregularities and retest coating. 2) Repeat procedure until holidays and other irregularities are corrected. d. Additional field coating, other than touchup coating of damaged surfaces, will not be required. 1) Perform touchup coating within the recoat time recommended by the paint manufacturer. 2) When touchup coating is required after expiration of the recoat time, precede coating by blast cleaning or other surface preparation recommended by the manufacturer of the coating material for satisfactory adhesion between coats. 2. Rust-inhibitive Primer: a. Rust-inhibitive Primers: Contractor shall submit for Engineer's approval. b. Surface Preparation: Contractor shall submit for Engineer's approval. 3. Rust-preventive Compound: One of the following or equal: a. Houghton, Rust Veto 344. b. Rust-Oleum, R-9. PART 3 EXECUTION 3.01 INSTALLATION A. Install valves with valve shafts horizontal, unless a vertical shaft is required to suit a particular installation, and unless a vertical shaft is indicated on the Drawings. B. Install pipe spools or valve spacers in locations where butterfly valve disc travel may be impaired by adjacent pipe lining, pipe fittings, valves, or other equipment. 3.02 SCHEDULE A. The Butterfly Valve Schedule is not a valve take off list. 1. Only major process control valves are included in the Schedule. B. Abbreviations: The following apply to the Butterfly Valve Schedule: 1. Service: See process abbreviations list indicated in the Piping Schedule in Section 22 05 00. Butterfly Valves 331218-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Valve Ends: a. F = Flanged end. b. MJ = Mechanical joint end. C. VIC = Grooved coupling end. 3. AVVWA Class: In accordance with AVVWA C 504. 4. Type of Operator: a. M = Manual operator. b. E = Electric operator. C. P = Portable operator(2-inch square AVVWA operating nut). 5. Disc Orientation: a. V= Vertical b. H = Horizontal 6. Limit Switches: Provide limit switches on manually operated valves where indicated on the Drawings. a. Limit switches are specified in Section 33 12 03. C. See Drawings for locations of Butterfly Valves. END OF SECTION Butterfly Valves 331218-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 33 12 33 FLOW MEASUREMENT- MAGNETIC FLOWMETERS PART 1 GENERAL 1.01 SUMMARY A. Section includes requirements for: 1. Full-body magnetic flowmeters. B. Related Sections: 1. The Contract Documents are a single integrated document, and as such all Divisions and Sections apply. It is the responsibility of the CONTRACTOR and its Sub-Contractors to review all sections to ensure a complete and coordinated project. C. Provide all instruments identified in the Contract Drawings. 1.02 REFERENCES A. Refer to Section 01 45 00. 1.03 DEFINITIONS A. Refer to Section 01 45 00. 1.04 SUBMITTALS A. Furnish submittals in accordance with Sections 01 33 00 and 01 45 00. 1.05 QUALITY ASSURANCE A. Refer to Section 01 45 00. B. Examine the complete set of Contact Documents and verify that the instruments are compatible with the installed conditions including: 1. Process conditions: Fluids, pressures, temperatures, flows, materials, etc. 2. Physical conditions: a. Installation and mounting requirements. b. Location within the process. C. Accessories: Verify that all required accessories are provided and are compatible with the process conditions and physical installation. Flow Measurement—Magnetic Flowmeters 331233-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. Notify the ENGINEER if any installation condition does not meet the instrument manufacturer's recommendations or specifications. 1.06 DELIVERY, STORAGE,AND HANDLING A. Refer to Section 01 45 00. 1.07 PROJECT OR SITE CONDITIONS A. Refer to Section 01 45 00. 1.08 WARRANTY A. Refer to Section 01 45 00. 1.09 MAINTENANCE A. Refer to Section 01 45 00. PART 2 PRODUCTS 2.01 MANUFACTURERS A. One of the following or equal. 1. Toshiba— LF. 2.02 MANUFACTURED UNITS A. Magnetic Flowmeter: 1. General: a. Magnetic flowmeters obtain the flow velocity by measuring the changes of induced voltage of the conductive fluid passing across a controlled magnetic field. b. Complete zero stability shall be an inherent characteristic of the flowmeter system. C. Include for each magnetic flow metering system: 1) A metering tube with electrodes (sensor). 2) Signal cable. 3) Transmitter- remote mounted. 4) Flowmeter grounding rings. 2. Performance requirements: a. Accuracy: Flow Measurement—Magnetic Flowmeters 331233-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1) 0.5 percent of flow rate from 10 to 100 percent of full scale for velocities ranging between 0 to 32.8 feet per/second. b. Repeatability: 1) 0.5 percent of rate. 3. Element: C. Metering Tube: 1) Constructed of carbon (unless specifically noted otherwise in the Instrument Data Sheets or Instrument Index) with flanged connections to match with piping material. 2) Liner in conformance with: a) Manufacturer's recommendations for the intended service. b) NSF Certified. 1) Electrodes in conformance with: a) Manufacturer's recommendations for the intended service. b) Utilize a minimum of 2, self-cleaning electrodes 1) Meter terminal housing NEMA 6P a) IP68 conduit connections. 1) Meter coating consisting of epoxy painted finish. 2) Components: a) 2 grounding rings: i). Which are in conformance with the manufacturer's bore and material recommendation for the meter's intended service. ii). Designed to protect and shield from abrasion of the liner's edge interface at the meter's end. 4. Transmitter: a. Power supply: 1) 24 VDC. 2) Power consumption: 60 VA maximum. Flow Measurement—Magnetic Flowmeters 331233-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 b. Outputs: 1) Isolated 4-20mA DC with HART communication protocol. C. Microprocessor-based signal converter/transmitter. d. Utilize DC pulse technique to drive flux-producing coils. e. Contain a 6-digit display for flow rate, percent of span, and totalizer. f. Operator keypad interface. g. Integral zero return to provide a consistent zero output signals in response to an external dry contact closure. h. Integral low flow cut-off zero return. i. Bi-directional flow. j. Programmable parameters including: 1) Meter size. 2) Full-scale flow rate. 3) Magnetic field frequency. 4) Time constant. k. Data retention for a minimum of 5 years without auxiliary main or battery power. I. Self-diagnostics and automatic data checking. M. Protected terminals and fuses in a separate compartment which isolates field connection from electronics. n. Ambient operating temperature limits of 14 to 140 degrees Fahrenheit (- 10 to 60 degrees Celsius). 2.03 ACCESSORIES A. Stainless steel tag —labeled to match the Contract Documents. 2.04 SOURCE QUALITY CONTROL A. Refer to Section 01 45 00. B. Factory calibrate each flowmetering system at a facility that is traceable to the National Institute of Standards and Technology (NIST). C. A real-time computer generated printout of the actual calibration data indicating apparent and actual flows at 20 percent, 40 percent, 60 percent, 80 percent and 100 percent of the Flow Measurement—Magnetic Flowmeters 331233-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 calibrated range shall be submitted to the ENGINEER at least 30 days before shipment of the meters to the project site. PART 3 EXECUTION 3.01 INSTALLATION A. Refer to Section 01 45 00. B. Coordinate the installation with all trades to ensure that the mechanical system has all necessary appurtenances including weld-o-lets, valves, etc. for proper installation of instruments. 3.02 FIELD QUALITY CONTROL A. Refer to Section 01 45 00. B. Provide manufacturer's services to perform start-up and calibration or verification. 3.03 ADJUSTING A. Verify factory calibration of all instruments in accordance with the manufacturer's instructions: 1. Return factory calibrated devices to the factory if they do not meet the field verification requirements for calibration. 3.04 CLEANING A. Refer to Section 01 45 00. 3.05 DEMONSTRATION AND TRAINING A. Refer to Section 01 45 00. B. Demonstrate performance of all instruments to the ENGINEER before commissioning. C. Furnish 4 hours of OWNER training. 3.06 PROTECTION A. Refer to Section 01 45 00. 3.07 SCHEDULES A. The provided information does not necessarily include all required instruments. Provide all instruments identified in the Contract Documents: 1. Instruments may be shown on the Drawings, in the Specifications or both. Flow Measurement—Magnetic Flowmeters 331233-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 A/E: Ardurra Group,Inc. MAGNETIC Sheet 1 of 1 FLOWMETERS Spec.No. Rev. Contractor: No By Date Revision 33 1233 Project: Elevated Storage Tanks-Citywide Contract Date Customer: City of Corpus Christi,Texas Plant: Req. P.O. Location: Corpus Christi,Texas BOM No.: By Chk APP File: 1 Instrument Tag No. 2 Service Water 3 P&ID 4 C Line Size/Schedule 24" 5 O Line Material 6 N Connection Type Flanged 7 N Connection Materials 8 Tube Size 24" E 9 M Tube Material Stainless Steel L 10 E Liner Material Hard Rubber NSF Cert. E 11 T Electrode Type Self-Cleaning M 12 E Electrode Material Suitable for process fluid E 13 R Meter Casing Carbon Steel N 14 Power Supply By Transmitter T 15 Grounding Type&Matl. Ground Rings,316 SS 16 Enclosure Class NEMA 6P Submersible Type 17 Other 18 Fluid Water 19 F Max Flow 17,600 GPM 20 L Min Velocity 1.5 Ft/S 21 U Min Flow Norm Flow 3,300 GPM 10,500 GPM 22 I Min Temp Max Temp 23 de F 176 deg F 23 D Min Press Max Press 24 Vacuum Possibility No 25 Conductivity T 26 Function Pulsed DC R 27 Mounting Remote A 28 Enclosure Class NEMA 4X N 29 Length Signal Cable S 30 Type Span Adjustment Mfr.Std. M 31 Power Supply 24 VDC I 32 Transmitter Output 4-20mA T 33 Accuracy 0.5%of flow rate T 33 Calibrated Range E 34 Other R 33 Display Scale Size Range 16 Char.LCD Adjustable 34 Alarm Contact No. Form Mfr.Std. Mfr.Std. 35 1 Manufacturer 36 1 Model No. Ell Notes: Refer to Specification 33 12 33 for additional requirements. Meter shall read bi-directionally. END OF SECTION Flow Measurement—Magnetic Flowmeters 331233-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 33 13 00 TANK DISINFECTION AND HYDRO TESTING PART SCOPE This Section 33 13 00 of the TECHNICAL SPECIFICATIONS provides for the following: A. Preparation of the tank interior for disinfection B. Disinfection procedures C. Testing by the OWNER PART 2 PREPARATIONS TO TANK INTERIOR A. CONTRACTOR shall remove from the water compartment and riser all construction equipment, scaffolding, rigging, rags, paint containers, blast products, dirt, debris, or any other loose items not a part of the steel tank. B. CONTRACTOR shall ventilate the inside of the tank in strict accordance with the coating manufacturer's curing recommendations and Section 09 91 00, PAINTING. During this time, the CONTRACTOR shall not leave the roof manway or other roof fittings open or uncovered at any time there is a chance of rainfall. C. CONTRACTOR shall hose down all interior surfaces of the water compartment and riser with potable water under pressure to flush out blast products and any remaining debris from all hard to reach areas. PART 3 DISINFECTION A. All inside surfaces of the tank shall be disinfected in accordance AWWA Std.C652-11, DISINFECTION OF WATER STORAGE FACILITIES, using the No. 2 Method as described in Section 4.3 of Std. C652-11. Generally, this method consists of a spray application of a solution of calcium hypochlorite (HTH) containing approximately 65% available chlorine by weight. The solution of 200 mg/L (1.9 oz./50 gal. water) available chlorine shall be applied directly to all interior surfaces, including those above the high- water level. B. The surfaces disinfected shall remain in contact with the chlorine solution for at least one(1) hour. These surfaces shall then be thoroughly flushed by hosing down all surfaces with clean potable water. PART 4 TESTING A. The OWNER will fill the tank to overflow immediately after completion of the disinfection operations by the CONTRACTOR. B. While the tank is at overflow,the water compartment and riser will be inspected for leaks by the ENGINEER. C. If leaks resulting from the CONTRACTOR'S erection or painting work are found, then the tankwill be drained (by OWNER)and the necessary remedial work will be performed by the CONTRACTOR at his own expense. The CONTRACTOR will once again disinfect the tank, if requested by the OWNER, as specified in Paragraph No. 3.0, above. Tank Disinfection and Hydro Testing 331300-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 D. After hydro testing and before the tank is placed in service,water from the full tank shall be sampled and tested by the OWNER in accordance with TCEQ requirements. Testing of the water is to be paid for by the OWNER. E. Should the tests fail, then the tank will be drained (by OWNER) and the disinfection procedures as outlined above shall be repeated by the CONTRACTOR until acceptable test samples are obtained. F. The OWNER will place the tank into service. PART 5 MEASUREMENT AND PAYMENT No separate measurement will be made for this item. Payment will be subsidiary to various bid items. END OF SECTION Tank Disinfection and Hydro Testing 331300-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 33 13 01 DISINFECTION OF WATER LINES PART1 GENERAL 1.01 SUMMARY A. Section Includes: Disinfection of water lines, bacteriological testing, and flushing of lines at completion of treatment. 1.02 REFERENCES A. American Water Works Association (AWWA): 1. AWWA C 651 - Standard for Disinfecting Water Mains. B. APHA/AWWA/WEF- Standard Methods for Examination of Water and Wastewater. 1.03 SUBMITTALS A. Submit Disinfection Test Plan Which Details Procedure to be Utilized to Disinfect Water Lines Including: 1. Method and locations of disinfectant application. 2. Locations of sampling points. 3. Method of flushing and location of flushing ports. 4. Method of dechlorination. 5. Disposal location for dechlorinated water. B. Submit Disinfection Reports and Include the Following: 1. Date issued. 2. Project name and location. 3. Treatment subcontractor's name, address, and phone number. 4. Type and form of disinfectant used. 5. Time and date of disinfectant injection start. 6. Time and date of disinfectant injection completion. 7. Test locations. 8. Initial and 24 hour disinfectant residuals in parts per million for each outlet tested. 9. Time and date of flushing start. 10. Time and date of flushing completion. 11. Disinfectant residual after flushing in parts per million for each outlet tested. C. Submit Bacteriological Reports and Include the Following: 1. Date issued. Disinfection of Water Lines 331301-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Project name and location. 3. Laboratory's name, certification number, address, and phone number. 4. Time and date of water sample collection. 5. Name of person collecting samples. 6. Test locations. 7. Time and date of laboratory test start. 8. Coliform bacteria test results for each outlet tested. 9. Certification that water conforms or fails to conform to bacterial standards of Federal Safe Drinking Water Act. 10. Bacteriologist's signature and bacteriological laboratory's evidence of certification. 1.04 QUALITY ASSURANCE A. Bacteriological Laboratory: Certified by state in which Project is located. 1.05 PRODUCT DELIVERY, STORAGE,AND HANDLING A. Protect against damage and contamination. B. Maintain caution labels on hazardous materials. C. Maintain storage room dry and with temperatures as uniform as possible between 60 degrees Fahrenheit and 80 degrees Fahrenheit. 1.06 PROTECTION A. Provide necessary signs, barricades, and notices to prevent persons from accidentally consuming water or disturbing system being treated. PART PRODUCTS 2.01 MATERIALS A. Disinfectant: Free chlorine in liquid, powder, tablet, or gas form. PART 3 EXECUTION 3.01 CLEANING WATER LINES A. Prior to chlorination, remove by flushing or other means,soil,and debris from the water lines. 3.02 INSPECTION A. Verify that water line system is completed and cleaned. B. Start disinfection of water lines when conditions are satisfactory. 3.03 SYSTEM TREATMENT A. Perform disinfection of water lines in accordance with AWWA C 651 and as specified in this Section. Disinfection of Water Lines 331301-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Starting at outlet closest to water source, bleed water from each outlet until water produces odor of disinfectant. Repeat process at each outlet throughout system. C. Test for disinfectant residual at each of following locations and other locations in accordance with submitted disinfection test plan: 1. Ends of piping runs. 2. Remote outlets. 3. Tanks. 4. At least two outlets on each building floor where directed. D. Maintain disinfectant in system for 24 hours. E. When disinfectant residual is less than 25 parts per million after 24 hours, repeat system treatment. 3.04 FLUSHING A. Remove disinfectant from water lines. B. Flush water lines with potable water containing no more disinfectant residual than the active distribution system or 1.0 parts per million, whichever is greater. C. Continue flushing until water at designated flushing ports contains disinfectant residual equal to concentration specified above. 3.05 DISPOSAL OF CHLORINATED WATER A. Dispose of chlorinated water in accordance with the submitted disinfection test plan and applicable requirements of federal,state,county,and city having jurisdiction over disposal of hazardous wastes in location of the Project and disposal site. 3.06 BACTERIOLOGICAL TEST A. The bacteriological test shall be performed by the O.N.Stevens Water Treatment Laboratory and shall be paid by the City. B. Instruct bacteriological laboratory to take water samples no sooner than 24 hours after flushing system. C. At the end of 24 hours and before the water main or structure is placed in service, collect bacteriological quality samples at each of following locations and other locations in accordance with the submitted disinfection test plan and Standard Methods for the Examination of Water and Wastewater: 1. Where water enters system. 2. Ends of piping runs. 3. Remote outlets. 4. Tanks. 5. At least two outlets on each building floor. D. Analyze water samples in accordance with Standard Methods for Examination of Water and Wastewater. Disinfection of Water Lines 331301-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 E. When bacteriological test proves water quality to be unacceptable, repeat disinfection treatment. END OF SECTION Disinfection of Water Lines 331301-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 33 16 19 COMPOSITE ELEVATED WATER STORAGE TANK PART1 GENERAL 1.01 SUMMARY A. Work Included 1. This contract will provide for the construction of one (1) Composite Elevated Storage Tank, a 3.0 MG Tank at the northwest corner of the intersection of Flour Bluff Drive and Division Road in Corpus Christi. 2. The work to be performed under this contract shall include all labor, materials, and equipment necessary to design, fabricate, deliver, erect, clean, test, disinfect, and paint the tank as shown on the plans and specifications. The work shall also include all labor, materials, and tools necessary for design and construction of the foundation including excavation, backfill, and site work as shown on the plans and specifications. 3. This section covers the design, construction, testing, and commissioning of a composite elevated tank and related work including foundations, painting, electrical, mechanical, and appurtenances. B. Related Documents 1. Drawings and the general provisions of this document, including General Conditions, Supplemental Conditions, Special Provisions and other sections apply to work in this section. C. Related Sections 1. Standard Specification Section 030020 - Portland Cement Concrete 2. Standard Specification Section 032020—Reinforcing Steel 3. Technical Specification Section 09 91 00—Painting (For Elevated Storage Tank Container). 4. Technical Specification Section 31 60 00— Foundation for Elevated Storage Tanks 1.02 REFERENCES The following Specifications, Codes and Standards are referenced in this section. A. The latest version of the following American Concrete Institute (ACI) 1. 117 Standard Tolerances for Concrete Construction and Materials 2. 304 Guide for Measuring, Mixing, Transporting & Placing Concrete 3. 305 Hot Weather Concreting 4. 306 Cold Weather Concreting 5. 318 Building Code Requirements for Structural Concrete 6. 347 Guide to Formwork for Concrete Composite Elevated Storage Tank 331619-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. American Institute of Steel Construction (AISC) 1. S335 Specification for Structural Steel Buildings C. American National Standards Institute (ANSI) 1. ASME B16.1/ASME B16.5 Pipe Flanges and Flanged Fittings 2. ASCE/SEI 7 Minimum Design Loads for Buildings &Other Structures D. American Petroleum Institute (API) 1. 650 Welded Steel Tanks for Fuel Storage E. American Society for Testing Materials (ASTM) 1. A123 Zinc (Hot-Dip Galvanized)Coatings on Iron and Steel Products 2. A240 Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels and for General applications 3. A285 Pressure Vessel Plates, Carbon Steel, Low- and Intermediate-Tensile Strength 4. A774 As-Welded Wrought Austenitic Stainless Steel Fittings for General Corrosive Service at Low and Moderate Temperatures 5. A778 Welded, Unannealed Austenitic Stainless Steel Tubular Products F. American Water Works Association (AWWA) 1. D100 Welded Carbon Steel Tanks for Water Storage 2. D102 Coating Steel Water-Storage Tanks 3. C652 Disinfection of Water Storage Facilities G. Federal Aviation Administration (FAA) 1. 70/7460-1 K Obstruction Marking and Lighting H. 2018 International Building Code (IBC) -Version currently adopted by Texas Department of Insurance I. National Association of Corrosion Engineers (NACE) 1. SP0178 Fabrication Details, Surface Finish Requirements, and Proper Design Considerations for Tanks and Vessels to be lined for Immersion Service J. National Fire Protection Association (NFPA) 1. 70 National Electric Code 2. 780 Standard for the Installation of Lightning Protection Systems K. National Sanitation Foundation (NSF) 1. 61 Standard for Drinking Water System Components L. Occupational Safety and Health Administration (OSHA) 1. 29 CFR Part 1926 Safety and Health Regulations for Construction M. Steel Structures Painting Council (SSPC) Composite Elevated Storage Tank 331619-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. VIS-89 Visual Standard for Abrasive Blast Cleaned Steel 1.03 SYSTEM DESCRIPTION A. Elevated Tank The Composite elevated tanks shall consist of the following: foundation, reinforced concrete support structure and a welded steel water tank. The support structure shall extend vertically from the foundation as a circular concrete wall. A domed concrete slab shall be provided as structural support for the steel tank within the perimeter of the wall. A reinforced concrete ring beam shall be provided to connect the steel tank, concrete dome and concrete support wall. The elevated tank shall be in accordance with the shape, dimensions and details required by these specifications and drawings. B. Operating Parameters 3.0 EST Minimum capacity within operating range 3,000,000 gallon Maximum operating range 45 ft Maximum fill rate 17,000 gpm Elevation -overflow/top capacity level 194.63 ft -grade slab 18.5 ft -final ground 18.0 ft Support wall diameter 60 ft C. General Design Standards Structural design of the elevated storage tank shall conform to the following design standards except as modified by this section. 1. Foundations and Support Structure ACI 318 and 2018 IBC (ASCE 7-16) 2. Composite Tank AWWA D107 D. Design Loads Design loads shall be in accordance with 2018 IBC (ASCE 7-16) for Category IV (essential facility)structure. 1. Dead load shall be the estimated weight of all permanent construction. 2. Water load shall be the weight of water when the tank is filled to overflow. 3. Roof live load in addition to snow load shall be in accordance with ASCE 7-16. 4. Wind loads shall be in accordance with ASCE 7-16 for wind exposure C, occupancy category IV. (see Figure 6-1 in ASCE 7-16). 5. Horizontal and vertical seismic loads shall be in accordance with ASCE 7-16 and the Site Class as determined in the soil investigation report. 6. Response Modification in accordance with ASCE 7-16. E. Combination of Loads Combination loads shall be in accordance with 2018 IBC (ASCE 7-16) for Category IV (essential facility)structure. Composite Elevated Storage Tank 331619-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 F. Foundation Design 1. The foundations shall be designed by the Contractor to safely support the structure based on the recommendations of the geotechnical report. The foundation design must be signed and sealed by a Professional Engineer registered in the State of Texas. Foundations shall be sized in accordance with AWWA D107, Section 7, "Foundations". 1.04 SUBMITTALS A. Proposal—Submit the following with the proposal: 1. Experience List - A completed contracts summary shall demonstrate minimum ten (10) years experience and list a minimum of five (5) composite elevated tanks of equal or greater capacity in successful operation for at least five (5) years. These tanks shall be of the same design described in paragraph 1.03.A. Provide the location, capacity, Owner contact with phone number and year completed. Failure to provide this information shall be cause for resection of the bid. 2. A preliminary section view drawing of the tank proposed for this project. The drawing shall include sufficient details to illustrate tank geometry, materials of construction, primary dimensions, support wall thickness and pour height, domed concrete slab thickness, the elevation of low and high water levels, interior wet, interior dry and exterior paint areas, and other information required to show compliance with the specification. If the proposed design does not comply with the specifications, the bid shall be rejected. B. Construction Drawings 1. Provide elevation, plan and sectional view drawings of the foundation, support structure, tank and all appurtenant equipment and accessories. Show the location, dimensions, material specifications and finish requirements. The submission shall be signed and sealed by a professional engineer registered in the State of Texas. 2. Foundation details shall include excavation, soil protection and backfill. 3. Reinforced concrete details shall include construction joints, openings and inserts. Reinforcement shall be clearly indicated on the structural drawings and identified by mark numbers that are used on the fabrication schedule. Location, spacing and splice dimensions shall be shown. Placement and fabrication details shall conform to ACI 318. 4. Steel tank details shall include weld joints and a layout showing all primary and secondary shop and field welds. C. Construction Procedures 1. Provide design, detail drawings and procedures for the support structure forming system. Details shall include location of form and construction joints, rustications and ties. Procedures shall include form removal criteria and minimum elapsed time for adjacent concrete placement. 2. Provide shop and field weld procedures for all structural joints on the steel tank. D. Design Data 1. Provide a table showing capacity of the tank in gallons at all levels in one foot increments. 2. Provide a summary of the design for the foundation, support structure, tank and other components. Include the design basis, loads and load combinations and results. Composite Elevated Storage Tank 331619-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Provide a finite element analysis that accurately models the intersecting elements of the interface region. The interface region includes those portions of the concrete support structure and steel tank affected by the transfer of forces from the tank cone and the tank floor to the concrete support wall. The analysis shall provide results including the shear, moment, and compression or tension caused by the intersecting elements in the interface region. E. Product Data 1. Provide a separate concrete mix design for each concrete compressive strength required or specified. 2. Provide technical data and color samples of all coating products. 3. Provide manufacturers descriptive information for appurtenant equipment and accessories that are not detailed on the construction drawings. F. Reports/Certification 1. Provide documentation of all tests, inspections and certifications required by this section. 2. Provide qualifications of all welders. G. Operation/Maintenance 1. Provide operating instructions and maintenance procedures for the elevated tank and applicable appurtenant equipment, mechanical components and accessories. 1.05 QUALITY ASSURANCE A. Manufacturer 1. The work described in this section shall be performed by an elevated tank manufacturer that has a minimum of ten (10) years experience in composite tank design and construction. The manufacturer shall have designed, constructed and commissioned a minimum of five (5)composite elevated tanks (with structural concrete domes)of equal or greater capacity, all in satisfactory operation for at least five (5) years. These tanks shall be of the same design and constructed using forming systems as required by this specification. 2. Elevated tank design, concrete support structure construction and steel tank construction shall not be subcontracted. These items shall be self performed by the Contractor. 3. The Contractor shall directly employ a full time professional engineer with a minimum five (5) years cumulative experience in the design and construction of composite elevated tanks as described in paragraph 1.03.A. The engineer shall be registered in the State of Texas and shall be in responsible engineering charge of the work. 4. A qualified supervisor directly employed by the Contractor shall be on site at all times during all construction activities to complete this project which include but are not limited to the following: (foundation, support structure, steel tank, electrical, instrumentation, controls, site work). There will be no exception to this requirement. B. Pre-Qualification of Tank Contractor 1. Bids will only be received from pre-qualified contractors. Acceptable contractors pre- qualified to perform the work specified herein are: Composite Elevated Storage Tank 331619-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 a. Landmark Structures b. McDermott/CB&I Constructors, Inc. 2. No further submittal is required from these contractors for pre-qualification to perform the work of this section. Other contractors may be considered for pre-qualification only if they can demonstrate full conformance with the experience criteria and the capability of meeting all the requirements in these specifications. 3. To demonstrate compliance with the above requirements and be considered for pre- qualification, a written request must be submitted to the Engineer a minimum of fourteen days prior to the date of the opening of the bids. The following must be submitted with the pre-qualification submittal: a. A completed contracts summary demonstrating minimum ten (10) years experience and listing a minimum of five (5) composite elevated tanks of equal or greater capacity in successful operation for at least five (5) years. Provide the location, capacity, Owner contact with phone number, and year completed. Provide photographs. b. A preliminary section view drawing of the tank proposed for this project. The drawing shall include sufficient detail to illustrate tank geometry, materials of construction, primary dimensions, support wall thickness and pour height, domed concrete slab thickness, the elevation of low and high water levels, and other information required to show compliance with the specification. c. Detail drawings and/or photographs of the equipment and systems to be used for construction of the concrete support structure and erection of the steel tank. Submittal shall describe the forming system, concrete placement equipment and method, the location of form and construction joints, rustications, ties, methods used to prevent grout leakage, steel erection method. d. Written procedures for concrete and steel quality control, form alignment, segmented wall pour, and dimension control. e. A sample finite element analysis of the tank interface region. f. A written affidavit confirming that no exceptions are taken to the requirements and procedures described in the specifications. g. Photographic evidence that the concreting systems and procedures employed result in architectural concrete. Uniform color, uniform surface density and uniform alignment of rustication are primary measure. Photographs shall provide adequate detail to prove absence of surface defects at construct joints and structure penetrations. Submit a photograph resume of ten projects with a minimum of four images each project proving the architectural concrete requirements have been attained. 4. No consideration for pre-qualification of alternate bidders will be considered after the date of 14 days prior to the bid opening. The Engineer and/or Owner shall be the sole and final judge as to the acceptability of a tank contractor's qualifications. Bidders failing to obtain pre-qualification will be considered non-responsive and their bid will not be opened. C. Regulatory Requirements 1. The specifications, codes and standards referenced in paragraph 1.02 shall govern the work with regard to materials, design, construction, inspection and testing to the extent specified. Composite Elevated Storage Tank 331619-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. Personnel safety equipment shall be provided in accordance with OSHA requirements and manufacturers documentation. 1.06 DELIVERY, STORAGE & HANDLING A. Handling and Shipping The Contractor shall handle materials and fabricated components in a manner that will protect them from damage. Allow painted materials adequate cure time prior to stacking or shipping. B. Storage and Protection Protect delivered materials and equipment from damage. Store in well drained areas and provide blocking to minimize contact with the ground. 1.07 PROJECT CONDITIONS A. Permits and Easements Permits, licenses, and easements required for permanent structures, changes in existing facilities or advancement of the construction as specified shall be secured and paid for by the Contractor prior to the start of construction. These include building permits, airspace authority approval, site access easements, highway crossing permits, etc. Licenses or permits of a temporary nature required by specific trades shall be the responsibility of the Contractor. B. Existing Conditions A geotechnical investigation has been carried out for each site and a report has been incorporated within these specifications. The net allowable bearing pressure of shallow foundations and/or the allowable capacity of deep foundation elements have been defined in this report. The Contractor shall be responsible for securing any further geotechnical information required beyond that provided in this report. C. Access The Contractor shall provide access from public roads to the tank site unless otherwise specified. D. Working Conditions Safety and Health - The Contractor shall comply with safe working practices and all health and safety regulations of OSHA, state and local health regulatory agencies and Material Safety Data Sheets (MSDS). Provide protective and lifesaving equipment for persons working at the site. Personnel safety equipment shall be provided in accordance with OSHA requirements and the manufacturers' documentation. A certified health and safety technician (CHST) will perform spot inspections of the field activities. The safety supervisor is to be a fulltime employee of the tank manufacture. 1.08 SEQUENCING AND SCHEDULING A. Schedule See General Requirement sections 00 72 00 and 01 35 00 for schedule and sequencing requirements. Composite Elevated Storage Tank 331619-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Notification The Contractor shall provide notification of the intent to start work at least seven days prior to commencing each major phase of work. C. Certifications Provide certification from the engineer of record that the elevated tank has been designed in accordance with the requirements of the specification. Provide certification that testing and inspection requirements of 3.04 have been performed and the results comply with the requirements of the specification. 1.09 GUARANTEES The Contractor shall guarantee the structure, appurtenant equipment and accessories provided under this section against defective design, workmanship or materials for a period of one year from the date that the Acceptance Memorandum is issued to the Contractor per General Requirement Specification 00 72 00 — General Conditions. If notified within this period, the Contractor shall repair any defects at no cost to the Owner. Defects caused by damaging service conditions are not covered. All guarantees for materials, equipment and accessories provided under this section shall be obtained by the Contractor and submitted. 1.10 INSURANCE In addition to any requirements specified in the General and/or Special Provisions, the Contractor shall maintain Professional Liability insurance with a minimum limit of $2,000,000 each occurrence and aggregate. 1.01 WINDSTORM CERTIFICATION All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the current version of the International Building Code (IBC). Contractor will 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 tank and tank components to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. PART2 PRODUCTS 2.01 MATERIALS A. Reinforced Concrete Concrete materials and reinforcement shall comply with ACI 318, except as modified in this section. B. Steel Tank Steel tank components, including steel plates, sheets, structural shapes and filler metals shall be in accordance with AWWA D107, Section 5, and "Steel Tank". Composite Elevated Storage Tank 331619-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2.02 CONCRETE FOUNDATION The concrete foundation shall be designed in accordance with ACI 318. Minimum specified compressive strength shall be 4,000 psi at 28 days. The service load reinforcement tension stress shall not exceed 30,000 psi under dead plus water load unless flexural cracking is otherwise controlled in accordance with ACI 318. 2.03 CONCRETE SUPPORT STRUCTURE The concrete support structure shall be designed in accordance with ACI 318. The specified compressive strength of concrete shall be as required by design, but not less than 4,000 psi at 28 days. The maximum specified compressive strength of concrete for the wall and dome shall be 6,000 and 5,000 psi respectively. A. Support Wall Support wall shall be reinforced concrete with a minimum thickness of 8 inches exclusive of any architectural relief. Wall thickness shall be provided such that the average compressive stress due to the weight of the structure and stored water is limited to 25% of specified compressive strength, but not greater than 1,000 psi. A minimum total wall reinforcement of 0.15% vertically and 0.20% horizontally shall be distributed approximately equally to each face. A minimum of 0.75% vertical reinforcement shall be provided in the top 6 ft. of the wall extending into the concrete ring beam. Minimum concrete cover for interior/exterior faces shall be 1 inch and 1-1/2 inches respectively. B. Tank Floor Tank floor shall be a reinforced concrete dome not less than 8 inches thick. The average compressive stress due to the weight of the structure and stored water shall not exceed 13% of the specified compressive strength, nor greater than 600 psi. Minimum total reinforcement in orthogonal directions shall be 0.40% distributed approximately equally to each face. Additional reinforcement shall be provided for stress caused by edge restraint effects. C. Openings The effects of openings in the wall shall be considered in the design. Not less than 60% of the interrupted reinforcement in each direction shall be placed each side of the opening. Reinforcement shall extend past the opening not less than half the transverse opening dimension. Openings wider than 3 ft. 6 in. shall be subjected to a rigorous analysis taking into account the stress concentrations and diminished lateral support that exist in the vicinity of such openings. Each side of the opening shall be designed as a column in accordance with ACI 318. Openings 8 ft. 0 in. or wider used for vehicle access shall be strengthened against vehicle impact and local buckling by means of an internal buttress located on each side of the opening. The buttress shall consist of a thickened, reinforced concrete wall section that is integrally formed and placed with the support wall. The buttress section shall be not less than 3 ft. 0 in. wide and 6 in. thicker than the nominal wall dimension. 2.04 CONCRETE SUPPORT STRUCTURE/STEEL TANK INTERFACE A. Interface Region The interface region includes those portions of the concrete support structure and steel tank affected by the transfer of forces from the tank cone and the tank floor to the Composite Elevated Storage Tank 331619-9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 concrete support wall. This includes a ring beam and connection details. The Contractor shall provide evidence that a thorough review of the interface region has been performed. Finite element and finite difference analyses are the required methods for examining such local stresses in detail. The geometry of the interface shall provide for positive drainage and not allow either condensate or precipitation to accumulate at the top of the concrete wall or ring beam. B. Ring Beam The ring beam shall be reinforced concrete with a nominal width and height of at least two times the support wall thickness. Minimum radial and circumferential reinforcement shall be 0.25%. For direct tension, reinforcement shall be provided such that the average service load stress in tension reinforcement due to the weight of the structure and stored water does not exceed 12,750 psi. Ring beam design shall consider unbalanced forces from the steel tank cone and concrete dome, load conditions varying with water level, eccentricity of loads resulting from design geometry, and allowance for variations due to construction imperfection and tolerance. 2.05 STEEL TANK A. General The steel tank shall be all welded construction and shall be designed in accordance with applicable sections of AWWA D107, Section 5, "Steel Tank". The required capacity and dimensions of the tank are noted on the drawings and in this section of the specifications. All exposed lap joints shall be fully seal welded on both sides. B. Plate Thickness All members shall be designed to safely withstand the maximum stress to which they may be subjected during erection and operation. The minimum thickness of any steel plate not in contact with water shall be 3/16 in. and 1/4 in. for plate in contact with water. C. Roof Support All structural members supporting the roof of the steel tank shall be flat bar or sealed square tubular sections. 1-beams or other sections with horizontal projections may be used if the nominal depth is 10 in. or greater. Support beams shall be seal welded to the underside of the roof plate along the entire length of the beam. D. Cone For areas of the elevated tank where the water is supported by a steel cone, the Contractor shall submit evidence that the design is in accordance with AWWA D-107, Section 5, "Steel Tank". 2.06 APPURTENANCES AND ACCESSORIES A. General Accessories shall comply with the minimum requirements of the Specifications, Codes and Standards listed in 1.02, current applicable safety regulations, and the operating requirements of the structure. Composite Elevated Storage Tank 33 16 19—10 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Ladder Access Ladders shall be provided from the slab on grade inside the base of the support wall to the upper walkway platform located below the tank floor. The tank floor manhole shall be provided with ladder access from the upper platform. A ladder shall extend from the upper platform, through the access tube interior to the roof. A ladder mounted on the access tube exterior shall be provided for access to the tank interior, extending from the roof manhole to the tank floor. Ladders that terminate at platforms or landings shall extend a minimum of 48 in. above the platform elevations. A safety extension shall be provided at the top of the ladder under hatch(s). The safety extension shall be a Ladder Up Safety Post as manufactured by Bilco or equal. The post shall extend 42-inches above the top of the ladder and be constructed of hot dip galvanized steel. Mounting hardware shall be galvanized. Ladders located in the concrete support structure and access tube interior shall be galvanized steel. Tank interior ladders shall be coated in accordance with the tank interior coating system. Ladder side rails shall be a minimum 3/8 in. by 2 in. with a 16 in. clear spacing. Rungs shall be minimum 3/4 in. diameter, spaced at 12 in. centers and plug welded into holes drilled in the side rails. Tank interior ladders shall be provided with 1 in. diameter rungs and 1/2 in. x 2 in. side rails and shall be fully seal welded. Ladder shall be secured to the adjacent structure by brackets located at intervals not exceeding 10 ft. Brackets shall be of sufficient length to provide a minimum distance of 7 in. from the center of rung to the nearest permanent object behind the ladder. Ladder brackets located on the access tube exterior shall be reinforced at the access tube shell so that potential ice damage is confined to the ladder and bracket and not the access tube shell. C. Safe Climbing Device (SCD) High strength aluminum, rigid rail safe climbing devices shall be provided on all ladders. Rails shall be center mounted and extend from 3 ft. above the ladder bottom to the top of the ladder section. Mounting brackets, fasteners and splice bars shall be provided as required for a rigid installation. Three trolleys with snap hooks shall be provided that are designed to be operated with the aluminum rail. A safety body harness with front and side rings shall be supplied for each trolley. A caution sign shall be provided at the lowest point of access to the ladder requiring safe climbing devices. The sign shall read "CAUTION — Safety Equipment Required When Climbing Ladder". The sign shall be secured to the wall. D. Rest Platforms Rest platforms shall be provided at maximum 50 ft. intervals along the support wall ladder. Platforms shall be minimum 3 ft. by 5 ft. and complete with handrails, mid rails and toe plates in accordance with OSHA requirements. Grating shall be used for the walking surface and shall be suitably hinged at the ladder penetration. Platforms shall be arranged for straight run ladder and operable without removing fall prevention equipment. All components shall be galvanized steel. E. Platforms A 4 ft. wide upper walkway platform shall be located at the top of the support wall to provide access from the support wall ladder to the roof access ladder located on the Composite Elevated Storage Tank 33 16 19—11 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 interior of the access tube. Platforms shall be provided with handrails, mid rails and toe plates in accordance with OSHA requirements. Grating shall be used for the walking surface. All components shall be galvanized steel. F. Support Wall Doors 1. Personnel Door - Door frames shall be 16-gauge with concealed reinforcement at hardware locations. Expansion type anchors for existing openings shall be installed near the top, bottom and intermediate point of each jamb to rigidly secure the frame. Doors shall be 1 3/4 in. thick insulated, reinforced, full, flush type with 18-gauge face sheets and concealed reinforcement at hardware locations. All edges shall be finished flush with watertight seams. Shop applied finish for the frame and door shall be baked on rust inhibitive primer. Field finish shall be compatible with the tank exterior. Standard hardware shall be stainless steel and include three 4 1/2 in. by 4 1/2 in. hinges, industrial duty closer and lockset. Quantity and location of personnel door(s)shall be as shown on the drawings. 2. Overhead Vehicle Door- Door installation shall be on the interior face of the support wall. The door frame shall be a steel plate fabrication suitably detailed, fastened and reinforced to accept the door. Operation shall be manual with a chain hoist. The curtain shall be formed of 22-gauge steel interlocking slats with end locks and wind locks designed for a wind loading of 20 psf. Torsion springs shall be mounted on a solid torsion rod, which is attached to an exterior mounted spring tension adjustment wheel. A 24-gauge steel hood shall be provided with a weather seal to protect the assembly. Steel brackets shall be installed to the interior face of the wall with expansion anchors which enclose and support the counterbalance assembly with sealed bearings. Steel curtain guides are mounted to the brackets. The curtain, bottom bar, brackets, guides, hood, pipe and chain shall be galvanized. Provide with locking device. Size, quantity and location of vehicle door(s)shall be as shown on the drawings. G. Tank Openings 1. Floor - Provide a 30 in. diameter manhole through the tank floor. The manhole shall be operable from a ladder located on the upper platform and shall be designed to withstand the pressure of the tank contents without leakage. The manhole assembly shall include a stainless steel hand wheel operator and threaded components. 2. Roof- Provide two 36 in. square weather proof access hatches on the roof of the tank. One hatch shall allow egress from the access tube to the roof. The second hatch, located adjacent to the first, shall allow access to the interior of the tank via the ladder mounted on the exterior of the access tube. The opening shall have a minimum 4 in. curb. Provide aluminum covers with a 2 in. down turned edge, stainless steel hardware, hold open arm and a locking mechanism. H. Access Tube Provide a minimum 60 in. diameter centrally located access tube through the steel tank to provide access to the tank roof from the upper walkway platform. The access tube shall incorporate a 2 in. by 2 in. channel to collect condensation that may form on the interior surface. A flexible 3/4 in. PVC hose complete with backflow preventer shall drain the channel to the overflow pipe. I. Roof Railing A 42 in. high roof handrail shall be provided to enclose all centrally located roof accessories. The roof railing shall be a minimum of 18 ft. in diameter. Composite Elevated Storage Tank 33 16 19—12 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 J. Rigging Access Provide a 24 in. x 36 in. opening at the top of the support wall. This opening shall be accessible from a platform and shall provide access to the exterior rigging rail located at the tank/support wall intersection. The access opening shall be provided with a hinged stainless steel cover or a removable vent in accordance with 2.06.M.2. A minimum 24 in. diameter opening shall be provided on the tank roof to provide access to the tank interior rigging rail. K. Rigging Rails Provide permanently installed rigging rails suitable for rolling trolleys at the interior of the tank at the wall/roof and access tube/roof connections. Provide an exterior rigging rail at the base of the tank adjacent to the support structure. L. Piping 1. Inlet/Outlet Pipe - Provide a 24" inch diameter inlet/outlet pipe that extends from the base of the support structure to the tank floor elevation. Provide a minimum 6 in. high removable silt stop where the inlet/outlet pipe enters the tank. The bottom capacity level of the tank's operating range shall be at or above the elevation of the top of the silt stop. Pipe material within the support structure shall be Schedule 10S Type 304L stainless steel. Piping below the grade slab shall be flanged cement lined ductile iron suitably restrained to prevent movement unless indicated otherwise in the drawing. The inlet/outlet pipe shall be designed to support all related static and dynamic loads. Suitable galvanized steel brackets, guides and hangers shall be provided on the support wall and tank floor at intervals not exceeding 20 feet. The inlet/outlet pipe shall be designed and constructed to accommodate any differential movement caused by settlement and by thermal expansion and contraction over the range of extreme temperature differences expected for the support wall and pipe. The required flexibility shall be provided by an expansion joint located near grade in the vertical section of pipe. 2. Overflow Pipe — The contractor shall have a Professional Engineer licensed in the state of Texas design the overflow pipe based on the maximum fill rate. The calculation must be submitted to the Engineer for approval. The top of the overflow shall be located within the tank at the overflow elevation. It shall run vertically beside the central access tube and extend through the tank floor, at which point it shall turn 90° and run under the tank floor to the support wall. This horizontal run shall be sloped to drain. The pipe shall then turn 90° and run vertically beside the support wall to grade. A base elbow shall direct the overflow through the support wall, where the pipe shall be terminated with a flap valve. Pipe material within the support structure shall be Type 304L (minimum 11 gauge) stainless steel. If the top of overflow is located above top capacity level, the tank shall be designed for the additional capacity provided by the difference. The entrance to the overflow pipe shall be designed for the maximum inlet flow rate specified in 1.03.8. The design shall be based on the water level cresting within 6 in. above the overflow elevation. A conical weir shall be provided if the entrance capacity of the overflow pipe diameter is not adequate. A vortex prevention device shall be used. The overflow shall be designed to support all related static and dynamic loads. Suitable galvanized steel brackets, guides and hangers shall be provided on the support wall and tank floor at intervals not exceeding 20 ft. The overflow pipe and weir section within the tank shall be carbon steel and supported by the central access tube. Composite Elevated Storage Tank 33 16 19—13 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 The overflow pipe shall be designed and constructed to accommodate any differential movement caused by settlement and by thermal expansion and contraction over the range of extreme temperature differences expected for the support wall and pipe. A layout with sufficient upper offset to accommodate differential movement is acceptable. If this method is not applicable, the required flexibility shall be provided by an expansion joint located near grade in the vertical section of pipe. The overflow pipe shall penetrate the support wall approximately 1 ft. above grade and discharge through a flap valve onto the concrete splash pad as indicated in the drawings. 3. Stainless Steel Requirements - Pipe and fittings shall be Type 304L stainless steel fabricated from material meeting the requirements of ASTM A-240. Fabrication, inspection, testing, marking and certification of pipe and fittings shall be in accordance with ASTM A-778 and A-774 respectively. All fittings less than 18 inches shall be smooth flow; fittings larger than 18 inches may be of five section mitre construction. Backing flanges shall be in accordance with ASTM A285-C drilled to ANSI B16.5 Class 150. Pipe, fittings and welds shall be cleaned and passivated. Pipe, fittings and flange thickness shall be in accordance with the manufacturers certified pressure rating for the applicable service pressures. The design pressure rating shall be minimum 150 psi for piping located within closed or valve sections. 4. Tank Drain — A tank drain shall be provided to completely drain the tank contents if the inlet/outlet pipe does not intersect the low point of the tank. An eight-inch drain pipe located at the low point of the tank floor shall be fitted with a threaded plug and tee handle. Flexible stainless steel piping shall connect and drain to the overflow pipe. M. Ventilation 1. Tank Ventilation - A tank vent shall be provided, located centrally on the tank roof above the maximum weir crest elevation. It shall consist of stainless steel or aluminum components, including a support frame, screened area and cap. The support shall be fastened to a flanged opening in the tank roof. The vent cap shall be provided with sufficient overhang to prevent the entrance of wind driven debris and precipitation. A minimum of 4 in. shall be provided between the roof surface and the vent cap. The tank vent shall have an intake and relief capacity sized to prevent excessive pressure differential during the maximum flow rate of water, either entering or leaving the tank. The overflow pipe will not be considered as a vent. The maximum flow rate of water entering the tank is specified in 1.03.B. The maximum flow rate of water exiting the tank shall be calculated assuming a break in the inlet/outlet at grade when the tank is full. The vent shall be provided with an insect screen. Vent capacity shall be determined based on open area provided by the screen. In addition to the tank vent, a pressure/vacuum relief mechanism shall be provided that will operate in the event of vent failure. The mechanism shall be designed to return automatically to its original position after operation. The pressure/vacuum relief mechanism shall be located on the tank roof above the maximum weir crest elevation, and may be incorporated in the vent assembly. 2. Support Structure Ventilation - Ventilation within the support structure shall comply with the governing building code requirements, based on occupancy classification. As a minimum, one louvered vent shall be provided at the top of the support wall. This vent shall be accessible from the upper platform and may also be designed to provide access to the exterior rigging rails located at the tank/support wall intersection. Vents shall be accessible from the interior ladders, platforms or floors provided. Vents shall be stainless steel or aluminum and provided with a removable insect screen. Composite Elevated Storage Tank 33 16 19—14 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 N. Interior Floors 1. Slab on Grade - Provide a 6 in. thick, 4000 psi concrete floor slab in the base of the support structure with the exception to the concrete pad for the pumping system. The slab shall be supported on compacted granular fill and shall be reinforced with #4 reinforcing steel at 12 in. centers each way. Provide 1/2 in. expansion joint between floor slab and support wall and at pipes and supports that extend through the floor. Place cap strip and sealant over the expansion joint. The slab shall be sloped at 0.5% toward the truck door for drainage. 2. Concrete Pad Foundation for Pumping System— The Contractor shall have the concrete pad foundation supporting the dual skid mounted pumping system designed by a Texas Licensed Engineer. The Contractor shall submit the design calculations and drawings to the Project Engineer. The drawings and calculations shall be signed and sealed by the Contractor's Engineer. The design of the concrete pad foundation shall consider the recommendations of the pump manufacturer and geotechnical report. O. Level Monitoring 1. General - Provide six 3/4 in. couplings welded to the inlet/outlet pipe. Plans identify approximate location and exact location to be determined by engineer in the field. Each coupling shall be provided with a stainless steel nipple and an isolation valve. 2. Pressure Gauge - Provide a pressure gauge in accordance with ASME B40.1 Grade 2A. The dial shall be 6 inch diameter with black markings on white background. Pressure range is 0-100 psi. P. Lightning Protection 1. Provide a lightning protection system for the elevated tank structure and any roof mounted equipment that may be damaged by lightning. 2. Minimum requirements include two 28 strand by 14 gauge copper conductors bonded to the steel tank 180 degrees apart. The conductors shall be fastened to the interior support wall at 3 foot minimum spacing, and shall terminate with buried 5/8 inch diameter by 8 foot long copper clad ground rods. 3. Lightning protection for obstruction lights shall consist of an air terminal mounted on the support and formed to fit around the fixture. The 1/2 inch diameter copper air terminal shall extend a minimum of 10 inches above the light fixture and shall connect to a copper conductor that terminates in a bonding plate secured to the tank roof. Q. Electrical and Lighting 1. Electrical work shall be in accordance with specifications. 2. Obstruction lighting shall be provided in accordance with FAA standards. The obstruction light shall be centrally located on the roof of the tank above all permanent installations. It shall be a steady burning, dual fixture type with a lamp-out relay switch. The fixture shall be weather sealed, corrosion resistant, with aluminum base and housing. Red globes with 116-watt clear traffic signal lamps rated at 8000 hour life shall be provided. A pilot light located near the electrical panel shall be provided to indicate when the primary bulb has failed. R. Pedestal Wastewater Line 1. The tank Contractor shall provide a drain line as shown in the drawings to accommodate drainage from the Water Quality Analyzers and Electrical Room Air Conditioner condensate. Contractor shall submit the complete drain design showing all components Composite Elevated Storage Tank 33 16 19—15 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 required to drain the Water Quality Analyzers and Electrical Room Air Conditioner condensate for Engineer's approval. Payment for the drain line required within the pedestal shall be subsidiary to the Wastewater Line bid item. 2.07 ELECTRICAL AND LIGHTING A. See Electrical Drawings & Specifications All work shall be performed and all materials shall be provided in accordance with National Electric Code and the governing electrical, safety and inspection codes, regulations and ordinances. B. Obstruction lighting shall be provided in accordance with FAA standards and the drawings. The obstruction light shall be centrally located on the roof of the tank above all permanent installations as indicated in the drawings. It shall be a steady burning, dual fixture type with a lamp-out relay switch. The fixture shall be weather sealed, corrosion resistant, with aluminum base and housing. Red globes with 116-watt clear traffic signal lamps rated at 8000 hour life shall be provided. A pilot light located near the electrical panel shall be provided to indicate when the primary bulb has failed. 2.08 STEEL TANK PAINTING Refer to Section 09 91 00 for tank painting. Galvanized, stainless steel and concrete surfaces are not coated. 2.09 SOURCE QUALITY CONTROL A. Tests Review mill test certifications of all steel plate, structural components and reinforcement to ensure compliance with specification requirements. B. Inspections Provide inspection of shop fabricated components in accordance with AWWA D107, Section 9, "Inspection and Testing". PART 3 EXECUTION 3.01 FOUNDATION A. Excavation The foundation bearing surface and excavation shall be inspected by a representative of the geotechnical engineer prior to foundation construction. Verification of the applicable design and construction recommendations is required. The geotechnical engineer shall be retained by the City. After verification of the foundation bearing surface, provide a 2 in. thick concrete working slab within the lower excavation limits. Grade the site to prevent runoff from entering the excavation. B. Concrete Construction The foundation shall be constructed in accordance to the requirements specified herein and as per recommendations as specified in the geotech report attached at the end of these documents. Composite Elevated Storage Tank 33 16 19—16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 For shallow foundations, reinforcement placed adjacent to a concrete working slab shall have a 2 in. minimum cover, and shall be supported by precast concrete block, metal or plastic bar supports. For deep foundations, if augered cast-in-place piles are constructed, the Contractor is required to utilize a Pile Installation Recorder (PIR-A) during construction and an automatic pump stroke counter to be recorded after each pile installation and reset prior to commencing construction on the next pile. The PIR-A will provide real time grout factor verses depth to the pile installation Contractor so that deficiencies can be addressed prior to completion of the pile. The PIR-A recorded data shall be provided to the inspector employed or retained by the Owner or Engineer immediately after the install completion of each pile. Pile Integrity Testing shall be provided by the Contractor for a minimum of 25% of the piles for augered cast-in-place pile construction. The sides of foundations shall be formed using any suitable system conforming to ACI 318. Earth cuts shall not be used as forms for vertical surfaces. Forms shall be provided on top sloping surfaces steeper than 2.5 horizontal to 1 vertical. Straight form panels may be used to form circular foundation shapes. The minimum design radius shall be maintained at all sections. C. Finish Formed surfaces shall have a smooth form finish when exposed and a rough form finish when not exposed. Unformed surfaces shall have a troweled finish when exposed and floated finish when not exposed. 3.02 CONCRETE SUPPORT STRUCTURE A. Architectural Concrete Construction The exposed exterior surface of the concrete support wall is designated architectural concrete. The concrete and formwork requirements of this section shall be strictly enforced to ensure concrete of the highest practicable architectural standard. Formwork design, installation and removal shall comply with the minimum requirements of ACI 318, ACI 117 and the applicable requirements of ACI 347, except as modified by this Section. Attention shall be given to ensure the same concrete design mix is used throughout the support wall. The proportion, type and source of cement and aggregates shall not be changed. Uniform moisture content and placing consistency shall be maintained. Placement is crucial to achieving architectural concrete. All wall concrete shall be placed vertically and directly inside the reinforcement cage with drop chutes to prevent form splatter and the resulting surface finish variations. Placement methods that introduce concrete horizontally through wall reinforcement are strictly prohibited. Support wall reinforcement shall be installed with plastic supports. Maximum spacing of supports for welded wire fabric shall be 5 ft. centers, horizontal and vertically. Forming systems shall be designed with the provision of ties and bracing such that concrete components conform to the correct dimensions, shape, alignment and elevation. Embedded items shall be properly positioned and secured. Form surfaces shall be thoroughly cleaned of concrete residue and coated with a release agent prior to placing reinforcement. Do not allow excessive release agent to accumulate on the form surface. Steel forms shall be coated with a non-staining, rust preventative form oil or otherwise protected. Steel formwork with rust stains and damaged surfaces shall not be used. Composite Elevated Storage Tank 33 16 19—17 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Support wall concreting shall incorporate segmented placement procedures. Temporary vertical bulkheads shall divide the wall pour into segments corresponding to a single truckload of concrete. The bulkheads shall be located at rustications, braced rigid and tight to maintain vertical alignment under concrete load. Wall segment concrete shall be placed vertically and continuously to full form height from a single truck load of concrete. Vertical pour rate shall be a minimum of 15 feet per hour. Placement from multiple loads is not permitted. Temporary bulkheads shall not be removed until adjacent concrete is placed. The forming system for the pedestal wall shall be fully engineered and detailed with procedures to meet the increased demands of architectural concrete. The support wall shall be constructed with a jump form process using form segments prefabricated to match the wall curvature. Concrete pour height shall be a minimum of 6 ft. and a maximum of 10 ft. Form panels shall be designed for lateral pressures associated with full height plastic concrete head and eccentric loads resulting from the segmented wall pour procedure. Form panels shall extend the full height of the concrete pour using only vertical panel joints. Form system shall be designed to lap and be secured to the previous wall pour. The space between the form and the previous pour shall be sealed to prevent grout leakage. Wall forms shall incorporate a positive means of adjustment to maintain dimensional tolerances specified. Wall forms shall be adjusted for vertical plumb and circularity and locked into position with through wall form ties prior to concrete placement. Working platforms that allow safe access for inspection and concrete placement shall be provided. Form surfaces shall be steel, plastic or fiberglass coated material. The form system shall incorporate a uniform pattern of vertical and horizontal rustications to provide architectural relief to the exterior wall surface. Rustication strips shall be sealed to the form face to eliminate the grout leakage that results in broken corners, color variations and rock pockets. Broken edges and chamfers will not be accepted. All construction joints and panel joints shall be located in rustications. Vertical panel joints shall be sealed using closures which combine with the form pattern to eliminate grout leakage and panel joint lines. All joints shall be grout tight. The vertical and horizontal rustications shall be proportioned and combined to impart a symmetrical architectural pattern to the completed structure. Form ties shall be located in a uniform pattern. No architectural form treatment is required on the interior surface. Wall forms shall not be disturbed or removed until the concrete has attained sufficient strength to prevent forming operations or environmental loads from causing surface damage or excessive stress. Support wall concreting operations shall occur a maximum of once per day. Forms are to be removed and the concrete finish inspected prior to the subsequent placement of the next wall pour. Multiple form movements and concrete placements within a day are not permitted Form removal shall be based on early age concrete strength testing. The minimum concrete strength shall be established by the Contractor, based on an analysis of stress at critical stages throughout the forming and concrete operations. Early age concrete testing shall be in accordance with ACI 228.1 R- 95. Pull Out testing in accordance with ASTM C 900-99, Maturity Method testing in accordance with ASTM C 1074-93, or field cured cylinders compressive strength tested in accordance with ASTM C 172 are the acceptable methods to determine early concrete strength. The structural floor system shall be designed to support all temporary construction loads. Adequate shoring and bracing shall be provided to transfer loads without appreciable movements. Shoring and forms for the structural dome slab shall remain in place until the concrete has gained sufficient strength to carry the floor weight without damaging deflections. A system of precast segments, concreted and structurally tied together can be used in lieu of cast in place. Composite Elevated Storage Tank 33 16 19—18 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 In periods of cold weather as defined by ACI 306, concrete surfaces shall be protected in accordance with recommendations until the component attains 35% of the specified compressive strength. At this time, protection may be removed subject to the allowable temperature differential. A reasonable temperature differential shall be defined, based on component thickness and restraint conditions. B. Finish Provide a smooth form finish without rub for the interior and exterior support wall. Tie holes shall be plugged using grout on the interior and manufactured plugs on the exterior which match the color of the cured concrete as closely as possible. Provide a light sandblast to the exposed exterior concrete support wall surface. Provide a smooth form finish without rub for the interior dome slab. The unformed surface shall have a floated finish. C. Dimensional Tolerances Support structure concrete construction shall conform to the following: Variation in thickness: wall.....................................................................................-3.0% to +5.0% dome................................................................................-6.0% to +10.0% slab floor.............................................................................-3.0%to +5.0% Support wall variation from plumb: in any 10 feet of height...................................................................... 1 inch in any 50 feet of height...................................................................... 2 inch maximum in total height.................................................................3 inches Support wall diameter variation........................................................................0.4% not to exceed .................................................................................3 inches Dome floor radius variation..............................................................................1.0% Level alignment variation: from specified elevation .................................................................... 1 inch from horizontal plane ..................................................................... 1/2 inch Offset between adjacent pieces of formwork: exterior exposed surfaces.... ......................................................... 1/8 inch interior exposed surfaces..... ......................................................... 1/4 inch D. Mock Up Panel A mock up panel shall be constructed using the proposed form work, concrete and placement methods. Minimum size will be 4 ft wide by 6 ft high. This panel shall be agreed upon by the Contractor and Engineer as the reference standard with which to judge surface quality, appearance and uniformity of texture and color. Review and acceptance of formed concrete surface must be made immediately upon form removal. Succeeding pours shall not be placed until the most recent wall pour has been stripped and the form surface approved. The Contractor shall be responsible to inform the Engineer as to pour schedule. Contractor shall meet all requirements of standard specification 030020. Concrete with surface defects exceeding limitations specified herein or not meeting the standard represented by the mock-up panel shall be repaired to meet that standard, or removed at no additional cost to the Owner. Composite Elevated Storage Tank 33 16 19—19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3.03 STEEL TANK A. Welding Welding procedures and general welding requirements shall be in accordance with AWWA D107, Section 9.5, "Welding". No structural welding is permitted to any steel embedded in hardened concrete, unless the weld is at least 2 ft. from the embedment interface. Grinding of weld contour shall approximate Condition "D"of NACE Standard RPO 178. B. Fabrication Layout, cutting, forming, edge preparation and workmanship for steel tank components and fabrications shall be in accordance with AWWA D107, Section 5.4, "Fabrication and Construction Requirements". C. Tank Erection Steel tank erection procedures and general requirements shall be in accordance with AWWA D107, Section 5.4, "Fabrication and Construction Requirements". D. Tolerances Steel tank tolerances shall be in accordance with the requirements of API 650, Section 5.5. Steel cone shall be constructed to the following tolerance. The deviation from the theoretical conical surface shall not exceed 0.032 SRT, when measured in the radial direction over length 4�RT, where R is the radius normal to the plate surface at the point of consideration, and T is the plate thickness. E. Grouting The interface between the steel tank floor plate and the supporting structural concrete slab shall be constructed with a minimum 1 in. void. Subsequent to testing, the void shall be filled with a flowable grout mix. 3.04 FIELD QUALITY CONTROL A. Concrete Testing and Inspection The evaluation and acceptance of concrete shall be in accordance with Section 030020 of this specification. The support wall radius, plumb and thickness shall be verified for each concrete lift at 60 degree intervals. Vertical alignment and radius shall be checked using a visible beam laser. Measurement shall be made to the outside form surface. Daily measurements shall be provided to resident inspector. An inspection report certified by the tank designer shall be provided to the Owner at project completion. B. Steel Tank Testing & Inspection Inspection procedures for the steel tank shall be as required by AWWA D107, Section 9, "Inspection and Testing". Radiographic inspection of full penetration butt-welded joints shall be made by an independent inspection company retained by the Contractor. Erection tolerance of the steel cone in the radial direction shall be measured. Provide field measurements at 30-degree intervals. Composite Elevated Storage Tank 33 16 19-20 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Weld joints of plate over the structural concrete floor shall be tested for leaks by vacuum box/soap solution testing, or equivalent method prior to grouting. 3.05 CLEANING A. Site The project site shall be kept in a clean and safe condition at all times. The Contractor shall remove all construction equipment and debris at project completion. B. Tank Disinfection Water and sufficient pressure for flushing, cleaning, initial testing and disinfection shall be supplied by the Owner at no cost to the Contractor. Disinfection shall be in accordance with AWWA C652. Tank leakage test shall be performed during disinfection. Note: The City of Corpus Christi's water is treated using chloramines. END OF SECTION Composite Elevated Storage Tank 33 16 19-21 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Composite Elevated Storage Tank 331619-22 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 40 05 67 PRESSURE AND FLOW-CONTROL VALVES PART1 GENERAL 1.01 SCOPE OF WORK A. This specification covers automatically acting valves used for the purpose of controlling pressures and flow in pipelines. B. The CONTRACTOR shall furnish all labor, materials, equipment, and incidentals to perform all necessary installation and testing to complete the work described herein. C. Equipment shall be assembled and placed into proper operating condition in conformance with the drawings, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by the plans and specifications. D. Each item shall be furnished and installed complete with all mechanical and electrical equipment required for proper operation, all components indicated on the drawings or specified, and all additional materials or construction required by the design of the system. 1.02 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submittals required after award of contract and prior to shipping: 1. Technical bulletins and brochures 2. Certification of compliance with specifications 3. Fabrication drawings 4. Manufacturer specifications 5. Cavitation chart showing flow rate, differential pressure, percentage of valve opening, Cv factor, and system velocity. C. Submittals required as soon as practical after generation, and prior to installation and testing 1. Shop Test Reports. D. Submittals required prior to final walkthrough 1. Operation & Maintenance Manual. 2. Complete parts list E. Submit certified shop drawings, manufacturer's specifications, catalog data, descriptive literature, illustrations, and other materials as may be deemed necessary for proper appraisal of quality and function. Submission includes factory work sheets which identify each piece of equipment as specified hereinafter. Pressure and Flow-Control Valves 400567-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 F. Material submitted for review contained in one submission. Partial submittals will not be reviewed. Sales bulletins or other general publications are not acceptable as submittals for review except where necessary to provide supplemental technical data. G. Mark drawings and data to show only items applicable to work herein specified. Show all data including nozzle schedule, bill of materials, rated capacities, materials of construction, layouts, and construction details. Show dimensions, mounting, and external connection details on all drawings. H. Number and identify equipment to correspond with terminology on drawings. Use numbers on all submittal sheets and shop drawings. I. Submit operating and maintenance instructions and separate parts lists. Operating instructions shall also incorporate a functional description of entire system including system schematics which reflect "as-built" modifications. Clearly define special maintenance requirements particular to system along with special calibration and test procedures, and safety and material handling considerations. 1.03 REFERENCE STANDARDS A. The following standards are listed for references. Other standards may also apply. 1. ASME/ANSI B16.5: Pipe Flanges and Flanged Fittings 2. ASME/ANSI B16.42: Ductile Iron Pipe Flanges and Flanged Fittings 3. ASTM A536: Ductile Iron Casings 4. ASTM B62: Composition Bronze or Ounce Metal Castings 5. AWWA C110: Ductile Iron and Gray Iron Fittings 6. AWWA C115: Flanged Ductile Iron Pipe with Ductile Iron or Gray Iron Threaded Flanges 7. AWWA C116: Protective Fusion-Bonded Epoxy Coatings forthe Interior and Exterior Surfaces of Ductile-Iron and Gray Iron Fittings for Water Supply Service 8. AWWA C153: Ductile Iron Compact Fittings 9. AWWA C530: Pilot Operated Control Valves 10. AWWA C550: Protective Interior Coatings for Valves and Hydrants 11. NSF/ANSI 61: Drinking Water System Components 1.04 QUALITY ASSURANCE B. Manufacturer's Qualifications 1. All work shall comply with the General Conditions. 2. Equipment supplied shall be of manufacturer's latest and proven design, compatible with functions required. Supplier shall be regularly engaged in the manufacture of pilot operated control valves having similar service and size. The valves covered by this specification are intended to be standard equipment that has proven ability and shall be new and free from defects or contamination. 3. All equipment from manufacturers not included in this specification will be considered a substitution, and the CONTRACTOR will be required to submit a formal substitution request. The Owner shall be the sole judge of the acceptability of any substitution requested. If the substitution request is found to be unacceptable by the Owner, then the CONTRACTOR shall provide the listed equipment at no additional expense to the Owner. The CONTRACTOR shall be responsible for any delays as a result of a substitution request. 4. Equipment from a manufacturer not included in this specification must still conform to all specifications and must undergo the standard submittal review process. Pressure and Flow-Control Valves 400567-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 5. Components furnished shall be consistent with the manufacturer's standard for the intended service. 6. All equipment specified under this section shall be furnished by the equipment manufacturer who shall be responsible for the adequacy and compatibility of all components, including but not limited to the valve body, actuator, pilot system, and any electronic components. Any component of each complete unit not provided by the equipment manufacturer shall be designed, fabricated, tested, and installed by the factory authorized representatives experienced in the design and manufacturer of the component. This requirement does not relieve the CONTRACTOR of the overall responsibility for this portion of the work. B. Acceptable Manufacturers 1. The equipment supplied shall be the latest standard product of a manufacturer regularly engaged in the production of pilot operated control valves, and shall be as manufactured by: a. Bermad b. Cla-Val C. Ross Valve C. Services of Manufacturer's Representative 1. The CONTRACTOR shall coordinate the work schedule of the manufacturer's service personnel during construction, testing, start-up, and acceptance. 2. Provide services of factory-trained representative, specifically trained on type of equipment specified. Submit qualifications of representative for approval prior to start- up and training. If difficulties in operation during start-up, testing, calibration, or instruction, additional time shall be provided at no cost to the owner to complete the necessary work. (Hourly requirements listed below are exclusive of travel time, and do not relieve CONTRACTOR of obligation to provide sufficient service to place equipment in satisfactory operation.) a. Installation: to assist in location of anchor bolts; setting, leveling, field erection, etc.; coordination of piping, electrical, miscellaneous utility connections: 8 hours b. Start-up, testing, and calibration: 8 hours C. Operation and maintenance instruction, including use and explanation of manual: 8 hours d. Service-inspection during the first year of operation, for use at Owner's request and exclusive of repair, malfunction, or other trouble-shooting service calls: 8 hours (not anticipated as consecutive.) 3. Time and materials used to correct defective equipment at no cost to Owner and in addition to time periods specified above. 1.05 DELIVERY, STORAGE AND HANDLING A. The CONTRACTOR is expressly directed to make themselves, their workers, and their subcontractors familiar with the hazards involved in handling the equipment and all components, and to cause all safety precautions to be taken. B. Packing: 1. All parts shall be property protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the equipment is read for operation, including periods of storage on the site. Pressure and Flow-Control Valves 400567-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2. The packing and protection shall be accomplished in such a way as to allow easy identification of the individual components without damaging the protection of those components. 3. Exposed finished surfaces, such as flanges, shall be protected by wooden blank flanges or similar, strongly built and securely bolted thereto. 4. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion 5. Plastic and other materials that are brittle or subject to degradation shall be protected for direct exposure to the sun, extremes in temperature, or any other condition that may cause damage, degradation, or deformation. C. Shipping: 1. Ship equipment, material, and spare parts complete except where partial disassembly is required by transportation regulations or for protection of components. 2. Pack spare parts in containers bearing labels clearly designating contents and pieces of equipment for which intended. 3. Deliver spare parts at same time as pertaining equipment. Deliver to Owner after completion of work. D. Receiving: 1. All material shall be checked immediately on receipt to ensure no damage has occurred during shipment. In the event of damage, CONTRACTOR shall obtain replacement components at no additional cost to Owner and in a prompt manner to prevent delays to the schedule 2. Following receipt CONTRACTOR shall store all equipment in a secure manner to prevent loss or damage. 1.06 MAINTENANCE/SPARE PARTS A. Furnish and deliver to Owner at site of work the following spare parts, all of which are identical and interchangeable with parts installed in system: 1. One (1) set of spare gaskets, seals, o-rings, etc. (all types) 2. One (1) spare valve control panel 3. One (1) spare transmitter 4. Two (2) solenoids B. Provide all other manufacturer's recommended spare parts necessary to maintain each unit in operation for period of one year. C. Pack in containers bearing labels clearly designating contents and pieces of equipment for which they are intended. D. Deliver spare parts at same time as equipment to which they pertain. CONTRACTOR shall properly store and safeguard such spare parts until completion of work, at which time they shall be delivered to Owner. Pressure and Flow-Control Valves 400567-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.07 WARRANTY/EXTENDED WARRANTY A. The manufacturer shall warrant the equipment and accessories against material and workmanship defects for a period of two (2) years which starts on the date of Substantial Completion of the Project. The CONTRACTOR shall submit the manufacturer's warranty document before final acceptance. PART 2 PART 2 PRODUCTS 2.01 MATERIALS A. General 1. CONTRACTOR to provide an integrated system with components supplied by one manufacturer who provides all equipment and appurtenances and is responsible to CONTRACTOR for operation. 2. The CONTRACTOR shall furnish and install control valves, tubing, solenoid valves, controls, wiring, and appurtenances, complete and operable, in accordance with these Contract Documents. 3. Construction of control valves shall conform to the following requirements as listed in this specification. B. Valves 1. The valves shall be hydraulically operated, single diaphragm, control valve with full size internal port. Either globe or Y-pattern configuration is acceptable for installation in horizontal runs of pipe. 2. The valve body shall consist of three major components: the body (with seat installed), the cover, and the diaphragm assembly (including the diaphragm, shaft, and seal). A separate pilot system shall also be incorporated to provide necessary control of the valve. 3. The diaphragm assembly shall form a sealed chamber in the upper portion of the valve and be guided by means of bushing(s) or guides. Packing glands and/or stuffing boxes are not permitted, and there shall be no pistons operating the main valve. 4. The diaphragm assembly shall be the only moving part and shall be securely mounted on a stem of sufficient diameter to withstand high dynamic pressures. 5. When closed the valve shall form a drip-tight seal between the stationary seat ring and the resilient disk. 6. Valve shall operate with non-slam closing under all conditions. 7. Valve body and cover shall be manufactured of cast material; no fabrication or welding shall be used in the manufacturing process. 8. Valve assembly and all wetted components shall have NSF 61 certification. 9. Materials of construction: a. Valve Body&Cover: Cast Ductile Iron (ASTM A536) b. Stem: 316 SS C. Seat Ring: 316 SS d. Trim: 304/316 SS e. Bolts: 316 SS f. Tubing & Fittings: 316 SS g. Resilient Disk: Buna-N (NBR) or EPDM Pressure and Flow-Control Valves 400567-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 h. Pressure Rating: 150 psi 10. Ambient Temperature Range: -40 to + 180 °F 11. Operating Fluid: Potable Water 12. Installation Location: Suitable for outdoors 13. End Connections: ASME B16.42 Class 150 flanges 14. Valves shall have a protective fusion bonded epoxy coating internally and externally, 10 mil thick, and consistent with Section 09 90 00. The epoxy coating shall conform to the AWWA C550 and NSF 61. No machining of any external parts after final coating will be acceptable to ensure a continuous coating surface throughout the entire valve. 15. Diaphragm shall be of flexible, non-wicking, FDA/NSF approved material consisting of synthetic rubber compatible with the operating fluid. The diaphragm shall be fully supported in the valve body and cover by machined surfaces in the fully open and closed positions. 16. The seat ring shall be easily replaceable without special tools. 17. The resilient disk shall have a rectangular cross-section. No O-ring type disks (circular, square, or quad-type) shall be permitted as the seating surface. The disk retainer shall be of a sturdy one-piece design capable of withstanding opening and closing shocks. 18. All repairs and maintenance shall be possible without removing the valve from the line. To facilitate easy removal and replacement of the diaphragm assembly and to reduce unnecessary wear on the guide, for globe and angle configurations the stem shall be vertical when the valve is mounted in a horizontal line. For Y-pattern valves the stem shall be in a comparable position. 19. Each valve shall be air or hydraulically tested prior to shipment. The standard test shall include leakage test, seat leakage test, and stroke test. Where the set-point is provided, manufacturer will preset the pilot. C. Accessories 1. All control valves shall have the following accessories, where included as standard or options: a. Opening Speed Control. b. Closing Speed Control. C. Tubing Isolation Valves. d. Stainless Steel Tubing & Fittings. e. Valve must vent to atmosphere. f. Y-Strainer(s) on tubing. g. Local Visual Position Indicator. h. Valve Position Transmitter. 2. Valve and fittings shall be configured with Heat Tracing & Insulation for outdoor installation when outdoor installation is indicated in the drawings. D. Solenoid: 1. Control valves supplied shall be capable of operation by solenoid valve for purposes of remote actuation where so indicated in the plans. 2. The electronic solenoids shall initiate hydraulic opening/closing of the valve. The valve shall conform to the following specifications: a. Configuration: One normally Closed solenoid and one Normally Open solenoid. The solenoid valves will actuate a pair of 3/"2-way hydraulic relay valves. b. Enclosure: NEMA 4 C. Power: 120V AC 60 Hz and shall have manual operators. Pressure and Flow-Control Valves 400567-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 d. Energize/Fail Position: Coordinate with Manufacturer. e. Body& Cover: Stainless Steel f. Pressure Rating: adequate to meet the working and transient/test pressures. g. Trim: Stainless Steel h. Rubber Material: Buna-N i. Adjustment Range 0-100 psi 3. The valve shall be factory assembled with all control tubing, opening, and closing speed controls, isolations ball valves, control filter, solenoids, and hydraulic relay valves. 2.02 CONTROL PANEL VALVE CONTROLLER A. Provide a manufacturer's standard NEMA 4X Stainless Steel valve control panel. B. The panel shall be UL listed and labeled. C. The panel shall provide the 1/0 signals as shown on the P&IDs and as described in Division 40. D. Valve control panel shall be 120V AC. E. Provide valve controller or PLC-based controller and installed the controller inside the valve control panel. F. Provide graphic touch screen or display with keypad to show valve status, alarm and parameter set points. G. If PLC-based controller, provide one copy of PLC program software and license to the City. Provide PLC programming special cable and adaptor if required. H. If PLC-based controller, provide PLC application software to City. The PLC program shall not have any password protection. I. The graphic display operation screen shall use City color scheme listed if possible. J. Submittal: provide a complete valve controller submittal for City and Engineer review. The submittal shall include panel drawings, bill of material, control 10 drawings and operation manual. K. Provide following valve controls: 1. Valve shall have Local-Off-Remote mode on the touch screen or physical select switch installed on the panel. a. When switch at Local mode, the valve shall provide Local Manual mode and Local Auto mode (i) Local Manual mode: provide valve position setpoint and valve shall be opened to desired position setpoint. (ii) Local Auto mode: provide system pressure setpoint on the touch screen, valve controller shall provide PI control to maintain system pressure to desired pressure setpoint. Pressure and Flow Control Valves 400567-7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 b. When switch is Remote mode, valve will be controller by SCADA. SCADA will send valve position setpoint and valve shall go to desired SCADA position. 2. System pressure signal will be provided to the valve controller for valve system pressure control. PART 3 PART 3 EXECUTION 3.01 INSTALLATION A. Install all equipment in accordance with manufacturer's instructions and as indicated in plans. B. Prior to testing and start-up, inspect the installation to verify the system is ready for complete testing and calibration. Manufacturer factory representative to check and approve installation. On approval of installation, representative shall address a letter to the Owner stating that the valves are installed per the manufacturer's recommendations and outlining all installation and start-up procedures. C. Coordination 1. Coordinate with operations regarding all modifications to the existing facilities. 2. Coordinate with Division 40— Process Interconnections regarding requirements of control valves. D. Training 1. Furnish training to Owner's personnel on operation and maintenance of all installed components, to be provided by manufacturer's representative and at a time and place to be coordinated with Owner. E. Demonstration/Acceptance 1. After installation of equipment in the presence of the Owner, operate each unit to demonstrate its ability to operate without leakage and to perform its specified functions satisfactorily. F. Startup 1. No form of energy shall be turned on to any part of the system prior to receipt by Owner of certified statement of approval of installation from CONTRACTOR containing his supplier's authorization to energize system, except that supplier's servicemen may do so for purposes of check-out. 3.02 FIELD TESTING A. After installation, and in presence of the Owner, test all components for tightness in acceptable manner. Furnish suitable testing plugs or caps, all necessary pipe connections,test fluids,gauges, other equipment, and all labor required for these tests. Pressure and Flow Control Valves 400567-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 B. Remove or isolate (valve ofd from lines all instrumentation and appurtenant equipment which is incapable of withstanding the test pressures (e.g., rotometers). C. At the time of the tests make all adjustments necessary to place equipment in satisfactory working order. D. Repair or replace as necessary and retest all items failing to pass required tests at no additional cost to Owner. E. Clean, repair to satisfaction of the Owner, or replace all equipment or property damaged by testing procedures at no additional cost to the Owner. 3.03 CLEANING A. Carefully clean all installed equipment in a manner consistent with potable water service. B. Dismantle and clean new valves and other equipment before use. If packings are oily or dirty, repack valves with manufacturer's recommended packing. C. Clean all piping in a manner acceptable by the Owner prior to testing. END OF SECTION Pressure and Flow Control Valves 400567-9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 43 21 01 DUPLEX BOOSTER PUMP STATION PART 1—GENERAL 1.01 SECTION INCLUDES A. Work under this section includes,but is not limited to,furnishing,and installing a factory built duplex booster pump system as indicated on the project drawings, herein specified, as necessary for proper and complete performance. 1.02 REFERENCES A. Publications listed below form part of this specification to extent referenced in the text by basic designation only. Consult latest edition of publication unless otherwise noted. 1. American National Std.Institute(ANSI)/American Water Works Assoc.(AWWA) a. ANSI B16.1 Cast iron pipe flanges and flanged fittings. b. ANSI/AWWA Cl 15/A21.51 Cast/ductile iron pipe with threaded flanges. c. ANSI 253.1 Safety Color Code for Marking Physical Hazards. d. ANSI B40.1 Gages,Pressure and Vacuum. e. AWWA C508 Single Swing Check Valves 2. American Society for Testing and Materials(ASTM) a. ASTM A48 Gray Iron Castings. b. ASTM A126 Valves,Flanges,and Pipe Fittings. c. ASTM A307 Carbon Steel Bolts and Studs. d. ASTM A36 Structural Steel. 3. Institute of Electrical and Electronics Engineers(IEEE) a. ANSI/IEEE Std 100 Standard Dictionary of Electrical Terms. b. ANSI/IEEE Std 112 Test Procedure for Polyphase Induction Motors. c. IEEE Std 242 Protection of Industrial and Control Power Systems. 4. National Electric Code(NEC)/National Electrical Manufacturers Assoc. (NEMA) a. NEC National Electric Code. b. NEC 701 National Electric Code article 701. c. NEMA Std MG Motors and Generators. 5. Miscellaneous References a. Ten-State Standards Recommended Standards for Sewage Works. b. Hydraulic Institute Std for Centrifugal,Rotary and Reciprocating Pumps. c. NMTBA and JIC Std. National Machine Tool Builders Association and Joint Industrial Council Standards d. ISO 90011nternational Organization for Standardization. Duplex Booster Pump Station 432101-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.03 SYSTEM DESCRIPTION A. Contractor shall furnish and install one factory built, automatic pressure booster pump station with integral base. The station shall be complete with all equipment specified herein; factory assembled on a common steel baseplate. B. In addition to the steel base,principle items of equipment shall include pumps,motors,internal piping,valves, motor control panel and internal wiring. C. panel with thermal magnetic circuit breakers, motor starters, automatic control systems for normal and standby operation,and internal wiring. D. Factory built pump station design,including materials of construction,pump features,valves and piping,and motor controls shall be in accordance with requirements listed under PART 2-PRODUCTS of this section. 1.04 PERFORMANCE CRITERIA A. The horizontal split case pump(s) shall have a rated capacity of_4000 GPM when boosting pressure _75_TDH with a constant suction pressure of_45_PSIG set with a pressure sustaining valve (PSV). Motor and pump speed shall not exceed_1180_RPM. Design Condition GPM TDH MAX DESIGN PRESSURE 1180 RPM 4000 75 MIN DESIGN PRESSURE 900 RPM 4000 30 MAX INLET PRESSURE(PSI) 45 PSI 45 PSI MAX HORSEPOWER REQUIREMENT 100 B. Station Power Requirements 1. Site power furnished to pump station shall be [3]phase, [_60_]hertz, [_480_]volts, [ 4_]wire, maintained within industry standards. Voltage tolerance shall be plus or minus 10 percent. Phase-to- phase unbalance shall not exceed 1% average voltage as set forth in NEMA Standard MG-1. Control voltage shall not exceed 132 volts. 1.05 SUBMITTALS A. Product Data 1. Prior to fabrication,pump station manufacturer shall submit submittal data in portable document format (.pdf)form for review and approval. 2. Prior to fabrication,pump station manufacturer shall submit[1] Electronic copy for submittal data for review and approval.And_1_Paper Copy with delivery. B. Shop drawings shall provide layout of mechanical equipment and anchor bolt locations for equipment baseplate. The electrical ladder logic drawings shall illustrate motor branch and pressure control circuits to extent necessary to validate function and integration of circuits to form a complete working system. C. Operations Maintenance Manuals 1. Installation shall be in accordance with written instructions provided by the pump station manufacturer. Comprehensive instructions supplied at time of shipment shall enable personnel to properly operate and Duplex Booster Pump Station 43 2101—2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 maintain all equipment supplied. Content and instructions shall assume operating personnel are familiar with pumps,motors,piping and valves,but lack experience on exact equipment supplied. 2. Documentation shall be specific to the pump station supplied and collated in functional sections. Each section shall combine to form a complete system manual covering all aspects of equipment supplied by the station manufacturer.Support data for any equipment supplied by others,even if mounted or included in overall station design,shall be provided by those supplying the equipment.Instructions shall include the following as a minimum: a. Functional description of each major component,complete with operating instructions. b. Instructions for operating pumps,pump controls in all modes of operation. c. Calibration and adjustment of equipment for initial start-up,replacement of control components,or as required for routine maintenance. d. Support data for commercially available components not produced by the station manufacturer,but supplied in accordance with the specifications, shall be supported by literature from the prime manufacturer and incorporated as appendices. e. Electrical schematic diagram of the pump station circuits shall be in accordance with NFPA70. Schematics shall illustrate,to the extent of authorized repair,pump motor branch,control and alarm system circuits including interconnections. Wire numbers and legend symbols shall be shown. Schematic diagrams for individual components, not normally repairable by the station operator, need not be included.Details for such parts shall not be substituted for an overall system schematic. Partial schematics, block diagrams, and simplified schematics shall not be provided in lieu of an overall system diagram. f. Mechanical layout drawing of the pump station and components,prepared in accordance with good commercial practice,shall provide installation dimensions and location of all pumps,motors,valves and piping. 3. Operation and maintenance instructions which rely on vendor cut-sheets and literature which include general configurations or require operating personnel to selectively read portions of the manual shall not be acceptable. Operation and maintenance instructions must be specific to equipment supplied in accordance with these specifications. 1.06 QUALITY ASSURANCE A. The pumps and pump station manufacturer must be ISO 9001:2000 revision certified, with scope of registration including design control and service after sales activities. B. The pumps and pump station manufacturer must be registered to the ISO 14001 Environmental Management System standard and as such is committed to minimizing the impact of its activities on the environment and promoting environmental sustainability by the use of best management practices, technological advances, promoting environmental awareness and continual improvement. C. Upon request from the engineer,the pump station manufacturer shall prove financial stability and ability to produce the station within the specified delivery schedules. Evidence of facilities, equipment and expertise shall demonstrate the manufacturer's commitment to long term customer service and product support. D. Manufacturer must show proof of original product design and testing. Products violating intellectual property regulations shall not be allowed, as they may violate international law and expose the user or engineer to unintended liabilities. "Reverse-engineered" products fabricated to substantially duplicate the design of original product shall not be allowed,as they may contain substantial differences in tolerances and material applications addressed in the original design,which may contribute to product failure. E. The term"pump manufacturer"or"pump station manufacturer"shall be defined as the entity which designs, machines,assembles,hydraulically tests,and warranties the final product. Any entity that does not meet this definition will not be considered a "pump manufacturer" or "pump station manufacturer" and is not an acceptable supplier. For quality control reasons and future pump and parts availability,all major castings of the pump shall be sourced and machined in North America. Duplex Booster Pump Station 432101-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 F. Pump Performance Certifications a. Each pump shall undergo a certified hydrostatic test at 150%of the pressure developed at shut-off head. During unattended operation, the pump shall retain adequate liquid in the casing to insure automatic repriming while operating at its rated speed in a completely open system.The need for a suction check valve or external priming device shall not be required. b. Certified performance tests shall be performed on each pump utilizing its specified drive.If variable frequency drives are specified,one drive of each rating shall be used to drive the appropriate pump in the system.Upon request from the engineer,certified reprime performance test results,prepared by the manufacturer, and certified by a registered professional engineer, shall be submitted for approval prior to shipment. c. All tests shall be performed in accordance with the Hydraulic Institute Test Standards for Centrifugal Pumps- 1.6(1988). d. Six evenly spaced test points shall be taken and shall include conditions at shut-off(zero flow)and the operating points specified herein. Preliminary test data must be submitted to the owner seven days prior to the actual test date. 1) Liquid to be used for all tests shall be water. G. Certified Pump Performance Test 1. Tests shall be conducted using a dynamometer in accordance with Hydraulic Institute Standards (ANSI/HI) 14.6.3.4 acceptance grade IU. A minimum of five test points shall be measured. Test point data shall include flow,head, pump shaft input speed and torque. Efficiency and horsepower shall be calculated using the measured test point data. Performance test data evaluation shall be in accordance with ANSI/Hl 14.6.3.4.2. 2. For pumps utilizing up to(13 HP)motors;but larger than(13 HP),tests shall be conducted in accordance with Hydraulic Institute Standards(ANSI/HI)14.6.3.4.1,as the specified head,capacity,rated speed and horsepower. Duplex Booster Pump Station 432101-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 H. Factory System Test 1. All components including the pumps, motors,valves,piping and controls will be tested as a complete working system at the manufacturer's facility. Tests shall be conducted in accordance with Hydraulic Institute Standards at the specified head and capacity per acceptance grade IU.Factory operational test shall duplicate actual performance anticipated for the complete station. 2. Upon request from the engineer, the operational test may be witnessed by the engineer, and/or representatives of his choice,at the manufacturer's facility. I. The manufacturer's technical representative shall inspect the completed installation,correct or supervise the correction of any defect or malfunction, and instruct operating personnel in the proper operation and maintenance of the equipment as described in Part 3 of this section. 1.07 MANUFACTURER'S WARRANTY A. The pump station manufacturer shall warrant all equipment to be of quality construction, free of defects in material and workmanship.A written warranty shall include specific details described below. 1. In addition to defects in material and workmanship, fiberglass reinforced polyester station enclosures (where applicable)are warranted 100%for sixty(60)months to be resistant to rust,corrosion,corrosive soils,effects of airborne contamination or physical failures occurring in normal service for the period of the pump station warranty.Pro-Rated Warranties are not acceptable. 2. All other equipment, apparatus, and parts furnished shall be warranted 100% for sixty (60) months, excepting only those items that are normally consumed in service, such as light bulbs, oils, grease, packing, gaskets, O rings, etc. The pump station manufacturer shall be solely responsible for warranty of the station and all components. B. Components failing to perform as specified by the engineer, or as represented by the manufacturer, or as proven defective in service during the warranty period,shall be replaced,repaired,or satisfactorily modified by the manufacturer. C. It is not intended that the station manufacturer assume liability for consequential damages or contingent liabilities arising from failure of any vendor supplied product or part which fails to properly operate,however caused. Consequential damages resulting from defects in design, or delays in delivery are also beyond the manufacturer's scope of liability. D. Equipment supplied by others and incorporated into a pump station or enclosure is not covered by this limited warranty. Any warranty applicable to equipment selected or supplied by others will be limited solely to the warranty,if any,provided by the manufacturer of the equipment. E. This limited warranty shall be valid only when installation is made, and maintenance is performed in accordance with manufacturer recommendations. A start-up report competed by an authorized manufacturer's representative must be received by manufacturer within thirty(30)days of the initial date the unit is placed into service. The warranty shall become effective on the date of acceptance by the purchaser or the purchaser's authorized agent, or sixty (60) days after installation, or ninety (90)days after shipment from the factory,whichever occurs first. Duplex Booster Pump Station 43 2101—5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PART 2—PRODUCT 2.01 UNITARY RESPONSIBILITY A. The pump station systems integrator must be ISO 9001:2000 revision certified, with scope of registration including design control and service after sales activities. B. In order to unify responsibility for proper operation of the complete pumping station,it is the intent of these Specifications that all system components be furnished by a single supplier(unitary source). The pumping station must be of standard catalog design,totally warranted by the manufacturer. Under no circumstances will a system consisting of parts compiled and assembled by a manufacturer's representative or distributor be accepted. 2.02 MANUFACTURER A. The specifications and project drawings depict equipment and materials manufactured by The Gorman-Rupp Company which are deemed most suitable for the service anticipated.It is not intended,however,to eliminate other products of equal quality and performance.The contractor shall prepare his bid based on the specified equipment for purposes of determining low bid.Award of a contract shall constitute an obligation to furnish the specified equipment and materials. B. After execution of the contract, the contractor may offer substitutions to the specified equipment for consideration.The equipment proposed for substitution must be superior in construction and performance to that specified in the contract, and the higher quality must be demonstrated by a list of current users of the proposed equipment in similar installations. C. In event the contractor obtains engineer's approval for equipment substitution,the contractor shall,at his own expense,make all resulting changes to the enclosures,buildings,piping or electrical systems as required to accommodate the proposed equipment. Revised detail drawings illustrating the substituted equipment shall be submitted to the engineer prior to acceptance. D. It will be assumed that if the cost to the contractor is less for the proposed substitution,then the contract price shall be reduced by an amount equal to the savings. 2.03 PUMP DESIGN A. The pumps shall be Horizontal Split Case. Performance criteria shall be in accordance with requirements listed under PART 1 - GENERAL of this section. B. Materials and Construction Features 1. Pump casing: Casing shall be close grain cast iron type ASTM 48, Class 40, designed for heavy duty service. Casing shall incorporate following features: a. The casing shall be horizontally split; (single)volute type with the suction and discharge flanges cast integrally with the lower half in order that the upper part may be removed for inspection of the rotating element without disturbing pipe connections. b. The upper half-casing flange shall have tapped holes for jackscrews. The interior shall be smooth and free from surface defects. c. Thickness, diameter, and drilling dimensions of suction flanges shall be Class (125) (250) ANSI standard. Discharge flanges shall be Class (125) (250)ANSI standard. Pump casings shall have a minimum_14_" suction and a_12_" discharge. Casings shall be drilled and tapped for vertical priming,gauge,and drain connections. Suitable lifting lugs or eyebolts shall be provided. d. Pump mounting feet shall be cast integrally with the lower half of the pump casing. Duplex Booster Pump Station 43 2101—6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 e. The joint between halves of the casing shall be heavily flanged and bolted and provided with dowel pins to insure accurate alignment. 2. Impeller a. Impeller shall be of the double suction enclosed type made entirely of ASTM B584-836 bronze, finished smooth all over and of ample strength and stiffness for maintaining the maximum capacity of the unit. b. The impeller shall be statically and dynamically balanced.The impeller shall be keyed to the shaft and held in axial position on the shaft by means of ASTM B148-954 bronze sleeves extended through the stuffing box and locked at the outside of the stuffing box with a locking nut.There shall be an O-ring between the sleeve and the nut to prevent entrance of air or liquid between the shaft and sleeve. 3. Wear Rings: a. At the running joint between the suction and discharge chambers,there shall be provided wear rings on both the casing and the impeller. b. The casing rings shall be of ASTM B505-927 bronze,positioned in the casing and locked against rotation by the upper half of the case. c. The impeller rings shall be of ASTM B505-932 bronze, so fastened that they cannot rotate or become loose when the pump is subjected to reverse rotation. The rings shall be made to limit gauges,so that they may be renewed without fitting. 4. Pump Shaft: a. The shaft shall be made of AISI 1141 and of such dimensions that the maximum combined stress due to bending and torsion shall not exceed 8000 pounds per square inch under the most severe conditions of operation. b. The shaft shall be accurately machined over its entire length. The first critical speed of the rotating assembly shall occur at not less than 150%of the rated speed. 5. Stuffing Boxes(Mechanically Sealed): a. The stuffing boxes shall be provided with mechanical seals. b. Stuffing boxes shall accept packing or mechanical seals without modification. c. Mechanical seals shall be furnished with a carbon seal ring,ceramic mating ring,viton elastomers and 316 stainless steel metal parts. d. Mechanical seals shall be rated for 250 PSIG pressure. The elastomers shall be rated for temperatures ranging from-20°F to 400°F. e. Pump shaft sleeves shall be furnished with a pre-machined groove designed to accept a setting ring, which shall eliminate the need for set collars or stop collars. Seals requiring stop or set collars are not acceptable. f. The rotating seal ring shall be provided with a 360-degree rubber encasement to provide a positive drive for the seal face without the need for metal drive notches which may cause face distortion or notch wear. The seal rings shall be permanently fixed in place and full flatness maintained by a precision crimp in the outer seal case. g. The mechanical seal shall be of a convoluted design which permits free movement, providing constant adjustment for shaft endplay and seal face wear. Positive face contact with the stationary seat shall be maintained at all times. Duplex Booster Pump Station 43 2101—7 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 h. To insure positive sealing by free movement of the seal head,the seal shall feature a hex style outer shell and drive band which shall absorb start-up and running torque and shall eliminate in stress on the diaphragm. Metal components shall freely engage and shall not be subject to lock down due to friction wear. i. Suitably valved connecting lines or passages shall be provided on the upper half casing leading from the discharge volute to the stuffing box for lubricating the stuffing boxes with the liquid being pumped. 6. Bearings: a. Bearings shall be of the anti-friction and grease lubricated type. b. The bearing configuration shall consist of one single row deep grooved anti-friction bearing on the inboard side and two single row angular contact anti-friction bearings mounted back-to-back on the outboard side.The inboard bearing shall be designed to take the radial thrust loads.The two single row angular contact anti-friction bearings mounted back-to-back on the outboard side.The inboard bearing shall be designed to take radial thrust loads. The two single row angular contact bearings shall be designed to take a combination of loads,both radial and axial; and hold the rotor in axial alignment. c. Bearings shall have a minimum rated service life of 40,000 hours in accordance with standards of the Bearings Manufacturers Association throughout the specified operating range.Bearing housings shall be rigidly supported by suitable brackets,which shall be cast integrally with the lower half of the pump casing. 7. Baseplates: a. The baseplate shall be provided with a coupling guard, and ample grout holes. (Drip lip rim available on request.) 8. Couplings: a. The coupling shall be Martin Quadra-flex or approved equal with type S flanges and elastomeric sleeves of Hytrel,EPDM or similar material. b. Sized to transmit the maximum required horsepower with a 1.5 service factor. 9. Motors:Motors shall be a TS Frame Motor with the following features: a. Pump motors shall be _100_HP, _1180_RPM, _480_Volt, _3_-Phase, _60_-Hertz. Motors shall be cast iron frame,copper windings,squirrel cage induction type,with class F insulation with a limit to a class B temperature rise at rated load and 1.15 Service Factor for normal starting torque and low starting current characteristics, suitable for continuous service. The motors shall not overload at the design condition or service. The motors shall not overload at the design condition or at any head. C. Serviceability 1. The pump manufacturer shall demonstrate to the engineer's satisfaction that consideration has been given to reducing maintenance costs by incorporating the following features. a. No special tools shall be required for replacement of any components within the pump. Duplex Booster Pump Station 432101-8 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2.04 Valves and Piping: A. Check valves shall be of the silent operating type,as manufactured by Val-Matic Valve and Manufacturing Corporation,that begins to close as the forward flow diminishes and is fully closed at zero velocity preventing flow reversal and resultant water hammer or shock. 1. Globe style valves shall be provided in sizes 2 inch through 48 inch and have flanges in accordance ANSI B16.1 for Class 125 or Class 250 iron flanges and ANSI B16.5 for Class 150 or Class 300 steel flanges. Iron flanges shall be flat faced. Sizes 10 inch and smaller shall be capable of mating directly to a water butterfly valve without disc interference. 2. Wafer style valves shall be provided in sizes 2 inch through 10 inch for installation between ANSI B 16.1 Class 125 or Class 250 iron flanges or ANSI B 16.5 Class 150 or Class 300 steel flanges. 3. The valve design shall incorporate a center guided, spring loaded disc, guided at opposite ends and having a short linear stroke that generates a flow area equal to the pipe size. 4. The operation of the valve shall not be affected by the position of installation. The valve shall be capable of operating in the horizontal or vertical positions with the flow up or down. Heavy duty springs for vertical flow down installations shall be provided when specified on 14 inch and larger valves. 5. All component parts shall be field replaceable without the need of special tools. A replaceable guide bushing shall be provided and held in position by the spring. The spring shall be designed to withstand 100,000 cycles without failure and provide a cracking pressure of 0.5 psi and to fully open at a flow velocity of 4 ft/sec. 6. The valve disc shall be concave to the flow direction providing for disc stabilization,maximum strength, and a minimum flow velocity to open the valve. 7. The valve disc and seat shall have a seating surface finish of 32 micro-inch or better to ensure positive seating at all pressures.The leakage rate shall not exceed one-half of the allowable rate for metal seated valves allowed by AWWA Standard C508 or 0.5 oz.Per hour per inch of valve diameter. 8. The valve flow way shall be contoured and unrestricted to provide full flow areas at all locations within the valve. B. Isolation Valves:Isolation valves shall be butterfly type with resilient seat designed for installation between ANSI B16.1 Class 125 flanges. Valves shall have cast iron body with Buna-N liner. Ductile iron disc with one-piece stainless steel shaft and PTFE bushings. Butterfly valves shall be Crane Centerline Series 200 or approved equal.Materials and Construction Features C. Gauge Kit:Two gauges shall be installed on each pump with ball valves for shut-off and piping so that each gauge is clearly visible from the suction side of the station. Suction pressure must be monitored by a spring suspended movement type compound gauge, and discharge pressure by a spring suspended movement type pressure gauge. Gauges to be at least 3 inches in diameter graduated in pounds per square inch. Suction Pressure gauge shall be graduated 0 to 32_TDH. Discharge Pressure gauge to be graduated 0 to_140_ TDH. D. Piping a. Ductile Piping 1) Flanged header pipe shall be cement-lined ductile iron, complying with ANSI/AWWA A21.51/Cl 15 and class 53 thickness. 2) Flanges shall be cast iron class 125 and comply with ANSI B 16.1. 3) Pipe and flanges shall be threaded,and suitable thread sealant applied before assembling flange to pipe. 4) Bolt holes shall be in angular alignment within 1/2o between flanges. Flanges shall be faced with a gasket finish having concentric grooves a minimum of 0.01 inch deep by approximately Duplex Booster Pump Station 432101-9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 0.03 inch wide,with a minimum of three grooves on any given surface spaced a maximum of 1/4 inch apart. b. Steel Piping-Fusion Bonded Epoxy Coating 1) Piping shall be steel and conform to material specification ASTM A-53 (CW)for nominal pipe size four(4)inches and smaller, and ASTM A-53 (ERW) Grade B for nominal pipe size five (5)inches and larger. Steel butt-welding fittings shall conform to material specification ASTM A-234 Grade WPB and to the dimensions and tolerances of ANSI Standards B 16.9 and B 16.28 respectively. 2) Forged steel flanges shall conform to material specification ASTM A-105 Class 60 and/or ASTM A-181 for carbon steel forgings and to the dimensions and tolerances of ANSI Standards B 16.5 as amended in 1992 for Class 150 and Class 300 flanges. 3) The piping sizes shall be as shown on the drawing. • Size 10"and below—Schedule 40 • Size 12"and above—Standard weight(.375"wall) 4) Certified welders employed by the pump station manufacturer shall perform all pipe welds.As part of the equipment submittal, the pump station manufacturer shall provide copies of the welding certificates of the employees who are to perform the pipe welds. 5) Piping six 6-inches diameter and larger shall require a minimum of two- (2) weld passes to complete each weld.The first pass,or root pass,shall be applied at the bottom of the bevel cut using the short circuit transfer-welding mode. The second pass, or cap pass, shall be applied over the root pass using the spray or pulse arc transfer welding modes to insure that at a minimum the total weld thickness shall be equal to thinnest of the two pieces being welded together. 6) Steel piping shall have applied to it a fusion bonded epoxy coating on the interior pipe surface that conforms to AWWA C-213-91 for steel water pipelines.The powder-coating product shall be National Sanitation Foundation(NSF)Standard 61 certified material.The final product shall be capable of meeting salt spray resistance ASTM B117 (1000 hour) with no blistering, undercutting,or rust bleed;humidity resistance ASTM D2247 (1000 hour)with no blistering, undercutting,or rust bleed; and impact resistance of ASTM G14-72 (160 in. lbs.)The fusion- bonded epoxy coating shall provide a total dry thickness of 12.0 to 14.0 mils. E. Supports and Thrust Blocks:Contractor must insure all pipes connected to the pump station are supported to prevent piping loads from being transmitted to pumps or station piping. Pump station discharge force main piping shall be anchored with thrust blocks where shown on the contract drawings. 2.07 FINISH A. Pumps,piping,and exposed steel framework shall be cleaned prior to coating using an approved solvent wipe or phosphatizing cleaner.The part must thoroughly dry before paint application.Open joints shall be caulked with an approved polyurethane sealant.Exposed surfaces shall be applied with one coat of Tnemec Series 69 Polymide Epoxy Primer and one finish coat of Series 73 Aliphatic Acrylic Polyurethane for a total dry film thickness of 4-6 mils.Finish coat shall be semi-gloss white for optimum illumination and enhancement.The coating shall be corrosion,moisture,oil,and solvent resistant when completely dry.The factory finish shall allow for over-coating and touch-up for 6 months after coating.Thereafter,it will generally require sanding to accept a topcoat or touch-up coating. 2.08 ELECTRICAL COMPONENTS A. The pump station control panel will be tested as an integral unit by the pump station manufacturer. The control panel shall also be tested with the pump station as a complete working system at the pump station manufacturer's facility. B. The electrical control components shall be provided by the pump station supplier and shall be provided with the following features. Duplex Booster Pump Station 43 21 01-10 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 C. Panel enclosure 1. Enclosure shall be constructed in conformance with applicable section of National Electrical Manufacturers Association (NEMA) standards for type 3R electrical enclosures. Enclosure shall be fabricated of steel having a minimum thickness of not less than 0.075 Inch(14 gauge). All seams shall be continuously welded and shall be free of burrs and voids. Interior and exterior surfaces shall be coated with a paint finish suitable for the NEMA classification of the enclosure. There shall be no holes through the external walls of the enclosure for mounting the enclosure or any components contained within the enclosure. Panel enclosure up to 60"x 36"x 12"shall be mounted on floor stands and secured to pump base. 2. Enclosure shall be equipped with a door mounted on a continuous steel hinge and sealed around its perimeter. Door shall be held closed with clamps that are quick and easy to operate. The door shall accommodate the mounting of switches and indicators. 3. Enclosure shall be furnished with a removable back panel,fabricated of steel having a thickness of not less than 0.106 Inch(12 gauge),which shall be secured to the enclosure with collar studs. Such panel shall be of adequate size to accommodate all basic components. 4. All control components shall be securely fastened to a removable back panel with screws and lock washers. Switches, indicators, and instruments shall be mounted through the control panel door. All control devices and instruments shall be secured to the sub-plate with machine screws and lock washers. Mounting holes shall be drilled and tapped; Self tapping screws shall not be used to mount any components. All connections from the back panel to door mounted or remote devices shall be made through terminal blocks. All control devices shall be clearly labeled to indicate function. D. UL Label Requirement 1. Pump station controls shall conform to third parry safety certification. The panel shall bear a serialized UL label listed for"Enclosed Industrial Control Panels".The enclosure,and all components mounted on the sub-panel or control cover shall conform to UL descriptions and procedures. E. 750 VA Control Power Transformer 1. The pump station shall be equipped with a 750 VA step-down transformer to supply 115-volt,AC,single phase for the control equipment. F. 5 kVA Auxiliary Power Transformer 1. The pump station shall be equipped with a 5 KVA step-down transformer to supply 115-volt,AC,single phase for the control and auxiliary equipment.The primary and secondary side of the transformer to be protected by a thermal magnetic circuit breaker,sized to meet the power requirements of the transformer. An operating mechanism shall penetrate the control panel door and a padlockable operator handle shall be secured on the exterior surface.Interlocks must prevent opening the door until circuit breakers are in "OFF" position. An additional mechanism(s) shall be provided on the circuit breaker permitting the breaker to be operated and/or locked with the control panel door in the open position. G. Motor Branch Circuit Components 1. Main Connections a. A main terminal block and ground lug shall be furnished for field connection of the electrical supply. The connections shall be designed to accept copper conductors of sufficient size to serve the pump station loads. The main terminal block shall be mounted to allow incoming wire bending space in accordance with article 373 of the National Electric Code(NEC). A separate terminal strip shall be provided for 115-volt, single phase control power and shall be segregated from the main terminal block. Ten percent of the control terminals shall be furnished as spares. b. All motor branch and power circuit components shall be of highest industrial quality. The short circuit current rating of all power circuit devices shall be a tested combination or evaluated per the National Electrical Code Article 409. The lowest rated power circuit component shall be the overall control panel short circuit rating and shall not be less than the fault current available. The minimum Duplex Booster Pump Station 43 21 01-11 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 control panel rating shall not be less than 10 kA,rms symmetrical. Control assemblies operating at 120 volts nominal or less may be provided with transformers which limit the fault current and may be rated less than the minimum required short circuit rating. 2. Circuit Breakers and Operating Mechanisms a. A properly sized heavy duty air circuit breaker shall be furnished for each pump motor. All circuit breakers shall be sealed by the manufacturer after calibration to prevent tampering. b. A padlocking operating mechanism shall be installed on each motor circuit breaker. Operator handles for the mechanisms shall be located on the exterior of the control compartment door,with interlocks which permit the door to be opened only when circuit breakers are in the "off'position. An additional mechanism(s) shall be provided on the circuit breaker permitting the breaker to be operated and/or locked with the control panel door in the open position. 3. Motor Starters 4. The variable frequency drives shall be in accordance with Specification Section 26 29 23—Adjustable Frequency Drives. The variable frequency drives shall be capable of operation under any combination of the following conditions without mechanical or electrical damage. Ambient Temperature: 0 to +40 degrees C a. Relative Humidity:Less than 95%non-condensing b. Altitude:Less than 1,000M(3300 ft)above sea level c. Vibration: .006 inches displacement, 1G peak d. Shock: 15G peak for I ImS(+/- 1.OmS) e. Control Specification f. Control System: Sinusoidal pulse width modulated voltage waveform g. Frequency Accuracy:+/-0.4%of max. frequency h. Volts/Hertz Ratio:V/Hz user programmable i. Operation Frequency: 0 to 400 Hz j. Overload Capacity: 110%Overload capability for up to 1 minute, 150%Overload capability for up to 3 seconds 5. Digital Readout and Monitor a. Interface to the drive is provided via a module with integral LCD display. Unit is a 7 line by 21- character backlit LCD display with graphics capability. It is used to display drive operating conditions,fault/alarm indications and programming information with full text support in multiple languages, including but not limited to English, German, French,Italian, Spanish, Portuguese and Dutch. The unit will display standby status (power on,not running),output frequency (drive run), set-up parameters and fault. With keypad,user can monitor current,voltage,frequency,acceleration and deceleration time, minimum frequency, and maximum frequency. Readout also provides inverter status and protective circuit status. 6. Protection a. The variable speed drive system shall include a diode or fully gated bridge rectifier,capacitor filter, and transistorized inverter section. Base driver signals to control firing of the power transistors will be designed with optically coupled isolators for maximum protection of the control circuits from high voltage and noise. The output will be a sinusoidal,pulse width modulated,voltage waveform for reduced harmonic heating in the motor. 7. The system protection will provide the following: a. Intermittent overload- 50 to 150% b. Current limit- 50 to 115% c. Overcurrent- 220-300%of rated output current Duplex Booster Pump Station 43 21 01-12 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 d. Inverse time overload- 50 to 100% e. Short circuit- Phase to phase or phase to ground f. Overvoltage- 10%above input line or DC bus voltage g. Undervoltage- 10%below line voltage h. Power loss ride-through- 500mS 8. When the inverter trips out on a fault, the fault relay shall activate and the display shall indicate the reason for the trip as follows: a. Overcurrent b. Short circuit c. Overload d. Overvoltage e. Undervoltage f. Overheat g. Ground fault h. Motor stalled i. Power supply fault 9. Auto restart shall occur when the inverter faults.Auto restart shall be adjustable up to 9 attempts with a 0.5 to 30 second interval. Auto restart will not be attempted for ground fault, output shorted,transistor shorted or internal microprocessor fault but will trip out immediately, activate the fault relay and make the appropriate indication on the display. 10. In the event of a fault trip,the microprocessor shall save the status of the inverter at the time of the fault and make that information available on the digital display. Information regarding the last 4 faults is maintained in event of a power loss. 11. Operational Functions: a. Acceleration and deceleration time independently adjustable from 0.1 to 3600.0 seconds(selectable ranges). b. Volts/Hertz patterns user selectable. c. Maximum and minimum frequency limit adjustments. H. Three Phase Voltage Monitor 1. The control panel shall be equipped to monitor the incoming power and shut down the pump motors when required to protect the motor(s)from damage caused by phase reversal,phase loss,high voltage, low voltage, and voltage unbalance. An adjustable time delay shall be provided to minimize nuisance trips. The motor(s) shall automatically restart, following an adjustable time delay, when power conditions return to normal. I. Surge Protective Device 1. All Control Panels shall have Surge Protective Devices installed immediately after the main overcurrent device or immediately after the supply conductors to the panel have been terminated. The Surge Protective Device(s) shall follow IEEE C62.41 recommendation for cascading to protect all voltage levels to and including 24 volts AC/DC and shall be as follows: 1. Be UL 1449 3rd Edition Recognized for UL Type 2 applications except at 48 volts AC/DC and below may be UL 1449 3rd Edition for Type 3 applications. 2. Provide suppression for both normal mode (L-N [Wye]) and common mode (L+N-G [Wye] or L-G [Delta]). Duplex Booster Pump Station 43 21 01-13 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Have a Surge Current Capacity(Imax)of at least 40kA. 4. Have a Nominal Surge Current Rating(In)of 20kA. 5. Have SCCRs of 200kA,except that 347Y/600V,240/480V High leg Delta and 347V single-phase SPDs shall have a minimum SCCR of 125kA. 6. Use MOV technology with thermal disconnect. 7. Be RoHS compliant. 8. SPD status monitoring shall be provided by local visual indication and, if needed, by remote contact signaling using an optional Form C contact relay. 9. Hardwired Listed Type 1 or Type 2 Surge Protective Devices Shall: a. All Type 1 or Type 2 surge protective devices shall be manufactured by a single ISO-9001 registered company normally engaged in the design, development and manufacture of such devices for electrical distribution system/ equipment protection. Surge protective devices shall be UL Listed with a Short-Circuit Current Rating of 200kA,Nominal Discharge Current(In)of 20kA,and Surge Current Capacity (Imax) ofl20kA, 200kA, 300kA or 400kA. These SPDs shall be installed in accordance with the NEC® and/or local code requirements. The said manufacturer shall offer a minimum five(5)year warranty for its Type 1 and Type 2 surge protective devices. b. The hardwired surge protective device shall have specifications as shown below: 1) The Maximum Continuous Operating Voltage(MCOV)shall not exceed 25%on Wye and 40% on Delta systems of the nominal voltage(system voltage)in the configuration being used 2) Prewired NEMA 1 or NEMA 4X factory sealed enclosure suitable for the intended installation location 3) Shall have a two color LED status indicator per phase 4) Have an operating temperature range of at least-40°C to+50°C 5) Only use thermally protected MOV technology,such as Bussmann SurgePODTM c. Surge Protective Device Agency Information:SPDs shall be"Listed"by Underwriters Laboratories, Inc.to UL 1449 3rd Edition as a Type 1 or Type 2 device and shall exhibit the UL Listing mark for the UL category VZCA for USA and/or VZCA2 for Canada; and must have CSA certification. d. Manufacturers must provide verification of performance data for UL and CSA standards. e. All SPDs must be RoHS compliant. f. Surge protective devices shall be installed and located in accordance with all applicable gency, NEC®and local code requirements. The SPDs must be suitable for the particular installation,be it on the upstream side (Type 1) or downstream side (Type 1 or Type 2) of service entrance Overcurrent Protective Device(OCPD). g. All SPDs shall match voltage and system specific requirements as provided by the manufacturer. h. All SPDs shall provide surge protection for both normal mode (L-N [Wye], L-L [Delta]) and common mode(L+N-G [Wye] or L-G [Delta]). i. Surge protective device shall be clearly marked with specifications as required by UL 1449 3rd Edition along with UL holographic label on the SPD. j. Each surge protective device should be serial numbered along with barcode for easy identification and traceability. J. Voltage Alert Indication 1. The control panel shall include a voltage alert indicator to reduce the risk of electrical arc flash by pre- verifying the electrical isolation from outside of the control panel. Hardwired to the main incoming point of termination, the indicator shall be powered by the same voltage that it indicates utilizing redundant circuitry, thereby flashing whenever voltage is present. An eight-detector display shall visually alert the presence of dangerous AC or DC potentials occurring between any combination of the monitored input lines. Duplex Booster Pump Station 43 2101-14 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 K. Other Equipment 1. The PLC shall be an Allen-Bradley CompactLogix 5370 L2 Control System.The PLC shall be equipped with a CPU with 750KB [1769-L16ER] or 1MB [1769-L18ERM]of user memory,and two EtherNet/IP communication ports supporting ring topologies and 1 USB port for firmware download and programming.The Controller shall utilize the small applications 1769 FO modules.The Controller shall be designed to implement consumed tag, event instruction, embedded inputs, remote I/O, axis, and motion event triggers. The controller shall be equipped to handle up to 32 Controller Tasks and 100 programs/task. 2. The PLC shall operate on 24VDC power and be equipped with a 24VDC embedded power supply. A 1784-SDI (1GB) Memory Module shall be shipped with the controller. The controller will contain, at least but not limited to,embedded digital I/O [16DC Inputs, 16DC Outputs].The controller shall accept all digital and analog I/O necessary to accomplish the specified operation.A minimum of 10% spare of the FO used shall be supplied. 3. The program logic shall be stored on the processor as well as on a programmable,read only 1 GB SD card [shipped with controller]. The memory module shall auto load and run when installed in the programmable control processor and is included to facilitate field repair or replacement of the programmable control hardware without the use of programming terminals or personal computers. 4. The PLC shall communicate with the drive using an EtherNet/IP but can also support other communication protocols such as ControlNet, or DeviceNet networks. The PLC shall issue drive start/stop and speed commands.Drive status shall also be communicated to the PLC using EtherNet/IP. The drive shall be configured to operate manually without the use of the PLC. 5. An Allen-Bradley PanelView Plus 7_700 electronic operator interface shall be provided for data entry and display.The Operator Interface Display size will be at least 10 inches with Color active matrix, thin film transistor(TFT),liquid crystal display(LCD).The operator interface shall have an 18-Bit color graphic resolution with backlight CCFL of 50,000 hours minimum. The operator interface shall be mounted on the front of the control panel with other operator controls and shall be compatible with the PLC communication protocol. The operator interface shall be a backlit, touch-screen terminal. The operator interface program shall be stored externally on a Secure Digital(SD)card. 6. Electromechanical relays and timers,when used shall be equipped with 120vac coils and contacts rated NEMA A-300 minimum.Timers shall be pneumatic or synchronous motor driven. 7. The control circuit shall be fused and shall be provided with a disconnect switch connected in such a manner as to allow control power to be disconnected from all control circuits. 8. Pump mode selector switches shall be connected to permit manual start and manual stop of each pump motor individually. Manual operation shall override shutdown systems supplied with the pressure control system except motor overload. 9. Pump alternation shall be integral to the PLC. Provisions for automatic alternation or manual selection shall also be integral to the PLC. 10. A pushbutton switch shall be provided to silence one of the 115-volt AC alarm circuits while corrective actions are underway. Depressing the alarm silence pushbutton shall also cause the high-pressure alarm circuit(low water alarm optional)to reset when the pressure has been lowered. 11. High Pump Temperature Shutdown Circuit a. A high pump temperature protection circuit shall override the pressure control and shut down the pump motor(s)when required to protect the pump from excessive temperature. A thermostat shall be mounted on each pump casing and connected to the PLC. If casing temperature rises to a level sufficient to cause damage, the thermostat N.O. contact shall close indicating a high pump temperature condition to the PLC. The PLC will then interrupt power to the pump motor. The operator interface terminal will display an alarm banner indicating the motor stopped due to high Duplex Booster Pump Station 43 21 01-15 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 pump temperature. The motor shall remain locked out until the pump has cooled and circuit has been manually reset.Automatic reset of this circuit is not acceptable. 12. Elapsed Time Meter a. Six-digit elapsed time meter shall be displayed on the operator interface terminal to indicate total running time of each pump in"hours"and"tenths of hours".Pump runtime shall be adjustable,and password protected. 13. Indicating Lights a. Indicating lights shall be provided on the operator Interface terminal to alert the user of the following conditions: 1) Pump Run 2) Pump Fault 3) Wet Well Level Alarm Conditions 4) Pressure Alarm Conditions b. Physical indicating lights shall be oil tight type and equipped with integral step-down transformers for long lamp life. Lamps shall be incandescent type rated 14 volts or less. Lamps shall be replaceable from the front without opening the control panel door and without the use of tools. Physical indicating lights will be provided for the following functions: 1) General Alarm 14. Wiring a. The pump station components, as furnished by the manufacturer, shall be completely pre-wired. (Note: If control panel is opted to be shipped loose, the pump station as furnished by the manufacturer shall be completely pre-wired except for the power feeder lines and final connections to pump motors, and remote alarm devices. The interconnecting wire,conduit,and other materials required shall be furnished and installed by the electrical contractor.) b. All wiring, workmanship, and schematic wiring diagrams shall be in compliance with applicable standards and specifications for industrial controls set forth by the Joint Industrial Council (JIC), National Machine Tool Builders Association(NMTBA),and the National Electric Code(NEC). c. All user serviceable wiring shall be type MTW or THW, 600 volts, and shall be color coded as follows: 1) Line and load circuits,AC or DC power............................................................................black 2) AC control circuit less than line voltage.................................................................................red 3) Interlock control circuit,from external source..................................................................yellow 4) Equipment grounding conductor.........................................................................................green 5) Current carrying ground......................................................................................................white 6) Hot with circuit breaker open............................................................................................orange 15. Wire Identification and Sizing a. Control circuit wiring inside the panel, with the exception of internal wiring of individual components, shall be 16 gauge minimum,type MTW or THW, 600 volts. Wiring in conduit shall be 14 gauge minimum. Motor branch wiring shall be 10 gauge minimum. b. Motor branch conductors and other power conductors shall not be loaded above the temperature rating of the connected termination. Wires shall be clearly numbered at each end in conformance with applicable standards. All wire connectors in the control panel shall be of the ring tongue type with nylon insulated shanks. All wires on the sub plate shall be bundled and tied. All wires extending from components mounted on door shall be terminated on a terminal block mounted on the back panel. All wiring outside the panel shall be installed in conduit 16. Control conductors connecting components mounted on the enclosure door shall be bundled and tied in accordance with good commercial practice. Bundles shall be made flexible at the hinged side of the enclosure. Adequate length and flex shall be allowed so that the door can swing to its fully open position Duplex Booster Pump Station 43 21 01-16 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 without undue mechanical stress or abrasion on the conductors or insulation. Bundles shall be clamped and held in place with mechanical fastening devices on each side of the hinge. L. Conduit requirements are as follows: 1. All conduit and fittings shall be UL listed. 2. Liquid tight flexible metal conduit shall be constructed of a smooth, flexible galvanized steel core with smooth abrasion resistant,liquid tight,polyvinyl chloride cover. 3. Conduit shall be supported in accordance with articles 346,347,and 350 of the National Electric Code. 4. Conduit shall be sized according to the National Electric Code. M. Grounding 1. The pump station manufacturer shall ground all electrical equipment to the enclosure back panel. The mounting surface of all ground connections shall have any paint removed before making final connections. 2. The contractor shall provide an earth driven ground connection to the control panel at the main ground lug in accordance with the National Electric Code(NEC). N. Equipment Marking 1. Permanent corrosion resistant name plate(s) shall be attached to the control and include following information: a. Equipment serial number b. Control panel short circuit rating c. Supply voltage,phase and frequency d. Current rating of the minimum main conductor e. Electrical wiring diagram number f. Motor horsepower and full load current g. Motor overload heater element(if applicable) h. Motor circuit breaker trip current rating i. Name and location of equipment manufacturer 2. Control components shall be permanently marked using the same identification keys shown on the electrical diagram.Labels shall be mounted adjacent to device being identified. 3. Switches,indicators,and instruments mounted through the control panel door shall be labeled to indicate function,position,etc. Labels shall be mounted adjacent to,or above the device. O. Control logic shall be accomplished using programmable controllers.Electromechanical relays may be used when necessary.However,the primary control logic shall be performed by the PLC. 1. The O&M manual shall be provided with complete ladder logic program documentation including English names,rung comments,and coil/contact cross-references. 2. The control shall be pre-programmed or wired to provide the following routines: 3. Pump alternation at lead stop 4. Excessive pump run time alternation 5. Jump to next pump on lead failure 6. Start/stop pumps at normal pressure settings 7. Pump start delays when called simultaneously Duplex Booster Pump Station 43 21 01-17 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 8. General alarm pilot light activation:Quick flashing alarm/slow flashing acknowledge/steady on reset/off when clear 9. Station trouble alarm(I l5vac and normally open dry contact) 10. High- and low-pressure alarms 11. Pump start/stop pressure control 12. Drive speed/pressure control(If supplied with VFDs) 13. Pump high temperature shutdown(If provided with the pumps) 14. Drive fault alarm P. The operator interface shall be equipped with the following displays and functions: 1. Main Menu 2. System Pressure 3. Pressure Simulation 4. Low Pressure Alarm Status 5. High Pressure Alarm Status 6. Pump High Temperature Status 41,42 (If provided) 7. Drive Fault Status 41,42(If VFDs are supplied) 8. Pump Fault Status 41,42 (If FVNR or RVSS starters are supplied) 9. Pump Sequence Selection 10. Alarm Silence 11. Alarm Reset 12. General Alarm Lamp Test 13. Lead Pressure Start/Stop Setpoints 14. Lag Pressure Start/Stop Setpoints 15. Low Pressure Alarm Setpoints 16. High Pressure Alarm Setpoints 17. Speed/Pressure Setpoints 1 pump running(Speed settings if VFDs are supplied) 18. Speed/Pressure Setpoints 2 pumps running(Speed settings if VFDs are supplied) 19. Power-up Delay Setpoint 20. Alarm Delay Setpoint 21. Pump Start Delay Setpoint 22. Alternation Time Interval Setpoint 23. Pressure Transmitter Calibration 2.09 PRESSURE CONTROL SYSTEM A. The manufacturer of the pressure control system must be ISO 9001:2000 revision certified, with scope of registration including design control and service after sales activities. B. Sequence of Operation Duplex Booster Pump Station 43 21 01-18 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1. The system pressure is measured by a transducer,which provides a signal to the PLC proportional to pressure.The desired pressure is set by the operator on the operator interface and is adjustable.The PLC system uses a PID algorithm to modulate the pump speed and maintain system pressure at the set-point 2. The pressure control system shall start and stop the pump motors in response to changes in system pressure/level,as set forth herein.The pressure control system shall utilize the PLC sequencer to select first one pump,then the second pump,to run as lead pump for a pumping cycle.Alternation shall occur at the end of a pumping cycle or if one pump runs as the lead pump for an excessive time. 3. Upon operator selection of automatic operation,the PLC shall start the motor for one pump when the system pressure drops to the "lead pump start setpoint".When pressure rises to the "lead pump stop set point", the PLC shall stop this pump. These actions shall constitute one pumping cycle. Should the pressure continue to drop,the PLC shall start the second pump when the pressure reaches the"lag pump start set point"so that both pumps are operating. C. Alarms and shutdown routines shall operate as follows: 1. Condition abnormal:The general alarm pilot light will quick flash until acknowledged,then slow flash until reset, then glow steady until condition returns to normal, then off. The operator interface will display the alarm when acknowledged.The external alarms will be active until silenced,and then off. 2. Condition abnormal then returns to normal:The general alarm pilot light will quick flash until silenced, then slow flash until reset,then off. The operator interface will display the alarm when acknowledged. The external alarms will be active until silenced,and then off. 3. Subsequent alarms will re-alarm when silenced or reset. 2.10 STATION BASE A. Station Construction and Design: 1. The station shall incorporate a steel base.The station shall be supplied as a complete unit with all pumps, piping,and controls installed and wired by the pump manufacturer. 2. The station base is to be rectangular with outside dimensions of 20'x6"_long by_11'.75"_wide. 3. A minimum of(4)four lifting eyes provided on the station base shall be provided to ease handling and installation onto a concrete pad furnished by the contractor. 4. The design shall resist deformation of the structure during shipping, lifting, or handling. Base shall incorporate drainage provisions, and an opening sized to permit installation of piping and service connections to the wet well. After installation,the opening shall serve as a grout dam to be utilized by the contractor. The base shall incorporate anchor points for securing the complete station to a concrete pad(supplied by the contractor)in accordance with the project plans. 5. Pumps and motor stands shall bolt directly to the station base eliminating the need for a pump skid. 6. Holes through the base shall be provided for suction and discharge lines, air release lines, and level control cabling or air lines. Holes for the suction and discharge lines shall be provided with a grout dam incorporated in a grout retention cavity which the contractor shall fill at installation with suitable grout to seal each pipe to base joint against the entrance of hazardous gases from the wet well. 7. The station base shall be coated with a non-slip surface. 8. The station shall be positioned on the concrete mounting pad supplied by others. 9. The Contractor shall supply a PSV to sustain 45 PSI on the incoming suction at all times. END OF SECTION Duplex Booster Pump Station 43 21 01-19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (Leave this page blank) Duplex Booster Pump Station 43 21 01—20 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SECTION 44 44 36 SUBMERSIBLE MIXER PART1 GENERAL 1.01 SCOPE A. This section covers submersible tank mixing systems up to 0.5 HP in size intended for continuous use while submersed in potable water storage tanks. Each mixer shall have the ability to function continuously on a year-round basis, regardless of drain and fill cycles. Each mixer shall consist of a water-filled submersible motor, an impeller and a non- submersible control center that houses all control electronics. 1.02 THE REQUIREMENT A. CONTRACTOR shall furnish a PWM400V2 PAX Water Mixer with a PCC405V2 PAX Control Center and install submersible mixing system together with controls and accessories necessary for a complete and operable system. B. UTILITY shall furnish electrical conduit with either 115VAC or 230VAC Single Phase voltage based on System configuration, a Safety disconnect switch and a 15 Amp non-GFCI circuit breaker up to the point of installation of the mixing system control center. C. UTILITY shall also provide conduit from control center to tank penetration for submersible motor cable and penetration through tank for same cable. 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the General Requirements B. Occupational Safety and Health Administration, OSHA C. NSF/ANSI Standard 61 D. Underwriters Laboratories Inc., UL 508 1.04 CONTRACTOR SUBMITTALS A. NSF Certification 1. Copies of the NSF-61 certified listing for all material being placed inside the tank and headspace, including the motor and power cable. B. Installation, Operations, and Maintenance Manuals shall be obtained from the equipment manufacturer and submitted. The following sections shall be included: 1. General equipment specifications and data sheets 2. Installation, start-up, operation, and maintenance instructions 3. Factory-recommended maintenance schedule 4. Wring diagrams specifying what electrical wiring needs to be done onsite during and prior to the installation, and by which responsible party 5. List of equipment or tooling necessary for diagnostics, trouble-shooting, repair or general maintenance Submersible Mixer 444436-1 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 1.05 QUALITY ASSURANCE A. Each mixing system shall be tested prior to deployment according to standard engineering practices at the factory testing facilities. 1.06 WARRANTY A. For the period of time beginning with shipment to Buyer and ending on the time periods listed below, the Product is warranted to be substantially free from defects in material and workmanship and to conform to Seller's specifications applicable to the Product— 1. Five (5) years on all supplied parts 2. One hundred twenty (120) days labor PART PRODUCTS 2.01 PERFORMANCE A. Mixing system shall completely mix reservoir according to the following minimum performance requirements. These requirements can be measured and validated after installation by operators with readily available tools such as temperature probes and total chlorine grab samplers. 1. Temperature Uniformity For tanks up to 4,000,000 gallons in volume: All temperatures shall converge to within 0.50°C (0.9°F)within 24 hours after mixer is installed and activated. 2. Disinfectant Residual Uniformity For tanks up to 4,000,000 gallons in volume: Disinfectant residual within top five feet of tank and bottom five feet of tank will converge to within 0.20 ppm within 3 days after mixer is installed and activated. During continuous operation of the mixer, under normal disinfectant dosing parameters, disinfectant residual will converge to within 0.20 ppm at least once every 24 hours. 2.02 GENERAL A. Mixing system consists of an impeller mounted on a submersible motor and supported approximately three feet in height from the tank floor in order for it to launch a jet of water from the bottom of the tank up toward the surface of the water. Mixer control and operation shall be independent of tank drain and fill cycles to ensure constant mixing. Wet-side of Mixer shall weigh less than 75 pounds (-34 kg) and dry-side shall weigh less than 50 pounds (-22 kg). Both wet-side and dry-side shall be able to be hoisted, installed, and/or removed by on-site personnel without additional equipment needed, and so that there is no crush hazard or entanglement hazard present, and so that weight of mixer on tank floor does not cause damage to interior coating. B. Mixing system active components shall be elevated at a minimum of 18 inches above tank floor to avoid disturbing accumulated tank sediment or entraining particles and causing accelerated wear of moving parts. C. Mixers using submersible pump with slit or "water sheet" or horizontal motor mounting designs are not acceptable. D. Power source for mixer shall be 115VAC or 230VAC single phase grid power to allow unit to continue 24/7 operation where necessary. Submersible Mixer 444436-2 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 2.03 CONSTRUCTION A. Components—wet-side: shall be NSF/ANSI Standard 61 certified. Equipment entering tank shall not adhere to, scratch or otherwise cause damage to internal tank coating or put undue stress on the materials of the tank construction. Equipment shall fit through a standard hatch of size 18x18 or larger. UTILITY may prefer to puncture side- wall or ceiling of tank (in place of puncturing the hatch-way) to allow motor cable entry into the tank for ease of installation and protection against freezing/ice damage. Each submersible mixer shall consist of the following components, regardless of the power source selected: 1. Impeller AISI Type 316 Stainless Steel Balanced to within 0.5 gram-inches Passivated per ASTM A380 to minimize corrosion Not more than 8 inches in overall height Not more than 4.5 inches in diameter Not more than 2.4 lbs. in weight Shall not create cavitation at any rotational speed up to 2500 RPM 2. Motor AISI Type 304 Stainless Steel body Chlorine/Chloramine resistant rubber seals Fully submersible Low power(0.5 HP maximum) Water-filled motor Water-lubricated motor 3. Mounting AISI Type 316 Stainless Steel Pedestal Mount only due to tank dome floor NSF/ANSI Standard 61 certified EPDM rubber, non-skid, non-scratch feet or insulating pad Attachments secure motor cable away from impeller Overall weight of wet-side unit not to exceed 75 lbs. to avoid damaging tank floor Overall height of unit not to exceed 5 ft B. Components—dry-side: Each 115VAC or 230VAC control center shall consist of the following components: 1. Enclosure Lockable Weather Resistant Overall weight of control center not to exceed 50 lbs. Green and Red LED Indicator lights show motor status 2. Motor Controller/VFD Rated to 0.5 HP Operating temperature range-4 OF to 129 OF (-20 °C to 54 °C) Manual speed control Thermal shut-off protection built-in Submersible Mixer 444436-3 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Current overload protection built-in SCADA outputs included: Digital Output signal indicating motor running Digital Output signal indicating fault Digital Input/output signal allowing remote motor on/off RS-485 or Dry Contact connections 3. GFCI-protection 115/230VAC, single-phase, with a 300mA trip level GFCI included inside control center 2.04 CONTROLS A. Each unit shall be equipped with all necessary controls, inter wired, to provide the following minimum functions: 1. On/Off switch to control power to mixer. 2. Automatically-activated motor shut-off if water level drops below motor height in tank. 3. Any other controls shown on electrical and instrumentation drawings. 2.05 ACCEPTABLE MANUFACTURERS: A. PAX Water Technologies (Richmond, California) or pre-approved alternate. B. Acceptable alternates must be able to demonstrate data meeting blend time performance output and be approved (in-writing) by Engineer at least ten (10) days prior to bid opening. PART 3 EXECUTION 3.01 INSTALLATION A. The CONTRACTOR shall furnish services of a factory-trained installation contractor or crew having experience with installation procedures and operation and maintenance requirements for the type of equipment installed under these specifications. Mixer must be able to be installed through an 18x18 inch hatch. Mixer must be able to be installed without draining tank or taking tank out of service. Wet-side of Mixer shall weigh less than 75 pounds (-34 kg) and dry-side shall weigh less than 50 pounds (-22 kg). Both wet-side and dry-side shall able to be hoisted, installed, and/or removed by on-site personnel without additional equipment needed, and so that there is no crush hazard or entanglement hazard present, and so that weight of mixer on tank floor does not cause damage to interior coating. B. Tank penetration is recommended to be above tank water line, typically through the hatch side-wall. 1. Fitting will prevent moisture intrusion into tank and ideally be horizontally oriented. 2. Fitting shall be 1 inch diameter fitting to allow cable to pass through. 3. Strain relief for power cable shall be part of the contractor-supplied fitting for tanks more than 30 feet in depth. 4. For tanks more than 70 feet in depth, or at customer's discretion, a water-tight penetration may be installed under the water-line. C. Installation of the in-tank ("wet-side") components may be performed in any of the following ways: 1. Installation by a factory-trained and drinking-water-certified potable water tank diver. 2. Installation by personnel with confined space training while the tank is drained and empty. Submersible Mixer 444436-4 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 3. Installation by tank manufacturer personnel during tank manufacture. 4. Installation below a hatch opening in a full tank utilizing a chain. D. Installation of the outside-of-tank("dry-side") components may be performed by: 1. Third party representatives or CONTRACTORS according to the manual provided. 2. UTILITY personnel according to the manual provided E. The mixer and control center shall be installed in accordance with approved procedures submitted and as shown, unless otherwise approved in writing from the Factory. 3.02 TRAINING A. PAX Water Technologies staff (or their representatives) will instruct designated UTILITY personnel in the safe and proper operation of the PAX Water Mixer. This training will reference the operations manual provided with equipment and show how to check for proper functioning of the equipment. End of Section Submersible Mixer 444436-5 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 (THIS PAGE INTENTIONALLY LEFT BLANK) Submersible Mixer 444436-6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 • GEOTECHNICAL ENGINEERING • MATERIALS ENGINEERING &TESTING ��� uulll " • SOILS • ASPHALT • CONCRETE ° GEOTECHNICAL SUBSURFACE INVESTIGATION " AND RECOMMENDATIONS FOR THE PROPOSED ELEVATED WATER STORAGE TANK (E16290) FLOUR BLUFF DRIVE AND DIVISION ROAD CORPUS CHRISTI, TEXAS RETL REPORT NUMBER: G118459B PREPARED FOR: CITY OF CORPUS CHRISTI ENGINEERING SERVICES DEPARTMENT 1201 LEOPARD STREET, 3RD FLOOR CORPUS CHRISTI, TEXAS 78401 JANUARY 4, 2019 PREPARED BY: ROCK ENGINEERING & TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 , y P: (361) 883-4555; F: (361) 883-4711 TBPE FIRM NO. 2101 ✓/�l1/�l, mi',�ii^, ! i ' ",f IVIVIVIVIVIVI� II IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII If r I l //%% �I➢IUIN /' ji 'IIRr /��� r/ aaa r'' y DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 ENGINEERING ONCRF1 January 4, 2019 City of Corpus Christi Engineering Services Department 1201 Leopard Street, 3rd Floor Corpus Christi, Texas 78401 Attention: Mr. J.H. Edmonds, P.E., Director of Engineering Services SUBJECT: SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM AND FOUNDATION RECOMMENDATIONS FOR THE PROPOSED ELEVATED WATER STORAGE TANK (E16290) Flour Bluff Drive and Division Road Corpus Christi, Texas RETL Job No. — G1 18459B Dear Mr. Edmonds, In accordance with our agreement, we have conducted a subsurface investigation, laboratory testing program and foundation evaluation 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 herewith for your records and distribution to the 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), Texas Professional Engineering Firm No. — 2101, would be pleased to continue its role as Geotechnical Engineer during the 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. If you have any questions, or if we can be of further assistance, please contact us at (361) 883- 4555. Sincerely, Brian J. Geiger, P.E. Project Engineer ROCK GINEERWO &'TEsTiNo LABORATORY, INC. wwwrocktesfing.coinn 6817 LEOPARD STAEET,CORPUS CHAIST4, F-xA.% 76409.1703 10856 VANDALE T n SAN Mm oo,7`E,.kE 78216.3625 M (06'1)883-4555-FAX.' (361) 8,83-4711 0MCE,(210)495µ8000- FAX. (210)495-0015 NO ROUNDWILLE LANE. ROUND ROCA,'TExks 75664 EFNCE:(512;)2 4- 22 - Fw(512)284-7764 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM AND FOUNDATION RECOMMENDATIONS FOR THE PROPOSED ELEVATED WATER STORAGE TANK (E16290) FLOUR BLUFF DRIVE AND DIVISION ROAD CORPUS CHRISTI, TEXAS RETL REPORT NUMBER: G118459B PREPARED FOR: CITY OF CORPUS CHRISTI ENGINEERING SERVICES DEPARTMENT 1201 LEOPARD STREET, 3RD FLOOR CORPUS CHRISTI, TEXAS 78401 JANUARY 4, 2019 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION NO. 2101 ttu � t � Of GEIGen oil p1 4; 2 GYw Brian J. Geiger, P.E. J.R. Eichelberger, III, P.E. Project Engineer Senior Project Engineer Cell: 906 370 5196 Cell: 210 355 2754 " DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 TABLE OF CONTENTS Paae INTRODUCTION ...............................................................................................................1 Authorization...................................................................................................... 1 Purposeand Scope............................................................................................ 1 General.............................................................................................................. 1 DESCRIPTION OF SITE.....................................................................................................2 FIELD EXPLORATION .......................................................................................................2 Scope.................................................................................................................2 Drilling and Sampling Procedures......................................................................3 Field Tests and Observations.............................................................................3 LABORATORY TESTING PROGRAM................................................................................4 SUBSURFACE CONDITIONS ............................................................................................4 General..............................................................................................................4 SoilConditions...................................................................................................5 SeismicSite Class .............................................................................................6 Groundwater Observations ................................................................................6 OSHA Soil Type Classification...........................................................................7 CHEMICAL ATTACK POTENTIAL CONDITIONS ..............................................................8 Chemical Attack Potential for Degradation of Concrete .....................................8 Analytical Test Results.......................................................................................8 FOUNDATION DISCUSSION..............................................................................................9 ProjectDescription.............................................................................................9 PVRDiscussion .................................................................................................9 FOUNDATION TYPES CONSIDERED.............................................................................. 10 FOUNDATION RECOMMENDATIONS............................................................................. 10 DrilledPiers...................................................................................................... 10 Deep Foundation Lateral Analysis.................................................................... 11 MatFoundations .............................................................................................. 12 SITE IMPROVEMENT METHODS.................................................................................... 13 Concrete Flatwork Construction Considerations............................................... 13 CONSTRUCTION CONSIDERATIONS............................................................................. 14 Drilled, Cast-in-Place, Pier Construction Considerations.................................. 14 Drilled with Slurry, Cast-in-Place, Pier Construction Considerations ................ 15 Augered, Cast-in-Place, Pile Construction Considerations............................... 16 Dewatering Construction Considerations ......................................................... 17 Earthwork and Foundation Acceptance............................................................ 18 Utilities ............................................................................................................. 18 ExpansionJoints.............................................................................................. 19 GENERAL COMMENTS................................................................................................... 19 APPENDIX Boring Location Plan Boring Logs B-4 through B-7 Key to Soil Classifications and Symbols Test America Test Report DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas INTRODUCTION This report presents the results of a soils exploration, laboratory testing program and foundation analysis for the proposed Elevated Water Storage Tank to be constructed northwest of the intersection of Flour Bluff Drive and Division Road in Corpus Christi, Texas. This study was conducted for the City of Corpus Christi. Authorization The work for this project was performed in accordance with RETL proposal number P100218A (Revision 1) dated October 4, 2018. The proposal was approved by an executed Agreement provided by the City of Corpus Christi for Elevated Water Storage Tanks (Project No. E16290) dated October 16, 2018. The agreement also included the Nueces Bay site which is addressed in RETL Report Number: G1 18459A. Purpose and Scope The purpose of this exploration was to evaluate the soil and groundwater conditions at the site and to provide foundation recommendations suitable for the proposed project. The scope of the exploration and analysis included the subsurface exploration, 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. The information submitted for the proposed project is based on project details provided by the City of Corpus Christi and the soil information obtained at the boring locations. If the designers require additional soil parameters to complete the design of the proposed foundation systems and this information can be obtained from the soil data and laboratory tests performed within the scope of work included in our proposal for this project, then RETL will provide the additional information requested as a supplement to this report. 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. 1 of 19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas This report has been prepared for the exclusive use of the City of Corpus Christi for the specific purpose of the Elevated Water Storage Tank to be constructed northwest of the intersection of Flour Bluff Drive and Division Road in Corpus Christi, Texas. DESCRIPTION OF SITE The site is located within the northwest quadrant of the intersection of Flour Bluff Drive and Division Road in Corpus Christi, Texas. At the time of our field exploration, the site was undeveloped and the surface of the site was covered with brush and trees. Above ground utilities and evidence of underground utilities were observed along the perimeter of the site. The site is relatively level. At the time of our field investigation, the condition of the ground surface was firm and did not pose any significant difficulties to the drill crew moving their equipment. The site drilling operations were delayed to allow for accumulated water from rain events to drain from the site. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the subsurface materials, included reconnaissance of the project site, performing the boring operations and obtaining disturbed split spoon samples and relatively undisturbed Shelby tube 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)." Four borings were performed at this site for the purpose of providing geotechnical information. The table below provides the boring identification, boring location, boring depth, and GPS Coordinates at the boring locations: SUMMARY OF BORING INFORMATION Boring Identification Boring Location Boring Depth (ft) GPS Coordinates B-4 Flour Bluff EWST 125 N 27.66071', W 97.30797° B-5 Flour Bluff EWST 100 N 27.66078°, W 97.30801' B-6 Flour Bluff EWST 100 N 27.66071', W 97.30789° B-7 Flour Bluff EWST 100 N 27.66065°, W 97.30802° RETL determined the scope of the field work and staked the boring locations in the field. RETL and EnviroCore Inc., a subcontractor to RETL, performed the drilling operations. Upon completion of the drilling operations and obtaining the groundwater observations, the drill holes were backfilled with excavated soil and the site cleaned as required. A Boring Location Plan is provided with this report. 2of19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas The borings performed for this project were used to determine the classification and strengths of the subgrade soils. This information is provided on the boring logs and includes boring locations, boring depth, soil classification, soil strengths and laboratory test results. The boring logs are included in the Appendix. Drilling and Sampling Procedures The borings were performed using drilling rigs equipped with a rotary head turning solid flight augers and after groundwater was encountered, wet rotary drilling operations were utilized to complete the borings to the required termination depths. The sampling operations were performed in accordance with the procedures for "Standard Practice for Soil Exploration and Sampling by Auger Borings, (ASTM D1452)." Disturbed soil samples were obtained using split-barrel sampling procedures in general accordance with the procedures for "Penetration Test and Split-Barrel Sampling of Soils, (ASTM D1586)." Relatively undisturbed soil samples were obtained using thin-wall tube sampling procedures in accordance with "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. The samples were 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 Standard 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 and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. 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, 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, tide levels, 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. 3of19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas Ground Surface Elevations — The ground surface elevations at the boring locations were not provided. Therefore, the depths referred to in this report are measured from the ground surface at the boring locations during the time of our field investigation unless specified otherwise. 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 foundation system 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), percent material finer than the #200 sieve tests (ASTM D1140), and sulfate ion concentration tests (Method 9056). The shear strength of selected cohesive soil samples was evaluated from unconfined compressive strength tests (ASTM D2166). The estimated soil strengths were obtained using a hand penetrometer. 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 and test reports 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, strength tests, water level observations and other laboratory tests are presented on the boring logs in numerical form. 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 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. 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. 4of19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas Soil Conditions The soil conditions encountered at the project site have been summarized and soil properties including generalized soil classification, undrained cohesion, angle of internal friction and effective unit weight are provided in the following table: Soil Profile Table D Generalized Soil LL PI C Description ye -#200 N PP 0-2 SAND --- --- 0 28 110 4 3-4 --- 2-5 SAND --- --- 0 28 50 4-7 9-12 --- 5-10 SAND --- --- 0 31 55 16 11-22 --- 10-37 CLAY 36-48 22-30 1,700 0 60 61-93 7-11 1.0-4.0 37-52 CLAY 25-35 10-21 3,000 0 60 20-70 23-32 2.0-4.0 52-72 SAND --- --- 0 36 55 9-22 13-49 --- 72-125 CLAY 31-66 15-39 3,300 0 60 42-96 18-59 4.0-4.5+- Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf(undrained) � =Angle of Internal Friction, deg. (undrained) Ye= Effective soil unit weight, pcf 4200 = Percent of soils passing the#200 sieve N = Standard Penetration Test (blows per foot) PP = Pocket Penetrometer value range, tsf Exceptions to the generalized stratigraphy provided in the soil profile tables above were observed. • Strata of clayey sand and clay soils were encountered at boring location B-4 between the depths of 5-feet to 8-feet and at boring location B-5 between the depths of 5-feet to 10-feet. • Strata of sand soils were encountered at boring locations B-5 and B-6 between the depths of 42-feet to 47-feet. Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. 5of19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas Seismic Site Class As stated on Page 205, Chapter 20, "SITE CLASSIFICATION PROCEDURE FOR SEISMIC DESIGN" of ASCE/SEI 7-05. Table 20.3-1-Site Classification provides that the soil undrained shear strength for Site Class D soils should have an average Standard Penetration Resistance between 15 and 50, and an average undrained shear strength between 1,000 and 2,000 psf. These soils are present in the upper 100-feet at this site. Therefore, the soils at this site should be classified as Site Class D. Groundwater Observations Groundwater (GW) observations and the depths the borings caved are provided in the following table: GROUNDWATER (GW) OBSERVATIONS BORING NO. DURING DRILLING UPON COMPLETION B-4 1'h-feet Wet&Caved at 1'h-feet B-5 3-feet Wet&Caved at 3-feet B-6 3-feet Wet&Caved at 3-feet B-7 1'h-feet Wet&Caved at 1'h-feet Based on observations made in the field and moisture contents obtained in the laboratory, it appears as if the average depth to groundwater at this site is near the 2 to 3-foot depth at the time of our field investigation. Very high groundwater near the ground surface occurs in the vicinity of this project particularly after significant rainfall events where stormwater runoff fills the air voids in the surficial sand soils. High groundwater conditions can continue until the groundwater has an opportunity to drain to the bay. RETL encourages the contractor to verify the depth to groundwater prior to bidding to account for the need to dewater excavations for utilities, foundations, etc. at this site. Problems with high water levels in non-cohesive soil regimes can be exacerbated by the contractor's activities particularly when using vibratory effort during compaction operations. The contractor should be aware of the high water table and encouraged to utilize construction means and methods to minimize construction activities that can draw water up or cause the non-cohesive soils from going "quick". Water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and groundwater levels at this site may be subject to seasonal conditions, recent rainfall, tide levels and drought or temperature effects and proximity to large bodies of water. 6of19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classifications for the soils encountered at the site to the depth of 20-feet at the boring locations: D DESCRIPTION OSHA Soil Type Classification 0-2 Sand Above Water Table Type C 2-10 Sand Below Water Table Type C 10-20 Clay Below Water Table Type C It should be noted that the contractor's "responsible 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 soil OSHA soil types are provided in the following table: GUIDELINES FOR MAXIMUM ALLOWABLE SLOPES Soil or Rock Type Max.Allow. Slopes for Excavations < Than 20' Deep Stable Rock Vertical Type A 3/: Horizontal : 1 Vertical Type B 1 Horizontal : 1 Vertical Type C 1'/2 Horizontal : 1 Vertical Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not take into account any recent revisions or the stability of long term unprotected slopes. Long term unprotected slopes will likely require flatter slopes. The guidelines presented herein for slopes does not imply RETL is taking responsibility for construction site safety, this responsibility falls entirely upon the contractor and his responsible person. RETL is assuming that the contractor will comply with all rules, ordinances and other requirements to comply with safe construction practices. In no case should slope height, slope inclination or excavation depth, including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations. Specifically, the current OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926 should be followed. It is our understanding that these regulations are being strictly enforced and if they are not closely followed, the owner and the contractor could be liable for substantial penalties. The contractor's "competent person", as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. For excavations, including a trench, extending to a depth of more than 20-feet, it will be necessary to have the side slopes designed by a Professional Engineer licensed in the State of Texas. 7of19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas The contractor's "competent person" should establish a minimum lateral distance from the crest of the slope for all vehicles and spoil piles. Likewise, the contractor's "responsible person" should establish protective measures for exposed slope faces. CHEMICAL ATTACK POTENTIAL CONDITIONS Chemical Attack Potential for Degradation of Concrete The concentration of water-soluble sulfates is considered to be a good indicator of the potential for chemical attack on concrete. Based on ACI Manual of Concrete Practice (ACI 201.2R-10) or (ACI 318/318R-33), the amount of water soluble sulfate in soil can be used to evaluate the need for protection of concrete based values provided in the table presented below. Water Soluble Sulfate in Soil Sulfate Exposure (percent by weight) 0.0 to 0.10 Negligible or Class 0 Exposure 0.10 to 0.20 Moderate or Class 1 Exposure 0.20 to 2.00 Severe or Class 2 Exposure Over 2.00 Very Severe or Class 3 Exposure Analytical Test Results The results of the sulfate tests performed in the laboratory are provided in the following table: Sulfate Concentration Boring Depth (ft) No. Percent by mg/kg Weight B-4 8.5-10 110 0.011 B-5 6-7.5 <24 <0.0024 B-6 8.5-10 <23 <0.0023 B-7 13.5-15 <26 <0.0026 The sulfates test results above indicate a percent sulfate by weight of 0.011-percent or less. These values are in the negligible, or Class 0, exposure category. 8of19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas FOUNDATION DISCUSSION Project Description Based on information provided to RETL, the project will include the construction of a 2.5 Million-Gallon Elevated Water Storage Tank within the northwest quadrant of the intersection of Flour Bluff Drive and Division Road in Corpus Christi, Texas. The anticipated design parameters for the tank are provided in the following table: Tank Design Parameters Composite Elevated Water Storage Tank Flour Bluff Tank Capacity(gallons) 2,500,000 Tank Height ft 193 Pedestal Diameter(ft) 54 Wind Load (mph) 130 Snow Load (psf) 25 Earthquake Zone 0 Permanent Loads: 5,496 Structure Weight (kips) Permanent Loads: 7,437 Foundation Weight (kips) Permanent Loads: 21,484 Water(kips) Permanent Loads: 211 Snow (kips) Total Load (kips) 34,628 Transient Loads: 59,100 Wind Moment (k. ft.) Transient Loads: 42,540 Earthquake Moment (k. ft.) Transient Loads: 11,874 Out of Plumb Moment (kips) Additionally, the proposed project will include the installation of a mat foundation to support an above-ground pipe support system. The proposed mat is estimated to be on the order of 28-feet by 6-feet by 2-feet. The support system will consist of four evenly spaced supports with an estimated maximum vertical load of approximately 6,000-pounds per support. PVR Discussion The laboratory test results indicate that the subsoils in the active zone at this site are predominately non-plastic. Based on the results of the field and laboratory testing, the site can be considered as non-expansive based on the soil conditions at the time of the field exploration. The PVR was calculated using the Texas Department of Transportation Method TEX-124E and took into account the depth of the active zone that is estimated to extend to a depth of approximately 3-feet. Based on the soils encountered within the active zone at this site it is RETL's opinion that PVR is not a design consideration for the proposed structure. 9of19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas FOUNDATION TYPES CONSIDERED Due to the relatively shallow groundwater and low soil strengths at this site and based on the proposed structure, RETL recommends that the Elevated Water Storage Tank be supported on deep foundations in an effort to minimize undesirable movements. The proposed above-ground pipe support system may be supported on a mat foundation. Drilled Piers — Conventional straight shaft drilled piers can be utilized at this site. Due to the presence of sand soils and shallow groundwater, underreamed drilled piers are not recommended for this site. Temporary steel casing will be required to install straight shaft drilled piers at this site and will require a competent clay stratum to seal the casing. The use of temporary steel casing will likely be required throughout the depth of straight shaft drilled piers during installation. Augered Cast-in-Place Piles — Augered cast-in-place piles are generally most economical when it is necessary to transmit loads through weak, compressible or expansive soils, to and into, strata of high strength soils. These conditions are present at this site, and the use of temporary steel casing is not required for auger cast-in-place pile installations. Therefore, the site conditions and the magnitudes of the typical loads for similar type structures indicate that augered cast-in-place piles would provide a suitable foundation system, providing their installation is carefully monitored. Mat Foundations — A mat foundation is used most advantageously when it is necessary to distribute comparatively heavy structural and working loads onto the supporting foundation materials. In view of the loading conditions and the prevailing soil conditions at this site, it appears that a mat foundation would be a suitable foundation system above-ground pipe support system provided the estimated settlement is acceptable for the structure. If it essential to demand the highest level of performance from the foundation, then RETL recommends utilizing a deep foundation system in conjunction with a structural floor slab. FOUNDATION RECOMMENDATIONS Drilled Piers The soil properties at the site are suitable for straight shaft drilled piers and auger cast-in- place piles. Straight shaft drilled piers will likely require temporary steel casing or the slurry method of installation below the depth of 2-feet for this site. Temporary steel casing will require a competent clay stratum to seal the casing. A consistent, competent clay stratum for sealing the casing exists from approximately 12 to 40-feet and from approximately 84 to 125-feet, the maximum boring termination depth. For the purpose of this report, the recommendations provided herein for straight shaft drilled piers are also applicable to auger cast-in-place piles except where specifically addressed in the "Auger Cast-in-Place Piles" section provided in the "CONSTRUCTION CONSIDERATIONS" section of this report. 10 of 19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas 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 given the strengths of the subsurface soils encountered: ALLOWABLE UNIT SKIN FRICTION VALUES Depth Below Existing Grade (ft) Allowable Unit Skin Friction (psf) 0-5 Neglect 5-10 100 10-37 450 37-72 800 72-120 900 The depths are referenced from the existing ground surface elevations at the boring locations during the time of our field investigation. The allowable unit skin friction values provided above are based on the strengths of the in- situ soils and utilize a safety factor of 2 to prevent shear failure. The maximum termination depth of a straight shaft drilled pier is 120-feet. Resistance to uplift can be calculated by taking 60-percent of the axial capacity of a straight shaft drilled pier when using the unit skin friction values provided in the table above. Deep foundations designed as skin friction elements with a safety factor of a 2 can expect total settlement to be on the order of 0.2-percent of the shaft diameter with differential movement between equally loaded adjacent piers to be approximately half of the total settlement. 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. Deep Foundation Lateral Analysis Deep foundation lateral analysis programs such as L-pile will require the following soil parameters for this site: 11 of 19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas Lateral Pier Analysis Parameters; Flour Bluff Site D Description C y. K E50 0-5 SAND Neglect 5-10 SAND 0 31 55 60 --- 10-37 CLAY 1,800 0 60 500 0.007 37-52 CLAY 3,000 0 60 1,000 0.005 52-72 SAND 0 36 55 125 --- 72-125 CLAY 3,300 0 60 1,000 0.005 Where: D = depth (ft) YE= effective unit weight, pcf C = cohesion, psf(undrained) =angle of internal friction, deg. K= modulus of subgrade reaction (pci) E50= 50%strain value The upper 5-feet of soil below the ground surface should be neglected for the lateral analysis. Mat Foundations A mat foundation may be utilized to support the proposed pipe support. Mat foundations founded at a depth of 1-foot below the existing ground surface elevation supported on the natural soils may be designed for a net allowable unit soil bearing pressure of 800 psf. A mat foundation bearing at a deeper depth may require dewatering to successfully install. The modulus of subgrade reaction (K) can be taken as 125 pci for the natural sand soils. Mat designed using the net allowable unit soil pressures provided could expect total settlements to be approximately 1-inch and differential settlements to be approximately '/- inch. In order to minimize the effects of any slight differential movement that may occur due to variations in the character of the supporting soils, it is recommended that the mat be suitably reinforced to make the mat as rigid as possible. 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 to provide a firm undisturbed clean bearing surface to support the proposed mat. All debris and loose material in the bottom of the excavation should be removed prior to steel placement. 12 of 19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas It may be beneficial to place a lean concrete seal slab to prevent excessive wetting and desiccation of the subgrade soils at the bearing elevation for the foundation. A soil supported mat foundation is subject to vertical movements, as discussed earlier in this report. Even slight differential movements on the order of 1-inch can cause distress. This amount of movement should be understood and addressed during the design phase of the proposed structure planned for construction at this site. Slabs designed to distribute the load or the top of piers should be a minimum depth of 1 - foot below the final site grade. SITE IMPROVEMENT METHODS Concrete Flatwork Construction Considerations Provisions in the site development should be made in order to maintain relatively uniform moisture contents of the supporting soils. A number of measures may be used to attain a reduction in subsoil moisture content variations. Some of these measures are outlined below: • During construction, positive drainage schemes should be implemented to prevent ponding of water on the subgrade. • Positive drainage should be maintained around the structure and flatwork and be directed to paved surfaces, transmitting water away from the foundation perimeter and flatwork. In addition, positive grades sloping away from the foundation and flatwork should be designed and implemented. We recommend that effective site drainage plans be devised by others prior to commencement of construction to provide positive drainage away from the site improvements and off the site, both during, and after construction. • Vegetation placed in landscape beds that are adjacent to the structure and flatwork should be limited to plants and shrubs that will not exceed a mature height of 3-feet. Large bushes and trees should be planted away from the slab foundations and flatwork at a distance that will exceed their full mature height and canopy width. • Individual concrete panels of concrete sitework should be dowelled together to minimize trip hazards as a result of differential movements within the flatwork. • Pavements should be designed to drain quickly with a minimum positive slope of 1 - percent. Planter islands should incorporate a 12-inch clay cap at the surface and the curbs should be designed to prevent moisture from entering the pavement base materials. 13 of 19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas • In areas where flatwork is planned for construction and extending 5-feet outside the plan area of the flatwork, all surface organics and deleterious materials shall be removed, the upper 12-inches of exposed subgrade soils should be scarified, moisture conditioned to at least the optimum moisture content and then compacted to at least 95-percent of the maximum dry density as determined by the standard Proctor test (ASTM D698). This does not apply to flatwork supporting car or truck traffic. All project features beyond the scope of those discussed above should be planned and designed similarly to attain a region of relatively uniform moisture content within the foundation and flatwork areas. Poor drainage schemes are generally the primary cause of foundation and flatwork problems on clay soils. CONSTRUCTION CONSIDERATIONS Drilled, Cast-in-Place, Pier Construction Considerations Based on observations made in the field, it appears as if temporary steel casing or the slurry method will be required to successfully install straight shaft drilled piers at this site. Temporary steel casing will require a competent clay stratum to seal the casing. A consistent, competent clay stratum for sealing the casing exists from approximately 12 to 40-feet and from approximately 84 to 125-feet, the maximum boring termination depth. It may be necessary to overdrive the casing and to utilize casing throughout the pier excavation depth. The cost of temporary steel casing should be included by the drilled pier contractor in the price to install straight shaft drilled piers at this site. Concrete should be readily available on the site and should be placed as soon as possible after all loose material has been removed, the pier excavation inspected and reinforcing steel installed. A relatively high slump concrete mix (6 to 7-inches) is suggested to minimize aggregate segregation caused by the reinforcing steel. Free fall of concrete into the pier excavation is permitted provided the concrete can be placed into the pier excavation without striking the sides of the excavation or hitting the rebar. It should be noted that research has shown that free fall concrete guided at the top of the excavation to avoid contact with the sides of the pier excavation and reinforcing steel can drop more than 80-feet without any measurable segregation and the strength of the concrete was not adversely affected as long as the concrete was falling through air. In situations where it is impossible for the concrete to fall freely without striking the rebar cage or sides of the pier excavation the free fall should be limited to 10-feet or placed with a tremie. Pier excavations should not be allowed to stay open overnight. 14 of 19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas The success of a drilled pier foundation system is highly dependent upon the expertise of the drilled pier foundation contractor and upon the expedient placement of concrete. A test pier excavation should be performed at the site prior to drilling production piers to verify the drilling subcontractor's construction methods and to identify any potential installation problems. The RETL Geotechnical Engineer, or his designated representative, should be present to witness the installation of all the drilled piers, including the test pier excavations. Drilled with Slurry, Cast-in-Place, Pier Construction Considerations For deep drilled pier construction at this site, the slurry displacement pier excavation method may be necessary to prevent groundwater and soils from infiltrating into the pier excavation prior to placing reinforcing steel and pier concrete. It is RETL's opinion that groundwater will be encountered near the 2 to 3-foot depth at the project site. The foundation contractor can utilize the slurry displacement method of installing straight shaft drilled piers at this site. The slurry displacement method of performing the pier excavation is applicable for any situation requiring casing. It is required if it is not possible to get an adequate water seal with the casing to keep groundwater out of the shaft cavity. 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: • Prevent having the slurry in the shaft too long to prevent an excessively thick filter cake which is difficult to displace with concrete during shaft filling. • Pump the slurry and screen out the larger soil particles in suspension then the "conditioned" slurry can be returned to the shaft prior to concreting. • Care should be exercised in excavating clay through the slurry so that pulling a large fragment does not cause sufficient negative pore pressure, or suction, to develop and collapse a part of the shaft. 15 of 19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas When the shaft is complete the rebar cage is set in place and a tremie 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. Care must be taken during concrete placement and casing removal to ensure that sufficient concrete head is maintained inside the casing to prevent soil intrusions in the pier concrete. Concrete should be placed as soon as possible after the pier excavation is inspected and reinforcing steel installed. A relatively high slump concrete mix (6 to 7 inches) is recommended. The soils engineer should be present to witness the test pier excavation. The pier excavation should not be allowed to stay open overnight. The successful placement of a pier foundation is dependent on the expertise of the drilled pier foundation contractor. The Geotechnical Engineer, or his designated representative, should be present to witness the installation of all of the production piers. Augered, Cast-in-Place, Pile Construction Considerations Successful augered cast-in-place pile installations will depend upon the expertise of the contractor and the techniques used. Whereas this installation can be monitored to determine that the piles are installed in general accordance with the specification, it is not possible to make an absolute determination of the capacity of each individual pile. Therefore, the contractor should be required to guarantee or certify his work and provide sufficient references for similar type projects. The soils at this site consist of alternating layers of sand and clay soils of varying consistencies. The contractor should be prepared to adjust the drilling process to maintain the appropriate penetration rate and auger rotation speed into each stratum to prevent removal of excessive amounts of material. Because of the possibility of soil intrusions during auger withdrawal and nonvertical or "dog- leg" piles, the job specifications must be carefully prepared and a continuous inspection of the installation maintained during installation to monitor depths and the amount of concrete pumped versus the rate of auger withdrawal. If these piles will be subject to uplift due to wind load etc., they must be provided with adequate reinforcing steel throughout their length. A single piece of rebar can usually be installed the complete depth of an auger cast-in-place pile. A cage system of rebar can usually be installed after completion of the pile and generally can be pushed to a depth of 10 to 15-feet. 16 of 19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas Concern over the possibility of defective piles warrants extraordinary efforts during construction to achieve sound piles with the desired physical dimensions to support the proposed loads. RETL recommends that the drilled pier contractor utilize a PIR-A during construction and an automatic pump stroke counter to be recorded after each pile installation and reset prior to commencing construction on the next pile. PIR-A will provide the real time grout factor verses depth to the pile installation contractor so that deficiencies can be addressed prior to completion of the pile. In addition, RETL recommends that a minimum of 25-percent of the piles be subjected to PIT testing upon completion of the pile installation program. Provisions for the contractor to address pile deficiencies shall be approved by the project Structural Engineer. A test pile excavation should be performed at the site prior to drilling production piles to verify the drilling subcontractor's construction methods and to identify any potential installation problems. The RETL Geotechnical Engineer, or his designated representative, should be present to witness the installation of all the augered cast-in-place pile, including the test pile excavations. Dewatering Construction Considerations Based on groundwater observation obtained at this site during drilling operations it appears as if dewatering will likely be required for excavations extending to depths deeper than 1'/2-feet. It should be noted that the depth to the groundwater is subject to change due to climatic conditions, and therefore, it should be made the responsibility of the contractor to verify depths to groundwater. The following discussion is general information that may be useful where dewatering operations are required. For construction of shallow excavations, open drainage or interceptor ditches can be expedient and relatively inexpensive method for lowering the groundwater table a slight distance. The interceptor ditch has to penetrate deeper than the elevation of the work area. Water collecting in such ditches normally has to be pumped out of the ditch for disposal. Since gravity flow is relied upon to bring the water to the ditch, the continued inflow is dependent on the water level in the ditch being kept low. With this method, it is common to construct small pits in the ditch, termed sump pits, for locating the necessary pumps (sump pumps). The drawing down of the water table can also be accomplished by constructing a series of sump pits, or, if greater depth is required, some type of drainage wells around the construction area and pumping the water from these pits or wells. For dewatering to intermediate depths (to about 30-feet or more if sufficient area is available for installing the necessary equipment) well-point systems are normally used. To dewater an area, a series of well points is installed around the perimeter of the area. The groundwater level within the perimeter will be lowered when the well-point system is put in operation. The spacing of the well points varies according to the soil type and depth of dewatering. Spacing conventionally varies between 3 and 10-feet. 17 of 19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas With the type of pumping equipment conventionally used for well points, the depth of dewatering that can usually be achieved by a single line of well points located around the perimeter of an excavation is about 18 to 20-feet. This is due to the limit on the practical lifting, or suction, capacity of the pumping equipment. Lowering the water table through a greater distance may require the use of a two (or more) stage (multistage) installation. Where a two-stage installation is required, the well points for the first stage of drawdown are located near the extreme perimeter limits of the area that can be excavated, and are put into operation. Well points for the second stage are subsequently located within the area that has been excavated, near to the bottom elevation that has been dewatered by the first stage. The second stage well points then lowers the water table to the additional depth necessary to complete the excavation in dry conditions. Subsurface water that flows in an upward direction into an excavation area that is being dewatered imparts a seepage force that tends to loosen the soil, reducing the soil strength. The change in strength should be considered in designing excavation bracing and foundations. Where excavations are to extend more than a few feet below groundwater level, open ditches or pits may not be practical, and more advanced methods may be required. Other methods of dewatering are available and may be more cost effective than those mentioned above. Additional information concerning dewatering may be obtained from a contractor whose specialty is dewatering. Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils at the foundation bearing levels if excavations remain open for long periods of time. Therefore, it is recommended that the foundation excavations be extended to final grade and the foundation 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 bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed and be replaced with properly compacted soils as directed by the Geotechnical Engineer. The Geotechnical Engineer, or his designated representative, should monitor subgrade preparation. As a guideline, density tests should be performed on the exposed subgrade soils and each subsequent lift of compacted select fill soils at a rate of one test per 3,000- square feet or a minimum of three in-place nuclear 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 a floor should be designed with either some degree of flexibility, or with sleeves, in order to prevent damage to these lines should vertical movement occur. 18 of 19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas Expansion Joints Expansion joints should be designed and placed in various portions of the structure. 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 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 foundation 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, 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. 19 of 19 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 - GEOTECWflCAL ENGINEERNG 0 - CONSTRUCTM MATERIALS ENGINEERING&TESTING - So�Ls ASPHALT - C,ONCRF."TE BORING LOCATION PLAN 41 joy iM II January 4, 2019 ELEVATED WATER STORAGE TANK (E16290) Attn.: Mr. J.H. Edmonds, P.E. Flour Bluff Drive and Division Road RETL Job No.: G1 18459B Corpus Christi, Texas ROCK ENGINEEFUNG &TEsTwo LABORATORY, IN.C. wwwrocktestin g.coil n 6817 LEOPARD STAEET CORPUS CHAI STW,TF-xA.% 78409-1703 10856 VANDALST*SAN Mmoo,TE,,cks 78216-3625 OMM(361)8,83-4555-FAX. (361)8,83-4711 0MCE,(210)495.80,00- FAX. (210)495-8015 NO ROUNDWILLE LANE- HOUNn D ROCA,TES 78664 0FENCE:(512)284-802!2 - FAA"(512)284-7764 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 LOG OF BORING B-4 SHEET 1 of 3 CLIENT: City of Corpus Christi Rock Engineering and Testing Laboratory, Inc. PROJECT: Composite Elevated Water Storage Tanks 6817 Leopard St Corpus Christi,TX78409 LOCATION: Flour Bluff Drive, Corpus Christi, Texas ° ' �p � Telephone: 361-883-4555 NUMBER: G1 18459B �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 11/1/18 - 11/1/18 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Flight Auger/Mud Rotary LIMITS X W GROUNDWATER INFORMATION: w p w Groundwater(GW)was encountered at a depth of 1'/-feet during drilling. Lu z H z?} F, Wet and Caved at 1'/-feet upon completion. Lu 0 LL 0 0 LL z Lu Lu >>�LL U Lu o z U � O O } J J 3:U)Z Z 7 7 Q Q Li U) LuZ z a m o°° o a a } o z SURFACE ELEVATION: N/A 0 0 � � z a�D 2 LL PL PI o a of DESCRIPTION OF STRATUM SS S-1 N=4 22 POORLY GRADED SAND WITH SILT, moist, brown, loose. SSN=10 23 7 Same as above. 5 S-2 ----- ———— ———— -- -- -- ------------------------------ ss N=13 21 25 13 12 CLAYEY SAND, moist, brown, stiff. S-3 ss N=19 19 SILTY SAND, moist, brown, medium. 10 S-4 ss N=11 26 36 14 22 67 SANDY LEAN CLAY, moist, greenish gray, stiff. (CL) S-5 SH P=1.0 26 67 Same as above. 15 S-6 SH P=3.0 25 105 1.9 Same as above. 20 S-7 ----------------------------- -------------------------------- ss ---- ---- ---- -- -- -- ------------------------------ ss 25 S-8 N=7 32 FAT CLAY, moist, greenish gray, firm. SH P=2.5 31 Same as above,very stiff. ° 30 S-9 0 c� SH P=1.5 22 Same as above, stiff. Y 35 S-10 U O --------------------- ---- -- -------------------------------- SH ---- ---- ---- -- -- -- ------------------------------ SH J 40 S-11 P=4.0 17 70 SANDY LEAN CLAY, moist, greenish gray, very stiff. m 0 J L W s 12 P=4.0 Same as above. Q 45 o: w > :. Ws s N=32 19 25 15 10 20 CLAYEY SAND, moist, greenish gray, very stiff. N 50 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi P - POCKET PENETROMETER RESISTANCE Boring location and depth were determined by RETL. Drilling operations were performed p by RETL at GPS Coordinates N 27.66071° W 97.30797°. 0 UU - UNCONSOLIDATED-UND SHEAR STRENGTH O J DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 LOG OF BORING B-4 SHEET 2 of 3 CLIENT: City of Corpus Christi Rock Engineering and Testing Laboratory, Inc. PROJECT: Composite Elevated Water Storage Tanks 6817 Leopard St Corpus Christi,TX78409 LOCATION: Flour Bluff Drive, Corpus Christi, Texas 0 ' �p � Telephone: 361-883-4555 NUMBER: G1 18459B �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 11/1/18 - 11/1/18 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Flight Auger/Mud Rotary LIMITS X W GROUNDWATER INFORMATION: w p w Groundwater(GW)was encountered at a depth of 1'/-feet during drilling. Lu z H z?} F, Wet and Caved at 1'/-feet upon completion. Lu 0 LL 0 z LL Lu o z U U) O } cn U) cn w U) = a a 0zz0 F- O J J d z In V1 J 0- m0�~ O a a } Z M 0 z 0 0 � � z a D 2 LL PL PI o Oa ov of DESCRIPTION OF STRATUM SS N=29 19 18 SILTY SAND, moist, greenish gray, medium. 55 S-14 ----- ———— ———— -- -- -- ------------------------------ ss N=37 23 POORLY GRADED SAND, moist, greenish gray, dense. 60 S-15 SS N=44 23 Same as above. 65 S-16 SS N=37 25 Same as above. 70 S-17 ----- ———— ———— -- -- -- ------------------------------ ss N=16 26 SILTY SAND, moist, brown, medium. 75 5-18 ----- ———— ———— -- -- -- ------------------------------ ss N=27 22 31 16 15 47 CLAYEY SAND, moist, brown, very stiff. (SC) 80 S-19 ss N=59 19 Same as above, hard. 0 85 S-20 c� J YI ° 90 SH 0s-21 P=4.5+ 28 106 2.3 FAT CLAY, moist, brown and greenish gray, very stiff, slickensided. a c� LL 7 C0S H D P=4.5+ 18 Same as above. 0 95 5-22 LL W F SH 100 s-23 P=4.5+ 27 Same as above. Q LU LU rn LSS P=4.5+ 24 100 4.7 FAT CLAY, moist, brown and greenish gray, very stiff. 105 (3 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi P - POCKET PENETROMETER RESISTANCE Boring location and depth were determined by RETL. Drilling operations were performed p by RETL at GPS Coordinates N 27.66071° W 97.30797°. 0 UU - UNCONSOLIDATED-UND SHEAR STRENGTH 0 J DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 LOG OF BORING B-4 SHEET 3 of 3 CLIENT: City of Corpus Christi Rock Engineering and Testing Laboratory, Inc. PROJECT: Composite Elevated Water Storage Tanks 6817 Leopard St Corpus Christi,TX78409 LOCATION: Flour Bluff Drive, Corpus Christi, Texas ° ' �p � Telephone: 361-883-4555 NUMBER: G1 18459B �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 11/1/18 - 11/1/18 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Flight Auger/Mud Rotary LIMITS X W GROUNDWATER INFORMATION: w p w Groundwater(GW)was encountered at a depth of 1'/-feet during drilling. Lu z H z?} F, Wet and Caved at 1'/-feet upon completion. Lu 0 LL 0 z LL Lu o z U U) O } cn U) cn w U) = a a 0zz0 F- O J J d z In V1 J 0- m0�~ O a a } Z M 0 z 0 0 � � z a D 2 LL PL PI o a- of DESCRIPTION OF STRATUM SH P=4.5+ 32 Same as above. 110 S-25 SH P=4.5+ 29 96 Same as above. 115 S-26 SH P=4.0 31 FAT CLAY, moist, brown and greenish gray, very stiff. 120 S-27 ------------------------------------------------------------- ss N=32 20 34 14 20 49 CLAYEY SAND-LEAN CLAY, moist greenish gray,very stiff. 125 S-28 (SC-CL) Boring was terminated at a depth of 125-feet. 0 c� J YI O O a c� LL 7 m It O LL It Uj >F Uj 0 F Q W W rn ItN V 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi P POCKET PENETROMETER RESISTANCE Boring location and depth were determined by RETL. Drilling operations were performed - p by RETL at GPS Coordinates N 27.66071° W 97.30797°. 01 UU - UNCONSOLIDATED-UND SHEAR STRENGTH 0 J DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 LOG OF BORING B-5 SHEET 1 of 2 CLIENT: City of Corpus Christi Rock Engineering and Testing Laboratory, Inc. PROJECT: Composite Elevated Water Storage Tanks 6817 Leopard St Corpus Christi,TX78409 LOCATION: Flour Bluff Drive, Corpus Christi, Texas ° ' �p � Telephone: 361-883-4555 NUMBER: G1 18459B �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 12/4/18 - 12/4/18 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Flight Auger/Mud Rotary LIMITS X W GROUNDWATER INFORMATION: w p w Groundwater(GW)was encountered at a depth of 3-feet during drilling. Lu z H z?} F, Wet and Caved at 3-feet upon completion. Lu 0 LL 0 0 LL z LL Lu Lu >>(3U)� Lu o z U � O O } J J 3:U)Z Z 7 7 Q Q Li U) LuZ z a m o°° o a a } o z SURFACE ELEVATION: N/A 0 0 � � z a�D 2 LL PL PI o a- of DESCRIPTION OF STRATUM SS S-1 N=4 19 POORLY GRADED SAND WITH SILT, moist, brown, loose. SS N=12 23 6 Same as above, medium. 5 S-2 ----- ———— ———— -- -- -- ------------------------------ ss N=21 19 CLAYEY SAND, moist, greenish gray, very stiff. S-3 SS N=15 21 22 Same as above. 10 S-4 SH P=2.75 20 61 SANDY LEAN CLAY, moist, greenish gray, very stiff. S-5 SH 15 S-6 P=3.0 27 Same as above. SH P=2.0 27 Same as above. 20 S-7 SH P=3.0 27 45 15 30 76 LEAN CLAY WITH SAND, moist, greenish gray, very stiff. 25 S-8 (CL) --------------------- ---- -- -------------------------------- SH ---- ---- ---- -- -- -- ------------------------------ SH P=2.0 27 94 2.0 FAT CLAY, moist, greenish gray, stiff. ° 30 S-9 0 c� SH P=2.0 Same as above. Y 35 S-10 U O ————— ———— ———— —— ------ — -- ———--------------------------- SH -------------------------- SH J 40 S-11 P=2.75 19 35 14 21 57 SANDY LEAN CLAY, moist, greenish gray, very stiff. (CL) m Ir ss X Q45 S12 N=20 20 24 SILTY SAND, moist, greenish gray, medium. o. -- -- -- ------------------------------ > :. Ws 13 N=23 19 CLAYEY SAND, moist, greenish gray, very stiff. N 50 0 N - STANDARD PENETRATION TEST RESISTANCE Ir REMARKS: Mi P - POCKET PENETROMETER RESISTANCE Boring location and depth were determined by RETL. Drilling operations were performed p by EnviroCore Drilling,Inc.,a subcontractor to RETL at GPS Coordinates N 27.66078° 0 UU - UNCONSOLIDATED-UND SHEAR STRENGTH W97.30801°. O J DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 LOG OF BORING B-5 SHEET 2 of 2 CLIENT: City of Corpus Christi Rock Engineering and Testing Laboratory, Inc. PROJECT: Composite Elevated Water Storage Tanks 6817 Leopard St Corpus Christi,TX78409 LOCATION: Flour Bluff Drive, Corpus Christi, Texas 0 ' �p � Telephone: 361-883-4555 NUMBER: G1 18459B �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 12/4/18 - 12/4/18 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Flight Auger/Mud Rotary LIMITS X W GROUNDWATER INFORMATION: w p w Groundwater(GW)was encountered at a depth of 3-feet during drilling. Lu z H z?} F, Wet and Caved at 3-feet upon completion. Lu 0 LL 0 z LL0 LL Lu o z U U) O } cn U) cn w U) = a a 0zz0 F- O J J d z In V1 J 0- m0�~ O a a } Z M 0 z 0 0 � � z a�D 2 LL PL PI o a- of DESCRIPTION OF STRATUM 1 - N=33 23 SILTY SAND, moist, greenish gray, dense. 55 S-14 1 - N=22 23 Same as above, medium. 60 S-15 N=30 22 Same as above. 65 5--11 6 ----- ———— ———— -- -- -- ------------------------------ ss N=40 25 10 POORLY GRADED SAND WITH SILT, moist, brown, dense. 70 S-17 ----- ———— ———— -- -- -- ------------------------------ ss N=40 24 CLAYEY SAND, moist, brown, very stiff. 75 S-18 ss N=34 21 40 13 27 gp LEAN CLAY, moist, brown, very stiff. (CL) 80 S-19 SH P=4.25 18 116 2.7 Same as above, slickensided. 0 85 S-20 c� J — —— —— —————————————————————————————— YI ° s 21 P=4.25 28 FAT CLAY, moist, brown, very stiff. a 90 c� LL 7 D SH P=4.5 29 94 Same as above. 0 95 S-22 LL W F Q LU S-23 sN=32 21 Same as above. 100Boring was terminated at a depth of 100-feet. LUJ W rn Ir N V 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi P POCKET PENETROMETER RESISTANCE Boring location and depth were determined by RETL. Drilling operations were performed - p by EnviroCore Drilling,Inc.,a subcontractor to RETL at GPS Coordinates N 27.66078° 01 UU - UNCONSOLIDATED-UND SHEAR STRENGTH W97.30801°. 0 J DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 LOG OF BORING B-S SHEET 1 of 2 CLIENT: City of Corpus Christi Rock Engineering and Testing Laboratory, Inc. PROJECT: Composite Elevated Water Storage Tanks 6817 Leopard St Corpus Christi,TX78409 LOCATION: Flour Bluff Drive, Corpus Christi, Texas ° ' �p � Telephone: 361-883-4555 NUMBER: G1 18459B �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 12/5/18 - 12/5/18 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Flight Auger/Mud Rotary LIMITS X W GROUNDWATER INFORMATION: w p w Groundwater(GW)was encountered at a depth of 3-feet during drilling. Lu z H z?} F, Wet and Caved at 3-feet upon completion. Lu 0 LL 0 0 LL z LL Lu Lu >>(3U)� Lu o z U � O O } J J 3:U)Z Z 7 7 Q Q Li U) LuZ z a m o°° o a a } o z SURFACE ELEVATION: N/A 0 0 � � z a�D 2 LL PL PI o a- of DESCRIPTION OF STRATUM ss N=4 25 4 POORLY GRADED SAND, moist, brown, loose. S-1 SS N=9 23 Same as above. 5 S-2 ----- ———— ———— -- -- -- ------------------------------ SS S-3 N=22 18 16 SILTY SAND, moist, brown, medium. ss N=20 18 Same as above. 10 S-4 SS s-s N=7 30 48 18 30 68 SANDY LEAN CLAY, moist, greenish gray, firm. (CL) SH P=2.0 16 Same as above, stiff. 15 S-6 ss 20 S-7 N=7 27 45 18 27 81 LEAN CLAY WITH SAND, moist, greenish gray, firm. (CL) ----- ———— ———— -- -- -- ------------------------------ SH P=4.0 29 92 2.1 FAT CLAY, moist, greenish gray, very stiff, slickensided. 25 S-8 SH P=3.0 25 70 FAT CLAY WITH SAND, moist, greenish gray, very stiff. ° 30 S-9 0 c� SH P=4.0 26 Same as above. Y 35 S-10 U O a c� LL SH P=4.0 21 Same as above. J 40 S-11 m ss o .. Q 45 S12 N=7 25 28 SILTY SAND, moist, greenish gray, loose. ss W Q N 50 S-13 N=31 19 SANDY LEAN CLAY, moist, greenish gray, very stiff. V N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi P - POCKET PENETROMETER RESISTANCE Boring location and depth were determined by RETL. Drilling operations were performed p by EnviroCore Drilling,Inc.,a subcontractor to RETL at GPS Coordinates N 27.66071° 0 UU - UNCONSOLIDATED-UND SHEAR STRENGTH W97.3o789°. O J DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 LOG OF BORING B-S SHEET 2 of 2 CLIENT: City of Corpus Christi Rock Engineering and Testing Laboratory, Inc. PROJECT: Composite Elevated Water Storage Tanks 6817 Leopard St Corpus Christi,TX78409 LOCATION: Flour Bluff Drive, Corpus Christi, Texas 0 ' �p � Telephone: 361-883-4555 NUMBER: G1 18459B �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 12/5/18 - 12/5/18 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Flight Auger/Mud Rotary LIMITS X W GROUNDWATER INFORMATION: w p w Groundwater(GW)was encountered at a depth of 3-feet during drilling. Lu z H z?} F, Wet and Caved at 3-feet upon completion. Lu 0 LL 0 z LL0 LL Lu o z U U) O } cn U) cn w U) = a a 0zz0 F- O J J d z In V1 J 0- m0�~ O a a } Z M 0 z 0 0 � � z a D 2 LL PL PI o a- of DESCRIPTION OF STRATUM SSN=26 17 24 15 9 22 CLAYEY SAND, moist, greenish gray, very stiff. (SC) 55 4 ----- ———— ———— -- -- -- ------------------------------ ss N=25 24 POORLY GRADED SAND WITH SILT, moist, greenish gray 60 s-15 and brown, mediume. SS 65 5-16 N=49 24 9 Same as above, dense. SS N=38 25 Same as above. 70 S-17 ----- ———— ———— -- -- -- ------------------------------ N=18 21 CLAYEY SAND, moist, brown, very stiff. 75 5--11 8 SS N=23 21 42 Same as above. 80 S-19 SH P=4.5+ 19 FAT CLAY, moist, brown, very stiff. 0 85 S-20 c� J YI ° 90 s H P=4.0 19 66 27 39 95 Same as above. (CH) a c� LL 7 ca P=4.0 28 94 1.0 Same as above, stiff, slickensided. 0 95 S -22 LL W F Q W ss 100 s-23 N=34 30 86 FAT CLAY, moist, brown, very stiff. Boring was terminated at a depth of 100-feet. LUJ W rn Ir N V 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi P - POCKET PENETROMETER RESISTANCE Boring location and depth were determined by RETL. Drilling operations were performed p by EnviroCore Drilling,Inc.,a subcontractor to RETL at GPS Coordinates N 27.66071° 0 UU - UNCONSOLIDATED-UND SHEAR STRENGTH W97.3o789°. 0 J DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 LOG OF BORING B-7 SHEET 1 of 2 CLIENT: City of Corpus Christi Rock Engineering and Testing Laboratory, Inc. PROJECT: Composite Elevated Water Storage Tanks 6817 Leopard St Corpus Christi,TX78409 LOCATION: Flour Bluff Drive, Corpus Christi, Texas ° ' �p � Telephone: 361-883-4555 NUMBER: G1 18459B �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 11/2/18 - 11/2/18 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Flight Auger/Mud Rotary LIMITS X W GROUNDWATER INFORMATION: w p w Groundwater(GW)was encountered at a depth of 1'/-feet during drilling. Lu z H z?} F, Wet and Caved at 1'/-feet upon completion. Lu 0 LL 0 0 LL z Lu Lu >>�LL U Lu o z U � O O } J J 3:U)Z Z 7 7 Q Q Li U) LuZ z a m o°° o a a } o z SURFACE ELEVATION: N/A 0 0 � � z a�D 2 LL PL PI o a of DESCRIPTION OF STRATUM ss N=3 23 POORLY GRADED SAND WITH SILT, moist, brown, very S-1 loose. SS N=9 23 7 Same as above, loose. 5 S-2 SS S-3 N=11 20 Same as above, medium. ss N=22 20 POORLY GRADED SAND WITH SILT, moist, brown, medium. 10 S-4 SH P=2.5 22 47 18 29 SANDY LEAN CLAY, moist, greenish gray, very stiff. S-5 SH 15 S-6 P=2.0 23 Same as above. --------------------- ---- -- -------------------------------- SH ---- ---- ---- -- -- -- ------------------------------ SH P=2.0 25 FAT CLAY, moist, greenish gray, very stiff. 20 S-7 SH P=2.25 30 Same as above. 25 S-8 SH P=1.5 34 93 Same as above, stiff. ° 30 S-9 0 ----- ———— ———— -- -- -- ------------------------------ c� SH P=2.5 20 LEAN CLAY, moist, greenish gray, very stiff. Y 35 S-10 U O a c� LL SH P=2.5 3.7 Same as above. J 40 S-11 m Ir D ----- ———— ———— —— -- -- ------------------------------ J ui W s12 P=2.5 20 56 SANDY LEAN CLAY, moist, greenish gray, very stiff. Q. 45 0 w W 13 N=27 19 27 CLAYEY SAND, moist, greenish gray, very stiff. M.K. 50 c� N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi P POCKET PENETROMETER RESISTANCE Boring location and depth were determined by RETL. Drilling operations were performed - p by RETL at GPS Coordinates N 27.66065° W 97.30802°. 01 UU - UNCONSOLIDATED-UND SHEAR STRENGTH O J DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 LOG OF BORING B-7 SHEET 2 of 2 CLIENT: City of Corpus Christi Rock Engineering and Testing Laboratory, Inc. PROJECT: Composite Elevated Water Storage Tanks 6817 Leopard St Corpus Christi,TX78409 LOCATION: Flour Bluff Drive, Corpus Christi, Texas 0 ' �p � Telephone: 361-883-4555 NUMBER: G1 18459B �gro9 y `aG°4Q° Fax: 361-883-4711 DATE(S) DRILLED: 11/2/18 - 11/2/18 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Flight Auger/Mud Rotary LIMITS X W GROUNDWATER INFORMATION: w p w Groundwater(GW)was encountered at a depth of 1'/-feet during drilling. Lu z H z?} F, Wet and Caved at 1'/-feet upon completion. Lu 0 LL 0 z LL Lu o z U U) O } cn U) cn w U) = a a 0zz0 F- O J J d z In V1 J 0- m0�~ O a a } Z M 0 z 0 0 � � z a D 2 LL PL PI o a- of DESCRIPTION OF STRATUM SSN=42 17 27 16 11 19 Same as above. (SC) 55 4 ----- ———— ———— -- -- -- ------------------------------ ss N=44 22 SILTY SAND, moist, brown, dense. 60 5-15 SS 65 5-16 N=33 23 16 Same as above. SS 70 5-17 N=41 24 Same as above. ss N=13 24 SILTY SAND, moist, brown, medium. 75 5-118 SS N=20 23 22 Same as above. 80 S-19 ----- ———— ———— -- -- -- ------------------------------ N=28 26 CLAYEY SAND, moist, brown, very stiff. 0 85 S-2 20 J. YI ° 90 s 21 P=4.5+ 21 91 FAT CLAY, moist, greenish gray, very stiff. a c� LL 7 co SH P=4.25 1.9 Same as above. 0 95 S-22 LL LU W F Q LU S 23 P=4.5+ 25 Same as above. 100 Boring was terminated at a depth of 100-feet. W W rn N V 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi P - POCKET PENETROMETER RESISTANCE Boring location and depth were determined by RETL. Drilling operations were performed p by RETL at GPS Coordinates N 27.66065° W 97.30802°. UU - UNCONSOLIDATED-UND SHEAR STRENGTH 0 J DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Rock Engineering&Testing Laboratory e� FS 6817 Leopard Street Corpus Christi,TX 78409-1703 e Engineering&Testing Telephone: 361-883-4555 <, �o 0 �RrO9r 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:71609933-C386-42C6-B01 D-CF559F9010E9 i TestAmenca I"I--1E LEADED IN ENVIR NMEINIB L rESTlNG ]I_estAirneirk a II aboira toirlies, Ilii c, TestAmerica Corpus Christi 1733 N. Padre Island Drive Corpus Christi, TX 78408 Tel: (361)289-2673 0 ]I_estAirneirlk a Job IIII1 560-77288-1 Client Project/Site: Flour Bluff Elevated Tanks 12/10/18 ..Y�p Felt:. �dVll�4i Rock Engineering & Testing Lab., Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Attn: Mr. Bobby Jemison Authorized for release by: 12/13/2018 4:43:35 PM Taylor Bruzzio, Project Management Assistant I (361)289-2673 All toylloir.IbirL]ZZuo@l.esI.airrieiru((,aiiil�i(,,,(,irrI Designee for Cathy Upton, QA Manager (713)690-4444 BOOK$ ReviovV your 0,rojolft results through Have l The test results in this report meet all 2003 NELAC and 2009 TNI requirements for accredited j parameters, exceptions are noted in this report. This report may not be reproduced except in full, a r and with written approval from the laboratory. For questions please contact the Project Manager j at the e-mail address or telephone number listed on this page. This report has been electronically signed and authorized by the signatory. Electronic signature is intended to be the legally binding equivalent of a traditionally handwritten signature. II 1 Results relate only to the items tested and the sample(s)as received by the laboratory. 000uSignEnvelope ID:71oonnoo-C3ao-4om6-oo10-CFnnnFno1oEe Client: Rock Engineering&Testing Lab, Inc. Too#mnohoaJob |D: 500-77288-1 Pn400VSi0o: Flour Bluff Elevated Tanks 12/10/18 Table a00e of Contents ontents Cover Page . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 Table Of Contents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 Definitions/Glossary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 Case Narrative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Dptprt'OD SU0000aFV . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 Client Sample Results . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 QC Sample Results . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 QC Association SU0000aFV . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 Lab Chronicle . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 Certification SU0000aFV . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 Method SU0000aFy . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 Sample SU0000aFV . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 Chain of CUstnr1V . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 Receipt Checklists . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 TestAmerica Corpus Christi DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Definitions/Glossary Client: Rock Engineering&Testing Lab., Inc. TestAmerica Job ID: 560-77288-1 Project/Site: Flour Bluff Elevated Tanks 12/10/18 IIIUl1J Qualifier's lr's l General Chemistry Qualifier Qualifier Description J Result is less than the RL but greater than or equal to the MDL and the concentration is an approximate value. Glossary Abbreviation These commonly used abbreviations may or may not be present in this report. tt Listed under the"D"column to designate that the result is reported on a dry weight basis %R Percent Recovery CFL Contains Free Liquid CNF Contains No Free Liquid DER Duplicate Error Ratio(normalized absolute difference) Dil Fac Dilution Factor DL Detection Limit(DoD/DOE) DL,RA,RE,IN Indicates a Dilution,Re-analysis,Re-extraction,or additional Initial metals/anion analysis of the sample DLC Decision Level Concentration(Radiochemistry) EDL Estimated Detection Limit(Dioxin) LOD Limit of Detection(DoD/DOE) LOQ Limit of Quantitation(DoD/DOE) MDA Minimum Detectable Activity(Radiochemistry) MDC Minimum Detectable Concentration(Radiochemistry) MDL Method Detection Limit ML Minimum Level(Dioxin) NC Not Calculated ND Not Detected at the reporting limit(or MDL or EDL if shown) PQL Practical Quantitation Limit QC Quality Control RER Relative Error Ratio(Radiochemistry) RL Reporting Limit or Requested Limit(Radiochemistry) RPD Relative Percent Difference,a measure of the relative difference between two points TEF Toxicity Equivalent Factor(Dioxin) TEQ Toxicity Equivalent Quotient(Dioxin) TestAmerica Corpus Christi Page 3 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Case Narrative Client: Rock Engineering &Testing Lab., Inc. TestAmerica Job ID: 560-77288-1 Project/Site: Flour Bluff Elevated Tanks 12/10/18 Job IIIIII 560-77288-1 Laboratory: TestAmerica Carpus Christi Narrative Job Narrative 560-77288-1 Comments No additional comments. Receipt The samples were received on 12/10/2018 3:39 PM;the samples arrived in good condition, properly preserved and,where required,on ice. The temperature of the cooler at receipt was 9.2°C. Receipt Exceptions The following samples were received at the laboratory outside the required temperature criteria: B4 8.5'-10'(560-77288-1), B5 6'-7.5' (560-77288-2), B6 8.5'-10'(560-77288-3)and B7 13.5'-15'(560-77288-4). The sample(s)is considered acceptable since it was collected and submitted to the laboratory on the same day and there is evidence that the chilling process has begun. General Chemistry Method(s)9056: Spike compounds were inadvertently omitted during the extraction process for the matrix spike/matrix spike duplicate (MS/MSD);therefore, matrix spike recoveries are unavailable for preparation batch 560-157731 and analytical batch 560-157768. The associated laboratory control sample(LCS) met acceptance criteria. Method(s)300.0, 9056:The following samples were diluted due to the nature of the sample matrix: B4 85-10'(560-77288-1), B5 6'-7.5' (560-77288-2), B6 8.5'-10'(560-77288-3)and B7 13.5'-15'(560-77288-4). Elevated reporting limits(RLs)are provided. No additional analytical or quality issues were noted,other than those described above or in the Definitions/Glossary page. Organic Prep No analytical or quality issues were noted,other than those described in the Definitions/Glossary page. TestAmerica Corpus Christi Page 4 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Detection Summary Client: Rock Engineering&Testing Lab., Inc. TestAnnerica Job ID: 560-77288-1 Project/Site: Flour Bluff Elevated Tanks 12/10/18 Client Sai m°mI1 111e IIHD: 11B4,, 8 5'-II 0' LAIb m ai m°mI1 111e IIIIID: 560-772843-11 Analyte Result Qualifier RL MDL Unit Dil Fac D Method Prep Type Sulfate 110 J 250 25 mg/Kg 20 * 9056 Soluble Client Sai m°m11 111e IIHD: 11B5 6'-'7 5' LAIb m ali m"m11 111e IIIIID: 560-772843-2 No Detections. Client Sali m"m11 111e 11HD: 11B6 8 5'-II 0' LA1b Saimple 11111D: 560-77288-; No Detections. Client Sai m°mII 111e IIHD: 11 7 13 5'-II 5' LAIb m ai m°m11 111e IIIIID: 560-772884, No Detections. This Detection Summary does not include radiochemical test results. TestAnnerica Corpus Christi Page 5 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Client Sample Results Client: Rock Engineering&Testing Lab., Inc. TestAmerica Job ID: 560-77288-1 Project/Site: Flour Bluff Elevated Tanks 12/10/18 Client Sairrml1 111e IIHD: 11B4,, 8 5'-II 0' LAb Sairriple IIHD: 560-772843-11 :tate Collllllecte(t� 12/10113 tl9':30 Matlrllxt Solllllld :tate II19ecelllve(t� 12/10113 '1 tt':39 General Chemistry Analyte Result Qualifier RL RL Unit D Prepared Analyzed Dil Fac Percent Moisture 18.1 0.1 0.1 % 12/10/18 15:58 1 Percent Solids 81.9 0.1 0.1 % 12/10/18 15:58 1 r Client Sairrm11 111e IIHD: 11B4,, 8 5'-II 0' LAb Sairriple IIHD: 560-77288-11 :tate Collllllecte(t� 12/10113 tl9':30 Matlrllxr Solllllld :tate 1119ecelllve(t� 12/10113 '1tt':39 IDerceirlit Sollllllds': 31.9 General Chemistry-Soluble Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Sulfate 110 J 250 25 mg/Kg 12/11/1816:03 20 Client Sairrm11 111e IIHD: 11B5 6'-'7 5' LAb Sairriple IIHD: X160-77'88- :tate Collllllecte(t� 12/10113 tl9':30 Matlrllxr Solllllld :tate II19ecelllve(t� 12/10113 '1 tt':39 General Chemistry Analyte Result Qualifier RL RL Unit D Prepared Analyzed Dil Fac Percent Moisture 14.7 0.1 0.1 % 12/10/18 15:58 1 Percent Solids 85.3 0.1 0.1 % 12/10/18 15:58 1 Client Sairrm11 111e IIHD: IIB5 6'-'7 5' LAb Sallrrm11 111e IIHD: 560-772843-2 :tate Collllllecte(t� 12/10113 tl9':30 Matlrllxr Solllllld :tate 1119ecelllve(t� 12/10113 '1tt':39 IDerceirlit Sollllllds': 853 General Chemistry-Soluble Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Sulfate <24 240 24 mg/Kg 12/11/1816:25 20 Client Sairrm11 111e IIHD: 11B6 8 5'-II 0' LAb Sairriple 11111D: 560-77288-3 I.Date 160-'77 88- :tate Collllllecte(t� 12/10113 tl9':30 Matlrllxr Solllllld :tate II19ecelllve(t� 12/10113 '1 tt':39 General Chemistry Analyte Result Qualifier RL RL Unit D Prepared Analyzed Dil Fac Percent Moisture 14.6 0.1 0.1 % 12/10/18 15:58 1 Percent Solids 85.4 0.1 0.1 % 12/10/18 15:58 1 Client Sairrm11 111e IIHD: 11B6 8 5'-II 0' LAb Sairriple 11111D: 560-772843-3 I.Date 160-'7'7 843- :tate Collllllecte(t� 12/10113 tl9':30 Matlrllxr Solllllld :tate 1119ecelllve(t� 12/10113 '1tt':39 IDerceirlit Sollllllds': 35.4 General Chemistry-Soluble Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Sulfate <23 230 23 mg/Kg 12/11/1816:47 20 TestAmerica Corpus Christi Page 6 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Client Sample Results Client: Rock Engineering&Testing Lab., Inc. TestAmerica Job ID: 560-77288-1 Project/Site: Flour Bluff Elevated Tanks 12/10/18 Client Sairrmll llle IIHD: 11 7 13 5'-II 5' LAb Sairriple IIHD: 560-7728434, :tate Collllllecte(t� 12/10113 tl9':30 Matlrllxt Solllllld :tate II19ecelllve(t� 12/10113 '1 tt':39 General Chemistry Analyte Result Qualifier RL RL Unit D Prepared Analyzed Dil Fac Percent Moisture 21.5 0.1 0.1 % 12/10/18 15:58 1 Percent Solids 78.5 0.1 0.1 % 12/10/18 15:58 1 r Client Sairrmll llle IIHD: 11 7 13 5'-II 5' LAb Sairriple IIHD: 560-772884, . :tate Collllllecte(t� 12/10113 tl9':30 Matlrllxr Solllllld :tate 1119ecelllve(t� 12/10113 '1tt':39 IDerceirlit Sollllllds': "13.5 General Chemistry-Soluble Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Sulfate <26 260 26 mg/Kg 12/11/1817:09 20 TestAmerica Corpus Christi Page 7 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 QC Sample Results Client: Rock Engineering&Testing Lab., Inc. TestAmerica Job ID: 560-77288-1 Project/Site: Flour Bluff Elevated Tanks 12/10/18 Method: 0056 -Anions, Illoin CIhiir°()urnrmaf()giir,all lllh Lab Sample ID: MB 560-157731/1-A Client Sample ID: Method Blank Matrix: Solid Prep Type: Soluble Analysis Batch: 157768 MB MB Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Sulfate <1.0 10 1.0 mg/Kg 12/11/1814:13 1 Lab Sample ID: LCS 560-157731/2-A Client Sample ID: Lab Control Sample Matrix: Solid Prep Type: Soluble Analysis Batch: 157768 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Sulfate 200 212 mg/Kg 106 80-120 TestAmerica Corpus Christi Page 8 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 QC Association Summary Client: Rock Engineering&Testing Lab., Inc. TestAnnerica Job ID: 560-77288-1 Project/Site: Flour Bluff Elevated Tanks 12/10/18 Geineiralll Gheirnrmiistr Analysis Batch: 157711 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 560-77288-1 B4 8.5'-10' Total/NA Solid Moisture 560-77288-2 B5 6'-7.5' Total/NA Solid Moisture 560-77288-3 B6 8.5'-10' Total/NA Solid Moisture 560-7728811 B7 13.5'-15' Total/NA Solid Moisture Leach Batch: 157731 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch � 560-77288-1 B4 8.5'-10' Soluble Solid DI Leach 1 560-77288-2 B5 6'-7.5' Soluble Solid DI Leach 560-77288-3 B6 8.5'-10' Soluble Solid DI Leach 560-7728811 B7 13.5'-15' Soluble Solid DI Leach MB 560-157731/1-A Method Blank Soluble Solid DI Leach LCS 560-157731/2-A Lab Control Sample Soluble Solid DI Leach Analysis Batch: 157768 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 560-77288-1 B4 8.5'-10' Soluble Solid 9056 157731 560-77288-2 B5 6'-7.5' Soluble Solid 9056 157731 560-77288-3 B6 8.5'-10' Soluble Solid 9056 157731 560-7728811 B7 13.5'-15' Soluble Solid 9056 157731 MB 560-157731/1-A Method Blank Soluble Solid 9056 157731 LCS 560-157731/2-A Lab Control Sample Soluble Solid 9056 157731 TestAnnerica Corpus Christi Page 9 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Lab Chronicle Client: Rock Engineering&Testing Lab., Inc. TestAnnerica Job ID: 560-77288-1 Project/Site: Flour Bluff Elevated Tanks 12/10/18 Client Sai m°mI1 111e IIHD: 11B4,, 8 5'-II 0' LAIb m ai m°mI1 111e IIHD: 560-772843-11 :mate Collllllecte(:m': '12/10113 W:30 Ma'trllxr Sollllud :mate II19ecelllve(:m': '12/10113 'M:39 Batch Batch Dilution Batch Prepared Prep Type Type Method Run Factor Number or Analyzed Analyst Lab Total/NA Analysis Moisture 1 157711 12/10/18 15:58 DRB TAL CC Client Sai m°m11 111e IIHD: 11B4,, 8 5'-II 0' LAIb m ai m°m11 111e IIHD: 560-772843-11 :mate Collllllecte(:m': '12/10113 W:30 9Wa'trllxr Solllllld :mate III9ecelllve(E� 12/10113 'M:39 111mleirceirlt Sollllllds': 31.9 Batch Batch Dilution Batch Prepared Prep Type Type Method Run Factor Number or Analyzed Analyst Lab Soluble Leach DI Leach 157731 12/11/18 10:05 MAS TAL CC Soluble Analysis 9056 20 157768 12/11/18 16:03 MAS TAL CC Client Saim°m11 111e IIHD: 11B5 6'-'7 5' LAIb m allrm"m11 111e IIHD: 560-77'88- :mate Collllllecte(:m': '12/10113 W:30 9Wa'trllxr Solllllld :mate II19ecelllve(:m': '12/10113 'M:39 Batch Batch Dilution Batch Prepared Prep Type Type Method Run Factor Number or Analyzed Analyst Lab Total/NA Analysis Moisture 1 157711 12/10/18 15:58 DRB TAL CC Client Sai m°m11 111e IIHD: 11B5 6'-'7 5' LAIb m allrm"m11 111e IIHD: 560-772843-2 :mate Collllllecte(:m': '12/10113 W:30 9Wa'trllxr Solllllld :mate III9ecelllve(E� 12/10113 'M:39 IDerceirit Sollllllds': 853 Batch Batch Dilution Batch Prepared Prep Type Type Method Run Factor Number or Analyzed Analyst Lab Soluble Leach DI Leach 157731 12/11/18 10:05 MAS TAL CC Soluble Analysis 9056 20 157768 12/11/18 16:25 MAS TAL CC Client Sallrm"m11 111e 11HD: 11B6 8 5'-II 0' LA1b Saimple 11111D: 560-772843-; :mate Collllllecte(:m': '12/10113 W:30 9Wa'trllxr Solllllld :mate II19ecelllve(:m': '12/10113 'M:39 Batch Batch Dilution Batch Prepared Prep Type Type Method Run Factor Number or Analyzed Analyst Lab Total/NA Analysis Moisture 1 157711 12/10/18 15:58 DRB TAL CC Client Sallrm"m11 111e 11HD: 11B6 8 5'-II 0' LA1b Saimple 11111D: 560-77288-; :mate Collllllecte(:m': '12/10113 W:30 9Wa'trllxr Solllllld :mate III9ecelllve(E� 12/10113 'M:39 IDerceirit Sollllllds': 855, Batch Batch Dilution Batch Prepared Prep Type Type Method Run Factor Number or Analyzed Analyst Lab Soluble Leach DI Leach 157731 12/11/18 10:05 MAS TAL CC Soluble Analysis 9056 20 157768 12/11/18 16:47 MAS TAL CC TestAnnerica Corpus Christi Page 10 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Lab Chronicle Client: Rock Engineering&Testing Lab., Inc. TestAnnerica Job ID: 560-77288-1 Project/Site: Flour Bluff Elevated Tanks 12/10/18 Client Sai m°mIl llle IIHD: 11 7 13 5'-II 5' LAIb Sai m°mIl llle IIHD: 560-7728434, :mate Collllllecte(:m': '12/10113 W:30 Ma'trllxr Sollllud :mate II19ecelllve(:m': '12/10113 'M:39 Batch Batch Dilution Batch Prepared Prep Type Type Method Run Factor Number or Analyzed Analyst Lab Total/NA Analysis Moisture 1 157711 12/10/18 15:58 DRB TAL CC Client Sai m°mll llle IIHD: 11 7 13 5'-II 5' LAIb Saimple IIHD: 560-7728434, :mate Collllllecte(:m': '12/10113 W:30 9Wa'trllxr Solllllld :mate III9ecelllve(E� 12/10113 'M:39 111mleirceirlt Sollllllds': '73.5 Batch Batch Dilution Batch Prepared Prep Type Type Method Run Factor Number or Analyzed Analyst Lab IIII Soluble Leach DI Leach 157731 12/11/18 10:05 MAS TAL CC Soluble Analysis 9056 20 157768 12/11/18 17:09 MAS TAL CC Laboratory References: TAL CC=TestAmerica Corpus Christi,1733 N.Padre Island Drive,Corpus Christi,TX 78408,TEL(361)289-2673 TestAnnerica Corpus Christi Page 11 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Accreditation/Certification Summary Client: Rock Engineering&Testing Lab., Inc. TestAnnerica Job ID: 560-77288-1 Project/Site: Flour Bluff Elevated Tanks 12/10/18 uAIboiratory: 1 estikirneirica Coirpus Gllhuriiisfiii UI Iles o[herwise rlo[ed' ;ll Ni-[Nly[e s'i`or[I71=,I;l")om[ory were covered a lder eNch r,r,rra the [irn'i/G;r rt'hfi[, [irn'i p'kr„Irrw. Authority Program EPA Region Identification Number Expiration Date Texas NELAP 6 T104704210-18-22 03-31-19 The following analytes are included in this report,but the laboratory is not certified by the governing authority. This list may include analytes for which the agency does not offer certification. Analysis Method Prep Method Matrix Analyte Moisture Solid Percent Moisture Moisture Solid Percent Solids %jI W" O%D%/OD TestAnnerica Corpus Christi Page 12 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Method Summary Client: Rock Engineering&Testing Lab., Inc. TestAnnerica Job ID: 560-77288-1 Project/Site: Flour Bluff Elevated Tanks 12/10/18 Method Method Description Protocol Laboratory 9056 Anions,Ion Chromatography SW846 TAL CC Moisture Percent Moisture EPA TAL CC DI Leach Deionized Water Leaching Procedure ASTM TAL CC Protocol References: ASTM=ASTM International EPA=US Environmental Protection Agency SW846="Test Methods For Evaluating Solid Waste,Physical/Chemical Methods",Third Edition,November 1986 And Its Updates. Laboratory References: TAL CC=TestAmerica Corpus Christi,1733 N.Padre Island Drive,Corpus Christi,TX 78408,TEL(361)289-2673 TestAnnerica Corpus Christi Page 13 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Sample Summary Client: Rock Engineering&Testing Lab., Inc. TestAnnerica Job ID: 560-77288-1 Project/Site: Flour Bluff Elevated Tanks 12/10/18 Lab Sample ID Client Sample ID Matrix Collected Received 560-77288-1 B4 8.5'-10' Solid 12/10/18 09:30 12/10/18 15:39 560-77288-2 B5 6'-7.5' Solid 12/10/18 09:30 12/10/18 15:39 560-77288-3 B6 8.5'-10' Solid 12/10/18 09:30 12/10/18 15:39 560-7728811 B7 13.5'-15' Solid 12/10/18 09:30 12/10/18 15:39 UIIII lll�i�«� IIIIIIIIIIIIIIIIIIIII TestAnnerica Corpus Christi Page 14 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 j I00 10 z to €tea 0 rm ' N r 0 - 11 CL ah z E E'- E E c-4 Z 9 0 E w .............. u z E N1. LL ................. LO CL 0 a, E E E cs 0 L 't t— -—------------ 161 0 0 E 0 0 .............. r. 2D (N aSW1SW1UJJOPad 0 05 N I A)aiduges paialpA Z E _E E E m m m E z m ------------ E 2, t t M F 0 L CL E E "s L 0 > Ina N , CL m m u E ml m E E V 0 0 0 0 it L) u 0 u z m 0 z CL E 0 0 E cm 0 -6 r CNI 0 E L M LU N C M 0 - CL w r1i 0 U E c �j 2 .2 V F-cV u &. T _"m 3 J�' N - 00 N CL ICI 04 Vj -M m N E r E z 49 or u CL r t) E w m -9- 0 0 0 2 0 m OL 0 < to iv) a. tw 0. < Q 0 Page 15 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Login Sample Receipt Checklist Client: Rock Engineering&Testing Lab., Inc. Job Number: 560-77288-1 Login Number:77288 List Source: TestAmerica Corpus Christi List Number: 1 Creator:Viveros,Ashley D Question Answer Comment Radioactivity wasn't checked or is</=background as measured by a survey True meter. The cooler's custody seal, if present,is intact. True Sample custody seals,if present,are intact. True The cooler or samples do not appear to have been compromised or True tampered with. Samples were received on ice. True Cooler Temperature is acceptable. True Cooler Temperature is recorded. True COC is present. True COC is filled out in ink and legible. True COC is filled out with all pertinent information. True Is the Field Sampler's name present on COC? True There are no discrepancies between the containers received and the COC. True Samples are received within Holding Time(excluding tests with immediate True HTs) �II VIII Sample containers have legible labels. True Containers are not broken or leaking. True Sample collection date/times are provided. True Appropriate sample containers are used. True Sample bottles are completely filled. True Sample Preservation Verified. True There is sufficient vol.for all requested analyses,incl.any requested True MS/MSDs Containers requiring zero headspace have no headspace or bubble is True <6mm(1/4"). Multiphasic samples are not present. True Samples do not require splitting or compositing. True Residual Chlorine Checked. N/A TestAmerica Corpus Christi Page 16 of 16 12/13/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 PHASE I ENVIRONMENTAL SITE ASSESSMENT (ESA) City of Corpus Christi Flour Bluff Elevated Storage Tank Site Division Road and Flour Bluff Drive Corpus Christi, Texas 78418 prepared for: e �y prepared by: Lr4v engineers � architects I surveyors AUGUST 2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Phase I Environmental Site Assessment Flour Bluff Elevated Storage Tank Site Division Road and Flour Bluff Drive Corpus Christi, Nueces County, Texas Table of Contents EXECUTIVE SUMMARY ........................................................................................................... 1 1.0 INTRODUCTION............................................................................................................ 2 1.1 Purpose....................................................................................................................... 2 1.2 Scope of Services........................................................................................................ 2 1.3 Limitations and Exceptions .......................................................................................... 3 2.0 SITE DESCRIPTION...................................................................................................... 3 2.1 Location and Property Description ............................................................................... 3 2.2 Vicinity General Characteristics ................................................................................... 3 2.3 Current Use of Property............................................................................................... 3 2.4 Description of Structures.............................................................................................. 3 3.0 RECORDS REVIEW ...................................................................................................... 4 3.1 Standard and Environmental Record Sources - Regulatory Review............................. 4 3.2 Physical Setting Sources ............................................................................................. 4 3.2.1 Topography and Surface Drainage ....................................................................... 4 3.2.2 Groundwater......................................................................................................... 5 3.2.3 Wetlands............................................................................................................... 5 3.2.4 Oil & Gas Wells..................................................................................................... 5 3.2.5 Pipelines............................................................................................................... 6 3.3 Historical Use Information............................................................................................ 6 3.3.1 Historical Topographic Maps................................................................................. 6 3.3.2 Historical Aerial Photographs................................................................................ 6 3.3.3 Chatham County Appraisal District ....................................................................... 7 3.3.4 City Directories ..................................................................................................... 7 4.0 SITE RECONNAISSANCE............................................................................................. 7 4.1 Subject Property.......................................................................................................... 7 4.2 Adjacent Property ........................................................................................................ 8 4.3 Surrounding Area......................................................................................................... 8 5.0 INTERVIEWS................................................................................................................. 8 6.0 FINDINGS...................................................................................................................... 9 7.0 CONCLUSIONS............................................................................................................. 9 8.0 SIGNATURE AND STATEMENT OF ENVIRONMENTAL PROFESSIONAL.................. 9 9.0 QUALIFICATIONS OF ENVIRONMENTAL PROFESSIONAL.......................................10 Phase I Environmental Site Assessment Page i August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas List of Attachments LocationMap ...........................................................................................................Attachment 1 RadiusReport..........................................................................................................Attachment 2 Historical Topographic Maps....................................................................................Attachment 3 Current Topographic Map ........................................................................................Attachment 4 GeoPlus Water Well Report.....................................................................................Attachment 5 GeoPlus Physical Settings Report............................................................................Attachment 6 GeoPlus Oil and Gas Report....................................................................................Attachment 7 National Pipeline Mapping System (NPMS) Public Viewer Map...............................Attachment 8 Historical Aerial Photographs...................................................................................Attachment 9 City Directory Reports............................................................................................Attachment 10 Site Map and Photographs.....................................................................................Attachment 11 Transaction Screen Questionnaire.........................................................................Attachment 12 Resumes of Environmental Professionals..............................................................Attachment 13 Phase I Environmental Site Assessment Page ii August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Phase I Environmental Site Assessment Flour Bluff Elevated Storage Tank Site Division Road and Flour Bluff Drive Corpus Christi, Nueces County, Texas EXECUTIVE SUMMARY This report presents the results of a Phase I Environmental Site Assessment (ESA) performed by LNV, Inc. for the City of Corpus Christi, on one parcel of land totaling 5.32 acres, more or less, located at the intersection of Division Road and Flour Bluff Drive in Corpus Christi, Nueces County, Texas. The parcel is further described by the legal description "FLOUR BLUFF & ENC FRM GDN TRACT 5.320 ACS OUT SE COR LTS 4 & 5 SEC 40", as recorded in the City of Corpus Christi Appraisal District online records and is referred to in this document as subject property. This assessment was performed between August 6, 2018 and August 13, 2018. A site reconnaissance was performed by Jacalyn Gorczynski, P.G. of LNV, Inc. on August 9, 2018. The subject property is vacant and heavily vegetated. The only improvements on the site include a billboard, electrical poles, and various underground utilities, all observed during the site reconnaissance. Prior to site reconnaissance, regulatory agency databases were researched by GeoSearch of Austin, Texas, to help identify recognized environmental conditions, current or historical, associated with the subject property. This assessment did not reveal evidence of recognized environmental conditions (REC), historic RECs, or de minimus conditions in connection with the subject property. Off-site recognized environmental conditions include a ready mix cement plant located directly north of the subject property and gas pipelines located on both sides of Flour Bluff Drive directly adjacent to the subject property. Other off-site recognized environmental conditions within a one mile radius of the subject property include one (1) Department of Defense site (Auxiliary Landing Field (ALF) Waldron) and one (1) inactive Industrial and Hazardous Waste Corrective Action (I HWCA) site(Walmart Supercenter 490-05, located at 9409 South Padre Island Drive). Based upon the information gathered during the investigation, LNV, Inc. believes the potential for surface and/or subsurface contamination of the subject property is low and does not recommend any further investigation. Phase I Environmental Site Assessment Page 1 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Phase I Environmental Site Assessment Flour Bluff Elevated Storage Tank Site Division Road and Flour Bluff Drive Corpus Christi, Nueces County, Texas 1.0 INTRODUCTION 1.1 Purpose The purpose of this Phase I Environmental Site Assessment (ESA) was to identify, to the extent feasible, recognized environmental conditions, historical recognized environmental conditions, and de minimis conditions in connection with one parcel of land totaling 5.32 acres, more or less, located at the intersection of Division Road and Flour Bluff Drive in Corpus Christi, Nueces County, Texas. The parcel is further described by the legal description "FLOUR BLUFF & ENC FRM GDN TRACT 5.320 ACS OUT SE COR LTS 4 & 5 SEC 40", as recorded in the City of Corpus Christi Appraisal District online records and is referred to in this document as subject property. The term recognized environmental condition means the presence or likely presence of any hazardous substances or petroleum products in, on, or at a property: (1) due to any release to the environment; (2) under conditions indicative of a release to the environment; or (3) under conditions that pose a material threat of a future release to the environment. The term historical recognized environmental condition means a past release of any hazardous substances or petroleum products that has occurred in connection with the property and has been addressed to the satisfaction of the applicable regulatory authority or meeting unrestricted use criteria established by a regulatory authority, without subjecting the property to any required controls. The term de minimis condition refers to environmental concerns that do not meet the definition of recognized environmental conditions. 1.2 Scope of Services This ESA was conducted pursuant to the standards as outlined by the American Society for Testing and Materials (ASTM) Method E1527-13 and is strictly limited to the scope set forth in the standard. ASTM E1527-13 addresses contaminants within the scope of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and petroleum products. Common issues that are not in the scope of ASTM Practice E1527-13, and therefore not addressed in this Environmental Site Assessment, include, but are not limited to, assessments for asbestos-containing building materials, lead-based paint, lead in drinking water, wetlands, Endangered Species Act, indoor air quality, mold, and regulatory issues. This investigation was performed in accordance with the executed Contract approved by City Council on September 27, 2016 between LNV, Inc. (LNV), 801 Navigation Boulevard, Suite 300, Corpus Christi, Texas 78408 and the City of Corpus Christi, Department of Engineering Services, P.O. Box 9277, Corpus Christi, Texas 78469. Phase I Environmental Site Assessment Page 2 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas 1.3 Limitations and Exceptions This report has been prepared to aid in identifying and addressing recognized environmental conditions at the subject property. During this ESA, LNV, Inc. relied upon interviews and regulatory review by private individuals and assumes, where reasonable to do so, that the information provided is true and accurate. If information to the contrary is discovered, the conclusions and recommendations in this report may no longer be valid. LNV, Inc. can make no direct inferences as to the subsurface conditions at the site based on the scope of the work, which does not include investigation of the subsurface. Certain environmental hazards are impossible to identify visually, and can only be verified through sampling and analysis. LNV, Inc. did not collect samples during this investigation for analysis. The conclusion describes only the conditions present at the time of site reconnaissance, in the areas that were observed. The scope of this report is limited to matters expressly covered herein. 2.0 SITE DESCRIPTION 2.1 Location and Property Description The subject property occupies approximately 5.32 acres, more or less, and is located at Division Road and Flour Bluff Drive in Corpus Christi, Nueces County, Texas. The parcel is further described the legal description "FLOUR BLUFF & ENC FRM GDN TRACT 5.320 ACS OUT SE COR LTS 4 &5 SEC 40", as recorded in the City of Corpus Christi Appraisal District online records. The City of Corpus Christi is the sole owner of the vacant property, which is zoned industrial land and is referred to in this document as subject property. The subject property is situated near Latitude N 27.6606250, Longitude W -97.3077200. A location map is provided in Attachment 1. The subject property is vacant and heavily vegetated. The only improvements on the site include a billboard, electrical poles, and various underground utility markers, all observed during the site reconnaissance. 2.2 Vicinity General Characteristics The land in the vicinity of the subject property is of mixed use. To the north of the subject property is an Alamo Concrete Products, Ltd ready mix plant and undeveloped land. To the east of the subject property is Flour Bluff Drive, followed by a church and commercial installations, then residences. To the south of the subject property is Division Road followed by light industrial installations and residences. To the west of the subject property is an extension of Holly Road followed by undeveloped land. 2.3 Current Use of Property The subject property is not currently in use and has no substantial improvements. 2.4 Description of Structures There are no structures present on the subject property. Phase I Environmental Site Assessment Page 3 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas 3.0 RECORDS REVIEW 3.1 Standard and Environmental Record Sources - Regulatory Review A regulatory records review was completed by GeoSearch of Austin, Texas, in accordance with ASTM E 1527-13. A copy of the GeoSearch Radius Report is provided in Attachment 2. The subject property and properties in the vicinity were searched for in federal, state, and local regulatory agency databases maintained by such agencies as the Texas Commission on Environmental Quality (TCEQ), U.S. Environmental Protection Agency (EPA), and the Department of Interior and Bureau of Indian Affairs. A review of the regulatory agency database report indicates that there are no recognized environmental conditions, current or historical, located on the subject property. Within a one (1) mile radius of the subject property, two sites with recognized environmental conditions were returned by the regulatory agency database report. These sites are summarized below: 1) Auxiliary Landing Field (ALF)Waldron, also known as Waldron Field Navy Outlying Field (NOLF), is located 0.895 miles south/southwest of the subject property. The site is listed on the Department of Defense Sites database as the land is owned or administered by the Federal government. The site is actively used by the Naval Aviator training program at Naval Air Station Corpus Christi, located approximately 1.75 miles north of the subject property. Neither would likely contribute potential contamination to the subject property. 2) Walmart Supercenter 490-05, located at 9409 South Padre Island Drive, has an inactive Industrial and Hazardous Waste Corrective Action (IHWCA) Site registration. IHWCA sites are part of a database maintained by the TCEQ in order to oversee the cleanup of sites contaminated from industrial and municipal hazardous and industrial nonhazardous wastes. No additional information is provided. As the site is located approximately one (1) mile north/northeast of the subject property, it is unlikely that potential contamination would impact the subject property. 3.2 Physical Setting Sources The following paragraphs discuss the general physical setting of the subject property. The location of the subject property in relation to the surrounding area can be found in Attachment 1. 3.2.1 Topography and Surface Drainage According to United States Geological Survey (USGS) topographic maps dating to 1925, the historical topography at the subject property can be characterized as relatively flat with the average elevation at the subject property being approximately 18 ft. msl. Historic USGS topographic maps indicate drainage on the subject property generally flows to the west toward Oso Bay. Historical topographic maps are provided in Attachment 3. Phase I Environmental Site Assessment Page 4 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas A review of current topographic maps indicates that the topography of the subject property remains relatively flat with an approximate subject property elevation of 18 ft. msl. Surface drainage is still to the west toward Oso Bay. The current topographic map, issued by the USGS in 2016, is provided in Attachment 4. 3.2.2 Groundwater According to the United States Geological Survey (USGS) Groundwater Atlas of the United States, the major groundwater aquifer underlying Nueces County is the Gulf Coast Aquifer, which contains numerous local aquifers in a thick sequence of mostly unconsolidated Coastal Plain sediments of alternating and interfingering beds of clay, silt, sand, and gravel. A search of the USGS National Water Information System and various Texas- specific databases was completed by GeoSearch of Austin, Texas. Eighteen (18) water wells are located within a %2 mile radius of the subject property. Eight (8) wells are for domestic use (10 ft. to 162 ft. drill depth) and ten (10) wells are for irrigation use (74 ft. to 165 ft. drill depth). As the proposed used of the subject property is an elevated water storage tank, subject property activities should not impact these wells. Additionally, public water supply and wastewater services at the subject property and in much of the surrounding area are predominantly provided by City of Corpus Christi utilities. During site reconnaissance, signs indicating irrigation by water well were observed. The GeoSearch GeoPlus Water Well Report is provided in Attachment 5. 3.2.3 Wetlands A data search of the U.S. Fish and Wildlife Services' (USFWS) National Wetlands Inventory (NWI) indicates that there are no wetlands present on the subject property. According to the USFWS NWI, the nearest wetland is located approximately 0.20 miles west, following natural drainage toward Oso Bay, and is a palustrine, unconsolidated bottom, semi-permanently flooded, excavated wetland. The GeoSearch GeoPlus Physical Settings Report in Attachment 6 includes a NWI map. 3.2.4 Oil & Gas Wells GeoSearch of Austin, Texas searched the Geographic Information System of the Railroad Commission of Texas database and the GeoPlus Oil & Gas Report prepared by GeoSearch is provided as Attachment 7. The GeoSearch GeoPlus Oil & Gas Report indicated that there are nine (9) oil and gas well locations with a %2 mile radius of the subject property. Four (4) appear to be current oil or gas wells, four (4) are plugged oil/gas well locations or dry hole locations, and one (1) is a sidetrack well surface location (a secondary wellbore drilled away from the original hole). Site reconnaissance of the area did not discover any current oil/gas well locations within a %2 mile radius of the subject property. Locations of mapped current oil/gas wells were predominantly located in current residential areas, which would make their continued presence unlikely. Phase I Environmental Site Assessment Page 5 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas 3.2.5 Pipelines According to records obtained from the National Pipeline Mapping System (NPMS) Public Viewer, there are hazardous liquid and gas transmission pipelines located within a '/4 mile radius of the subject property. A gas transmission pipeline is present along both sides of Flour Bluff Drive, directly adjacent to the subject property. Attachment 8 includes a map from the NPMS Public Viewer, which shows the presence of the pipeline. 3.3 Historical Use Information Available historical information regarding the subject property was gathered and reviewed as follows: 3.3.1 Historical Topographic Maps A Historical Topographic Maps search for a %2 mile radius around the subject property revealed a USGS topographic map series for the following years: 1925, 1951, 1968, 1968 photorevised 1975, and 2013, as shown in Attachment 3. A current USGS topographic map, issued in 2015, is provided in Attachment 4. The subject property is located within the Oso Creek NE Quadrangle. The 1947 topographic map shows very little development in Flour Bluff as whole, with only a few roads, two windmill locations, and a school mapped. Connection to Corpus Christi proper was established via the northern bridge now known as a continuation of Ocean Drive and the southern Mud Bridge. Connection to North Padre Island had not yet occurred. The 1951 topographic map shows considerable development of the area, with more roads and installations including Waldron Field associated with the Naval Air Station, the construction of TX-358 (which continued to North Padre Island), and a railroad line from Corpus Christi proper to Flour Bluff. The 1968 and photorevised 1975 topographic maps show continued development, as well as the addition of several oil wells throughout the area. By 2013, the oil wells are no longer present on the map, nor is the railroad line, however several more streets are mapped. 3.3.2 Historical Aerial Photographs LNV, Inc. reviewed aerial photographs for the subject property contained in the GeoSearch Historical Aerial Photographs Report, which is provided in Attachment 9. Seventeen (17) aerial photographs, dated 1938, 1950, 1956, 1961, 1967, 1979, 1985, 1990, 1995, 2002, 2004, 2005, 2006, 2010, 2012, 2014, and 2016, were reviewed. Very little development is visible in the 1938 photograph except for Flour Bluff Drive and a large building located north of the subject property. In the 1950 photograph more development by the large building previously mentioned is observed, as well as the beginning of the railroad line located directly north of the subject property. The 1956 photograph indicates the first residential development in the area and an increasing number of roads. In 1961, additional residences are visible, but the development north of the subject property is predominantly dismantled and replaced by a large man-made pond. In the 1967 photograph, the building located directly south of the subject property is visible, as are more residences in the area. Phase I Environmental Site Assessment Page 6 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas In 1979, development on the property directly north of the subject property is visible, as is continued residential and commercial growth and construction of the still present water tower south of the subject property. In the 1990 photograph, the beginnings of a residential development south of the subject property is visible. In 2002, development north of the subject property is visible in the form of potential well pads, as are more residential installations throughout the area. In 2005, construction begins on the residential development south of the subject property. From 2005 to 2016, an increasing number of residences are visible within the subject property area, some commercial entities are installed, the man-made pond created between 1956 and 1961 is channelized to Flour Bluff Drive, and the potential well pads located north of the subject property are reclaimed by nature. Today, the immediate surrounding area of the subject property is approximately 60% residential, 25% undeveloped, and 15% commercial/light industrial. Throughout the aerial photograph series, no development is ever visible on the subject property. 3.3.3 Nueces County Appraisal District Upon review of the Nueces County Appraisal District online records, additional information provided on the subject property includes the legal description "FLOUR BLUFF & ENC FRM GDN TRACT 5.320 ACS OUT SE COR LTS 4 & 5 SEC 40". No tax liens appear to be present associated with the subject property. 3.3.4 City Directories GeoSearch conducted a City Directory search, which is provided in Attachment 10. The City Directory search focused on Division Road and Flour Bluff Drive. The R.L Polk & Company and Cole Directory of Corpus Christi and vicinity were searched. Based on information obtained from the city directories, there has been no listed inhabitant of the beginning of Division Road (subject property area) since 1960. Most other listed inhabitants of Division Road are residential. Listings for Flour Bluff Drive vary from residential to commercial to light industrial. The address of 2102 Flour Bluff Drive, which is located directly south of the subject property, has been listed to both individuals and commercial/light industrial entities. The current listing (since 2016) is for A/C & R SVC, an A/C repair facility. 4.0 SITE RECONNAISSANCE A site reconnaissance was performed on August 9, 2018 by Jacalyn Gorczynski, P.G. of LNV, Inc. Visual observations were limited to the subject property, adjacent properties, and immediate surrounding area. The on-site reconnaissance was conducted on-foot. Surrounding properties were visually observed from the subject property and/or from the public right-of-way. Select photographs from the site reconnaissance efforts can be found in Attachment 11. 4.1 Subject Property During the site reconnaissance of the subject property on August 9, 2018, investigation of the subject property was limited to the periphery of the subject property, as the site was heavily overgrown with shrub and tree vegetation. The following was observed: Phase I Environmental Site Assessment Page 7 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas • No installations were observed within the center of the subject property. • The northern boundary of the property is bound by a fence that encompasses the Alamo Concrete Products, Ltd ready mix plant to the north. • AT&T underground utilities are present on the southern and eastern boundary of the subject property. • A gas pipeline is present on the eastern boundary of the subject property. • A billboard is installed on the eastern boundary of the subject property. • Overhead electrical lines are present in the southeast corner of the subject property. 4.2 Adjacent Property Site reconnaissance on the properties adjacent to the subject property revealed the following: • Located north of the subject property is an Alamo Concrete Products, Ltd ready mix plant. The plant appears to be used as needed. Additionally located north is undeveloped land and an extension of Holly Road. The Holly Road extension is a site of illegal dumping and, potentially, environmental concern. • Located east of the subject property is Flour Bluff Drive followed by "Fishing and Rental Tools", a commercial installation, and "The Net Fellowship", a church. These are followed by residences. • Located south of the subject property is Division Road, additional overhead electric (transformers with PCB-free stickers were present), and commercial/industrial installations. A City of Corpus Christi water tower is also located directly south of the subject property, in addition to residences. • Located west of the subject property is the extension of Holly Road and undeveloped land. 4.3 Surrounding Area Land use within %2-mile of the subject property is of mixed use. The immediate surrounding area of the subject property is approximately 60% residential, 25% undeveloped, and 15% commercial/light industrial. 5.0 INTERVIEWS Between August 8 and August 9, 2018, Mr. Alex Barabanov(City of Corpus Christi, Senior Project Manager), Mr. Gabriel Ramirez (City of Corpus Christi, Assistant Director of Water Quality and Treatment), and Mr. Lawrence Mikolajczyk (City of Corpus Christi, Director of Solid Waste Services) completed the Environmental Site Assessment Transaction Screen Questionnaire found in Attachment 12. The only potential environmental concern of which the City of Corpus Christi representatives were knowledgeable of is the presence of a ready mix plant directly adjacent to the subject property. Phase I Environmental Site Assessment Page 8 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas 6.0 FINDINGS This assessment did not reveal evidence of recognized environmental conditions (REC, historic RECs, or de minimus conditions in connection with the subject property. Off-site recognized environmental conditions include a ready mix cement plant located directly north of the subject property and gas pipelines located on both sides of Flour Bluff Drive directly adjacent to the subject property. Other off-site recognized environmental conditions within a one mile radius of the subject property include one (1) Department of Defense Site (an Auxiliary Landing Field (ALF) Waldron) and an inactive Industrial and Hazardous Waste Corrective Action (IHWCA) site (Walmart Supercenter 490-05, located at 9409 South Padre Island Drive). 7.0 CONCLUSIONS LNV, Inc. has performed a Phase I Environmental Site Assessment in conformance with the scope and limitations of ASTM Practice E1527-13, which addresses contaminants within the scope of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and petroleum products. Any exceptions to, or deletions from, this practice, if any, are described in this report. The Phase I Environmental Site Assessment was performed by LNV, Inc. for the City of Corpus Christi, on one parcel of land totaling 5.32 acres, more or less, located at the intersection of Division Road and Flour Bluff Drive in Corpus Christi, Nueces County, Texas. The parcel is further described by the legal description "FLOUR BLUFF& ENC FRM GDN TRACT 5.320 ACS OUT SE COR LTS 4 &5 SEC 40", as recorded in the City of Corpus Christi Appraisal District online records and is referred to in this document as subject property. A site reconnaissance was performed by Jacalyn Gorczynski, P.G. of LNV, Inc. on August 9, 2018. The subject property is vacant and heavily vegetated. The only improvements on the site include a billboard, electrical poles, and various underground utilities, all observed during the site reconnaissance. Prior to site reconnaissance, regulatory agency databases were researched by GeoSearch of Austin, Texas, to help identify recognized environmental conditions, current or historical, associated with the subject property. This assessment did not reveal evidence of recognized environmental conditions (REC), historic RECs, or de minimus conditions in connection with the subject property. Off-site recognized environmental conditions include a ready mix cement plant located directly north of the subject property and gas pipelines located on both sides of Flour Bluff Drive directly adjacent to the subject property. Other off-site recognized environmental conditions within a one mile radius of the subject property include a Department of Defense site (Auxilary Landing Field (ALF) Waldron) and an inactive Industrial and Hazardous Waste Corrective Action (IHWCA) site (Walmart Supercenter 490-05, located at 9409 South Padre Island Drive). Based upon the information gathered during the investigation, LNV, Inc. believes the potential for surface and/or subsurface contamination of the subject property is low. 8.0 SIGNATURE AND STATEMENT OF ENVIRONMENTAL PROFESSIONAL "I declare that, to the best of my professional knowledge and belief, I meet the definition of Environmental professional as defined in §312.10 of 40 CFR 312. I have the specific qualifications based on education, training, and experience to assess a property of the nature, history, and setting of the subject property. I have developed and performed the all appropriate inquiries in conformance with the standards and practices set forth in 40 CFR Part 312." Phase I Environmental Site Assessment Page 9 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi,Texas Si ature of JadMyVGorczynski, P.G. Signature"of Amy R. Hesseltine, P.E. f " r Date Date 9.0 QUALIFICATIONS OF ENVIRONMENTAL PROFESSIONAL Jacalyn Gorczynski, P.G. is a Registered Professional Geoscientist in the State of Texas.Amy R. Hesseltine, P.E. is a Registered Professional Engineer in the State of Texas. Copies of their resumes are included in Attachment 13. Phase I Environmental Site Assessment Page 10 August 2018 Prepared by.LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 1 Location Map Phase I Environmental Site Assessment Attachment 1 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 .......... N'Hav'e AHxar� , h,"r, ""1"6 ............. ....... .inn ... ..........", /P Nueces County Subject Property �// U,� I�u� i� 'Vjsl, � ��� Attachment 1 Location Map N U%V Phase I Environmental Site Assessment prigmeers I architects isurvII Flour Bluff Elevated Storage Tank Site 801 P—GATION SUITE 300 (361)883 1984 Division Road and Flour Bluff Drive Feet PH 0 125 250 101PUS IHI STI TEIAS 18408 11(3 )883 1986 TEPE'PE.No,366 __61NV_ Corpus Christi, Nueces County, Texas DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 2 Radius Report Phase I Environmental Site Assessment Attachment 2 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 zi arch On d,me.01-1 targ touch.", Radius Report NEW. GeoLens by Geosearch Target Property: Flour Bluff EST Division Rd Corpus Christi, Nueces County, Texas 78418 Prepared For: LNV Engineering Order#: 112718 Job #: 250820 Project#: 1600676.000.2 Date: 08/09/2018 `ee )S arl www.aeo-search.com 888-396-0042 Order#112718 Job#250820 �I DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 I Table of Contents Target Property Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 Database Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 Database Radius Summary . . . . . . . . . . . . . . . . . . . . . . . . . . 7 Radius Map . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 Ortho Map . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 Topographic Map . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 Located Sites Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 Elevation Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 Unlocated Sites Summary . . . . . . . . . . . . . . . . . . . . . . . . . . 18 Environmental Records Definitions . . . . . . . . . . . . . . . . . . . . . . 20 Unlocatable Report . . . . . . . . . . . . . . . . . . . . . . . See Attachment Zip Report . . . . . . . . . . . . . . . . . . . . . . . . . . . See Attachment Owl&.wwww. eo-search.com 888-396-0042 u �)Search www.c�eo-search.com 112 718 Job#250820 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Disclaimer This report was designed by GeoSearch to meet or exceed the records search requirements of the All Appropriate Inquiries Rule(40 CFR Y�%312.26)and the current version of the ASTM International E1527, Standard Practice for Environmental Site Assessments:Phase 1 Environmental Site Assessment Process or,if applicable,the custom requirements requested by the entity that ordered this report. The records and databases of records used to compile this report were collected from various federal,state and local governmental entities. It is the goal of GeoSearch to meet or exceed the 40 CFR!x%312.26 and E1527 requirements for updating records by using the best available technology. GeoSearch contacts the appropriate governmental entities on a recurring basis. Depending on the frequency with which a record source or database of records is updated by the governmental entity,the data used to prepare this report may be updated monthly, quarterly,semi-annually,or annually. The information provided in this report was obtained from a variety of public sources. GeoSearch cannot ensure and makes no warranty or representation as to the accuracy,reliability,quality,errors occurring from data conversion or the customer's interpretation of this report. This report was made by GeoSearch for exclusive use by its clients only. Therefore, this report may not contain sufficient information for other purposes or parties. GeoSearch and its partners,employees,officers And independent contractors cannot be held liable For actual,incidental,consequential,special or exemplary damages suffered by a customer resulting directly or indirectly from any information provided by GeoSearch. earcwww.aeo-search.com 888-396-0042 Order#112718 Job#250820 � DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Target Property Summary Target Property Information Flour Bluff EST Division Rd Corpus Christi, Texas 78418 Coordinates Point (-97.307373, 27.660571) 17 feet above sea level USGS Quadrangle Oso Creek Ne, TX Geographic Coverage Information County/Parish: Nueces (TX) ZipCode(s): Corpus Christi TX: 78412, 78414, 78418 `ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 1 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Database Summary FEDERAL LISTING Standard Environmental Records Search Radius Database Acronym Locatable Unlocatable (miles) EMERGENCY RESPONSE NOTIFICATION SYSTEM ERNSTX 0 0 TP/AP FEDERAL ENGINEERING INSTITUTIONAL CONTROL SITES EC 0 0 TP/AP LAND USE CONTROL INFORMATION SYSTEM LUCIS 0 0 TP/AP RCRA SITES WITH CONTROLS RCRASC 0 0 TP/AP RESOURCE CONSERVATION&RECOVERY ACT-GENERATOR RCRAGR06 0 0 0.1250 RESOURCE CONSERVATION&RECOVERY ACT-NON- RCRANGR06 0 0 0.1250 GENERATOR FEMA OWNED STORAGE TANKS FEMAUST 0 0 0.2500 BROWNFIELDS MANAGEMENT SYSTEM BF 0 0 0.5000 DELISTED NATIONAL PRIORITIES LIST DNPL 0 0 0.5000 NO LONGER REGULATED RCRA NON-CORRACTS TSD FACILITIES NLRRCRAT 0 0 0.5000 RESOURCE CONSERVATION&RECOVERYACT-NON-CORRACTS RCRAT 0 0 0.5000 TREATMENT,STORAGE&DISPOSAL FACILITIES SUPERFUND ENTERPRISE MANAGEMENT SYSTEM SEMS 0 0 0.5000 SUPERFUND ENTERPRISE MANAGEMENT SYSTEM ARCHIVED SEMSARCH 0 0 0.5000 SITE INVENTORY NATIONAL PRIORITIES LIST NPL 0 0 1.0000 NO LONGER REGULATED RCRA CORRECTIVE ACTION FACILITIES NLRRCRAC 0 0 1.0000 PROPOSED NATIONAL PRIORITIES LIST PNPL 0 0 1.0000 RESOURCE CONSERVATION&RECOVERY ACT-CORRECTIVE RCRAC 0 0 1.0000 ACTION FACILITIES RESOURCE CONSERVATION&RECOVERY ACT-SUBJECT TO RCRASUBC 0 0 1.0000 CORRECTIVE ACTION FACILITIES SUB-TOTAL 0 0 Additional Environmental Records Search Radius Database Acronym Locatable Unlocatable (miles) AEROMETRIC INFORMATION RETRIEVAL SYSTEM/AIR FACILITY AIRSAFS 0 0 TP/AP SUBSYSTEM BIENNIAL REPORTING SYSTEM BRS 0 0 TP/AP CERCLIS LIENS SFLIENS 0 0 TP/AP CLANDESTINE DRUG LABORATORY LOCATIONS CDL 0 0 TP/AP EPA DOCKET DATA DOCKETS 0 0 TP/AP ENFORCEMENT AND COMPLIANCE HISTORY INFORMATION ECHOR06 0 0 TP/AP `ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 2 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Database Summary Search Radius Database Acronym Locatable Unlocatable (miles) FACILITY REGISTRY SYSTEM FRSTX 0 0 TP/AP HAZARDOUS MATERIALS INCIDENT REPORTING SYSTEM HMIRSR06 0 0 TP/AP INTEGRATED COMPLIANCE INFORMATION SYSTEM(FORMERLY ICIS 0 0 TP/AP DOCKETS) INTEGRATED COMPLIANCE INFORMATION SYSTEM NATIONAL ICISNPDES 0 0 TP/AP POLLUTANT DISCHARGE ELIMINATION SYSTEM MATERIAL LICENSING TRACKING SYSTEM MLTS 0 0 TP/AP NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM NPDESR06 0 0 TP/AP PCB ACTIVITY DATABASE SYSTEM PADS 0 0 TP/AP PERMIT COMPLIANCE SYSTEM PCSR06 0 0 TP/AP SEMS LIEN ON PROPERTY SEMSLIENS 0 0 TP/AP SECTION SEVEN TRACKING SYSTEM SSTS 0 0 TP/AP TOXIC SUBSTANCE CONTROL ACT INVENTORY TSCA 0 0 TP/AP TOXICS RELEASE INVENTORY TRI 0 0 TP/AP ALTERNATIVE FUELING STATIONS ALTFUELS 0 0 0.2500 HISTORICAL GAS STATIONS HISTPST 0 0 0.2500 INTEGRATED COMPLIANCE INFORMATION SYSTEM ICISCLEANERS 0 0 0.2500 DRYCLEANERS MINE SAFETY AND HEALTH ADMINISTRATION MASTER INDEX FILE MSHA 0 0 0.2500 MINERAL RESOURCE DATA SYSTEM MRDS 0 0 0.2500 OPEN DUMP INVENTORY ODI 0 0 0.5000 SURFACE MINING CONTROL AND RECLAMATION ACT SITES SMCRA 0 0 0.5000 URANIUM MILL TAILINGS RADIATION CONTROL ACT SITES USUMTRCA 0 0 0.5000 DEPARTMENT OF DEFENSE SITES DOD 1 0 1.0000 FORMER MILITARY NIKE MISSILE SITES NMS 0 0 1.0000 FORMERLY USED DEFENSE SITES FUDS 0 0 1.0000 FORMERLY UTILIZED SITES REMEDIAL ACTION PROGRAM FUSRAP 0 0 1.0000 RECORD OF DECISION SYSTEM RODS 0 0 1.0000 SUB-TOTAL 1 0 uw ^3 www.aeo-search.com 888-396-0042 Order#112718 Job#250820 �I 3 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Database Summary STATE(M LISTING Standard Environmental Records Search Radius Database Acronym Locatable Unlocatable (miles) STATE INSTITUTIONAL/ENGINEERING CONTROL SITES SIEC01 0 0 TP/AP DRY CLEANER REGISTRATION DATABASE DCR 0 0 0.2500 PETROLEUM STORAGE TANKS PST 0 0 0.2500 BROWNFIELDS SITE ASSESSMENTS BSA 0 0 0.5000 CLOSED&ABANDONED LANDFILL INVENTORY CALF 0 0 0.5000 LEAKING PETROLEUM STORAGE TANKS LPST 0 0 0.5000 MUNICIPAL SOLID WASTE LANDFILL SITES MSWLF 0 0 0.5000 RADIOACTIVE WASTE SITES RWS 0 0 0.5000 RAILROAD COMMISSION VCP AND BROWNFIELD SITES RRCVCP 0 0 0.5000 VOLUNTARY CLEANUP PROGRAM SITES VCP 0 0 0.5000 INDUSTRIAL AND HAZARDOUS WASTE CORRECTIVE ACTION IHWCA 1 0 1.0000 SITES STATE SUPERFUND SITES SF 0 0 1.0000 SUB-TOTAL 1 0 Additional Environmental Records Search Radius Database Acronym Locatable Unlocatable (miles) GROUNDWATER CONTAMINATION CASES GWCC 0 0 TP/AP HISTORIC GROUNDWATER CONTAMINATION CASES HISTGWCC 0 0 TP/AP LAND APPLICATION PERMITS LANDAPP 0 0 TP/AP MUNICIPAL SETTING DESIGNATIONS MSD 0 0 TP/AP NOTICE OF VIOLATIONS NOV 0 0 TP/AP SPILLS LISTING SPILLS 0 0 TP/AP TCEQ LIENS LIENS 0 0 TP/AP TIER 11 CHEMICAL REPORTING PROGRAM FACILITIES TIERII 0 0 TP/AP INDUSTRIAL AND HAZARDOUS WASTE SITES IHW 0 0 0.2500 PERMITTED INDUSTRIAL HAZARDOUS WASTE SITES PIHW 0 0 0.2500 AFFECTED PROPERTY ASSESSMENT REPORTS APAR 0 0 0.5000 DRY CLEANER REMEDIATION PROGRAM SITES DCRPS 0 0 0.5000 INNOCENT OWNER/OPERATOR DATABASE IOP 0 0 0.5000 RECYCLING FACILITIES WMRF 0 0 0.5000 SALT CAVERNS FOR PETROLEUM STORAGE STCV 0 0 0.5000 `ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 4 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Database Summary SUB-TOTAL I 1 0 0 uw ^3 www.aeo-search.com 888-396-0042 Order#112718 Job#250820 �I 5 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Database Summary TRIBAL LISTING Standard Environmental Records Search Radius Database Acronym Locatable Unlocatable (miles) UNDERGROUND STORAGE TANKS ON TRIBAL LANDS USTR06 0 0 0.2500 LEAKING UNDERGROUND STORAGE TANKS ON TRIBAL LANDS LUSTR06 0 0 0.5000 OPEN DUMP INVENTORY ON TRIBAL LANDS ODINDIAN 0 0 1 0.5000 SUB-TOTAL 0 0 Additional Environmental Records Search Radius Database Acronym Locatable Unlocatable (miles) INDIAN RESERVATIONS INDIANRES 0 0 1.0000 SUB-TOTAL 0 0 TOTAL 2 0 uch`ww )S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 6 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Database Radius Summary FEDERAL LISTING Standard environmental records are displayed in bold. Acronym Search TP/AP 1/8 Mile 1/4 Mile 1/2 Mile 1 Mile Total Radius (0-0-02) (>TP/AP) (>1/8) (>1/4) (>1/2) >1 Mile (miles) AIRSAFS 0.0200 0 NS NS NS NS NS 0 BRS 0.0200 0 NS NS NS NS NS 0 CDL 0.0200 0 NS NS NS NS NS 0 DOCKETS 0.0200 0 NS NS NS NS NS 0 EC 0.0200 0 NS NS NS NS NS 0 ECHOR06 0.0200 0 NS NS NS NS NS 0 ERNSTX 0.0200 0 NS NS NS NS NS 0 FRSTX 0.0200 0 NS NS NS NS NS 0 HMIRSR06 0.0200 0 NS NS NS NS NS 0 /CIS 0.0200 0 NS NS NS NS NS 0 ICISNPDES 0.0200 0 NS NS NS NS NS 0 LUCIS 0.0200 0 NS NS NS NS NS 0 MLTS 0.0200 0 NS NS NS NS NS 0 NPDESR06 0.0200 0 NS NS NS NS NS 0 PADS 0.0200 0 NS NS NS NS NS 0 PCSR06 0.0200 0 NS NS NS NS NS 0 RCRASC 0.0200 0 NS NS NS NS NS 0 SEMSLIENS 0.0200 0 NS NS NS NS NS 0 SFLIENS 0.0200 0 NS NS NS NS NS 0 SSTS 0.0200 0 NS NS NS NS NS 0 TRI 0.0200 0 NS NS NS NS NS 0 TSCA 0.0200 0 NS NS NS NS NS 0 RCRAGRO6 0.1250 0 0 NS NS NS NS 0 RCRANGRO6 0.1250 0 0 NS NS NS NS 0 ALTFUELS 0.2500 0 0 0 NS NS NS 0 FEMAUST 0.2500 0 0 0 NS NS NS 0 HISTPST 0.2500 0 0 0 NS NS NS 0 ICISCLEANERS 0.2500 0 0 0 NS NS NS 0 MRDS 0.2500 0 0 0 NS NS NS 0 MSHA 0.2500 0 0 0 NS NS NS 0 BF 0.5000 0 0 0 0 NS NS 0 DNPL 0.5000 0 0 0 0 NS NS 0 NLRRCRAT 0.5000 0 0 0 0 NS NS 0 ODI 0.5000 0 0 0 0 NS NS 0 RCRAT 0.5000 1 0 1 0 1 0 1 0 1 NS I NS 1 0 ow%`t:N)S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 7 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Database Radius Summary Acronym Search TP/AP 1/8 Mile 1/4 Mile 1/2 Mile 1 Mile Total Radius (0-0-02) (>TP/AP) (>1/8) (>1/4) (>1/2) >1 Mile (miles) SEMS 0.5000 0 0 0 0 NS NS 0 SEMSARCH 0.5000 0 0 0 0 NS NS 0 SMCRA 0.5000 0 0 0 0 NS NS 0 USUMTRCA 0.5000 0 0 0 0 NS NS 0 DOD 1.0000 0 0 0 0 1 NS 1 FUDS 1.0000 0 0 0 0 0 NS 0 FUSRAP 1.0000 0 0 0 0 0 NS 0 NLRRCRAC 1.0000 0 0 0 0 0 NS 0 NMS 1.0000 0 0 0 0 0 NS 0 NPL 1.0000 0 0 0 0 0 NS 0 PNPL 1.0000 0 0 0 0 0 NS 0 RCRAC 1.0000 0 0 0 0 0 NS 0 RCRASUBC 1.0000 0 0 0 0 0 NS 0 RODS 1.0000 1 0 1 0 1 0 1 0 1 0 1 NS 1 0 SUB-TOTAL 0 0 0 0 1 0 1 Owl`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 8 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Database Radius Summary STATE(M LISTING Standard environmental records are displayed in bold. Acronym Search TP/AP 1/8 Mile 1/4 Mile 1/2 Mile 1 Mile Total Radius (0-0-02) (>TP/AP) (>1/8) (>1/4) (>1/2) >1 Mile (miles) G WCC 0.0200 0 NS NS NS NS NS 0 HISTGWCC 0.0200 0 NS NS NS NS NS 0 LANDAPP 0.0200 0 NS NS NS NS NS 0 LIENS 0.0200 0 NS NS NS NS NS 0 MSD 0.0200 0 NS NS NS NS NS 0 NOV 0.0200 0 NS NS NS NS NS 0 SIEC01 0.0200 0 NS NS NS NS NS 0 SPILLS 0.0200 0 NS NS NS NS NS 0 TIERII 0.0200 0 NS NS NS NS NS 0 DCR 0.2500 0 0 0 NS NS NS 0 IHW 0.2500 0 0 0 NS NS NS 0 PIHW 0.2500 0 0 0 NS NS NS 0 PST 0.2500 0 0 0 NS NS NS 0 APAR 0.5000 0 0 0 0 NS NS 0 BSA 0.5000 0 0 0 0 NS NS 0 CALF 0.5000 0 0 0 0 NS NS 0 DCRPS 0.5000 0 0 0 0 NS NS 0 IOP 0.5000 0 0 0 0 NS NS 0 LPST 0.5000 0 0 0 0 NS NS 0 MSWLF 0.5000 0 0 0 0 NS NS 0 RRCVCP 0.5000 0 0 0 0 NS NS 0 RWS 0.5000 0 0 0 0 NS NS 0 STCV 0.5000 0 0 0 0 NS NS 0 VCP 0.5000 0 0 0 0 NS NS 0 WMRF 0.5000 0 0 0 0 NS NS 0 IHWCA 1.0000 0 0 0 0 1 NS 1 SF 1.0000 0 0 0 0 0 NS 0 SUB-TOTAL 0 0 0 0 1 0 1 `ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 9 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Database Radius Summary TRIBAL LISTING Standard environmental records are displayed in bold. Acronym Search TP/AP 1/8 Mile 1/4 Mile 1/2 Mile 1 Mile Total Radius (0-0-02) (>TP/AP) (>1/8) (>1/4) (>1/2) >1 Mile (miles) USTR06 0.2500 0 0 0 NS NS NS 0 LUSTR06 0.5000 0 0 0 0 NS NS 0 ODINDIAN 0.5000 0 0 0 0 NS NS 0 INDIANRES 1.0000 0 0 0 0 0 NS 0 SUB-TOTAL 0 0 0 0 0 0 0 TOTAL 0 0 0 0 2 0 2 NOTES: NS=NOT SEARCHED TP/AP=TARGET PROPERTY/ADJACENT PROPERTY Owl`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 10 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Radius Map 1 / 1 mile�� ✓/� / /� r ;//.., 0aa Hay 112 Mr"1 . 114 milt 1113PVlll ,' ✓ �C r r ti r ", Target Property(TP) Flour Bluff FST DOD Division n Rd N LPI HWCA Corpus Christi, Texas 78418 S a� 10001 za00' 3000' _....... r�rrrrr� SCALE 1"r 2000....., ...,. Click here to access Satellite view `ww )S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 11 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Radius Map 2 f ONO Say.. 1/ZMlle,....... � r t'y � / �,� f✓ 114 Mitt �✓ i ° pno118 / i / f / � f r /f / f / y�yy r mil V� � r ✓ VJ r x Target Property(TP) Flour Bluff EST DOID Division Rd N pq HWCA Corpus Christi, Texas WE 78418 �._..- S 0' 500' 1000' 1.500' SCALP 1"=1000' Click here to access Satellite view uch`ww )S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 12 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Ortho Map 1/ NliJ 1 • w r ar u 1 o � oe- M i � m + • 11 r7 Target(Property(TP') Quadrangle(s): Oso Creek Ne IDOID Flour Bluff EST N Pq IHWCA Division Rd Corpus Christi, Texas 78418 S 0' 500' 1000' 1500' SCALE:i 1000'.... .... Click here to access Satellite view Owl`ww )S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 13 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Topographic Map �I �J 1 Mule * f 4 r r � `'w v/r a, lir ✓ � ��iR� p. 112 MiW f✓ 114 Mile, f� i ,r /8lh�el�:. ° � �� ✓ fir. � r � � u. , r q tv uy RV 31 r� �r V�� c� r y Ji Sr ✓ _ d q � �4QW . �, *a �y✓, ✓� �` J�rT�I r q. f i r a<. ✓f� �� ; � � r " R` M OR r i 94, 0 �✓ /': AZ ' ✓i J` �� :�G,�� � �, �� ✓� 4", ". ✓ f ° rr a err p C3 rS� ,y" {, ,�'�K/ip / r Target Property(TP) Ouadrangle('s): Oso Creek Ne Source: USGS, 0210112013 N Flour Sluff ESTW E Division Rd Corpus Christi, Texas s 78418 0 8000' 2000' 3000' SCALE 8"=2000 ...., Click here to access Satellite view uch`ww )S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 14 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Located Sites Summary NOTE:Standard environmental records are displayed in bold. Map Database Site ID# Relative Distance Site Name Address PAGE ID# Name Elevation From Site # 1 DOD 2326 Higher 0.895 mi. ALF WALDRON NUECES COUNTY,CORPUS 17 (23 ft.) SSW CHRISTI,TX 78418 (4726 ft.) 2 IHWCA T2900 Higher 0.997 mi. WAL-MART 9409 S PADRE ISLAND DR, 18 (19 ft.) NNE SUPERCENTER 490- CORPUS CHRISTI, TX 78418 (5264 ft.) 05 ow%uch `ww )S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 15 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Elevation Summary Elevations are collected from the USGS 3D Elevation Program 113 arc-second(approximately 10 meters)layer hosted at the NGTOC.. Target Property Elevation: 17 ft. NOTE:Standard environmental records are displayed in bold. EQUAL/HIGHER ELEVATION Map Database Name Elevation Site Name Address Page ID# # 1 DOD 23 ft. ALF WALDRON NUECES COUNTY,CORPUS CHRISTI, 17 TX 78418 2 IHWCA 19 ft. WAL-MART SUPERCENTER 490-05 9409 S PADRE ISLAND DR, CORPUS 18 CHRISTI, TX 78418 LOWER ELEVATION No Records Found ow%`t:N)S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 16 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Department of Defense Sites (DOD) MAP I #1 Distance from Property: 0.895 mi.(4,726 ft.)SSW Elevation: 23 ft. (Higher than TP) GEOSEARCH ID#: 2326 I D#: 2326 NAME: ALF WALDRON FEDERAL LAND TYPE: NAVY AREA SIZE IN SQUARE MILES: 1.440758820 THE PERIMETER OF THE AREA IN SQUARE MILES: 7.686973026 THE NAME OF THE FEATURE AS LISTED IN THE GEOGRAPHIC NAMES INFORMATION SYSTEM(GNIS)DATABASE: WALDRON FIELD NOLF THE GNIS IDENTIFIER FOR THE FEATURE: 2675919 THE PRIMARY OWNING OR ADMINISTERING AGENCY: DOD-FEDERAL LAND OWNED OR ADMINISTERED BY THE DEPARTMENT OF DEFENSE Back to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 17 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 IIndustrial and Hazardous Waste Corrective Action Sites (1HWCA) MAP ID#2 Distance from Property: 0.997 mi.(5,264 ft.)NNE I Elevation: 19 ft. (Higher than TP) PROGRAM ID: T2900 RN NUMBER: RN106045313 NAME: WAL-MART SUPERCENTER 490-05 ADDRESS: 9409 S PADRE ISLAND DR CORPUS CHRISTI,TX 78418 STATUS: INACTIVE STATUS DATE: 12/27/2010 LOCATION DESCRIPTION: NOT REPORTED Back.to.Report Summary Owl&tN. Swww. eo-search.com 888-396-0042 Uearch www.c�eo-search.com 112 718 Job#250820 18 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Uniocated Sites Summary This list contains sites that could not be mapped due to limited or incomplete address information. No Records Found e �)S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 19 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - FEDERAL AIRSAFS Aerometric Information Retrieval System/Air Facility Subsystem VERSION DATE: 10/20/14 The United States Environmental Protection Agency(EPA) modified the Aerometric Information Retrieval System(AIRS)to a database that exclusively tracks the compliance of stationary sources of air pollution with EPA regulations: the Air Facility Subsystem (AFS). Since this change in 2001, the management of the AIRS/AFS database was assigned to EPA's Office of Enforcement and Compliance Assurance. BRS Biennial Reporting System VERSION DATE: 12/31/11 The United States Environmental Protection Agency(EPA), in cooperation with the States, biennially collects information regarding the generation, management, and final disposition of hazardous wastes regulated under the Resource Conservation and Recovery Act of 1976 (RCRA), as amended. The Biennial Report captures detailed data on the generation of hazardous waste from large quantity generators and data on waste management practices from treatment,storage and disposal facilities. Currently,the EPA states that data collected between 1991 and 1997 was originally a part of the defunct Biennial Reporting System and is now incorporated into the RCRAInfo data system. CDL Clandestine Drug Laboratory Locations VERSION DATE:07/01/16 The U.S. Department of Justice("the Department") provides this information as a public service. It contains addresses of some locations where law enforcement agencies reported they found chemicals or other items that indicated the presence of either clandestine drug laboratories or dumpsites. In most cases, the source of the entries is not the Department, and the Department has not verified the entry and does not guarantee its accuracy. Members of the public must verify the accuracy of all entries by,for example, contacting local law enforcement and local health departments. The Department does not establish, implement, enforce, or certify compliance with clean-up or remediation standards for contaminated sites; the public should contact a state or local health department or environmental protection agency for that information. DOCKETS EPA Docket Data VERSION DATE: 12/22/05 The United States Environmental Protection Agency Docket data lists Civil Case Defendants,filing dates as far back as 1971, laws broken including section,violations that occurred, pollutants involved, penalties assessed and superfund awards by facility and location. Please refer to ICIS database as source of current data. EC Federal Engineering Institutional Control Sites VERSION DATE:08/03/15 This database includes site locations where Engineering and/or Institutional Controls have been identified as part ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 20 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - FEDERAL of a selected remedy for the site as defined by United States Environmental Protection Agency official remedy decision documents. A site listing does not indicate that the institutional and engineering controls are currently in place nor will be in place once the remedy is complete; it only indicates that the decision to include either of them in the remedy is documented as of the completed date of the document. Institutional controls are actions, such as legal controls, that help minimize the potential for human exposure to contamination by ensuring appropriate land or resource use. Engineering controls include caps, barriers, or other device engineering to prevent access, exposure, or continued migration of contamination. ECHOR06 Enforcement and Compliance History Information VERSION DATE:08/26/17 The EPA's Enforcement and Compliance History Online(ECHO)database, provides compliance and enforcement information for facilities nationwide. This database includes facilities regulated as Clean Air Act stationary sources, Clean Water Act direct dischargers, Resource Conservation and Recovery Act hazardous waste handlers, Safe Drinking Water Act public water systems along with other data, such as Toxics Release Inventory releases. ERNSTX Emergency Response Notification System VERSION DATE:04/29/18 This National Response Center database contains data on reported releases of oil, chemical, radiological, biological, and/or etiological discharges into the environment anywhere in the United States and its territories. The data comes from spill reports made to the U.S. Environmental Protection Agency, U.S. Coast Guard, the National Response Center and/or the U.S. Department of Transportation. FRSTX Facility Registry System VERSION DATE:04/17/18 The United States Environmental Protection Agency's Office of Environmental Information(OEI)developed the Facility Registry System(FRS)as the centrally managed database that identifies facilities, sites or places subject to environmental regulations or of environmental interest. The Facility Registry System replaced the Facility Index System or FINDS database. HMIRSR06 Hazardous Materials Incident Reporting System VERSION DATE:03/27/18 The HMIRS database contains unintentional hazardous materials release information reported to the U.S. Department of Transportation located in EPA Region 6. This region includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. ICIS Integrated Compliance Information System(formerly DOCKETS) VERSION DATE:09/23/17 ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 21 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - FEDERAL ICIS is a case activity tracking and management system for civil,judicial, and administrative federal Environmental Protection Agency enforcement cases. ICIS contains information on federal administrative and federal judicial cases under the following environmental statutes: the Clean Air Act, the Clean Water Act, the Resource Conservation and Recovery Act, the Emergency Planning and Community Right-to-Know Act-Section 313,the Toxic Substances Control Act, the Federal Insecticide, Fungicide, and Rodenticide Act, the Comprehensive Environmental Response, Compensation,and Liability Act, the Safe Drinking Water Act,and the Marine Protection, Research, and Sanctuaries Act. ICISNPDES Integrated Compliance Information System National Pollutant Discharge Elimination System VERSION DATE:07/09/17 Authorized by the Clean Water Act, the National Pollutant Discharge Elimination System(NPDES) permit program controls water pollution by regulating point sources that discharge pollutants into waters of the United States. LUCIS Land Use Control Information System VERSION DATE:09/01/06 The LUCIS database is maintained by the U.S. Department of the Navy and contains information for former Base Realignment and Closure(BRAC) properties across the United States. MLTS Material Licensing Tracking System VERSION DATE:06/29/17 MLTS is a list of approximately 8,100 sites which have or use radioactive materials subject to the United States Nuclear Regulatory Commission(NRC) licensing requirements. NPDESR06 National Pollutant Discharge Elimination System VERSION DATE:04/01/07 Authorized by the Clean Water Act, the National Pollutant Discharge Elimination System(NPDES) permit program controls water pollution by regulating point sources that discharge pollutants into waters of the United States. The NPDES database was collected from December 2002 until April 2007. Refer to the PCS and/or ICIS- NPDES database as source of current data. This database includes permitted facilities located in EPA Region 6. This region includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. PADS PCB Activity Database System VERSION DATE:07/18/17 PADS Identifies generators, transporters, commercial scorers and/or brokers and disposers of PCB's who are required to notify the EPA of such activities. ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 22 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - FEDERAL PCSR06 Permit Compliance System VERSION DATE:08/01/12 The Permit Compliance System is used in tracking enforcement status and permit compliance of facilities controlled by the National Pollutant Discharge Elimination System(NPDES) under the Clean Water Act and is maintained by the United States Environmental Protection Agency's Office of Compliance. PCS is designed to support the NPDES program at the state, regional, and national levels. This database includes permitted facilities located in EPA Region 6. This region includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. PCS has been modernized, and no longer exists. National Pollutant Discharge Elimination System(ICIS-NPDES)data can now be found in Integrated Compliance Information System (ICIS). RCRASC RCRA Sites with Controls VERSION DATE:03/21/18 The Resource Conservation and Recovery Act(RCRA)gives EPA the authority to control hazardous waste from the"cradle-to-grave."This includes the generation, transportation, treatment,storage, and disposal of hazardous waste. RCRA also set forth a framework for the management of non-hazardous solid wastes. The 1986 amendments to RCRA enabled EPA to address environmental problems that could result from underground tanks storing petroleum and other hazardous substances. This listing refers to facilities with institutional controls in place. SEMSLIENS SEMS Lien on Property VERSION DATE:04/11/18 The U.S. Environmental Protections Agency's(EPA)Office of Solid Waste and Emergency Response, Office of Superfund Remediation and Technology Innovation(OSRTI), has implemented The Superfund Enterprise Management System (SEMS),formerly known as CERCLIS(Comprehensive Environmental Response, Compensation and Liability Information System)to track and report on clean-up and enforcement activities taking place at Superfund sites. SEMS represents a joint development and ongoing collaboration between Superfund's Remedial, Removal, Federal Facilities, Enforcement and Emergency Response programs. This is a listing of SEMS sites with a lien on the property. SFLIENS CERCLIS Liens VERSION DATE:06/08/12 A Federal CERCLA("Superfund") lien can exist by operation of law at any site or property at which United States Environmental Protection Agency has spent Superfund monies. These monies are spent to investigate and address releases and threatened releases of contamination. CERCLIS provides information as to the identity of these sites and properties. This database contains those CERCLIS sites where the Lien on Property action is complete. ow%`tN)S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 23 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - FEDERAL SSTS Section Seven Tracking System VERSION DATE:02/01/17 The United States Environmental Protection Agency tracks information on pesticide establishments through the Section Seven Tracking System (SSTS). SSTS records the registration of new establishments and records pesticide production at each establishment. The Federal Insecticide, Fungicide and Rodenticide Act(FIFRA) requires that production of pesticides or devices be conducted in a registered pesticide-producing or device- producing establishment. ("Production" includes formulation, packaging, repackaging, and relabeling.) TRI Toxics Release Inventory VERSION DATE: 12/31/16 The Toxics Release Inventory, provided by the United States Environmental Protection Agency, includes data on toxic chemical releases and waste management activities from certain industries as well as federal and tribal facilities. This inventory contains information about the types and amounts of toxic chemicals that are released each year to the air,water,and land as well as information on the quantities of toxic chemicals sent to other facilities for further waste management. TSCA Toxic Substance Control Act Inventory VERSION DATE: 12/31/12 The Toxic Substances Control Act(TSCA)was enacted in 1976 to ensure that chemicals manufactured, imported, processed, or distributed in commerce, or used or disposed of in the United States do not pose any unreasonable risks to human health or the environment. TSCA section 8(b) provides the United States Environmental Protection Agency authority to"compile, keep current,and publish a list of each chemical substance that is manufactured or processed in the United States." This TSCA Chemical Substance Inventory contains non-confidential information on the production amount of toxic chemicals from each manufacturer and importer site. RCRAGR06 Resource Conservation&Recovery Act-Generator VERSION DATE:03/01/18 The Resource Conservation and Recovery Act(RCRA)gives EPA the authority to control hazardous waste from the"cradle-to-grave."This includes the generation, transportation, treatment,storage, and disposal of hazardous waste. RCRA also set forth a framework for the management of non-hazardous solid wastes. The 1986 amendments to RCRA enabled EPA to address environmental problems that could result from underground tanks storing petroleum and other hazardous substances. This listing refers to facilities currently generating hazardous waste. EPA region 6 includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 24 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - FEDERAL RCRANGR06 Resource Conservation&Recovery Act-Non-Generator VERSION DATE:03/01/18 The Resource Conservation and Recovery Act(RCRA)gives EPA the authority to control hazardous waste from the"cradle-to-grave."This includes the generation, transportation, treatment,storage, and disposal of hazardous waste. RCRA also set forth a framework for the management of non-hazardous solid wastes. The 1986 amendments to RCRA enabled EPA to address environmental problems that could result from underground tanks storing petroleum and other hazardous substances. This listing refers to facilities classified as non- generators. Non-Generators do not presently generate hazardous waste. EPA Region 6 includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. ALTFUELS Alternative Fueling Stations VERSION DATE:01/22/18 Nationwide list of alternative fueling stations made available by the US Department of Energy's Office of Energy Efficiency&Renewable Energy. Includes Biodiesel stations, Ethanol(E85)stations, Liquefied Petroleum Gas (Propane)stations, Ethanol (E85)stations, Natural Gas stations, Hydrogen stations, and Electric Vehicle Supply Equipment(EVSE). FEMAUST FEMA Owned Storage Tanks VERSION DATE: 12/01/16 This is a listing of FEMA owned underground and aboveground storage tank sites. For security reasons, address information is not released to the public according to the U.S. Department of Homeland Security. HISTPST Historical Gas Stations VERSION DATE: NR This historic directory of service stations is provided by the Cities Service Company. The directory includes Cities Service filling stations that were located throughout the United States in 1930. ICISCLEANERS Integrated Compliance Information System Drycleaners VERSION DATE:09/23/17 This is a listing of drycleaner facilities from the Integrated Compliance Information System(ICIS). The Environmental Protection Agency(EPA)tracks facilities that possess NAIC and SIC codes that classify businesses as drycleaner establishments. MRDS Mineral Resource Data System VERSION DATE:03/15/16 ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 25 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - FEDERAL MRDS (Mineral Resource Data System) is a collection of reports describing metallic and nonmetallic mineral resources throughout the world. Included are deposit name, location, commodity, deposit description, geologic characteristics, production, reserves, resources, and references.This database contains the records previously provided in the Mineral Resource Data System (MRDS)of USGS and the Mineral Availability System/Mineral Industry Locator System (MAS/MILS)originated in the U.S. Bureau of Mines,which is now part of USGS. MSHA Mine Safety and Health Administration Master Index File VERSION DATE:09/01/17 The Mine dataset lists all Coal and Metal/Non-Metal mines under MSHA's jurisdiction since 1/1/1970. It includes such information as the current status of each mine(Active,Abandoned, NonProducing,etc.), the current owner and operating company, commodity codes and physical attributes of the mine. Mine ID is the unique key for this data. This information is provided by the United States Department of Labor-Mine Safety and Health Administration(MSHA). BF Brownfields Management System VERSION DATE:06/27/18 Brownfields are real property, the expansion, redevelopment,or reuse of which may be complicated by the presence or potential presence of a hazardous substance, pollutant, or contaminant. Cleaning up and reinvesting in these properties takes development pressures off of undeveloped, open land, and both improves and protects the environment. The United States Environmental Protection Agency maintains this database to track activities in the various brown field grant programs including grantee assessment, site cleanup and site redevelopment. This database included tribal brownfield sites. DNPL Delisted National Priorities List VERSION DATE:04/11/18 This database includes sites from the United States Environmental Protection Agency's Final National Priorities List(NPL)where remedies have proven to be satisfactory or sites where the original analyses were inaccurate, and the site is no longer appropriate for inclusion on the NPL, and final publication in the Federal Register has occurred. NLRRCRAT No Longer Regulated RCRA Non-CORRACTS TSD Facilities VERSION DATE:03/01/18 This database includes RCRA Non-Corrective Action TSD facilities that are no longer regulated by the United States Environmental Protection Agency or do not meet other RCRA reporting requirements. This listing includes facilities that formerly treated, stored or disposed of hazardous waste. ODI Open Dump Inventory VERSION DATE:06/01/85 ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 26 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - FEDERAL The open dump inventory was published by the United States Environmental Protection Agency. An "open dump" is defined as a facility or site where solid waste is disposed of which is not a sanitary landfill which meets the criteria promulgated under section 4004 of the Solid Waste Disposal Act(42 U.S.C. 6944)and which is not a facility for disposal of hazardous waste. This inventory has not been updated since June 1985. RCRAT Resource Conservation&Recovery Act-Non-CORRACTS Treatment, Storage&Disposal Facilities VERSION DATE:03/01/18 The Resource Conservation and Recovery Act(RCRA)gives EPA the authority to control hazardous waste from the"cradle-to-grave."This includes the generation, transportation, treatment,storage, and disposal of hazardous waste. RCRA also set forth a framework for the management of non-hazardous solid wastes. The 1986 amendments to RCRA enabled EPA to address environmental problems that could result from underground tanks storing petroleum and other hazardous substances. This listing refers to facilities recognized as hazardous waste treatment, storage, and disposal sites(TSD). SEMS Superfund Enterprise Management System VERSION DATE:04/11/18 The U.S. Environmental Protections Agency's(EPA)Office of Solid Waste and Emergency Response, Office of Superfund Remediation and Technology Innovation(OSRTI), has implemented The Superfund Enterprise Management System (SEMS),formerly known as CERCLIS(Comprehensive Environmental Response, Compensation and Liability Information System)to track and report on clean-up and enforcement activities taking place at Superfund sites. SEMS represents a joint development and ongoing collaboration between Superfund's Remedial, Removal, Federal Facilities, Enforcement and Emergency Response programs. SEMSARCH Superfund Enterprise Management System Archived Site Inventory VERSION DATE:04/11/18 The Superfund Enterprise Management System Archive listing(SEMS-ARCHIVE) has replaced the CERCLIS NFRAP reporting system in 2015. This listing reflect sites that have been assessed and no further remediation is planned and is of no further interest under the Superfund program. SMCRA Surface Mining Control and Reclamation Act Sites VERSION DATE:08/25/17 An inventory of land and water impacted by past mining (primarily coal mining) is maintained by OSMRE to provide information needed to implement the Surface Mining Control and Reclamation Act of 1977(SMCRA). The inventory contains information on the location, type, and extent of AML impacts, as well as, information on the cost associated with the reclamation of those problems. The inventory is based upon field surveys by State, Tribal, and OSMRE program officials. It is dynamic to the extent that it is modified as new problems are identified and existing problems are reclaimed. ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 27 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - FEDERAL USUMTRCA Uranium Mill Tailings Radiation Control Act Sites VERSION DATE:03/04/17 The Legacy Management Office of the Department of Energy(DOE) manages radioactive and chemical waste, environmental contamination, and hazardous material at over 100 sites across the U.S. The L.M. Office manages this database of sites registered under the Uranium Mill Tailings Control Act(UMTRCA). DOD Department of Defense Sites VERSION DATE: 12/01/14 This information originates from the National Atlas of the United States Federal Lands data,which includes lands owned or administered by the Federal government. Army DOD,Army Corps of Engineers DOD,Air Force DOD, Navy DOD and Marine DOD areas of 640 acres or more are included. FUDS Formerly Used Defense Sites VERSION DATE:06/01/15 The Formerly Used Defense Sites(FUDS) inventory includes properties previously owned by or leased to the United States and under Secretary of Defense Jurisdiction, as well as Munitions Response Areas(MRAs). The remediation of these properties is the responsibility of the Department of Defense. This data is provided by the U.S.Army Corps of Engineers(USACE), the boundaries/polygon data are based on preliminary findings and not all properties currently have polygon data available. DISCLAIMER:This data represents the results of data collection/processing for a specific USACE activity and is in no way to be considered comprehensive or to be used in any legal or official capacity as presented on this site. While the USACE has made a reasonable effort to insure the accuracy of the maps and associated data, it should be explicitly noted that USACE makes no warranty, representation or guaranty, either expressed or implied, as to the content,sequence, accuracy, timeliness or completeness of any of the data provided herein. For additional information on Formerly Used Defense Sites please contact the USACE Public Affairs Office at(202)528-4285. FUSRAP Formerly Utilized Sites Remedial Action Program VERSION DATE:03/04/17 The U.S. DOE established the Formerly Utilized Sites Remedial Action Program (FUSRAP) in 1974 to remediate sites where radioactive contamination remained from the Manhattan Project and early U.S.Atomic Energy Commission (AEC)operations. The DOE Office of Legacy Management(LM)established long-term surveillance and maintenance(LTS&M) requirements for remediated FUSRAP sites. DOE evaluates the final site conditions of a remediated site on the basis of risk for different future uses. DOE then confirms that LTS&M requirements will maintain protectiveness. NLRRCRAC No Longer Regulated RCRA Corrective Action Facilities VERSION DATE:03/01/18 ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 28 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - FEDERAL This database includes RCRA Corrective Action facilities that are no longer regulated by the United States Environmental Protection Agency or do not meet other RCRA reporting requirements. NMS Former Military Nike Missile Sites VERSION DATE: 12/01/84 This information was taken from report DRXTH-AS-IA-83A016(Historical Overview of the Nike Missile System, 12/1984)which was performed by Environmental Science and Engineering, Inc.for the U.S.Army Toxic and Hazardous Materials Agency Assessment Division. The Nike system was deployed between 1954 and the mid- 1970's.Among the substances used or stored on Nike sites were liquid missile fuel (JP-4); starter fluids(UDKH, aniline, and furfuryl alcohol);oxidizer(IRFNA); hydrocarbons(motor oil, hydraulic fluid, diesel fuel, gasoline, heating oil); solvents(carbon tetrachloride, trichloroethylene, trichloroethane, stoddard solvent); and battery electrolyte. The quantities of material a disposed of and procedures for disposal are not documented in published reports.Virtually all information concerning the potential for contamination at Nike sites is confined to personnel who were assigned to Nike sites. During deactivation most hardware was shipped to depot-level supply points. There were reportedly instances where excess materials were disposed of on or near the site itself at closure. There was reportedly no routine site decontamination. NPL National Priorities List VERSION DATE:04/11/18 This database includes United States Environmental Protection Agency(EPA) National Priorities List sites that fall under the EPA's Superfund program,established to fund the cleanup of the most serious uncontrolled or abandoned hazardous waste sites identified for possible long-term remedial action. PNPL Proposed National Priorities List VERSION DATE:04/11/18 This database contains sites proposed to be included on the National Priorities List(NPL) in the Federal Register. The United States Environmental Protection Agency investigates these sites to determine if they may present long-term threats to public health or the environment. RCRAC Resource Conservation&Recovery Act-Corrective Action Facilities VERSION DATE:03/01/18 The Resource Conservation and Recovery Act(RCRA)gives EPA the authority to control hazardous waste from the"cradle-to-grave."This includes the generation, transportation, treatment,storage, and disposal of hazardous waste. RCRA also set forth a framework for the management of non-hazardous solid wastes. The 1986 amendments to RCRA enabled EPA to address environmental problems that could result from underground tanks storing petroleum and other hazardous substances. This listing refers to facilities with corrective action activity. ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 29 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - FEDERAL RCRASUBC Resource Conservation&Recovery Act-Subject to Corrective Action Facilities VERSION DATE:03/01/18 The Resource Conservation and Recovery Act(RCRA)gives EPA the authority to control hazardous waste from the"cradle-to-grave."This includes the generation, transportation, treatment,storage, and disposal of hazardous waste. RCRA also set forth a framework for the management of non-hazardous solid wastes. The 1986 amendments to RCRA enabled EPA to address environmental problems that could result from underground tanks storing petroleum and other hazardous substances. This listing refers to facilities subject to corrective actions. RODS Record of Decision System VERSION DATE:04/11/18 These decision documents maintained by the United States Environmental Protection Agency describe the chosen remedy for NPL(Superfund)site remediation. They also include site history, site description,site characteristics, community participation, enforcement activities, past and present activities, contaminated media, the contaminants present, and scope and role of response action. ow%`tN)S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 30 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - STATE (TX) GWCC Groundwater Contamination Cases VERSION DATE:08/26/16 This report contains a listing of groundwater contamination cases which were documented for the 2013 calendar year. Texas Water Code, Section 26.406 requires the annual report to describe the current status of groundwater monitoring activities conducted or required by each agency at regulated facilities or associated with regulated activities. The agencies reporting these contamination cases include the Texas Commission on Environmental Quality, Railroad Commission of Texas, Texas Alliance of Groundwater Districts, and Department of State Health Services. HISTGWCC Historic Groundwater Contamination Cases VERSION DATE: 12/31/12 This historic report contains all agency groundwater contamination cases documented from 1994 to 2012. The agencies that reported these contamination cases included the Texas Commission on Environmental Quality, Railroad Commission of Texas,Texas Alliance of Groundwater Districts, and Department of State Health Services. LANDAPP Land Application Permits VERSION DATE:03/01/13 Texas Land Application Permits are a requirement from the Texas Commission on Environmental Quality for any domestic facility that disposes of treated effluent by land application such as surface irrigation,evaporation, drainfields or subsurface land application. LIENS TCEQ Liens VERSION DATE:06/06/18 Liens filed upon State and/or Federal Superfund Sites by the Texas Commission on Environmental Quality. MSD Municipal Setting Designations VERSION DATE:04/01/18 The Texas Commission on Environmental Quality defines an MSD as an official state designation given to property within a municipality or its extraterritorial jurisdiction that certifies that designated groundwater at the property is not used as potable water, and is prohibited from future use as potable water because that groundwater is contaminated in excess of the applicable potable-water protective concentration level. The prohibition must be in the form of a city ordinance, or a restrictive covenant that is enforceable by the city and filed in the property records. The MSD property can be a single property, multi-property,or a portion of property. ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 31 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - STATE (TX) NOV Notice of Violations VERSION DATE:02/24/16 This database containing Notice of Violations(NOV) is maintained by the Texas Commission on Environmental Quality. An NOV is a written notification that documents and communicates violations observed during an inspection to the business or individual inspected. SIEC01 State Institutional/Engineering Control Sites VERSION DATE:06/06/18 The Texas Risk Reduction Program(TRRP) requires the placement of institutional controls(e.g., deed notices or restrictive covenants)on affected property in different circumstances as part of completing a response action. In its simplest form, an institutional control (IC) is a legal document that is recorded in the county deed records. In certain circumstances, local zoning or ordinances can serve as an IC. This listing may also include locations where Engineering Controls are in effect, such as a cap, barrier, or other engineering device to prevent access, exposure, or continued migration of contamination.The sites included on this list are regulated by various programs of the Texas Commission on Environmental Quality(TCEQ). SPILLS Spills Listing VERSION DATE:01/24/18 This Texas Commission on Environmental Quality database includes releases of hazardous or potentially hazardous materials into the environment. TIERII Tier I I Chemical Reporting Program Facilities VERSION DATE: 12/31/12 The Texas Tier II Chemical Reporting Program in the Department of State Health Services(DSHS)is the state repository for EPCRA-required Emergency Planning Letters(SPLs),which are one-time notifications to the state from facilities that have certain extremely hazardous chemicals in specified amounts. The Program is also the state repository for EPCRA/state-required hazardous chemical inventory reports called Texas Tier Two Reports. This data contains those facility reports for the 2005 through the 2012 calendar years. Please contact the Texas Commission on Environmental Quality Tier II Chemical Reporting Division as the current source for this data, due to confidentiality and safety reasons details such as the location and capacity of on-site hazardous chemicals is only available to local emergency planning agencies,fire departments, and/or owners. DCR Dry Cleaner Registration Database VERSION DATE:05/01/18 The database includes dry cleaning drop stations and facilities registered with the Texas Commission on Environmental Quality. ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 32 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - STATE (TX) IHW Industrial and Hazardous Waste Sites VERSION DATE:05/01/18 Owner and facility information is included in this database of permitted and non-permitted industrial and hazardous waste sites. Industrial waste is waste that results from or is incidental to operations of industry, manufacturing, mining, or agriculture. Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in federal waste regulations.The IHW database is maintained by the Texas Commission on Environmental Quality. PIHW Permitted Industrial Hazardous Waste Sites VERSION DATE:05/01/18 Owner and facility information is included in this database of all permitted industrial and hazardous waste sites. Industrial waste is waste that results from or is incidental to operations of industry, manufacturing, mining, or agriculture. Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in federal waste regulations. Permitted IHW facilities are regulated under 30 Texas Administrative Code Chapter 335 in addition to federal regulations. The IHW database is maintained by the Texas Commission on Environmental Quality. PST Petroleum Storage Tanks VERSION DATE:06/20/18 The Petroleum Storage Tank database is administered by the Texas Commission on Environmental Quality (TCEQ). Both Underground storage tanks(USTs)and Aboveground storage tanks(ASTs)are included in this report. Petroleum Storage Tank registration has been a requirement with the TCEQ since 1986. APAR Affected Property Assessment Reports VERSION DATE: 12/18/17 As regulated by the Texas Commission on Environmental Quality,an Affected Property Assessment Report is required when a person is addressing a release of chemical of concern(COC) under 30 TAC Chapter 350, the Texas Risk Reduction Program(TRRP). The purpose of the APAR is to document all relevant affected property information to identify all release sources and CDCs, determine the extent of all CDCs, identify all transport/exposure pathways, and to determine if any response actions are necessary.The Texas Administrative Code Title 30§350.4(a)(1)defines affected property as the entire area (i.e. on-site and off-site; including all environmental media)which contains releases of chemicals of concern at concentrations equal to or greater than the assessment level applicable for residential land use and groundwater classification. BSA Brownfields Site Assessments VERSION DATE:06/06/18 The Brownfields Site Assessments database is maintained by the Texas Commission on Environmental Quality ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 33 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - STATE (TX) (TCEQ). The TCEQ, in close partnership with the U.S. Environmental Protection Agency(EPA)and other federal,state, and local redevelopment agencies, and stakeholders, is facilitating cleanup, transferability, and revitalization of brownfields through the development of regulatory, tax, and technical assistance tools. CALF Closed&Abandoned Landfill Inventory VERSION DATE: 11/01/05 The Texas Commission on Environmental Quality, under a contract with Texas State University,and in cooperation with the 24 regional Council of Governments(COGs) in the State, has located over 4,000 closed and abandoned municipal solid waste landfills throughout Texas. This listing contains"unauthorized sites". Unauthorized sites have no permit and are considered abandoned. The information available for each site varies in detail and this historical information is not updated. Please refer to the specific regional COG for the most current information. DCRPS Dry Cleaner Remediation Program Sites VERSION DATE:03/01/18 This list of DCRP sites is provided by the Texas Commission on Environmental Quality(TCEQ).According to the TCEQ, the Dry Cleaner Remediation Program (DCRP)establishes a prioritization list of dry cleaner sites and administers the Dry Cleaning Remediation fund to assist with remediation of contamination caused by dry cleaning solvents. IOP Innocent Owner/Operator Database VERSION DATE:06/06/18 Texas Innocent Owner/Operator(IOP), created by House Bill 2776 of the 75th Legislature, provides a certificate to an innocent owner or operator if their property is contaminated as a result of a release or migration of contaminants from a source or sources not located on the property, and they did not cause or contribute to the source or sources of contamination.The IOP database is maintained by the Texas Commission on Environmental Quality. LPST Leaking Petroleum Storage Tanks VERSION DATE:06/08/18 The Leaking Petroleum Storage Tank listing is derived from the Petroleum Storage Tank(PST)database and is maintained by the Texas Commission on Environmental Quality.This listing includes aboveground and underground storage tank facilities with reported leaks. MSWLF Municipal Solid Waste Landfill Sites VERSION DATE:06/08/18 The municipal solid waste landfill database is provided by the Texas Commission on Environmental Quality.This ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 34 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - STATE (TX) database includes active landfills and inactive landfills,where solid waste is treated or stored. RRCVCP Railroad Commission VCP and Brownfield Sites VERSION DATE:04/11/18 According to the Railroad Commission of Texas, their Voluntary Cleanup Program(RRC-VCP)provides an incentive to remediate Oil&Gas related pollution by participants as long as they did not cause or contribute to the contamination.Applicants to the program receive a release of liability to the state in exchange for a successful cleanup. RWS Radioactive Waste Sites VERSION DATE:07/11/06 This Texas Commission on Environmental Quality database contains all sites in the State of Texas that have been designated as Radioactive Waste sites. STCV Salt Caverns for Petroleum Storage VERSION DATE:09/01/06 The salt caverns for petroleum storage database is provided by the Railroad Commission of Texas. VCP Voluntary Cleanup Program Sites VERSION DATE:06/06/18 The Texas Voluntary Cleanup Program (VCP) provides administrative,technical, and legal incentives to encourage the cleanup of contaminated sites in Texas. Since all non-responsible parties, including future lenders and landowners, receive protection from liability to the state of Texas for cleanup of sites under the VCP, most of the constraints for completing real estate transactions at those sites are eliminated.As a result, many unused or underused properties may be restored to economically productive or community beneficial uses. The VCP database is maintained by the Texas Commission on Environmental Quality. WMRF Recycling Facilities VERSION DATE: 11/01/12 This listing of recycling facilities is provided by the Texas Commission on Environmental Quality's Recycle Texas Online service. The company information provided in this database is self-reported. Since recyclers post their own information, a facility or company appearing on the list does not imply that it is in compliance with TCEQ regulations or other applicable laws. This database is no longer maintained and includes the last compilation of the program participants before the Recycle Texas Online program was closed. ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 35 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - STATE (TX) IHWCA Industrial and Hazardous Waste Corrective Action Sites VERSION DATE:05/11/18 This database is provided by the Texas Commission on Environmental Quality(TCEQ).According to the TCEQ, the mission of the industrial and hazardous waste corrective action program is to oversee the cleanup of sites contaminated from industrial and municipal hazardous and industrial nonhazardous wastes. The goals of this program are to: Ensure that sites are assessed and remediated to levels that protect human health and the environment; Verify that waste management units or facilities are taken out of service and closed properly; and to Facilitate revitalization of contaminated properties. SF State Superfund Sites VERSION DATE:09/23/16 The state Superfund program mission is to remediate abandoned or inactive sites within the state that pose an unacceptable risk to public health and safety or the environment, but which do not qualify for action under the federal Superfund program (NPL-National Priority Listing).As required by the Texas Solid Waste Disposal Act, Texas Health and Safety Code, Chapter 361, the Texas Commission on Environmental Quality identifies and evaluates these facilities for inclusion on the state Superfund registry. This registry includes any recent developments and the anticipated action for these sites. ow'`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 36 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - TRIBAL USTR06 Underground Storage Tanks On Tribal Lands VERSION DATE:04/01/18 This database, provided by the United States Environmental Protection Agency(EPA), contains underground storage tanks on Tribal lands located in EPA Region 6. This region includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. LUSTR06 Leaking Underground Storage Tanks On Tribal Lands VERSION DATE:04/01/18 This database, provided by the United States Environmental Protection Agency(EPA), contains leaking underground storage tanks on Tribal lands located in EPA Region 6. This region includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. ODINDIAN Open Dump Inventory on Tribal Lands VERSION DATE: 11/08/06 This Indian Health Service database contains information about facilities and sites on tribal lands where solid waste is disposed of,which are not sanitary landfills or hazardous waste disposal facilities, and which meet the criteria promulgated under section 4004 of the Solid Waste Disposal Act(42 U.S.C. 6944). INDIANRES Indian Reservations VERSION DATE:01/01/00 The Department of Interior and Bureau of Indian Affairs maintains this database that includes American Indian Reservations, off-reservation trust lands, public domain allotments,Alaska Native Regional Corporations and Recognized State Reservations. ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250820 �I 37 of 37 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 3 Historical Topographic Maps Phase I Environmental Site Assessment Attachment 3 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 %.w,r,-,wq)Search 011 6111COil tal-�T'L, III t(.TLICII"' Historical Topographic Maps NEW. GeoLens by Geosearoh Target Property: Flour Bluff EST Division Rd Corpus Christi, Nueces, Texas 78418 Prepared For: LNV Engineering Order#: 112718 Job #: 250822 Project#: 1600676.000.2 Date: 8/8/2018 Ge )Searchwww.geo-search.com 888-396-0042 Order#112718 Job#250822 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Target Property Summary Flour Bluff EST Division Rd Corpus Christi, Nueces, Texas 78418 USGS Quadrangle: OSO CREEK NE Target Property Geometry:Point Target Property Longitude(s)/Latitude(s): (-97.307373803, 27.660571236) `tN)S, arc www.aeo-search.com 888-396-0042 Order#112718 Job#250822 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Topographic Map Summary Date Quadrangle Scale 2013 Oso Creek NE, TX 1"= 2000' 1968 PHOTOREVISED 1975 Oso Creek NE, TX 1"= 2000' 1968 Oso Creek NE, TX 1"= 2000' 1951 Oso Creek NE, TX 1"= 2000' 1925 Oso Creek, TX 1"= 5208' Disclaimer-The information provided in this report was obtained from a variety of public sources. GeoSearch cannot ensure and makes no warranty or representation as to the accuracy, reliability,quality,errors occurring from data conversion or the customer's interpretation of this report.This report was made by GeoSearch for exclusive use by its clients only.Therefore,this report may not contain sufficient information for other purposes or parties. GeoSearch and its partners,employees,officers and independent contractors cannot be held liable for actual,incidental,consequential,special or exemplary damages suffered by a customer resulting directly or indirectly from any information provided by GeoSearch. `ww )Searchwww.aeo-search.com 888-396-0042 Order#112718 Job#250822 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 m lace , r f / f s / � s r / � Q 41 � C r §' Ca ^t!7 +~4 'l. Y r'' F r fi NAS�? l / / , r, CIO 19.•. r f / r r i& % 4 / i/ % C �l` f Itc/f2al. i �/ � ' l /IF 11j� / } m r r eP � � " ,,r �a�r 51) Waldron / / �a „ Field d7 „qGi NOLF /ffeet rl N ...,_E Flour Bluff EST e' �h �' Oso Creek NE, TX(2013) s JOB#:250822-08/08/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 r Peary �, "$ d ' le z m I VV r�°1�r�11 �h� �rilar�he0'k�r� �4Mev, "r � / 9 w, 4 �"' f � !F�T'ML�4M ✓f p / ' N+(f�?�w +J - �� p "k p N,4 +�, ' 0, ot✓ 4d a 4 / m yJ 1ytr ✓ ymv" ., , yM J m r r fk « r °u" ` d1 4B1 J d^,�, /, ro'nne, 9 ✓( ! ,err `I f 1 u� H m u, a� r r b� 1 hkf / 1Cau�"d' rl,,i w 06� r a p y� P� ,� rw r Ir 1iu r �o� u 10 1 / !l r ! 1 � �� AA 21 f ,3 7 r r fA, 111fg�, 4"f fl„ �- ,y 14 � 9„ v�f ti f if r�' f ✓rte s, 3d.14 Rad" T44e f r�� 4,40 IN f a Ir ,OCMY1 EaM b r feet , �p. q W it sa N ...,_E Flour Bluff EST e �h �' Oso Creek NE, TX(1975) ' s JOB#:250822-08/08/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Iowa Poa�ry Place ,l s/ y VON US iv b r K, l 7: ,m«y0ifl sQQ I �9 aia: aW 0 a ! 11 „ao� ��'R. 41,. �' pig z 4Yd "� 'v✓AC��Q �; �� h.�! r,� �'� r°a1% rJ,� ,� ��� J,� � ,w��h ���'1�'��� w� ilk �i� r w , ' 9ro;pr'a�„. " .4t r r r w � Ab 01 O2111, I of r dp�r IN y �J�r ,»'aw" M s b � �4"Wi1`w' Wd �,,.., �Ms� w04 WeR ReNnr'�l1 �� "�'� �✓.JF tf � ""+»�" `',"� ar`i"�� r .. er w w � � If '1 e A""" ,u� o , r , .. „ ,:`r ,,. r `rein,•., mr Mdg Ott, "4 t 1 � p w r� INI ��w"�nr2 CIA��Y tettt ry ar r �� r� � �� J � �W � r nl' � IP N ...,_E Flour Bluff EST �' Oso Creek NE, TX(1968) e' er s 1013#:250822-08/08/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 i t I �w `High seh �,. 44, AP ary P' " ai �tldC m ew r a� �4 �'���� ,�� ��r''�*�•. G rrr u mm..� �., , W , � a r � ,r a i ra r �r V •mre �,„ i ° u a - 'ro,� as t � :' „ o ✓P re Ewjr k" Mk�9t�p WA �mm N ...,_E Flour Bluff EST �' Oso Creek NE, TX(1951) e' er s JOB#:250822-08/08/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 � I ` I ulie� 1 r xq rr" wgrr�F�� IN �iF1� Y( r rm " i 4. �u. /r Iry / w4.ef�s1(cu r � �,f ou Y" Y,rrir„�,y"�jrvi�qr�°` "�r>» a 11 ., P ,* ! vU' i),0" r S r / �� 3? J, i i rn r x6' ve 'w.ti�Am u r �,�u'� �"qr �� �.:,.,R✓n��fq��" .;;' "� W�1'�r r„ �r q r�, w, n w Y, 1,/�' A A ! r' rAz 4 G1, +° �'; r�a;.,rn hq•„rnrvrr' p:” %` rr/qtr N u� la 0",; (4, JI a l j ,rK k e li i �a4q,!I braza.ScAa�u , d r m via- v l + aY" Yew, �r ! !�"°/ r ! Y N m, 11 vk l Ai Or , „r I'f r /r a �c M✓ /%i' 4q ✓ f � 24%aa'»w' 'v'lf" w6dAM""a�Al M r k f � 4 a.iw I� r � Y 1 I r L Al CaId ruu �,.rta WO 0 I 5 air a r � N ...,_E Flour Bluff EST e' �h �' Oso Creek, TX(1925) s JOB#:250822—08/08/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 4 Current Topographic Map Phase I Environmental Site Assessment Attachment 4 August 2018 Prepared by: LNV, Inc. I I SGSU.S.DEPARTMENT Cl THE INTERIOR OSO CREEK NE QUADRANGLE V U.S.GEOLOGICAL SURVEY TEXAS-NUECES CO. ae a ;,USTopo 7.5-MINUTE SERIES "62 "63 "64 "OG "60 °6] °68 °69 °70 `71 °]Z no CORPUS CHRISTI r � k, / J fib 8 / A,; g < wd i � w .Ie�N l e. e' �eEe n, g / ci ' / ref '�•.. / / �,..,... L r �\ r � /i G NA9- C0121'Ob(.HItIBT[ Ali/ CORPUS y � �✓ / ���� epxrsxl ,yea moo i _ � / "`•. `- , ole ✓.. r� ". ryy, , ""62 61 ft 1 m / ✓ c� `'r 1 e f 41_ f rell / • - r Subject Property y / lf i f / d - / r 4 i +o- utytn ,� i � 8 AiJYIi19Rb\ AHIJING CPR O/ 'r rooau \ Oro ^ i , j p«F n51mc N '!•3'1'30" tasaaoorEsr _ _-_ __—_ ___ 1 __ y` 1 __ __ ____ __ _______ ___ _____ il•3'!°' v a62 °0.A X64 20 "65 °66 T°61 M neu glca survey ' SCALE 1:24000 "' aonoaassrcnTarl o0,0a t os ra wurrx� 1 coatco,raw m` wu �� os o o r.Ort ww,m rws n >w, .amr m ao10 n�9m �mmrm w ,e,.a�u.e.r, ..,w sw o OSO GREEK NE,T% 2016 i� DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 5 GeoPlus Water Well Report Phase I Environmental Site Assessment Attachment 5 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 zi arch On d,me.01-1 targ touch.", GeoPlus Water Well Report Satellite view Target Property: Flour Bluff EST Division Rd Corpus Christi, Nueces County, Texas 78418 Prepared For: LNV Engineering Order#: 112718 Job #: 250824 Project#: 1600676.000.2 Date: 08/09/2018 `ee )S^ear www.aeo-search.com 888-396-0042 Order#112718 Job#250824 �I DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 Table of Contents Target Property Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 Database Radius Summary . . . . . . . . . . . . . . . . . . . . . . . . . . 2 Water Well Map . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Located Sites Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Environmental Records Definitions . . . . . . . . . . . . . . . . . . . . . . 24 G Fft eeo-search.com 888-396-0042 �)Search - www.c�eo-search.com 112 718 Job#250824 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Disclaimer The information provided in this report was obtained from a variety of public sources. GeoSearch cannot ensure and makes no warranty or representation as to the accuracy,reliability,quality,errors occurring from data conversion or the customer's interpretation of this report. This report was made by GeoSearch for exclusive use by its clients only. Therefore, this report may not contain sufficient information for other purposes or parties. GeoSearch and its partners,employees,officers And independent contractors cannot be held liable For actual,incidental,consequential,special or exemplary damages suffered by a customer resulting directly or indirectly from any information provided by GeoSearch. uw earcwww.aeo-search.com 888-396-0042 Order#112718 Job#250824 � DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Target Property Summary Target Property Information Flour Bluff EST Division Rd Corpus Christi, Texas 78418 Coordinates Point (-97.307373, 27.660571) USGS Quadrangle Oso Creek Ne, TX Geographic Coverage Information County/Parish: Nueces (TX) ZipCode(s): Corpus Christi TX: 78418 `ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 1 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Database Radius Summary FEDERAL LISTING Acronym Search TP/AP 1/8 Mile 1/4 Mile 1/2 Mile 1 Mile Total Radius (0-0-02) (>TP/AP) (>1/8) (>1/4) (>1/2) >1 Mile (miles) NWIS 0.5000 0 0 0 0 NS NS 0 SUB-TOTAL 0 0 0 0 0 0 0 Owl`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 2 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Database Radius Summary STATE(M LISTING Acronym Search TP/AP 1/8 Mile 1/4 Mile 1/2 Mile 1 Mile Total Radius (0-0-02) (>TP/AP) (>1/8) (>1/4) (>1/2) >1 Mile (miles) SDRD 0.5000 0 1 0 17 NS NS 18 TCEQ 0.5000 0 0 0 0 NS NS 0 TWDB 0.5000 0 0 0 0 NS NS 0 WUD 0.5000 0 0 0 0 NS NS 0 SUB-TOTAL 0 1 0 17 0 0 18 TOTAL 0 1 0 17 0 0 18 NOTES: NS=NOT SEARCHED TP/AP=TARGET PROPERTY/ADJACENT PROPERTY Owl`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 3 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Waterwell Map 1 f / / f f , J 112'Mile, / 8 12 6 f �i / 2 ' f 10 w , Target Property JP) Figur Bluff EST CONTOUR LINES REPRESENTED IN FEET SDRD Division Rd N Carpus Christi, Texas 78418 .... . S 0' 1000' 2000' 3000' SC LF:1"=2001 Click here to access Satellite view `ww )S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 4 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Located Sites Summary Map Database Name Site ID# Distance Site Name Address PAGE ID# From Site # 1 SDRD TX 171481 0.089 mi. HEBERT IRRIGATION FLOUR BLUFF DRIVE,CORPUS CHRISTI,TX 6 SSE 78418 (470 ft.) 2 SDRD TX257817 0.292 mi. GARY ZIZELMAN 2322 DIVISION,CORPUS CHRISTI,TX 78418 7 ESE (1542 ft.) 3 SDRD TX449654 0.301 mi. BILL BOKER 1818 JERMIAH,CORPUS CHRISTI,TX 78418 8 ENE (1589 ft.) 4 SDRD TX358505 0.401 mi. NE WILLIAM JACKSON TX 9 (2117 ft.) 4 SDRD TX408821 0.388 mi. NE JACK PULCHER '1233 CORNERSTONE,CORPUS CHRISTI,TX 10 (2049 ft.) 78418 5 SDRD TX187591 0.432 mi. CARLOS BENAVIDES CORNERSTONE, CORPUS CHRISTI,TX 78418 11 ENE (2281 ft.) 5 SDRD TX305225 0.447 mi. MICHAEL WELCH 1202 CORNER STONE, FLOUR BLUFF,TX 12 ENE (2360 ft.) 6 SDRD TX330775 0.433 mi.W JEFF GEURIN CASA BLANCA COURT, CORPUS CHRISTI,TX 13 (2286 ft.) 78418 7 SDRD TX405739 0.446 mi. NE SCOTT KOLETT 1234 CORNERSTONE, CORPUS CHRISTI,TX 14 (2355 ft.) 8 SDRD TX116726 0.474 mi. DAVID BERNAGAN 1125 CONER STONE, FLOUR BLUFF,TX 15 ENE CO JEDI (2503 ft.) 8 SDRD TX255731 0.467 mi. VIRGINIA DANIELS 1117 CORNERSTONE DR., CORPUS CHRISTI, 16 ENE TX 78418 (2466 ft.) 8 SDRD TX422513 0.459 mi. DAVID 1133 CORNERSTONE,CORPUS CHRISTI,TX 17 ENE SCHLENFINGER 78418 (2424 ft.) 9 SDRD TX209431 0.465 mi. NE RON HENNE 1218 CORNER STONE, FLOUR BLUFF,TX 18 (2455 ft.) 9 SDRD TX99088 0.465 mi. NE BARRY HUTCHISON 1210 CORNER STONE,CORPUS CHRISTI,TX 19 (2455 ft.) 78418 10 SDRD TX97874 0.468 mi. S A 7 J CONSTRUCTION SWEETBAY, SAME,TX 78418 20 (2471 ft.) 10 SDRD TX97875 0.468 mi. S A 7 J CONSTRUCTION SWEETBAY, SAME,TX 78418 21 (2471 ft.) 11 SDRD TX422094 0.486 mi. TRACY EDDADING 1134 CORNERSTONE, CORPUS CHRISTI,TX 22 ENE 78418 (2566 ft.) 12 SDRD TX193265 0.492 mi. JOHN POLK 1109 CORNERSTONE,CORPUS CHRISTI,TX 23 ENE 78418 (2598 ft.) ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 5 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I #1 Distance from Property: 0.089 mi.(470 ft.)SSE ID#: TX171481 TRACK#: 171481 DATE ENTERED: 2009-03-19 OWNER NAME: HEBERT IRRIGATION OWNER ADDRESS: 2134 FLOUR BLUFF DRIVE CORPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2005-05-27 STATIC LEVEL: 15' DRILLING DATE(COMPLETED): 2005-05-27 WATER LEVEL DATE: 2005-05-27 DEPTH DRILLED: 162' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: DOMESTIC COMPANY INFORMATION: COMPANY NAME: MARTIN WATER WELLS COMPANY ADDRESS: 2151 N.HWY 77 ROBSTOWN,TX 78380 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 6 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I #2 Distance from Property: 0.292 mi.(1,542 ft.)ESE ID#: TX257817 TRACK#: 257817 DATE ENTERED: 2011-06-24 OWNER NAME: GARY ZIZELMAN OWNER ADDRESS: 2322 DIVISION COPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2011-06-16 STATIC LEVEL: 42' DRILLING DATE(COMPLETED): 2011-06-16 WATER LEVEL DATE: 2011-06-16 DEPTH DRILLED: 95' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: DOMESTIC COMPANY INFORMATION: COMPANY NAME: MARTIN WATER WELLS COMPANY ADDRESS: 2151 N.HWY 77 ROBSTOWN,TX 78380 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 7 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I #3 Distance from Property: 0.301 mi.(1,589 ft.)ENE ID#: TX449654 TRACK#: 449654 DATE ENTERED: 2017-05-22 OWNER NAME: BILL BOKER OWNER ADDRESS: 1818 JERMIAH CORPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2017-05-16 STATIC LEVEL: 39' DRILLING DATE(COMPLETED): 2017-05-17 WATER LEVEL DATE: 2017-05-17 DEPTH DRILLED: 78' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: IRRIGATION COMPANY INFORMATION: COMPANY NAME: MIKES DRILLING AND PUMP SERVICE COMPANY ADDRESS: P O BOX 2363 ARANSAS PASS,TX 78335 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 8 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I #4 Distance from Property: 0.401 mi.(2,117 ft.)NE ID#: TX358505 TRACK#: 358505 DATE ENTERED: 2014-04-03 OWNER NAME: WILLIAM JACKSON OWNER ADDRESS: 1225 CORNER STONE FLOUR BLUFF,TX NOT REPORTED COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2014-04-03 STATIC LEVEL: 24' DRILLING DATE(COMPLETED): 2014-04-03 WATER LEVEL DATE: 2014-04-03 DEPTH DRILLED: 77' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: IRRIGATION COMPANY INFORMATION: COMPANY NAME: MIKES DRILLING COMPANY ADDRESS: P O BOX 2363 ARANSAS PASS,TX 78335 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 9 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I #4 Distance from Property: 0.388 mi.(2,049 ft.)NE ID#: TX408821 TRACK#: 408821 DATE ENTERED: 2015-11-11 OWNER NAME: JACK PULCHER OWNER ADDRESS: 1233 CORNERSTONE CORPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2015-11-05 STATIC LEVEL: 21' DRILLING DATE(COMPLETED): 2015-11-11 WATER LEVEL DATE: 2015-11-05 DEPTH DRILLED: 74' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: IRRIGATION COMPANY INFORMATION: COMPANY NAME: MIKES DRILLING AND PUMP SERVICE COMPANY ADDRESS: P O BOX 2363 ARANSAS PASS,TX 78335 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 10 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I # Distance from Property: 0.432 mi.(2,281 ft.)ENE ID#: TX187591 TRACK#: 187591 DATE ENTERED: 2009-07-27 OWNER NAME: CARLOS BENAVIDES OWNER ADDRESS: 1226 CORNERSTONE CORPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2006-08-28 STATIC LEVEL: 34' DRILLING DATE(COMPLETED): 2006-08-28 WATER LEVEL DATE: 2006-08-28 DEPTH DRILLED: 150' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: DOMESTIC COMPANY INFORMATION: COMPANY NAME: MARTIN WATER WELLS COMPANY ADDRESS: 2151 HWY 77 ROBSTOWN,TX 78380 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 11 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I # Distance from Property: 0.447 mi.(2,360 ft.)ENE ID#: TX305225 TRACK#: 305225 DATE ENTERED: 2012-11-29 OWNER NAME: MICHAEL WELCH OWNER ADDRESS: 1202 CORNER STONE FLOUR BLUFF,TX NOT REPORTED COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2012-11-25 STATIC LEVEL: 39' DRILLING DATE(COMPLETED): 2012-11-25 WATER LEVEL DATE: 2012-11-25 DEPTH DRILLED: 163' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: IRRIGATION COMPANY INFORMATION: COMPANY NAME: MIKES DRILLING COMPANY ADDRESS: PO BOX 2363 ARANSAS PASS,TX 78336 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 12 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I #6 Distance from Property: 0.433 mi.(2,286 ft.)W ID#: TX330775 TRACK#: 330775 DATE ENTERED: 2013-08-05 OWNER NAME: JEFF GEURIN OWNER ADDRESS: 3826 CASABLANCA COURT CORPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2006-03-02 STATIC LEVEL: 25' DRILLING DATE(COMPLETED): 2006-03-02 WATER LEVEL DATE: 2006-03-02 DEPTH DRILLED: 10' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: DOMESTIC COMPANY INFORMATION: COMPANY NAME: MARTIN WATER WELLS COMPANY ADDRESS: NOT REPORTED NOT REPORTED,NOT REPORTED NOT REPORTED Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 13 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I #7 Distance from Property: 0.446 mi.(2,355 ft.)NE ID#: TX405739 TRACK#: 405739 DATE ENTERED: 2015-09-30 OWNER NAME: SCOTT KOLETT OWNER ADDRESS: 1234 CORNERSTONE CORPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2015-09-30 STATIC LEVEL: 21' DRILLING DATE(COMPLETED): 2015-09-30 WATER LEVEL DATE: 2015-09-30 DEPTH DRILLED: 75' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: IRRIGATION COMPANY INFORMATION: COMPANY NAME: MIKES DRILLING AND PUMP SERVICE COMPANY ADDRESS: P O BOX 2363 ARANSAS PASS,TX 78335 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 14 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I # Distance from Property: 0.474 mi.(2,503 ft.)ENE ID#: TX116726 TRACK#: 116726 DATE ENTERED: 2007-07-12 OWNER NAME: DAVID BERNAGAN CO JEDI OWNER ADDRESS: NOT REPORTED CORPUS CHRISTI,TX NOT REPORTED COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2007-07-10 STATIC LEVEL: 34' DRILLING DATE(COMPLETED): 2007-07-10 WATER LEVEL DATE: 2007-07-11 DEPTH DRILLED: 163' TYPE OF WATER: GOOD TYPE OF WORK: NEW WELL PROPOSED USE: IRRIGATION COMPANY INFORMATION: COMPANY NAME: MIKES DRILLING COMPANY ADDRESS: P O BOX 1473 ARANSAS PASS,TX 78335 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 15 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I # Distance from Property: 0.467 mi.(2,466 ft.)ENE ID#: TX255731 TRACK#: 255731 DATE ENTERED: 2011-06-07 OWNER NAME: VIRGINIA DANIELS OWNER ADDRESS: P.O.BOX 18172 CORPUS CHRISTI,TX 78408 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2005-09-15 STATIC LEVEL: 28' DRILLING DATE(COMPLETED): 2005-09-15 WATER LEVEL DATE: 2005-09-15 DEPTH DRILLED: 100' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: DOMESTIC COMPANY INFORMATION: COMPANY NAME: MARTIN WATER WELLS COMPANY ADDRESS: 2151 N.HWY 77 ROBSTOWN,TX 78380 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 16 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I # Distance from Property: 0.459 mi.(2,424 ft.)ENE ID#: TX422513 TRACK#: 422513 DATE ENTERED: 2016-05-17 OWNER NAME: DAVID SCHLENFINGER OWNER ADDRESS: 1133 CORNERSTONE CORPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2016-05-12 STATIC LEVEL: 26' DRILLING DATE(COMPLETED): 2016-05-13 WATER LEVEL DATE: 2016-05-13 DEPTH DRILLED: 76' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: IRRIGATION COMPANY INFORMATION: COMPANY NAME: MIKES DRILLING AND PUMP SERVICE COMPANY ADDRESS: P O BOX 2363 ARANSAS PASS,TX 78335 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 17 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I # Distance from Property: 0.465 mi.(2,455 ft.)NE ID#: TX209431 TRACK#: 209431 DATE ENTERED: 2010-03-03 OWNER NAME: RON HENNE OWNER ADDRESS: 1218 CORNER STONE FLOUR BLUFF,TX NOT REPORTED COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2010-03-03 STATIC LEVEL: 7' DRILLING DATE(COMPLETED): 2010-03-03 WATER LEVEL DATE: 2010-03-03 DEPTH DRILLED: 80' TYPE OF WATER: GOOD TYPE OF WORK: NEW WELL PROPOSED USE: IRRIGATION COMPANY INFORMATION: COMPANY NAME: MIKES DRILLING AND PUMP SERVICE COMPANY ADDRESS: P O BOX 1473 ARANSAS PASS,TX 78335 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 18 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I # Distance from Property: 0.465 mi.(2,455 ft.)NE ID#: TX99088 TRACK#: 99088 DATE ENTERED: 2006-12-02 OWNER NAME: BARRY HUTCHISON OWNER ADDRESS: 1210 CORNER STONE CORPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2006-12-01 STATIC LEVEL: 22' DRILLING DATE(COMPLETED): 2006-12-01 WATER LEVEL DATE: 2006-12-01 DEPTH DRILLED: 165' TYPE OF WATER: GOOD TYPE OF WORK: NEW WELL PROPOSED USE: IRRIGATION COMPANY INFORMATION: COMPANY NAME: MIKES DRILLING COMPANY ADDRESS: P O BOX 1473 ARANSAS PASS,TX 78335 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 19 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I #10 Distance from Property: 0.468 mi.(2,471 ft.)S ID#: TX97874 TRACK#: 97874 DATE ENTERED: 2006-11-15 OWNER NAME: A 7 J CONSTRUCTION OWNER ADDRESS: 15518 GYPSY CORPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2004-01-12 STATIC LEVEL: 14' DRILLING DATE(COMPLETED): 2004-01-12 WATER LEVEL DATE: 2004-01-12 DEPTH DRILLED: 10' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: DOMESTIC COMPANY INFORMATION: COMPANY NAME: MARTIN WATER WELLS COMPANY ADDRESS: 2151 N HWY 77 ROBSTOWN,TX 78380 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 20 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I #10 Distance from Property: 0.468 mi.(2,471 ft.)S ID#: TX97875 TRACK#: 97875 DATE ENTERED: 2006-11-15 OWNER NAME: A 7 J CONSTRUCTION OWNER ADDRESS: 15518 GYPSY CORPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2004-01-12 STATIC LEVEL: 14' DRILLING DATE(COMPLETED): 2004-01-12 WATER LEVEL DATE: 2004-01-12 DEPTH DRILLED: 81' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: DOMESTIC COMPANY INFORMATION: COMPANY NAME: MARTIN WATER WELLS COMPANY ADDRESS: 2151 N HWY 77 ROBSTOWN,TX 78380 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 21 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) A I #11 Distance from Property: 0.486 mi.(2,566 ft.)ENE ID#: TX422094 TRACK#: 422094 DATE ENTERED: 2016-05-11 OWNER NAME: TRACY EDDADING OWNER ADDRESS: 1134 CORNERSTONE CORPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2016-05-10 STATIC LEVEL: 25' DRILLING DATE(COMPLETED): 2016-05-11 WATER LEVEL DATE: 2016-05-11 DEPTH DRILLED: 76' TYPE OF WATER: FRESH TYPE OF WORK: NEW WELL PROPOSED USE: IRRIGATION COMPANY INFORMATION: COMPANY NAME: MIKES DRILLING AND PUMP SERVICE COMPANY ADDRESS: P O BOX 2363 ARANSAS PASS,TX 78335 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 22 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Submitted Drillers Report Database (SDRD) MAP I #12 Distance from Property: 0.492 mi.(2,598 ft.)ENE ID#: TX193265 TRACK#: 193265 DATE ENTERED: 2009-09-15 OWNER NAME: JOHN POLK OWNER ADDRESS: 1109 CORNERSTONE CORPUS CHRISTI,TX 78418 COUNTY: NUECES LATITUDE: 28 LONGITUDE: -97 WELL LOG: WATER LEVEL: DRILLING DATE(STARTED): 2009-08-25 STATIC LEVEL: 39' DRILLING DATE(COMPLETED): 2009-08-26 WATER LEVEL DATE: 2009-08-26 DEPTH DRILLED: 10' TYPE OF WATER: NOT REPORTED TYPE OF WORK: NEW WELL PROPOSED USE: DOMESTIC COMPANY INFORMATION: COMPANY NAME: MARTIN WATER WELLS COMPANY ADDRESS: 2151 N.HWY 77 ROBSTOWN,TX 78380 Sack to Report Summary ow%`tNS^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 23 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - FEDERAL NWIS United States Geological Survey National Water Information System VERSION DATE: 12/14/16 This USGS National Water Information System database only includes groundwater wells. The USGS defines this well type as: A hole or shaft constructed in the earth intended to be used to locate, sample, or develop groundwater, oil, gas, or some other subsurface material. The diameter of a well is typically much smaller than the depth. Wells are also used to artificially recharge groundwater or to pressurize oil and gas production zones. Additional information about specific kinds of wells should be recorded under the secondary site types or the Use of Site field. Underground waste-disposal wells should be classified as waste-injection wells. ow'`tN)S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 24 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - STATE (TX) SDRD Submitted Drillers Report Database VERSION DATE: 11/07/17 This Texas Water Development Board database was created from the online Texas Well Report Submission and Retrieval System (A cooperative TDLR, TWDB system)that registered water-well drillers use to submit their required reports. The system was started in February 2001 and is optional for the drillers to use. TCEQ Texas Commission on Environmental Quality Water Wells VERSION DATE: NR The Texas Commission on Environmental Quality(TCEQ) maintains a filing system of plotted and unnumbered water wells. Plotted water wells are filed according to the County indicated by the driller and the state well number assigned by State of Texas personnel. Given the available location information provided by the driller, personnel identify where the approximate well location should be. After well placement a state well number is assigned indicating that the well lies within a specific 2.5'section of a 7.5'quadrangle. This method allows for quicker, more refined, reference when researching a specific area. Unnumbered water wells have not been assigned a state well number. This can occur for a variety of reasons; however it does not mean the well cannot be accurately spotted. Unnumbered water well records are filed according to County and are often broken up by year or by a span of years. TWDB Texas Water Development Board Groundwater Database VERSION DATE: 11/07/17 The Texas Water Development Board Groundwater Database contains information for more than 123,500 sites in Texas including data on water wells, springs, oil/gas tests,water levels, and water quality. The purpose of the Board's data collection effort over the years has been to gain representative information about aquifers in the state in order to do water planning. It is very important, however, to realize that the wells in the database represent only a small percentage of the wells that actually exist in Texas.A registered water well driller is required by law to send in a report to the State for every well that is drilled. This requirement began in 1965,and we estimate that approximately 500,000 wells have been drilled in Texas since then. Of the 1,000,000 plus water wells drilled in Texas over the past 100 years, more than 130,000 have been inventoried and placed into the TWDB groundwater database. State well numbers have been assigned to these based on their location within numbered 7 1/2 minute quadrangles formed by lines of latitude and longitude. This database contains well information including location,depth,well type, owner, driller, construction and completion data. WUD Water Utility Database VERSION DATE: NR The Water Utility Database is defined as a collection of data from Texas Water Districts, Public Drinking Water Systems and Water and Sewer Utilities who submit information to the TCEQ. This database is an integrated database designed and developed to replace over 160 stand alone legacy systems representing over 5 million records of the former Texas Water Commission and the Texas Department of Health. owl`tN)S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 25 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - STATE (TX) uch`ww )S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250824 �I 26 of 26 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 6 GeoPlus Physical Settings Report Phase I Environmental Site Assessment Attachment 6 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 zi arch On d,me.01-1 targ touch.", GeoPlus Physical Setting Maps Satellite view Target Property: Flour Bluff EST Division Rd Corpus Christi, Nueces County, Texas 78418 Prepared For: LNV Engineering Order#: 112718 Job #: 250826 Project#: 1600676.000.2 Date: 08/09/2018 `ee )S^ear www.aeo-search.com 888-396-0042 Order#112718 Job#250826 �I DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 Table of Contents Target Property Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . FEMA Map . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 FEMA Report . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 NWI Map . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 NWI Report . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 SOIL Map . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 SOIL Report . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 GEOLOGY Map . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 GEOLOGY Deport . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 Owl&.wwww. eo-search.com 888-396-0042 u �)Search www.c�eo-search.com 112 718 Job#250826 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Disclaimer The information provided in this report was obtained from a variety of public sources. GeoSearch cannot ensure and makes no warranty or representation as to the accuracy,reliability,quality,errors occurring from data conversion or the customer's interpretation of this report. This report was made by GeoSearch for exclusive use by its clients only. Therefore, this report may not contain sufficient information for other purposes or parties. GeoSearch and its partners,employees,officers And independent contractors cannot be held liable For actual,incidental,consequential,special or exemplary damages suffered by a customer resulting directly or indirectly from any information provided by GeoSearch. uw earcwww.aeo-search.com 888-396-0042 Order#112718 Job#250826 � DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Target Property Summary Target Property Information Flour Bluff EST Division Rd Corpus Christi, Texas 78418 Coordinates Point (-97.307373, 27.660571) USGS Quadrangle Oso Creek Ne, TX Geographic Coverage Information County/Parish: Nueces (TX) ZipCode(s): Corpus Christi TX: 78418 `ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250826 �I 1 of 9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 FEMA Map f v f f / F / � r r. / ! C, i 1 f.. i Target Property(TP) Flour Bluff EST Letter of map revisbn date:06/111/2018 Division Rd Latest study effective date:NA N ZONE A � ZONZONED Panel#:NA�. ROW ZONE AF ZONE X Corpus Christi, Texas w ZONE AIN ARRA.pNCJT INCLUDED 7841 8 + ZONEASN OPEN WATER ZONE AR NDA-DIGITAL C'?p,'TA NOT FSVAILAdLE ZONE V 01 1000, 2000' 3000, ZONEVE SCALE:Y"=21000'00 °,..... .... Click here to access Satellite view `iw.1 )S^earch www.cfeo-search.com 888-396-0042 Order#112718 Job#250826 �I 2 of 9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 FEMA Report FEMA-Federal Emergency Management Agency The National Flood Hazard Layer(NFHL)data used in this report is derived from the Federal Emergency Management Agency. The NFHL dataset is a compilation of effective Flood Insurance Rate Map(FIRM)databases(a collection of the digital data that are used in GIS systems for creating new Flood Insurance Rate Maps)and Letters of Map Change(Letters of Map Amendment and Letters of Map Revision only)that create a seamless GIS data layer for United States and its territories. The NFHL is updated as new study or LOMC data becomes effective. Note: Currently, not all areas have modernized FIRM database data available.As a result, users may need to refer to the effective Flood Insurance Rate Map for effective flood hazard information. This data was provided by the Federal Emergency Management Agency's Map Service Center in November of 2013. FEMA Flood Zone Definitions within Search Radius NDA No Digital Data Available `ww pS,^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250826 �I 3 of 9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 NWI Map i PEMIA E�USP r. / rr / o% 1r f I I31 IJAIA I 1, USP E2 Mra �j SP 01PEM1Ax ! Few'Fx'r / f %%%l%� SEM1P JE2USP 1G?EMIA 2UP PUBFX f f l / ,. ! PUBFX�V1 if 1 PEM1A �PElM1A f' or=mlA %P EM. PEM11A V111 i PE "�EEMI P /� M1 / PEM1A riPEM1A 2E E2EM1P f 'or /Eh111F' J f ff /1 ✓ PEM1A EEM1P PEMIA r" ' m, PUBHX PEMIA / ;UEFX 1 m�PUEHk/�� '/ f � ' PUx j, EM1 j VX P M A /UBH' f w, PUSH*; / PU SAx � �' f UB'Hlw PE�4i91A �PEMlA '`�'; �PM11SB1 P, Edo PUScX- ' oy / PUBHh /f PUBFx i0PEM1A �EM1A P'UBHx '/j ; iiir l PEMIA �, PUBF is /r PEM1A'' EWA o %% PEM1A r f , / PUBHx f .'. .• Mpill�ll�i •, Target Property(TP) Flour Bluff EST Map Date:05/01/2015 INESTUARINE AND Division Rd N MARINE DEEPWATER Corpus Christi,. Texas -.� . i �'�/ ESQ UARH NE ANDLAKE Jai P+ MARINE WETLAND /FRESHWATER IEMIERCENY DYI TIERFRESHWATER IP1ND WETLAND FRESHWATER FORESTED/ RIVERINIE NDA-DIGITAL DATA 0 1000, 2000 2000, SHRUB WETLAND � NOT AVAILABLE SCALL:9'=2000 Click here to access Satellite view IkjchwwOft )S^ear www.c/eo-search.com 888-396-0042 Order#112718 Job#250826 �I 4 of 9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 NWI Report NWI -National Wetlands Inventory The US NWI digital data bundle is a set of records of wetlands location and classification as defined by the U.S. Fish&Wildlife Service.This dataset is one of a series available in 7.5 minute by 7.5 minute blocks containing ground planimetric coordinates of wetlands point, line,and area features and wetlands attributes.When completed,the series will provide coverage for all of the contiguous United States, Hawaii,Alaska,and U.S. protectorates in the Pacific and Caribbean.The digital data as well as the hardcopy maps that were used as the source for the digital data are produced and distributed by the U.S. Fish&Wildlife Service's National Wetlands Inventory project. Currently,this data is only available in select counties throughout the United States. NWI Definitions within Search Radius E1 UBL SYSTEM:ESTUARINE SUBSYSTEM:SUBTIDAL CLASS:UNCONSOLIDATED BOTTOM WATER REGIME:SUBTIDAL E2EM1 P SYSTEM:ESTUARINE SUBSYSTEM:INTERTIDAL CLASS:EMERGENT E2USP SYSTEM:ESTUARINE SUBSYSTEM:INTERTIDAL CLASS:UNCONSOLIDATED SHORE WATER REGIME:IRREGULARLY FLOODED PEM1A SYSTEM:PALUSTRINE CLASS:EMERGENT SUBCLASS:BROAD-LEAVED DECIDUOUS WATER REGIME:TEMPORARILY FLOODED PUBFx SYSTEM:PALUSTRINE CLASS:UNCONSOLIDATED BOTTOM SPECIAL MODIFIER:EXCAVATED PUBHx SYSTEM:PALUSTRINE CLASS:UNCONSOLIDATED BOTTOM SPECIAL MODIFIER:EXCAVATED Texas -DIGITAL DATA NOT AVAILABLE `ww pS,^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250826 �I 5 of 9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Soil Map ry {/ .. r rF . ! V'cA f vV r 1 112 Mile, r •/` Gv % ;r eta Ta Nu / Gtrr Nu ✓ i� , �B ! Z Vf !' ✓ r B •Y r Target IProperty(TP) Fleur Bluff FST sCiL BOUNDARY Corpus Rd N Carpus Christi, Texas NOTCOM-DIGITAL DATA NOT AVAILABLEJNOT COMPLETE 78418 S C7' 1000' 2000' 2000' SC tiL E:i"=2000 ...., Click here to access Satellite view `ww )S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250826 �I 6 of 9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 SOIL Report Soil Surveys The soil data used in this report is obtained from the Natural Resources Conservation Service(NRCS). The NRCS is the primary federal agency that works with private landowners to help them conserve,maintain and improve their natural resources. The soil survey contains information that can be applied in managing farms and ranches;in selecting sites for roads, ponds,buildings and other structures;and in determining the suitability of tracts of land for farming,industry and recreation. This data is available in select counties throughout the United States. SOIL Code Definitions within Search Radius Gm Galveston and Mustang fine sands Nu Nueces fine sand W Water ow'`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250826 �I 7 of 9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Geology Map d Qbc X5 r v 1yh� Qbs r 1/Water ara mile ry Q(bh d r, L Target IPreperty(TP) Flour Bluff FST Division leaf N Carpue Christi, Texas 78418 + S FJ' 1000, 2000' 3000' SCALE:1 =20070 .... .... Click here to access Satellite view `ee�)S^ear www.aeo-search.com 888-396-0042 Order#112718 Job#250826 8 of 9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 GEOLOGY Report US GEOLOGY THE GEOLOGY DATA USED IN THIS REPORT ORIGINATES FROM THE USGS. THE FIRST STAGE IN DEVELOPING STATE DATABASES FOR THE CONTERMINOUS UNITED STATES WAS TO ACQUIRE DIGITAL VERSIONS OF ALL EXISTING STATE GEOLOGIC MAPS. ALTHOUGH A SIGNIFICANT NUMBER OF DIGITAL STATE MAPS ALREADY EXISTED,A NUMBER OF STATES LACKED THEM. FOR THESE STATES NEW DIGITAL COMPILATIONS WERE PREPARED IN COOPERATION WITH STATE GEOLOGIC SURVEYS OR BY THE NSA(NATIONAL SURVEYS AND ANALYSIS)PROJECT. THESE NEW DIGITAL STATE GEOLOGIC MAPS AND DATABASES WERE CREATED BY DIGITIZING ALREADY EXISTING PRINTED MAPS,OR, IN A FEW CASES, BY MERGING EXISTING LARGER SCALE DIGITAL MAPS. GEOLOGY Definitions within Search Radius 7-71 GEOLOGY SYMBOL: Qbb UNIT NAME: barrier island deposits UNIT AGE: Phanerozoic(Cenozoic(Quaternary UNIT DESCRIPTION: barrier island deposits ADDITIONAL UNIT INFORMATION: mostly fine-grainded sand,shells scarce;surface slightly higher than that of surrounding deposits,characterized by numerous pimple mounds and poorly defined relict beach ridges;includes many Recent,locally active sand dunes; probably part of"Ingles ROCKTYPE/S: sand;silt; GEOLOGY SYMBOL: Water UNIT NAME: water UNITAGE: None UNIT DESCRIPTION: ADDITIONAL UNIT INFORMATION: surface water ROCKTYPE/S: water ow'`tN)S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250826 �I 9 of 9 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 7 GeoPlus Oil and Gas Report Phase I Environmental Site Assessment Attachment 7 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 zi arch On d,me.01-1 targ touch.", GeoPlus Oil & Gas Report Satellite view Target Property: Flour Bluff EST Division Rd Corpus Christi, Nueces County, Texas 78418 Prepared For: LNV Engineering Order#: 112718 Job #: 250825 Project#: 1600676.000.2 Date: 08/09/2018 `ee )S^ear www.aeo-search.com 888-396-0042 Order#112718 Job#250825 �I DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 Table of Contents Target Property Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . Database Radius Summary . . . . . . . . . . . . . . . . . . . . . . . . . . 2 Oil& Gas Map . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 Located Sites Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 Oil& Gas Well Report . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 Environmental Records Definitions . . . . . . . . . . . . . . . . . . . . . . . 6 G Fft eeo-search.com 888-396-0042 �)Search - www.c�eo-search.com 112 718 Job#250825 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Disclaimer The information provided in this report was obtained from a variety of public sources. GeoSearch cannot ensure and makes no warranty or representation as to the accuracy,reliability,quality,errors occurring from data conversion or the customer's interpretation of this report. This report was made by GeoSearch for exclusive use by its clients only. Therefore, this report may not contain sufficient information for other purposes or parties. GeoSearch and its partners,employees,officers And independent contractors cannot be held liable For actual,incidental,consequential,special or exemplary damages suffered by a customer resulting directly or indirectly from any information provided by GeoSearch. uw earcwww.aeo-search.com 888-396-0042 Order#112718 Job#250825 � DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Target Property Summary Target Property Information Flour Bluff EST Division Rd Corpus Christi, Texas 78418 Coordinates Point (-97.307373, 27.660571) USGS Quadrangle Oso Creek Ne, TX Geographic Coverage Information County/Parish: Nueces (TX) ZipCode(s): Corpus Christi TX: 78418 `ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250825 �I 1 of 6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Database Radius Summary STATE(M LISTING Acronym Search TP/AP 1/8 Mile 1/4 Mile 1/2 Mile 1 Mile Total Radius (0-0-02) (>TP/AP) (>1/8) (>1/4) (>1/2) >1 Mile (miles) OGWELLS 0.5000 0 0 0 9 NS NS 9 SUB-TOTAL 0 0 0 9 0 0 9 TOTAL 0 0 0 9 0 0 9 NOTES: NS=NOT SEARCHED TP/AP=TARGET PROPERTY/ADJACENT PROPERTY ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250825 �I 2 of 6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 OIL & GAS MAP J / 112 02 07 r /' rf / � ✓ .. `.,... i l r� f , � ) Target Property(TP) FlourBluff EST Surface Locafdon Division Rd Carpus Christi, Texas 78418 + S 0, 10001 2000' 3000' SCALE 1"=2000'..... . Click here to access Satellite view uch`ww )S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250825 �I 3 of 6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Located Sites Summary Map Database Name Site ID# Distance Site Name Address ID# From Site 1 OGWELLS 34168 0.395 mi. ESE (2086 ft.) 2 OGWELLS 33999 0.413 mi. N (2181 ft.) 3 OGWELLS 34338 0.422 mi.SE (2228 ft.) 4 OGWELLS 34144 0.423 mi. WNW (2233 ft.) 5 OGWELLS 34157 0.426 mi.SW (2249 ft.) 6 OGWELLS 34169 0.435 mi. ENE (2297 ft.) 7 OGWELLS 34135 0.438 mi. WNW (2313 ft.) 8 OGWELLS 34133 0.47 mi.W (2482 ft.) 9 OGWELLS 34152 0.485 mi. WSW (2561 ft.) ow%`ww )S ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250825 �I 4 of 6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Oil & Gas Well Report MAP ID SURFACE ID API# WELL TYPE# LATITUDE LONGITUDE 1 34168 355 GAS WELL 27,6590 f00 -97.301137000 2 33999 35503020 PLUGGED GAS WELL 27.666532000 -97.307869000 3 34336, 35502967 PLUGGED GAS WELL 27,655371000 •97.302960000 4 34144 35502964 PLUGGED OIL WELL 27.661970000 -97.314101000 5 34157 355 DRY HOLE 27.656184000 -97,312263000 6 34169 35503105 OIL/GASWELL 27.663119000 -97.300876000 7 34135 355 OIL/GAS WELL 27.663942000 -97,313443000 8 34133 355 OIL WELL 27.661797000 -97.314925000 9 34152 35502966 SIDETRACK WELL SURFACE LOCATION 27.657614000 -97,314562000 ow%`ww )S,^�3ar www.c�eo-search.com 888-396-0042 Order#112718 Job#250825 �I 5 of 6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Environmental Records Definitions - STATE (TX) OGWELLS Oil and Gas Wells VERSION DATE:05/16/17 This oil and gas well data set is provided by the Geographic Information System of the Railroad Commission of Texas(the Commission). The data set includes oil and gas well records dating back to the early 1960's, some wells prior to the 1960's are also included with with no API and/or a historical API number in place. The Commission shall not be held liable for use of this data,which is provided as a public service for informational purposes only. Users are responsible for checking the accuracy, completeness, currency, and/or suitability of this data set themselves. ow%`tN)S^ear www.c�eo-search.com 888-396-0042 Order#112718 Job#250825 �I 6 of 6 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 8 National Pipeline Mapping System (NPMS) Public Viewer Map Phase I Environmental Site Assessment Attachment 8 August 2018 Prepared by: LNV, Inc. DocuSign Envelope lD:71609933-C386-42C6-B01D-CF559F9010E9 Legend Accidents(Liquid) lid Incidents(Gas) � I �� i'7 i§ � 111111 LNG Plants �hd � Breakout Tanks Gas Transmission Pipelines � ) ^^^^ Hazardous Liquid Pipelines d i rr� r I %r u Subject Property � � y�"f� � --, r�1, u I i I,u y I Pipelines depicted on this pp tgas transmission and ha,ardo.s hernial lines only.Gas I gathering gas distrbut on systems are not represented. II. ',i=,for r Y � 1 I t1� ,OFyS t ���1Y GI Q,estions regarding this map or its contents can be directed to npri i Projection.Geographic Datum.NAD83 d Map produced by the Public Viewer application at —pms.phmsa.dot.gov Date Printed.Aug 07,2018 4; Call—imiii I jy �Vr„ y I L "'9f DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 9 Historical Aerial Photographs Phase I Environmental Site Assessment Attachment 9 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 %.w,r,-,wq)Search 011 6111COil tal-�T'L, III t(.TLICII"' Historical Aerial Photographs NEW. GeoLens by Geosearoh Target Property: Flour Bluff EST Division Rd Corpus Christi, Nueces, Texas 78418 Prepared For: LNV Engineering Order#: 112718 Job #: 250823 Project#: 1600676.000.2 Date: 8/9/2018 Ge )Searchwww.geo-search.com 888-396-0042 Order#112718 Job#250823 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Target Property Summary Flour Bluff EST Division Rd Corpus Christi, Nueces, Texas 78418 USGS Quadrangle: OSO CREEK NE Target Property Geometry:Point Target Property Longitude(s)/Latitude(s): (-97.307373803, 27.660571236) `tN)S, arc www.aeo-search.com 888-396-0042 Order#112718 Job#250823 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Aerial Research Summary Date Source Scale Frame 2016 USDA 1"= 500' N/A 2014 USDA 1"= 500' N/A 2012 USDA 1"= 500' N/A 2010 USDA 1"= 500' N/A 2006 USDA 1"= 500' N/A 2005 USDA 1"= 500' N/A 2004 USDA 1"= 500' N/A 02/24/2002 USGS 1"= 500' N/A 01/23/1995 USGS 1"= 500' N/A 10/18/1990 TXDOT 1"= 500' 6-193 11/05/1985 TXDOT 1"= 500' 649 10/31/1979 TXDOT 1"= 500' 301 10/09/1967 USGS 1"= 500' 2-110 01/15/1961 ASCS 1"= 500' 3-6 01/16/1956 ASCS 1"= 500' 2-75 03/13/1950 ASCS 1"= 500' PI-6 10/25/1938 ASCS 1"= 500' 2-84 Disclaimer-The information provided in this report was obtained from a variety of public sources. GeoSearch cannot ensure and makes no warranty or representation as to the accuracy, reliability,quality,errors occurring from data conversion or the customer's interpretation of this report.This report was made by GeoSearch for exclusive use by its clients only.Therefore,this report may not contain sufficient information for other purposes or parties. GeoSearch and its partners,employees,officers and independent contractors cannot be held liable for actual,incidental,consequential,special or exemplary damages suffered by a customer resulting directly or indirectly from any information provided by GeoSearch. `ww )Searchwww.aeo-search.com 888-396-0042 Order#112718 Job#250823 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 � r r i r � i /r / Mfr r„E ?r � r r n r r 1@ ium r i r d frY, i r li li I i N Flour Bluff EST ` GiJ� E USDA ears �p 2016 s JOB#:250823—08/09/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 JJ / n� v r , e r, ;0 rr/�'i' iii/ / >✓ �' �i J s r ro � / / � ��: U s� s .I. ll �r N Flour Bluff EST ` GiJ� E USDA ears �p 2012 s JOB#:250823—08/09/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 i i r n r�lllll�l m f r� rWy r VN r �r�lp vry f N1 �u6 I 1 n> � r ; r j l � f 'e 1 1F�v�t N Flour Bluff EST ` GiJ� E USDA ears �p 2010 s JOB#:250823-08/09/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 rr , °V° ��iliiiuuumllillII I'��„ r )I l/ I�IIIIIIIIIIII^�^4J�,�u� I IL.... ,YI��IIIII�� I r h / r �il Y6uuul'Iurill��il i,,ugiiip II 4 y' mioiuiVO 11 IIII �� ��//� i i r/1rr h 1. / r 1/II�Hli9;,.,�//p%/,;,, �i /l /,,,i �//!�✓' r i//%/j r//��,� ,�/�, ( ',rc 9, '% / �,J li� r 1 I rjp r,,r / /r l�ro r". �� J�./l� �� I/l/%, li / /� of r r//ii /"✓/s,/ !, /j ,.� f r rr °�iPfi a ir„ fi//➢�A�V �� / � r i � r /�,, ,r r, . „' ,,, �flYl��apiv,'✓//i„ r y ;,, � � � //�/�i�,'�L���G � /p/�lU c. N Flour Bluff EST ` GiJ� E USDA ears �p 2006 s JOB#:250823-08/09/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Irr„ / / u w „ G �„ IIIIIIIIIIII �l ""� l 6 I ot�yi��tl� 11 r W�lJ �Jjj: o � / f i r% N Flour Bluff EST ` GiJ� E USDA ears �p 2005 s JOB#:250823-08/09/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 r r � � IIII IIIIIIIIIIIIII II � �, �I�lill�lll� r " ; IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII I IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII uiiui uu ` � IIIIIIIIIIIIII IlllllllllllllllllVs' IIIIIIIIIIIIIIII i I m .. r V� N„ !I 1 1���� � rr��,� g9y j` � ✓� � i t rl�Y j/i�i>r� ry�J 11�r i y y u oiV r r l / i r ri r i � r r uV�Yi w i �w I N Flour Bluff EST ` GiJ� E USDA ears �p 2004 s JOB#:250823—08/09/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 y l J J' f , l� r` � I pu lofi i P a rl I I r v •„ �.... ,, �r ;r to��mu r i rt r �A " N w r/ I X91 T�/ 50 � I r I M II 1I I 1� Ott Ill r � Y f N Flour Bluff EST G7} E USGS ears lj 02/24/2002 s 16 JOB#:250823—08/09/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 e' r v r j; e e, r.. i 11 r l� IYNiro" c i s i � � 81 wil�lj n w� I r wr N Flour Bluff EST ` } E USGS eat lj 01/23/1995 s JOB#:250823—08/09/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 i y �! I y V 9, u ia n. T r w d� 0 500 feet 1 N Flour Bluff EST E TXDOTGei�)Search 10/18/1990 s JOB#:250823-08/09/2018 mes)nEm¥ope ID:e 6099£$38$42c a@ Scemq@oS feet �a ,r , x y � . � © y � , +< . § Flour Bluff ¥+ 1110511985 E T DOT » r » Search § JOB*z -_9/20 a DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 7 o r J j II ry u+ Ir e i W� ,�i 1 i� 111 III '1 'f o 0 r " 1 �a IIS � I int , 1�' feet in N Flour Bluff EST E TXDOTGei�)Search 10/31/1979 s JOB#:250823-08/09/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 u.. r a S4 �; y1 s i 'fir r 1 rail re; i'I I� iva >v, i C 0 500 feet N Flour Bluff EST ` } E USGS eat lj 10/09/1967 s JOB#:250823-08/09/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 e N r � �r � M t r i 4 .I r r 0 500 i �i feet I N Flour Bluff EST ` , } E ASCS eat �l 01/15/1961 s JOB#:250823-08/09/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 V. �r Iri r. II t III � I III II V M, r' s� Y it I f w1' r r" I o I I �'ii �I li III SIV i. 0 500 ( I i feet N Flour Bluff EST ` , } E ASCS eat �l 01/16/1956 s JOB#:250823-08/09/2018 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 i / %/ Ail, Illi)Ill, If o /;,,,'„ ON N Flour Bluff EST ` , } E ASCS eat �l 03/13/1950 s JOB#:250823-08/09/2018 mes)nEm¥ope ID:e 6099£$38$42c a@ Scemq@oS 2 � 22 2\ \ ƒ �» ; / \� \ / ` z �< �\ a . y } \ : . � / 2 � � i i � � \ � : 2 � _ � z § Flour Bluff ¥+ 1012511938 E ASCS » r » Search § JOB*z -_9/20 a DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 10 City Directory Reports Phase I Environmental Site Assessment Attachment 10 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 e S 1eiM►a ch Onnbtn vx On r,roc,,T:.III naa¢do::h-"' City Directory Target Property Address Target Property: Division Rd, Corpus Christi, TX 78418 Prepared For: LNV Engineering Order#: 112718 Project#: 1600676.000.2 Date:8/10/2018 888-396-0042 www.geo-search.com Page 1 of 5 8/10/2018 3:10:41 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Target Property Address Division Rd, Corpus Christi, TX 78418 1 DIVISION RD 2016 STREET BEGINS R.L. POLK&CO. CORPUS CHRISTI 2010 STREET BEGINS R.L. POLK&CO. CORPUS CHRISTI 2005 STREET BEGINS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 X [FLOUR BLUFF DR INTS] COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 STREET BEGINS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 STREET BEGINS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 STREET BEGINS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 STREET BEGINS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1980 STREET BEGINS COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1975 STREET BEGINS COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1970 STREET BEGINS COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1968 STREET BEGINS COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1960 STREET NOT LISTED R.L. POLK&CO. CORPUS CHRISTI 2017 DIVISION RD 2016 PINKERD MARCY B R.L. POLK&CO. CORPUS CHRISTI 2016 PINKERD MITCHELL B R.L. POLK&CO. CORPUS CHRISTI 2010 RODGER TAYLOR CONCRETE CONSTR R.L. POLK&CO. CORPUS CHRISTI [CONCRETE CONTRACTORS] 2000-01 TAYLOR RDGR CONCRT COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 RODGER TAYLOR COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 TAYLOR RDGR CONCRT COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 R TAYLOR CONCRETE COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 STATEWIDE WRECKER COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 R TAYLOR CONCRETE COLE DIRECTORY CORPUS CHRISTI AND VICINITY 888-396-0042 www.geo-search.com Page 2 of 5 8/10/2018 3:10:42 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Target Property Address Division Rd, Corpus Christi, TX 78418 2049 DIVISION RD 2000-01 NO CURRENT LISTING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2221 DIVISION RD 2016 NO CURRENT LISTING R.L. POLK&CO. CORPUS CHRISTI 2016 X [WOODCREST DR BEGINS] R.L. POLK&CO. CORPUS CHRISTI 2010 LYONS HOUSTON K R.L. POLK&CO. CORPUS CHRISTI 2010 LYONS PRESTON K R.L. POLK&CO. CORPUS CHRISTI 2010 X [WOODCREST DR BEGINS] R.L. POLK&CO. CORPUS CHRISTI 2005 HOUSTON K LYONS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 MAXINE LYONS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 X [WOODCREST DR INTS] COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 HOUSTON K LYONS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 HOUSTON K LYONS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 HOUSTON K LYONS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 HOUSTON K LYONS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 HOUSTON K LYONS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1980 HOUSTON K LYONS COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1980 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1975 HOUSTON K LYONS COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1975 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1970 HOUSTON K LYONS COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1970 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1968 HOUSTON K LYONS COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 888-396-0042 www.geo-search.com Page 3 of 5 8/10/2018 3:10:43 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Target Property Address Division Rd, Corpus Christi, TX 78418 1968 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 2313 DIVISION RD 2016 NO CURRENT LISTING R.L. POLK&CO. CORPUS CHRISTI 2321 DIVISION RD 2016 SOLIS SAMUEL E & REBECCA G R.L. POLK&CO. CORPUS CHRISTI 2010 REBECCA G SOLIS JEWELRY [JEWELERS- R.L. POLK&CO. CORPUS CHRISTI RETAIL] 2010 SOLIS SAMUEL E R.L. POLK&CO. CORPUS CHRISTI 2010 SOLIS STEPHANIE N R.L. POLK&CO. CORPUS CHRISTI 2005 REBECCA G SOLIS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 REBECCA G SOLIS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 SAM SOLIS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2322 DIVISION RD 2016 GALLMAN DEIDREA R.L. POLK&CO. CORPUS CHRISTI 2016 GALLMAN DEE R.L. POLK&CO. CORPUS CHRISTI 2016 ZIZELMAN GARY F R.L. POLK&CO. CORPUS CHRISTI 2010 ZIZELMAN GARY F R.L. POLK&CO. CORPUS CHRISTI 2005 GARY ZIZELMAN COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 PAULA M ZIZELMAN COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 GARY ZIZELMAN COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 GARY ZIZELMAN COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 GARY ZIZELMAN COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2330 DIVISION RD 2016 C C COMMERCIAL AIR COND [AIR R.L. POLK&CO. CORPUS CHRISTI CONDITIONING CONTRS &SYS] 2016 KING WILLIAM M & ROSA G R.L. POLK&CO. CORPUS CHRISTI 2010 KING WILLIAM M &GLORIA G R.L. POLK&CO. CORPUS CHRISTI 2005 WILLIAM MAURICE KING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 888-396-0042 www.geo-search.com Page 4 of 5 8/10/2018 3:10:44 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Target Property Address Division Rd, Corpus Christi, TX 78418 2000-01 WILLIAM KING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2338 DIVISION RD 2016 GALVEZ JULIO R.L. POLK&CO. CORPUS CHRISTI 2016 WOODWORTH IDA J & IVAN K R.L. POLK&CO. CORPUS CHRISTI 2010 WOODWORTH IDA J R.L. POLK&CO. CORPUS CHRISTI 2005 NO CURRENT LISTING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 X [END OF LISTING] COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 IDA WOODWORTH COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2342 DIVISION RD 2016 HARPER JAMES W R.L. POLK&CO. CORPUS CHRISTI 2016 X [FLOUR BLUFF DR INTS] R.L. POLK&CO. CORPUS CHRISTI 2016 Y [END OF LISTINGS] R.L. POLK&CO. CORPUS CHRISTI 2010 BONIFER CYNTHIA R.L. POLK&CO. CORPUS CHRISTI 2010 X [FLOUR BLUFF DR INTS] R.L. POLK&CO. CORPUS CHRISTI 2010 Y [END OF LISTINGS] R.L. POLK&CO. CORPUS CHRISTI Comment: 888-396-0042 www.geo-search.com Page 5 of 5 8/10/2018 3:10:44 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 e Sea✓ c On nbtn vx On r,roc,,T:.III naa¢do::h-"' City Directory Standard Report Target Property: Division Rd, Corpus Christi, TX 78418 Prepared For: LNV Engineering Order#: 112718 Project#: 1600676.000.2 Date:8/10/2018 888-396-0042 www.geo-search.com Page 1 of 5 8/10/2018 3:10:29 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Standard Report Division Rd, Corpus Christi, TX 78418 R.L. POLK&CO. CORPUS CHRISTI 2016 DIVISION RD 1 STREET BEGINS 2017 PINKERD MARCY B 2017 PINKERD MITCHELL B 2221 NO CURRENT LISTING 2221 X [WOODCREST DR BEGINS] 2313 NO CURRENT LISTING 2321 SOLIS SAMUEL E & REBECCA G 2322 GALLMAN DEE 2322 GALLMAN DEIDREA 2322 ZIZELMAN GARY F 2330 C C COMMERCIAL AIR COND [AIR CONDITIONING CONTRS &SYS] 2330 KING WILLIAM M & ROSA G 2338 GALVEZ JULIO 2338 WOODWORTH IDA J & IVAN K 2342 HARPER JAMES W 2342 X [FLOUR BLUFF DR INTS] 2342 Y [END OF LISTINGS] R.L. POLK&CO. CORPUS CHRISTI 2010 DIVISION RD 1 STREET BEGINS 2017 RODGER TAYLOR CONCRETE CONSTR[CONCRETE CONTRACTORS] 2221 LYONS HOUSTON K 2221 LYONS PRESTON K 2221 X [WOODCREST DR BEGINS] 2321 REBECCA G SOLIS JEWELRY [JEWELERS-RETAIL] 2321 SOLIS SAMUEL E 2321 SOLIS STEPHANIE N 2322 ZIZELMAN GARY F 2330 KING WILLIAM M &GLORIA G 888-396-0042 www.geo-search.com Page 2 of 5 8/10/2018 3:10:30 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Standard Report Division Rd, Corpus Christi, TX 78418 2338 WOODWORTH IDA J 2342 BONIFER CYNTHIA 2342 X [FLOUR BLUFF DR INTS] 2342 Y [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI 2005 DIVISION RD AND VICINITY 1 STREET BEGINS 1 X [FLOUR BLUFF DR INTS] 2221 HOUSTON K LYONS 2221 MAXINE LYONS 2221 X [WOODCREST DR INTS] 2321 REBECCA G SOLIS 2321 REBECCA G SOLIS 2321 SAM SOLIS 2322 GARY ZIZELMAN 2322 PAULA M ZIZELMAN 2330 WILLIAM MAURICE KING 2338 NO CURRENT LISTING 2338 X [END OF LISTING] COLE DIRECTORY CORPUS CHRISTI 2000-01 DIVISION RD AND VICINITY 1 STREET BEGINS 2017 TAYLOR RDGR CONCRT 2049 NO CURRENT LISTING 2221 HOUSTON K LYONS 2221 HOUSTON K LYONS 2322 GARY ZIZELMAN 2322 GARY ZIZELMAN 2330 WILLIAM KING 2338 IDA WOODWORTH 2338 X [END OF LISTINGS] 888-396-0042 www.geo-search.com Page 3 of 5 8/10/2018 3:10:31 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Standard Report Division Rd, Corpus Christi, TX 78418 COLE DIRECTORY CORPUS CHRISTI 1995-96 DIVISION RD AND VICINITY 1 STREET BEGINS 2017 RODGER TAYLOR 2017 TAYLOR RDGR CONCRT 2221 HOUSTON K LYONS 2322 GARY ZIZELMAN 2322 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI 1989-90 DIVISION RD AND VICINITY 1 STREET BEGINS 2017 R TAYLOR CONCRETE 2221 HOUSTON K LYONS 2221 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI 1986-87 DIVISION RD AND VICINITY 1 STREET BEGINS 2017 R TAYLOR CONCRETE 2017 STATEWIDE WRECKER 2221 HOUSTON K LYONS 2221 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI 1980 DIVISION RD AND TRADE AREA 1 STREET BEGINS 2221 HOUSTON K LYONS 2221 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI 1975 DIVISION RD AND TRADE AREA 1 STREET BEGINS 2221 HOUSTON K LYONS 888-396-0042 www.geo-search.com Page 4 of 5 8/10/2018 3:10:32 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Standard Report Division Rd, Corpus Christi, TX 78418 2221 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI 1970 DIVISION RD AND TRADE AREA 1 STREET BEGINS 2221 HOUSTON K LYONS 2221 X [END OF LISTINGS] COLE DIRECTORY CORPUS CHRISTI 1968 DIVISION RD AND TRADE AREA 1 STREET BEGINS 2221 HOUSTON K LYONS 2221 X [END OF LISTINGS] R.L. POLK&CO. CORPUS CHRISTI 1960 DIVISION RD 1 STREET NOT LISTED Comment: 888-396-0042 www.geo-search.com Page 5 of 5 8/10/2018 3:10:32 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 e S 1eiM►a ch On6fnnv. On r,roc,,T:.III naa¢do::h-"' Historical By Street Number Target Property: Division Rd, Corpus Christi, TX 78418 Prepared For: LNV Engineering Order#: 112718 Project#: 1600676.000.2 Date:8/10/2018 888-396-0042 www.geo-search.com Page 1 of 2 8/10/2018 3:10:49 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Historical by Street Number 1 Division Rd No Listing (1960); Street Begins (1968-2016) 2017 Division Rd No Listing (1960-1980); Statewide Wrecker(1986/87); R Taylor Concrete (1986/87-2000/01); Rodger Taylor(1995/96); No Listing (2005); Rodger Taylor Concrete Constr [Concrete Contractors] (2010); Pinkerd Marcy (2016) 2049 Division Rd No Listing (1960-1995/96); No Current Listing (2000/01); No Listing (2005-2016) 2221 Division Rd No Listing (1960); Houston K Lyons (1968-2010); Maxine Lyons (2005); X [Woodcrest Dr Begins] (2010-2016); No Current Listing (2016) 2313 Division Rd No Listing (1960-2010); No Current Listing (2016) 2321 Division Rd No Listing (1960-2000/01); Rebecca G Solis (2005-2010); Sam Solis (2005); Solis Samuel E (2010- 2016) 2322 Division Rd No Listing (1960-1989/90); Gary Zizelman (1995/96-2005); Zizelman Gary F (2010-2016); Gallman Deidrea (2016) 2330 Division Rd No Listing (1960-1995/96); William King (2000/01-2005); King William M &Gloria G (2010-2016) 2338 Division Rd No Listing (1960-1995/96); Ida Woodworth (2000/01); No Current Listing (2005); X [End Of Listing] (2005); Woodworth Ida J (2010-2016); Galvez Julio (2016) 2342 Division Rd No Listing (1960-2005); Bonifer Cynthia (2010); Harper James W (2016) Comments: 888-396-0042 www.geo-search.com Page 2 of 2 8/10/2018 3:10:49 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 e S 1eiM►a ch Onnbtn vx On r,roc,,T:.III naa¢do::h-"' City Directory Target Property Address Target Property: Flour Bluff Dr, Corpus Christi, TX 78418 Prepared For: LNV Engineering Order#: 112718 Project#: 1600676.000.2 Date:8/10/2018 888-396-0042 www.geo-search.com Page 1 of 8 8/10/2018 3:11:51 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Target Property Address Flour Bluff Dr, Corpus Christi, TX 78418 1 FLOUR BLUFF DR 1960 STREET NOT LISTED R.L. POLK&CO. CORPUS CHRISTI 1917 FLOUR BLUFF DR 1975 H S BROWN COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1970 H S BROWN COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1968 H S BROWN COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1945 FLOUR BLUFF DR 2016 BOOKKEEPING PLUS [ACCTNG & BKPG R.L. POLK&CO. CORPUS CHRISTI GENLSERV] 2010 BOOKKEEPING PLUS INC [ACCTNG & R.L. POLK&CO. CORPUS CHRISTI BKPG GENL SERV] 2010 THIRD COAST FOOD SVC [CATERERS] R.L. POLK&CO. CORPUS CHRISTI 2010 WALTON CRISTA R.L. POLK&CO. CORPUS CHRISTI 2005 BOOKKEEPING PLUS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 THIRD COAST FOOD SERVICES INC COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 YORKSHIRE COURT TOWNHOME COLE DIRECTORY CORPUS CHRISTI ASSOCIATION AND VICINITY 2005 X [DON PATRICO RD INTS] COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 A CRAFTY IDEA COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 BOOKKEEPING PLUS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 CRAFTY IDEA COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 X [DIVISION RD INTS] COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 Y [DON PATRICO RD INTS] COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 BOOKKEEPING PLUS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 LITTLE INTR HSE COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 NO CURRENT LISTING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 NO CURRENT LISTING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 888-396-0042 www.geo-search.com Page 2 of 8 8/10/2018 3:11:52 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Target Property Address Flour Bluff Dr, Corpus Christi, TX 78418 1980 NO CURRENT LISTING COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 2009 FLOUR BLUFF DR 2016 ARMSTRONG JULIE R.L. POLK&CO. CORPUS CHRISTI 2016 CUBIT CONTRACTING LLC [GENL R.L. POLK&CO. CORPUS CHRISTI CONTRACTORS] 2016 TREYBIG MYRIAH R.L. POLK&CO. CORPUS CHRISTI 2010 NO CURRENT LISTING R.L. POLK&CO. CORPUS CHRISTI 2005 EDWARD G GARCIA COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 KARENA E GARCIA COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 NO CURRENT LISTING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 NO CURRENT LISTING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 NO CURRENT LISTING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 ROBERT L PEADRON COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 R L PEADRON COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 R L P CONSTR COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1980 DENNIS BROWN COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1975 C W CALDWELL COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1970 C W CALDWELL COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1968 FRED R FOX COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 2010 FLOUR BLUFF DR 2016 SOUTH TEXAS MATERIAL CO R.L. POLK&CO. CORPUS CHRISTI [NONCLASSIFIED ESTABLISHMENTS] 2010 J B SVC [LIGHTING ROD INSTALLATION] R.L. POLK&CO. CORPUS CHRISTI 2010 SOUTH TEXAS MATERIALS COMPANY R.L. POLK&CO. CORPUS CHRISTI [NONCLASSIFIED ESTABLISHMENTS] 2005 BUILDING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 SUNQUEST SHUTTERS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 888-396-0042 www.geo-search.com Page 3 of 8 8/10/2018 3:11:53 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Target Property Address Flour Bluff Dr, Corpus Christi, TX 78418 2000-01 S TX MTRLS CO INC COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 JOHNSON'S COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 S TC MTRLS CO INC COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 STHRN ACCENT WCKR COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 JOHNSON GREENHOUSE COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 JOHNSON WAREHOUSE COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 S TX MATRL COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 S TX MATRL COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1980 AUTOMATED COMPONNTS COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1980 JOHNSON GREENHOUSE COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1980 S TEX MATRIS CO COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1975 PADRE DISTRIBUTING COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1975 PADRE MFG&OVERHAUL COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1975 SO TX MATRLS CO COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1968 JOE WILLIAMS ARCHT COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1968 BLDG COMPONTS MFG COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1968 H D LUXTON COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1968 TROPIC CABNT WKS COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 2025 FLOUR BLUFF DR 2016 COLE CHIROPRACTIC CLINIC R.L. POLK&CO. CORPUS CHRISTI [CHIROPRACTORS DC] 2049 FLOUR BLUFF DR 2016 BARR BETTIE L R.L. POLK&CO. CORPUS CHRISTI 2016 BARR PIPE CO [PIPE-WHOL] R.L. POLK&CO. CORPUS CHRISTI 2016 WAR HOUSE FISHING & RENTAL CO [OIL R.L. POLK&CO. CORPUS CHRISTI WELL EQUIP/SUPL-RENTING] 888-396-0042 www.geo-search.com Page 4 of 8 8/10/2018 3:11:54 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Target Property Address Flour Bluff Dr, Corpus Christi, TX 78418 2016 WATCH DOG GATE SECURITY [SECURITY R.L. POLK&CO. CORPUS CHRISTI CONTROL EQUIP &SYS] 2016 X [DIVISION RD INTS] R.L. POLK&CO. CORPUS CHRISTI 2010 BARR BETTIE L R.L. POLK&CO. CORPUS CHRISTI 2010 BARR PIPE CO [PIPE-WHOL] R.L. POLK&CO. CORPUS CHRISTI 2010 X [DIVISON RD INTS] R.L. POLK&CO. CORPUS CHRISTI 2102 FLOUR BLUFF DR 2016 A/C & R SVC [AIR CONDITIONING CONTRS R.L. POLK&CO. CORPUS CHRISTI &SYS] 2016 CORLISS MECHANICAL INC [MECHANICAL R.L. POLK&CO. CORPUS CHRISTI CONTRACTORS] 2016 HOLSONBACK JONATHAN C R.L. POLK&CO. CORPUS CHRISTI 2016 HOLSONBACK SHAWNA R.L. POLK&CO. CORPUS CHRISTI 2010 HOLSONBACK JONATHAN C R.L. POLK&CO. CORPUS CHRISTI 2010 HOLSONBACK SHAWNA R.L. POLK&CO. CORPUS CHRISTI 2005 BUILDING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 AMERICAN BACKFLOW COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 HERBERT IRRIAGATION INC COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 J B SERVICES 6 COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 JOHNS AUTO SALES COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 SUNQUEST 6 COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2115 FLOUR BLUFF DR 2005 NO CURRENT LISTING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2133 FLOUR BLUFF DR 2016 NO CURRENT LISTING R.L. POLK&CO. CORPUS CHRISTI 2010 NO CURRENT LISTING R.L. POLK&CO. CORPUS CHRISTI 2005 NO CURRENT LISTING COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2134 FLOUR BLUFF DR 2016 GAMEL LICHAELD R.L. POLK&CO. CORPUS CHRISTI 2016 HEBERT IRRIGATION [IRRIGATION SYS & R.L. POLK&CO. CORPUS CHRISTI EQUIP] 888-396-0042 www.geo-search.com Page 5 of 8 8/10/2018 3:11:55 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Target Property Address Flour Bluff Dr, Corpus Christi, TX 78418 2016 HOLSONBACK JONATHAN C &SHAWNA R.L. POLK&CO. CORPUS CHRISTI 2010 A/C & R SVC OF SOUTH TEXAS [ENERGY R.L. POLK&CO. CORPUS CHRISTI CONSERVATION/MGMT CONSU] 2010 HEBERT IRRIGATION SYSTEMS R.L. POLK&CO. CORPUS CHRISTI [IRRIGATION SYS & EQUIP] 2005 A C & R SERVICES OF SOUTH TEXAS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 HEBERT IRRGTN SERV COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 A TO Z SERVICES COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 PICTURE PERFECT PE COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 RAINBUSTRS WATPR COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 C B THOMAS COMPANY COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 LONGS HTG&AIR COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 PADRE ISLAND RLTY COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 SUNRISE DATA SYSTM COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 DAVID THOMAS ARCNT COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1980 PADRE ISI BKPNG&TAX COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1980 PADRE ISI REALITY COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1980 PADRE PATIOS COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 2138 FLOUR BLUFF DR 2016 MOSLEY JANIE R.L. POLK&CO. CORPUS CHRISTI 2010 COASTAL MARINE WORKS [BOAT RPR] R.L. POLK&CO. CORPUS CHRISTI 2005 STANLEY STEEMER SOUTH TEXAS LI COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 STANLEY STMR CPT COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 STANLEY STMR CPT COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 STANLEY STMR CPT COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 STANLEY STMR CPT COLE DIRECTORY CORPUS CHRISTI AND VICINITY 888-396-0042 www.geo-search.com Page 6 of 8 8/10/2018 3:11:55 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Target Property Address Flour Bluff Dr, Corpus Christi, TX 78418 1995-96 STANLEY STMR CPT COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 FED RI EST INVSTMN COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 HOME FRONT RLTRS COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2147 FLOUR BLUFF DR 2016 NO CURRENT LISTING R.L. POLK&CO. CORPUS CHRISTI 2010 VANHOUTEN RONALD V R.L. POLK&CO. CORPUS CHRISTI 2005 MARVIN J VANHOUTEN COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 RONALD VERL VANHOUTEN COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 X [PURDUE RD INTS] COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 RONALD VANHOUTEN COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 RONALD VANHOUTEN COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 RONALD VANHOUTEN COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 RONALD VANHOUTEN COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1980 ROBERT TATE COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1968 JOHN E BROWN COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 2209 FLOUR BLUFF DR 2016 GORHAM PAULA M &SCOTT R.L. POLK&CO. CORPUS CHRISTI 2010 GORHAM SCOTT E & PAULA M R.L. POLK&CO. CORPUS CHRISTI 2005 PAUTA MARIE GORHAM COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2005 SCOTT EUGENE GORHAM COLE DIRECTORY CORPUS CHRISTI AND VICINITY 2000-01 SCOTT GORHAM COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1995-96 H M HUNDLE COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1989-90 H M HUNDLE COLE DIRECTORY CORPUS CHRISTI AND VICINITY 1986-87 H M HUNDLE COLE DIRECTORY CORPUS CHRISTI AND VICINITY 888-396-0042 www.geo-search.com Page 7 of 8 8/10/2018 3:11:56 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Target Property Address Flour Bluff Dr, Corpus Christi, TX 78418 1980 H M HUNDLE COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1975 H M HINDLE COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 2217 FLOUR BLUFF DR 1970 J P VERMEULEN COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA 1968 J P VERMEULEN COLE DIRECTORY CORPUS CHRISTI AND TRADE AREA Comment: 888-396-0042 www.geo-search.com Page 8 of 8 8/10/2018 3:11:56 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 e Sea✓ c On nbtn vx On r,roc,,T:.III naa¢do::h-"' City Directory Standard Report Target Property: Flour Bluff Dr, Corpus Christi, TX 78418 Prepared For: LNV Engineering Order#: 112718 Project#: 1600676.000.2 Date:8/10/2018 888-396-0042 www.geo-search.com Page 1 of 7 8/10/2018 3:11:32 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Standard Report Flour Bluff Dr, Corpus Christi, TX 78418 R.L. POLK&CO. CORPUS CHRISTI 2016 FLOUR BLUFF DR 1945 BOOKKEEPING PLUS [ACCTNG & BKPG GENLSERV] 2009 ARMSTRONG JULIE 2009 CUBIT CONTRACTING LLC [GENL CONTRACTORS] 2009 TREYBIG MYRIAH 2010 SOUTH TEXAS MATERIAL CO [NONCLASSIFIED ESTABLISHMENTS] 2025 COLE CHIROPRACTIC CLINIC [CHIROPRACTORS DC] 2049 BARR BETTIE L 2049 BARR PIPE CO [PIPE-WHOL] 2049 WAR HOUSE FISHING & RENTAL CO [OIL WELL EQUIP/SUPL-RENTING] 2049 WATCH DOG GATE SECURITY [SECURITY CONTROL EQUIP & SYS] 2049 X [DIVISION RD INTS] 2102 A/C & R SVC [AIR CONDITIONING CONTRS & SYS] 2102 CORLISS MECHANICAL INC [MECHANICAL CONTRACTORS] 2102 HOLSONBACK JONATHAN C 2102 HOLSONBACK SHAWNA 2133 NO CURRENT LISTING 2134 GAMEL LICHAELD 2134 HEBERT IRRIGATION [IRRIGATION SYS & EQUIP] 2134 HOLSONBACK JONATHAN C & SHAWNA 2138 MOSLEY JANIE 2147 NO CURRENT LISTING 2209 GORHAM PAULA M &SCOTT R.L. POLK&CO. CORPUS CHRISTI 2010 FLOUR BLUFF DR 1945 BOOKKEEPING PLUS INC [ACCTNG & BKPG GENL SERV] 888-396-0042 www.geo-search.com Page 2 of 7 8/10/2018 3:11:33 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Standard Report Flour Bluff Dr, Corpus Christi, TX 78418 1945 THIRD COAST FOOD SVC [CATERERS] 1945 WALTON CRISTA 2009 NO CURRENT LISTING 2010 J B SVC [LIGHTING ROD INSTALLATION] 2010 SOUTH TEXAS MATERIALS COMPANY [NONCLASSIFIED ESTABLISHMENTS] 2049 BARR BETTIE L 2049 BARR PIPE CO [PIPE-WHOL] 2049 X [DIVISON RD INTS] 2102 HOLSONBACK JONATHAN C 2102 HOLSONBACK SHAWNA 2133 NO CURRENT LISTING 2134 A/C & R SVC OF SOUTH TEXAS [ENERGY CONSERVATION/MGMT CONSU] 2134 HEBERT IRRIGATION SYSTEMS [IRRIGATION SYS & EQUIP] 2138 COASTAL MARINE WORKS [BOAT RPR] 2147 VANHOUTEN RONALD V 2209 GORHAM SCOTT E & PAULA M COLE DIRECTORY CORPUS CHRISTI 2005 FLOUR BLUFF DR AND VICINITY 1945 BOOKKEEPING PLUS 1945 THIRD COAST FOOD SERVICES INC 1945 X [DON PATRICO RD INTS] 1945 YORKSHIRE COURT TOWNHOME ASSOCIATION 2009 EDWARD G GARCIA 2009 KARENA E GARCIA 2010 BUILDING 2010 SUNQUEST SHUTTERS 2102 AMERICAN BACKFLOW 2102 BUILDING 888-396-0042 www.geo-search.com Page 3 of 7 8/10/2018 3:11:34 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Standard Report Flour Bluff Dr, Corpus Christi, TX 78418 2102 HERBERT IRRIAGATION INC 2102 J B SERVICES 6 2102 JOHNS AUTO SALES 2102 SUNQUEST 6 2115 NO CURRENT LISTING 2133 NO CURRENT LISTING 2134 A C & R SERVICES OF SOUTH TEXAS 2138 STANLEY STEEMER SOUTH TEXAS LI 2147 MARVIN J VANHOUTEN 2147 RONALD VERL VANHOUTEN 2147 X [PURDUE RD INTS] 2209 PAUTA MARIE GORHAM 2209 SCOTT EUGENE GORHAM COLE DIRECTORY CORPUS CHRISTI 2000-01 FLOUR BLUFF DR AND VICINITY 1945 A CRAFTY IDEA 1945 BOOKKEEPING PLUS 1945 CRAFTY IDEA 1945 X [DIVISION RD INTS] 1945 Y [DON PATRICO RD INTS] 2009 NO CURRENT LISTING 2010 S TX MTRLS CO INC 2134 HEBERT IRRGTN SERV 2138 STANLEY STMR CPT 2138 STANLEY STMR CPT 2147 RONALD VANHOUTEN 2209 SCOTT GORHAM COLE DIRECTORY CORPUS CHRISTI 1995-96 FLOUR BLUFF DR AND VICINITY 1945 BOOKKEEPING PLUS 1945 LITTLE INTR HSE 888-396-0042 www.geo-search.com Page 4 of 7 8/10/2018 3:11:35 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Standard Report Flour Bluff Dr, Corpus Christi, TX 78418 2009 NO CURRENT LISTING 2010 JOHNSON'S 2010 S TC MTRLS CO INC 2010 STHRN ACCENT WCKR 2134 A TO Z SERVICES 2138 STANLEY STMR CPT 2138 STANLEY STMR CPT 2138 STANLEY STMR CPT 2147 RONALD VANHOUTEN 2209 H M HUNDLE COLE DIRECTORY CORPUS CHRISTI 1989-90 FLOUR BLUFF DR AND VICINITY 1945 NO CURRENT LISTING 2009 NO CURRENT LISTING 2010 JOHNSON GREENHOUSE 2010 JOHNSON WAREHOUSE 2010 S TX MATRL 2134 PICTURE PERFECT PE 2134 RAINBUSTRS WATPR 2147 RONALD VANHOUTEN 2209 H M HUNDLE COLE DIRECTORY CORPUS CHRISTI 1986-87 FLOUR BLUFF DR AND VICINITY 1945 NO CURRENT LISTING 2009 R L P CONSTR 2009 R L PEADRON 2009 ROBERT L PEADRON 2010 S TX MATRL 2134 C B THOMAS COMPANY 2134 DAVID THOMAS ARCNT 2134 LONGS HTG&AIR 2134 PADRE ISLAND RLTY 888-396-0042 www.geo-search.com Page 5 of 7 8/10/2018 3:11:37 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Standard Report Flour Bluff Dr, Corpus Christi, TX 78418 2134 SUNRISE DATA SYSTM 2138 FED RI EST INVSTMN 2138 HOME FRONT RLTRS 2147 RONALD VANHOUTEN 2209 H M HUNDLE COLE DIRECTORY CORPUS CHRISTI 1980 FLOUR BLUFF DR AND TRADE AREA 1945 NO CURRENT LISTING 2009 DENNIS BROWN 2010 AUTOMATED COMPONNTS 2010 JOHNSON GREENHOUSE 2010 S TEX MATRIS CO 2134 PADRE ISI BKPNG&TAX 2134 PADRE ISI REALITY 2134 PADRE PATIOS 2147 ROBERT TATE 2209 H M HUNDLE COLE DIRECTORY CORPUS CHRISTI 1975 FLOUR BLUFF DR AND TRADE AREA 1917 H S BROWN 2009 C W CALDWELL 2010 PADRE DISTRIBUTING 2010 PADRE MFG&OVERHAUL 2010 SO TX MATRLS CO 2209 H M HINDLE COLE DIRECTORY CORPUS CHRISTI 1970 FLOUR BLUFF DR AND TRADE AREA 1917 H S BROWN 2009 C W CALDWELL 2217 J P VERMEULEN 888-396-0042 www.geo-search.com Page 6 of 7 8/10/2018 3:11:38 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Standard Report Flour Bluff Dr, Corpus Christi, TX 78418 COLE DIRECTORY CORPUS CHRISTI 1968 FLOUR BLUFF DR AND TRADE AREA 1917 H S BROWN 2009 FRED R FOX 2010 BLDG COMPONTS MFG 2010 H D LUXTON 2010 JOE WILLIAMS ARCHT 2010 TROPIC CABNT WKS 2147 JOHN E BROWN 2217 J P VERMEULEN R.L. POLK&CO. CORPUS CHRISTI 1960 FLOUR BLUFF DR 1 STREET NOT LISTED Comment: 888-396-0042 www.geo-search.com Page 7 of 7 8/10/2018 3:11:38 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 e S 1eiM►a ch On6fnnv. On r,roc,,T:.III naa¢do::h-"' Historical By Street Number Target Property: Flour Bluff Dr, Corpus Christi, TX 78418 Prepared For: LNV Engineering Order#: 112718 Project#: 1600676.000.2 Date:8/10/2018 888-396-0042 www.geo-search.com Page 1 of 2 8/10/2018 3:12:03 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 City Directory Historical by Street Number 1 Flour Bluff Dr No Listing (1960-2016) 1917 Flour Bluff No Listing (1960); H S Brown (1968-1975); No Listing (1980-2016) Dr 1945 Flour Bluff No Listing (1960-1975); No Current Listing (1980-1989/90); Bookkeeping Plus (1995/96-2005); Little Dr Intr Hse (1995/96); A Crafty Idea (2000/01); Third Coast Food Services Inc(2005-2010); Yorkshire Court Townhome Association (2005); Bookkeeping Plus Inc[Acctng & Bkpg Genl Serv] (2010-2016); Walton Crista (2010) 2009 Flour Bluff No Listing (1960); Fred R Fox (1968); C W Caldwell (1970-1975); Dennis Brown (1980); Robert L Dr Peadron (1986/87); R L P Constr (1986/87); No Current Listing (1989/90-2000/01); Edward G Garcia (2005); No Current Listing (2010); Armstrong Julie (2016); Cubit Contracting Llc[Gehl Contractors] (2016); Treybig Myriah (2016) 2010 Flour Bluff No Listing (1960); Joe Williams Archt (1968); Bldg Componts Mfg (1968); H D Luxton (1968); Tropic Dr Cabnt Wks (1968); No Listing (1970); Padre Distributing (1975); Padre Mfg&Overhaul (1975); So Tx Matrls Co (1975-1980); Automated Componnts (1980); Johnson Greenhouse (1980); S Tx Matrl (1986/87-1989/90); Johnson Greenhouse (1989/90); Johnson's (1995/96); S Tc Mtrls Co Inc (1995/96 -2000/01); Sthrn Accent Wckr(1995/96); Building (2005); Sunquest Shutters (2005); J B Svc [Lighting Rod Installation] (2010); South Texas Materials Company [Nonclassified Establishments] (2010-2016) 2025 Flour Bluff No Listing (1960-2010); Cole Chiropractic Clinic[Chiropractors Dc] (2016) Dr 2049 Flour Bluff No Listing (1960-2005); Barr Bettie L (2010-2016); Barr Pipe Co [Pipe-Whol] (2010-2016); War House Dr Fishing & Rental Co [Oil Well Equip/Supl-Renting] (2016) 2102 Flour Bluff No Listing (1960-2000/01); Building (2005); American Backflow (2005); Herbert Irriagation Inc(2005); Dr J B Services (2005); Johns Auto Sales (2005); Sunquest (2005); Holsonback Jonathan C (2010- 2016); A/C & R Svc [Air Conditioning Contrs & Sys] (2016); Corliss Mechanical Inc[Mechanical Contractors] (2016) 2115 Flour Bluff No Listing (1960-2000/01); No Current Listing (2005); No Listing (2010-2016) Dr 2133 Flour Bluff No Listing (1960-2000/01); No Current Listing (2005-2016) Dr 2134 Flour Bluff No Listing (1960-1975); Padre Isi Bkpng&Tax (1980); Padre Patios (1980); C B Thomas Company Dr (1986/87); Longs Htg&Air (1986/87); Padre Island Rlty (1986/87); Sunrise Data Systm (1986/87); David Thomas Archt (1986/87); Picture Perfect Pe (1989/90); Rainbustrs Watpr (1989/90); A To Z Services (1995/96); Hebert Irrgtn Sery (2000/01); A C & R Services Of South Texas (2005-2016); Gamel Lichaeld (2016) 2138 Flour Bluff No Listing (1960-1980); Fed Ri Est Invstmn (1986/87); Home Front Rltrs (1986/87); No Listing Dr (1989/90); Stanley Stmr Cpt (1995/96-2000/01); Stanley Steemer South Texas Li (2005); Coastal Marine Works [Boat Rpr] (2010); Mosley Janie (2016) 2147 Flour Bluff No Listing (1960); John E Brown (1968); No Listing (1970-1975); Robert Tate (1980); Ronald Dr Vanhouten (1986/87-2005); Vanhouten Ronald V (2010); No Current Listing (2016) 2209 Flour Bluff No Listing (1960-1970); H M Hindle (1975-1995/96); Scott Gorham (2000/01-2005); Pauia Marie Dr Gorham (2005); Gorham Scott E & Paula M (2010-2016) 2217 Flour Bluff No Listing (1960); J P Vermeulen (1968-1970); No Listing (1975-2016) Dr Comments: 888-396-0042 www.geo-search.com Page 2 of 2 8/10/2018 3:12:03 PM DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 11 Site Map and Photographs Phase I Environmental Site Assessment Attachment 11 August 2018 Prepared by: LNV, Inc. D—Sig,Envelope ID'.71609933C38642C6-B01DCF559F9010E9 Off �r 14 15 16 18 19 Map k it r e r , O /tj�%%/ 'v ti���������IIIIIIIIIIIIIIIIIIIIIIII `/ � � t � U� (' a r, f Attachment 11 Site Map Phase I Environmental Site Assessment LNV a - ���� v Flour Bluff Elevated storage lank site 13 Off Map Subject Property Boundary Division Road and Flour Bluff Drive 0 25 50 100 VVV���mmmmmm UUU ® ..a..om ....®.. °°" "�" "'" �®� Corpus 9 Christi,Nueces County,Texas D Feet p w. 8ource Esr,Tl gi ' alsloea�...., s „a,.i.. .: �,.: �:�� -��, a�`d,ma's,�wsarcomm�� DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Attachment 11: Site Map and Photographs Phase I Environmental Site Assessment Flour Bluff Elevated Storage Tank Site Division Road and Flour Bluff Drive Corpus Christi, Nueces County, Texas ,rr.�rrrrrrrrrra � � i i �% T f;; 1 i � Photo 1: Looking northeast toward center of Photo 2: Looking east along Division Road subject property and AT&T utility marker. and southern boundary of subject property. i .:i'•u,it� ii ,;;., i t!Nllu!l�V�H'ii�� i w,x i r rVsv.. ffi I�If1��i�1f��01�(���I 1 R��i�i�i�9�I1i411111IIII�P111iI�ilYI�III�111V111111�illlfi(i��lll!v�111D1""i'"� � q� �, � V Photo 3: Looking northeast along Holly Road Photo 4: Looking north along Flour Bluff Drive extension and western/northern boundary of and eastern boundary of subject property. subject property. Ready mix cement plant in Billboard and ready mix cement plant visible. background. Phase I Environmental Site Assessment Attachment 11 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Attachment 11: Site Map and Photographs Phase I Environmental Site Assessment Flour Bluff Elevated Storage Tank Site Division Road and Flour Bluff Drive Corpus Christi, Nueces County, Texas f i U r✓i%✓ '/��' ' w,i� ca;,,�� � '',.,a�a�W�✓.rte r'�a�rl�a„r ..ti _ , �1�,�' p�'rs�i,,��/ /�,�d'oy,✓��� Photo 6: Looking south toward f� Jf r %rf f rl commercial/light industrial installation directly Photo 5: City of Corpus south of subject property. Christi EST located south of subject property. NIMBI= low 1 ' 'N� ✓ra r�erii✓�/fr � rrr�u� i�a A�,�I�'� rw tini �✓i�Ai 'o,�f ,fY�J°'�j�JYirw�lml Di4r���il����i � li J �d y %��i�/'�' Photo 7: Looking south toward Photo 8: Looking east toward commercial commercial/light industrial installation directly and church installation east of subject south of subject property. property, across Flour Bluff Drive. Phase I Environmental Site Assessment Attachment 11 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Attachment 11: Site Map and Photographs Phase I Environmental Site Assessment Flour Bluff Elevated Storage Tank Site Division Road and Flour Bluff Drive Corpus Christi, Nueces County, Texas VIII jj �UI UUUUU,Illllllllllll f UI ,Uv r2" i v UrN/, / / YI ,,i �y ✓f r / I, wI Photo 9: Alamo Concrete Products, Ltd ready Photo 10: Holly Road extension located west mix plant located directly north of subject and north of subject property. Illegal dumping property. visible. 1 I I j �p I � I� J 111 II(VuIIIYI(illll � I y IllJl , I I / a f i / f I � I f a Photo 11: Looking south toward residences Photo 12: Looking southeast toward corner of located south of subject property. Flour Bluff Drive and Division Road. Residence there is closest mapped water well to subject property. Phase I Environmental Site Assessment Attachment 11 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Attachment 11: Site Map and Photographs Phase I Environmental Site Assessment Flour Bluff Elevated Storage Tank Site Division Road and Flour Bluff Drive Corpus Christi, Nueces County, Texas nII I I / / / / r ol °gid l n9 MON1111 ORMAIIIIIIIIIIIE1111ON11 MIUM Photo 13: Looking west Oso Bay within Photo 14: Within residential development residential development where oil and/or gas where oil and/or gas wells and water wells wells were mapped. None were observed. were mapped. None were observed. J71- p11111111 \,1„li\ II\I\I»II�� Pli�l 1 il,i I it,.0 v Il�lrt'\" � ' f � � IId�il'9V11\1$IuYIIYIa al�llul IIS{I41 J / 1 J � i r r i� I Photo 15: Within residential development Photo 16: Looking northwest toward Walmart where oil and/or gas wells and water wells on Flour Bluff Drive, which has an inactive were mapped. No oil/gas wells were Industrial and Hazardous Waste Corrective observed, but signs indicating irrigation by Action (IHWCA) Site registration. water well were observed. Phase I Environmental Site Assessment Attachment 11 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Attachment 11: Site Map and Photographs Phase I Environmental Site Assessment Flour Bluff Elevated Storage Tank Site Division Road and Flour Bluff Drive Corpus Christi, Nueces County, Texas a i Photo 17: Looking southeast toward Auxilary Photo 18: Looking west toward channel Landing Field (ALF) Waldron, a Department of connected to stormwater drainage along Defense Site. Flour Bluff Drive. This channel is connected to the large man-made pond describe in 3.3.2 Historical Aerial Photographs. 11HI i Photo 19: Looking southwest across Flour Bluff Drive toward tanks/splitters likely associated with gas pipelines present on Flour Bluff Drive. Phase I Environmental Site Assessment Attachment 11 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 12 Transaction Screen Questionnaire Phase I Environmental Site Assessment Attachment 12 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 ENVIRONMENTAL SITE ASSESSMENT TRANSACTION SCREEN QUESTIONNAIRE eta r*worlowicia This document is an excerpt or Practice El 528-06 Standard Practice for Environmental Site Assessments Transaction Screen Process,which is under the jurisdiction of ASTM Committee,E50 on Environmental Assessment as is the direct responsibility of Subcommittee E50 02 on Commercial Real Estate Transactions This questionnaire represents only Sections 5 and 6 of Practice E 1528-06 and should not be construed as being the complete standard It is necessary to refer to the full standard prior to using this questionnaire COPYRIGHTf4)2006 ASTM INTERNATIONAL,West Conshohocken,PA Prior edition copyrighted 20011 Stock 4 ADJ E 152806 For the complete standard,or to order additional copies of this questionnaire,contact ASTM Customer service at(6 10)832-9585 S.Introduction to Transaction Screen Questionnaire 51 Process--The transaction screen process consists of asking questions 5 6 Conclusions Regarding Ajifollairre or r Inknintir Aaslveis.Once a contained within the transaction screen questionnaire orals,eps and accaaalus ft-ons-clion screen quirstainpictre has been completed,it shut be presented to of the propero,observing site conditions at the property with direction the user Subject to 5 6 through 5 7,an affirmative,unknown,or no response provided by the transaction screen questionnaire,and,to the eNtem reasomaNy is presumed to be a poilenual environmental i0fterfl if any of the questions ascertainable,conducting limited research regarding certain government set forth In the transaction woven questionnaire are answered in the records and certain standard historical sources The quesnons asked of affirmative,theisreparer must document the reason for the affirinative ou nets are the sarric questions as those asked of occupants lonsiver It any of the questions are not ans%vercd or the answer is unknown the loser should document such nonresponse or answer of unknown and 5 2 Guide—The transaction screen tioraurawifunre is followed by a guide evaluate atm light of the other information obtained in the t designed to assist the person completing the transaction screen questionnaire rocess,Induding,in particular, e site visiand the governmeransaction screen nt The guide to the transaction screen questionnaire as set out in Sections 7-10 of rPecordsihisloricall sources inquiry thIf the user-,t decides no further inquiry is this practice The guide is divided into three sections Guide far warranted fifict receiving I10 M51301115c,an answer of unknown,or an OWner/Occupard Inquiry,Guide to Site Visit,and Guide to Government OffirfulArve answer,the user must document the reasons for any such RianartWHistorical Sources Inquiry conclusion 5 2 1 To assist the user,its employee or agent,or the preparer in preparing a 5 6 1 Upon obtarritarg an affirina"ve answer,an answer of unknown or no report,the guide"P0,115 club Or the questions set out in the transaction response,the user should first refer to the guide The guide may provide screen questionnaire in both the guide for aivner occupant'inquiry and the sufficient explanation to allov,a user to conehide that no further Inquiry is guide to site visa The questions regarding g(Wernanam records/hislarical appropriate with respect to the particular question sources inquiry are also repeated in the guide to that section 5 2 562 If theguale to aparticolair question dots ant,in lucir permits user to 1. Thc guide also describes the procedures to be followed to determine if conclude that no furtherinquory is appropriate then the user should reliance upon file information an,a prior transaction screen is appropriate comader other In obtained from the iransiaction,screen process ss under this practice S r e relating to this question For example while an the site performing a site 5 2 3 A %-I a person may find a storage tank on the property and therefore answer liver his employee or agent,,or preparer canductuig the transaction Question 10 Of The transaction screen quorratontruire an the affirmative screen process should not use the transaction screen quesfutinamror without However,during or subsequent to,the oil ner occupant inquiry,the wiener reference to or without familiarity with the guide based an prior use of the may establish that substances Flow or Instal Ically contained in the tank(for guide cxample,water)are not likely to cause contamination 5 3 The user may either conduct tilt transaction screenprocess,or delegate It 5 6 3 If either the guide to the question of other mformlition obtained to artemployee or agent Of may contract with a third party to prepare the during the transaction screeirprocess does not permit a loser to conclude no questionnaire oraboirial for the loser No matter who prepares the further inquiry is aPtiffolainale with respect to such question,then the wiser quclaronature,the user remairts responsible for the decision to condtici must doetinimurc,in the exercise of the maser's reasonable business judgment, limited environmental due diligence and the impact of that decision on risk hared upon the fatality of unresolved affirmative ansivers;or answers of management unknown received during the transaction screen process,whether further 5 4 The preparer conducting the transaction screen process should use goad Inquiry may be limited to those slaictfic issues identified as of concern firth efforts in ficterniumal;answers,to the questions set forth in the 5 7 Plestoolption—A presumption exists that further Inquiry is necessary if an transaction screen questionnailror The terer should take time and care to check affirmative answer is$wen to a question or because the answer%Nus:unknown whatever records-arc in the user's possession and forward relevant Of no response:was given In rebutting this Presumption,the user should information or specialized knowledge to the preparer evaluate information obtained from each,component of tile transaction screen process and consider whether sufficient information has been obtained 5 5 Knowledge—All answers should be given to the best of the oivners or to,conclude that no further inquiry is,necessary The user runs$determine,in occupant's knowledge The most knowledgeable person available should be the exercise of the users reasonable business judgment,the scope of such chosen to answer the questions further Inquiry. 551 While the person conducting the transaction screen has an obligation to 5 9 Further flarrill)—Upcon completing the tranlacUrin screen questionnaire,it ask the quorstarrins in the transaction screen questionnaire,others may have no the user concludes that further inquiry or action as needed(for example, obligation to answer them consult with an envie ental consultant,contractor,governmental authority,Or Pkirforinnedditional governmental and/or historical records 5 5 2 'the Transaction screen questionnaire and the transaction screen guide review),the user should Proceed with such inquiry (Note that if the riser sometimes include the phrase"to the best of your knowledge I This phrase determines to proceed with a Phase I Environment Site kisessmarrat,the user does not impose a constructive knowledge standard It is intended as an may apply the current Practice E 1527 or alternatively the provisions of EPA's assurance to the person being questioned that he or she is not ON igated to regulation"Standards and Practices for All Appropriate Inquiries,"40 C F R search out information he or she does not currently have in order to answer Pan 312 the particular question 5 9 Signature--Tie User and the pr"rr of the transaction screen gu0stiOnnedre must complete and sign the questionnaire as provided at the end of the questionnaire DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 6.Transaction screen Questionnaire 6 1 Peesarf,i to Be Queoleone&,rhe f6flowing quesuons shr,Iutlj bersked af Cognatercmt INCS the preemperdoes nor nerd to ask qUtShDoN Of fhC reSgrisn'Ilira 0-1111-rds 'Re Pepamr shmild ask=6 osow son to ansm,"ai t clucai ictris to the or If the Propc"y does not hlvc ally nra)ap occupanty,air Wast to rt,of the, best srIt thc icsFwndcIjrs arils2l Aprowledge md In gc,:xi Gam h Whcn compldrng -CuPants Of the iyo-ope,ri,and p1)III addifion to thr cullent ownw and aie the sote rive cohmir,the proprerer sholuid he sure ma crhjc"ve tile jrIj occ mpants nhinufled,In(2) luty occluxini 4W, to be,using,rtrn�ihng any buddings rarld otitm slaudurits on theprope ), I he ppmfc to IhTs generaurig,sionng,m dmlslslg Ofha-ardmisr substance.t of 11'anstecenrnslCree"ques"Ohnaire(se�e Seciront,7-i )provides further drinils on an or frown the ploperry A ma;irrr mrupant tq MY orenjelm uslngalr Imat 41)1. tire rJaPt"Milte Use Of thEr,questIonnaue tSee Norte 2 1 of the icatiable;ascan ro Of the pperrI ar air),anchor tenum when tft e piriper v Is a NOTE24Jnk "unknown," DeWrtptiord IW Site Address Occupants Observed Dur1rig V yes,proMe Quertlove owner (it app RcAfe) McMatt N.rIs 1he popray obwrt fair an iwWwrat use", Yes Yes C, Yes ,No Unk Yes NO U�!,N srruv ajpuuwmg prqwrpe uner&ojr u"j HadstjuajtU (P"C r, 14�4' 2a Did vau obserry ev idtnre or dryon hne ao priar knowledtic that he gm rtperty I ons LV P. ,,/Uv% 'as No Urit, Yh NQ n Used ffif In indrsswM ug,m the past" C, r (- , C C, 2h i'mRJ"vu mAhwlvc Cs Id-ce in do"m hsavc onpm; ase anY;,Ujjo"ui1g No Unk sero Nif Unk Yes NO pfopu�t,�:has been tr5ed soir omf induoriut ult jfm dw Av 11 3'r k O'N'tt-Pt."113-ad as if gasoAne marjun moro;rePmRr 81'ar.1hry.ca RnmercrW dvyt4uuneis jjhmfrdevdi)psngL1JbsrnhrrY junkyatdarhuidffl[orm J raw Nu/`V's, Yes ('40 Unk Y" NO a w-re treatment moratte dIspamt prOTeSSIO&Dr,recychang far rhry(Wapphtairk c r rc, Wcni&y whiph)" 3r) Is any ad)oin,ing,truoportry used as,a g1solowerr trOp un run repwr fhcflny Can"rercral pnmmr fixm;djly dry c1cisners JoIrOW devoBssrmng latswaI(,ty I Yr", 11101,f U.1, V,E4 11h) Urrk yiq NID uTtcuyc�kq Y - ('- r r hindral,at, tunkyard 0 r 1PIPheabIst,xicnoriv fvhaehp` rmramkp; C (f 41r IDiid you OIsxrve evrJence or do ynli have tasty Virmg 6.mw.wmwVahpte thm fic puparty hoes betrt r.Lwd as a tas,,*jnjv gjm14,m rmfthn mrfair fri"Hay Cantline.mW punting 9WOAN dry deani ss Ve$ fle, 'unk yes No Unk Yes IINID aerarnrvW,s,trua6o dwsposIg f 41111 Did Y anf nksci,vt c v n:1er I&v,,am do you Im e m b p IN r k ms e d Se r hai any adjo im Ing FIr nrwg ly W!,he e It ftie-and as a Iiri,I h Iv SI a kf ln m"I i to m p a I I Cut 11 4q,C�faielle In ra Y,1,5 Unk Vrr,o Yes No n Uk Veh No mgfkv�,ky On creantos qIT4,N I (— (I.- sn"ag, J"IPoeld pw fl—hiry rn"upv.A'.Ad� C C "hnldy whichp" .ria Are ohm avmWy arry danuged uy disaudmul rotrlojej,ar,ve or rlqdugqso I sa)U:Iars m othercheInutats m nWmduqi rm NO VIrs, Yes NO Unk Yes No oeAuAncor 30galtl9ri,Lkmum thpr IrMegaIc f4cilkly 5b Dal you observe ewderocs,or dr)yoro have arp,pricor knowWge 0UH Their have been prmoiWy ream,riamaged ov docarded summouve or mdurairrat baaw:145 ara P"as Or Offierchamnads in mdrwdrraB,orj,otogmrN of:,5 P;M(19 L)In Yes Nq slyd, yt NO Unk Yes No VOluam 01 50&N I 91C Le"r the aggrMike 9m ad on ai mad at 4w,proporty ol at tjw farfhv 66 Are qregs,uneiltly rnv quiumnal dm was 6YFHc268)1 S 5 P.W!,208 I¢)or sacks or Yr. NO Unk ye!6 No Unk Y" No chclvncaV%h:c&td on the Pforn'rky In d¢liv fimI HY or r 6b D03 Yo I r obser-e,Idw— ,r do ou have un)pruapr sn,mwkcgc stain phare tru,,V been prevsurwy any tnduerrial,1901ns fiYPKaHY;5;y d3l INS L))fm sexks udYee 1p4a Urih Yrs No Unk Yes Nal pocmrd onthe psopmty or a flee fiydrly') C' C, ir';, c. c. (,-- C r hr D"i You obsove,rvidsni,,c or dt'YO-I have Z01)PITIM knom6edge Oult fid den has Yes No Una v Yes NO UnIf Ywm NO beiror himisghkemuniffixt properf),ttust rgipjfoned ones,rscjrrrnminawd ote', r ("- v/1" cl, c, C, ."Y2 KM ANIN IN s LRN%HV MU."I —JW—ksa PA vh—em iq W"o'l At W i,lU B4M hf—LU P110111.h,a A--s T—W.S.",a ft—�hdh n�-1,dl,� ohis 4WItiouv�xp.�xss Sam m�jnj 6'If rl"Wl I �.NUIW d sh,,AJ"b�momcd�.s..,m Qe.—Pim",—LN�wrilh mu Iv flm V*oll Vtld din 1. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 Question 0-uplents Observed During 0 yes,Provide Owner (if applicable) aft visit description ---—.—7-----— 7b Dal you observe evidence or do you have any Met knOkylargir that fill din has Yet' No Unk Yes No Unk Yes No w been brought can)the Property that is ofan unkeon origins (- r ' r r r r r Be Are there currently ITT PiW,winds,or lagoons located art die propecry in Yes No titin. Yes No Unk Yes No connecusin with VA151c treatment of%waste ifiqrosedf't C C C r C C C Sh Did you observe evidence or do you have any prior knowledge that there have titan previously,any pits,ponds,or lagoons;located air the prop"in connection Yes No Unis Yes No unk Yes No with vOlsac hcannach or wrote disposal, r it F c r (- r 9a is there currently any slarinst sail air the properly? Yes No yes Na Unk yft� No r r (I r r r C, 9b Did you observe tvidinict or do you have any,prior knowledge that there has Yes No to ys,,$ No sank yes No been previously,any stained sail on the property, C (— C, (— (- (— (- We Are there currently any registered or unregistered storage tanks(above or Ye' ;7 N Unk, Yes No Unk Yes No UntiffSTWO located an the property I (— r l0b Did you observe evidence or do you have any prior knowledge that there have been previously,any ragunared or tonlogntincil storage looks(above or underground) Yes No yes No Unt, loctlied on the property" Yes No (- (I (I (— (I C (1 I to Are there currently any vent pipes,U pipes,or access ways induellarg a ilil pipe protruding from the ground on the Property or adtacern to any structure located Yes No yes I% Unk Noon the property's Yes No 111 h Did you Observe evidence or do you have any linor knowledge that these have heart previously,any vent pipes fill pipes or across ways indicating a rill pipe yes No U Ityes No tpnt yes No Protruding front the ground on the prop"or adjacent bu any structure located on C (, ? the property' (— i2a 18 there currently evidence nrleaks spills or staining by substances Other Own water,or Find plans,associated with any flooring,drains,walls,castings,ric exposcil yes Ne uok Yes No Unk yes NO grounds on the property) I C- 0/ r C 12b Did you observe evidence at do you have any prior knowledge that there have been prevrausly any leaks,spiflg,or staining by sulliumces,other than water,or Omit Y0 NO Ora nousla,"sucial9d with any flooring drains,wafts,cedings or e%pased grounds On the Yes No Unk yes No property" C C l3a,If the Properly is served by a Private wsrH or rion-public wiser System,is,there evidence or do you have ismar knowledge that 00101solustervis have been identified in YesNo Na strtd yes No the well or system that exceed guldsd�ncs fttlidlcriNt to rise water s)sIcror C PI/ Yes l3b if tilt Properly,is served by a Furvote well or non-public water system,is there evidence or do you have prior knowledge that the well has been designated as Yes No Vok 'Fes No Unk yes No contaminated by any government irmy'roluniall health agency"' p r r, r r, r 14 Does tire owner or occupant of the property have any knowledge of crtyininclusaull liens or governments]nalsfication relaung In Past or recurrent Yea No tink yes No Unk violations of environmental laws wall respect to the property or my fircs 4ey!oersted on the property, C C i 5z Has the owner or occupant of the Ipropertyr basin informed of the pap existence, W'hatrardous substances or petroleum products wetlyircsPect to line Property or any Yes 010 Unk Yes No Unis fiselei hlocated on the properity, /I C (V i5 Has the owner w accupant orthe property been inforstaidufilii carismi existence of hazardous substances or lVirDleten products with respect to the property Yes No Unk Yes No Unk Of any facility I0cifted On the property, C (I 15c Has the Owner or occupant of the property been Informed of the past existence ofenvironsewrord violations with respect to the property Of any thcrility located on Use Yes Nu property" ire Is Yes oto Unk C, 15d Has the owner or occupant of the prnptrty been inforrived of the concur ensteraic oresivrronmensal violations with respect to the propen5 or any romitur yes No wU located an the propersy,, nk yes No Oak C C, Copyright m2006ASTM INTERNATIONAL,West Conshohocken,PA This dircualcat tisarta"cerinkafE 152"63bindrudPractseciou,Ernetroarricutat Site Assessmorne Transaction Screen Process, which is under firejunschinlon of ASTM Commutes ESO oil Envarstronstal Assessmeneseed is the direct resposesoalln)ofSubcommitwe MUzonCommerciai;Real rsuile Tra 0 r i AS the complete standard It is mccisary to refer 10 the,full standard prior to using Liars quescronsurt questusalarre risPres,41115 flulY Sections 5 and 6 of Practice r 1529-06 and should outs he construed as Irm nsawb nis his rot the consphocstandurd,or to order additional copies of title dltte5tntnarre,cess w ASTM CaStOrricrServroc at(610)932-9585 DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 Question Occupants Observed During, If yes,provide Owner (if applicable) SRO Visit description 16 [)OQ�thl,UWne�U�r()Cr'UPaVR(sf 01��PITC PQrtY firI knns%1vdgQ W any T� JUV�g 01�'dcdfi� AIIM Indte=d 9w pxom Ye ye N IN c, UM, ➢CP11'Irornvwn1,,,,� 0 ffil PfGP`r1$ dow substances or ptIfm)ICUIT,pI'll, I I �/' (_gar ' r (� Pfthlucts lin or comanunanon m Ihc prop,111 C v-0MMemled further assesymmar thr�nqTtay� L)"s 01C 0"C�01 OCCURM Mhe p9opemy know ofaru� pom,aIrsatenaij sg Pendmg famuos or idnumrjmn%o flin'xecidwigi ca mmaIng a m.dcasc m jhvejLenea *lam u41./111'' Y' 111I. U11A relClst ofar,V rir pfluqeurn PradurzIs mmymg Itee propen),by c, aoy qmver or,,ccupent 184 Does she pwileq dIsellarge ranamywa5te wMW OR")-Widuem to Iho iwopcfii(j,rtnd,or walcrsysien0 Yes No ljmik Ye% No UIM� Ye% N"' r w Adjoccnt to me Properly and or"M a swntary SCWC�qMcall Yes rear, NnInk Y0 5 No Unk V NO ["Y"uh8 uf" MI have I'm pfaw knowleI Ihatany '15W makmals t"I I hazmdukAs 01 rxu00um Produtm,UnIde otified mr awommive or vidusmal haur.111CS 0mwlm 06vt MSIC n"WeruIds have bLen dII V05 as Wk res peo tank above,gmjhm buyledtinrVim'kaned m CRoc proper", tiram4wrim-ir hYdFMdPccqu%em(m km Ahch thci[c 61C prcscarc ofPCBs" yes No I W, Government Records/f,fistoricM Sources lVICILgiry' S Ste L)Ude�5P.<Trfon Rl Do am af 9he C61kowme tedvaB StUIIC OR aarIhaV govemmerst recard synervu hst the properly or rn%;W ApproxHuatt Nfinkrmuirn Sea% i)istme:! prorm"y I'vahan Chc wmch dwante parade LVAOW(Whu've aywhMe) nulcs(Uomoros) Fcderaj NmdImis Yes C' No FCNIMDOOM NPL supe 05 Federal(TRCLM 05 IN,, R'edtn (,'ERCUS NFRAP mic 1rtder4 KCRA CORRAC I S facdmes U 5 le's C- No(;�w` 11�o "I.r, sin P.", Fedurrd RCRA tours-CORRAC i S M) 05 was N.CX" Fc6kml RCRA Cencramrs pfapsewly and Aiounng piolsenics Yes NO ;mjpeny QWy rcdexxPtt FRNS pa apcny oMy ye" 11'c. P"' ,J "We arvA Bmjofinvirdous Waste sfts tdoitdle�for-tIjvestgp rernednflm SWIC-Dd lflbaC-Cqmvaiens NPL ea Wry sime-and 0 54curr-ind 5,e hstl 0 5 N. tdkak!--And lnhaMrmakmp,stove mnk dusts 5 SUM and fi,Nd regIsteved mampc oAnk ksT5 propurymdadjoamqprue muc,5 SUM and WbM a:Ij oa li'mv and Inbm cleanup sIws "Pul e T"W.w M'fifL MSUMMV mapm 00 2 d W rrr llurW streti dhmawnps Q p 0 2 1� �4d Fwdc'ave any hijadmip m ofim xmProy.mIluds un ffic TrfupCrty Or On aderinfiq-,d as h,avbm'og sear YesUsaviqMiWe C' IxIvd for m"Irduor'M PA smwnvvma-e as acre, "—p'w—11"d h'. s�Umdl ..—I'a'4bi n"o Th"0-11—,"-o AqUO 7--,s­­.go,IN%,U4U$ DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F901 OE9 The Owner questionnaire answers were provided Was completed by: The Government Records and Historical Sources inquiry Name ..............."I'lI'llI'll'll""I'll""I'll",'ll""I'll""II..............."I'l""I'll""I'll'llI'llI'll",'llI'llII............... ..............."I'lI'llI'll'll""I'll""I'll",'ll""I'll""II............... questionnaire was completed by: Title Coirn�Neted by Aex [3aira�banov, Name —Galarud �Rairnhrez, and � awrence Firm MH<dajczyl< of flie C��ty Of COII'llDLIS Title Address C�hr�sfl',' ALIgUst 8 9, 2018 Firm 11,11,11,111,111,111,'ll""I'll""I'll",'ll""I'll""I'll",,,'ll""I'll'llI'llI'll",'llI'llI'll",'llI'llI'll",,'ll""I'll'llI'llI'll",'llI'llI'll",'llI'llI'll",,'ll""I'll'llI'llI'll",'llI'llI'll",'llI'llI'll",,'ll""I'll'llI'llI'll",'llI'llI'll",'ll'I......................................... Address Phone Number Date Phone Number Role(s)at the site Date Number of years at the site Role M at the site Relationship to use(e g principal,employee,agent, Number of years at the site consultant) Relationship to use(c g principal,employee,agent, consultant) The Occupant questionnaire Answers were provided by: User's relationship to the site(for example,owner,prospective Name purchaser,liender,etc.) If the preparer(s)is different from the user,complete the: Title following Ftrm Address Name of User User's Address Phone Number Date Users Phone Number Role(s)at the site Copies of the completed questionnaires have been filed at Number of years at the site Realationship to use(e S principal,employee,agent, consultant) The Site Visit questionnaire was completed by: Copies Of tile completed questionnaires have been mailed or del wered to Name Title Firm Address Preparer represents that tem the best cif the preparer's knowledge the above statements and Nets are true and correct and to the best of the preparer's actual knowledge no material facts have been suppressed Phone Number or misstated. Date Signature Role(s)at the site Date Number of years at the site Signature Realationship to use(e.g principal,employee,agent, Date consultant) Signature It is the users responsibiliv to dratv conclusions regarding,tiftrutalite of,unimown Date anmers, COPYTIght b 2006 ASTM iNTERNAnONAL West C.whoh"ken,PA-MIS dMIAMCM IS M 0WOrM of F 152M6.SUndud i'moce in'Emu"`"mo`I StI9 Assas� vts TmOuLUm Screen Pnxm,which is underthe juosdMion of ASTM Catinniou"E501 an Ens ljounnsnuld AsSessatonts and Is Like 41146d resitOnstbasty arSubcommutee ESO 022 on,Corrosemilt Rsj Estate rr4,,"ctIor4 rias quotimue ffeprawis only Sernow 5 Wul 6 of Pmchcc E 152"6 wW should send nc consoniied as ticins dike totoiletc standiud It is mcessawy In rtfer to quisnonore,conw ASTM Customer Sautes at(610 932-9585 in"full stir Film to using that questiumim Fat am compkw swridtiard or to orda �addimorA cupiof this DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Division Road and Flour Bluff Drive, Corpus Christi, Texas Attachment 13 Resumes of Environmental Professionals Phase I Environmental Site Assessment Attachment 13 August 2018 Prepared by: LNV, Inc. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Amy Hesseltine, ' President/Project Mana Ms.Hesseltine serves as vice president of LNV's environmental division.She is proficient in a variety of environmental engineering design,permitting and consulting services. y, Ms.Hesseltine specializes in projects related to MSW,medical waste and RCRA � facilities,wetlands,Section 404 and dredging permits,compliance plans(SWPPP/ ), SPCC),environmental site assessments and TPDES permitting.The Texas Commission 1 on Environmental Quality is the state's primary regulatory agency and Ms.Hesseltine has an excellent working relationship with its staff,at both the state and regional level. The relationships,experience and knowledge of regulations also hold true for the Environmental Protection Agency,U.S.Army Corps of Engineers,Texas General Land Office and the Texas Department of Transportation. Bridge Specialties,Inc.-Phase 1 Environmental Site Assessment(ESA)4233 FM 624 Ms.Hesseltine served as project manager for this project,which comprised the Phase Education I Environmental Site Assessment(ESA) pursuant to the standards outlined in the American Society forTesting and Materials(ASTM) Method E-1527.The Phase I ESA Bachelor of Science,Civil included an onsite visual inspection of the property and surrounding properties to Engineering,University assess general land use and occupants of the area;a review of data regarding the of Missouri-Rolla, 1996 local geology and hydrology;an assessment of current land use and practices of the property with particular attention given to assessing if any hazardous material or Registrations& waste management activities have occurred at the site;an assessment of the historic Certifications land use and development of the property through an interpretation of fire insurance maps,city directories,and/or aerial photographs of the site and interviews with persons Professional Engineer, knowledgeable of the site history;a review of owner/operator provided documents Texas No.93578 and records;and a review of local,state,tribal,and federal regulatory agency records TCEQ LPST Project maintained for the site.LNV provided a written report of all findings including Manager,PM0000618 Recognized Environmental Concerns,recommendations and conclusions. Memberships& City of Aransas Pass-Conn Brown Harbor-Environmental Site Assessment(ESA) Organizations Ms.Hesseltine served as project manager for this project,which comprised a comprehensive assessment of potentially-regulated environmental sites on the Texas Society of peninsula of Conn Brown Harbor.The ESA included a regulatory review to identify sites Professional Engineers with current and previous regulated environmental activities,identification of sites with recognized environmental conditions,and determination of historical and future cleanup requirements.A report summarizing the Conn Brown Harbor Environmental Site Assessment was submitted to the City.The assessment identified four sites with recognized environmental conditions. Based on records review,two of the sites identified required remediation and/or cleanup activities due to previous,documented releases and contamination.Historic land uses and known contamination warranted a Phase II ESA to assess current concentrations of target analytes in both the soil and groundwater and to evaluate compatibility of proposed land uses.Ms.Hesseltine developed an approach to conduct a Phase II ESA for approximately 80 acres of Conn Brown Harbor. JNT Holdings,LLC-Phase 1 Environmental Site Assessment,Gregory,Texas Ms.Hesseltine served as project manager for this project,which comprised a Phase I Environmental Site Assessment(ESA)of a 200 acre tract of land in Gregory,Texas.The Phase I ESA included onsite visual inspection of the property and surrounding properties to assess general land use and occupants of the area,a review of data regarding local geology and hydrology,an assessment of current land use and practices,assessing of hazardous material or waste management activities,an assessment of historic land use and development of the property through an interpretations of fire insurance maps,city directories and aerial photos of the site.LNV was successful in gathering information concluded there was low probability of surface and subsurface contamination. DocuSign Envelope ID:71609933-C386-42C6-B01 D-CF559F9010E9 Jacalyn Gorczynski, • Professional Ge• Ms.Gorczynski has more than five years of experience in geology and environmental science. Her background includes environmental consulting and coastal processes, 1; specifically environmental permitting,compliance,and remediation and coastal sediment studies.She also possesses experience in project management, large-scale fieldwork efforts,and coastal zone management.Ms.Gorczynski is knowledgeable of various environmental reports,lab and field sampling techniques,data management, regulatory agency requirements and health and safety training and implementation. Her educational background resulted in two theses organization, improvement,and design of museum g g p g collections and exhibits,and a wide range of experience in geologic and archaeological field work. Education Jesse Jackson-Site Assessment,SH 35 Bypass,Aransas County, Texas Master of Science, Ms.Gorczynski is currently serving as the professional geoscientist for this project, Environmental Science, which includes a Phase I and II Environmental Site Assessment(ESA)for the Subject Texas A&M University- Property indicate exceedances of Texas Railroad Commission Human Health Protective Corpus Christi,2012 Concentration Levels in the northeast corner of the Subject Property. Exceedances Bachelor of Arts, occurred in TPH for soil and TPH,chromium,and lead for groundwater.These Geology, Mounty exceedances,or lab detected constituent concentrations,were compared to Protective Holyoke College-South Concentration Levels(PCLs) associated with a Residential Class 1 or 2 groundwater Hadley, MA,2010 resource.The groundwater resource,or first groundwater bearing unit,was detected at a depth of 4 feet below ground surface to an unknown termination depth. Due to experience in the Subject Property area and the proximity of the Subject Property to the Registrations& ocean,it is probable that the first groundwater bearing unit at the Subject Property could Certifications be classified as a Class 3 groundwater resource.This classification would indicate that Professional the groundwater resource would not be used for consumption and detected constituent Geoscientist,Texas No. concentrations could be compared to higher PCLs. LNV believes determining the 11485 classification of the first groundwater bearing unit to be the best and quickest route to HAZWOPER Refresher- site closure. LNV will install a temporary monitor well,sample the monitor and then will 2016 prepare a summary of the results. Port of Corpus Christi Authority-Hillcrest, Washington-Coles Phase 1 ESA Ms.Gorczynski is currently serving as the professional geoscientist for this project,which includes a Phase I Environmental Site Assessment(ESA) of approximately 308 acres of the Hill Crest/Washington-Coles neighborhood property associated with the PCCA's Hillcrest/ Washington-Coles Voluntary Real Estate Acquisition and Relocation Assistance Program. The property consists of multiple adjacent properties,most of which are bordered by residential streets/roads. LNV will review local,state and federal environmental and regulatory records,city directories,historical aerial photos,topographic maps and interviews with owners,occupants and government officials to determine past and present uses of the property and adjacent properties.The Phase I ESA will also include limited site reconnaissance.A written report will conclude LNV's findings. Del Mar College-Environmental Site Assessment CED Facility,Corpus Christi, Texas Ms.Gorczynski served as the professional geoscientist for this project,which included an Environmental Site Assessment on property adjacent to their Small Business Development Center,which the college intends to purchase. LNV conducted a Phase I Environmental Site Assessment,which included a records search,on-site investigation,interview conduction,and interpretation of data. LNV also conducted limited environmental testing on the site to provide further knowledge of recognized environmental conditions.A Phase I Environmental Site Assessment report was written LNV by LNV staff to interpret data gathered and provide recommendations to the prospective engineers architects surveyors purchaser. �,5xaa�x auF ixx����an.a w-«.o E.—aax��an N wl-_1. w.x� emn a, .� � aa�n aur Tax ucxa�,ao Po..n a.x x`'•�"�`7�: NUECES BAY c i m awen iarvna uis 5z m x Eu-tmer_a:xmuiia ui6 s � f 33 J a rvn 5 _ i rcrxis xis ___ ii CORPUS CHRISTI MY n u: ZU: 3 NUECES COUNTY m. nw��vu � o- PROJECT LOCATION - xxo..nc a 11I a ' EST m vxamn aur T..eoosan wu mxma xxoxac ggeg <S e11 =1 oly - 3 CITY OF CORPUS CHRISTI �roi-_ VIII wW) ac oa-a. 0 PREPARED FOR: 3 s_ CITY OF CORPUS CHRISTI v w ELEVATED WATER STORAGE TANK-CITY WIDE =a (ACR IMPLEMENTATION PHASE 3) w o~ w PROJECT NUMBER E16290 a a c1f): o w V ¢lit VWN e Fade 0 c5 PREPARED BY: IN ASSOCIATION WITH: CALL BEFORE YOU DIG! w3o r �— eCOLWELL & ASSOCIATES, INC. ��? 1pCN�I GSI rV c w V CONSULTING ENGINEERS Lie )FZA�, fl'44u�,,;k w a w�dam. CORPUS CHRISTI, TX. Hr oNe STAR a SHEET 1 w sa E -ARDLIRRR TBPE FIRM NO. F-2317 NOTIFICATION COMPANY AT 1-800-669-8344 conn onanxc xo. a WTR-474 §� � c nno�ncTx E16296 TYPICAL LEGEND/SYMBOLS ox nxrs� xo G2 UNETYPES SYMBOLS n�.n.Ev Pwr.,:v mnnwm � maxpnn nunr ® samnr sEvm xn xxE nix ;��l'�~���i���::sm E RRRxRR'RRxxRRx+r ® s+:'�$P,r "'• M., r mmnxE raw yJ arwom mxnx nxxrix•,.nx s"..m .s.._xa :'s nxxam nnE C_ 7 w uanmasT ® raa+vxrm xx ,U curµawx $' 9 c9- Q raarn ® aurE aur 4 porn paa • G w uE pa na.w.x mr nue WEa �® g TESTING SCHEDULE '°'. aP• ma or P.w•ar nxxr ® aan�E""`E E ""ax"E ma �E DESCRIPTION RATE E r rxc nPE.x wo sxx,En ® an rwmT nPa,rE rxnon .�.>a am oe+.na // Q 3p mm�w - - nnE wrFn rrwr iz ® Herm wEr -7'rP xanaaw w - a iaor W=., GENERAL ABBREVIATIONS vnanEs-sx rm oom a- .r L�axnsxran _ _ r A u�iu L 'nom _ �- ti y wmaws rrm�uPimc on r n£ ro+wwnr caxsmurnon vsavrt nn uwoam in rvcE Ex mr axm in¢ uoa 6µmL eaE a"s� E O=�W _ M xx mnxvE avr whm rm wrmvE swxE X~ `m �K HATCH PATTERNS a att awns "`E smms my rm mr - mnarc�xcl: U a~ d w W Oro cvnve NSG "c m(¢xxml O O EXISTING(PLAN) PROPOSED(PLAN) x+ umwxw+arrt � ® O mcm xm sauPPenxx: rEvpauro� me PZf Pm xnurE xac warty xxaus s vEamcw EwcE(] = o au nea fFar Pae sanno pm Taco v snur as nne wo mnpmn °PPrxe cur wx e N nmm caxmEre \L�I�I) E m°"'x i+aP1'ro�npe w ncwuno ix r m wrt 3 Exsr nsnvEr nsnvEr Pwo+vrt a' nueae fuxr. aneraivcsaa r P�"m x�wo scuw a � °r F w .m xn nm xv+c o afar nwPs nw me Owfu.% ro nxen exsr mxc �a�E Pwuimr n aer vpm aP ounrw wxm rsxE rums wxn se m ux waaEx-rveel pm ie ria fear-a.xcL w cii..iT�nwr' O D _ P an 3 E ar x,g rrw+an xm.+x °a''x'°'' a a� wun msnem n.ax m» "av w w ali—Zati ®nix snow aac(9 xrt nxo(s)n n uw rrmr°.w Pmm�vn �� resnre nr man aem'•esRa nim ivro mio oiain�v Y=< Z= Qaw Q CO E DETAIUSECTION ID SYSTEM w O F Z m R m �prclfx+m�� - Q Q W Q IW e mm°r Ex Exsnnc O W V J= d SECTION/PROFILE F navcE oim ® sacra xxx s� (n / Pr s mor,"nE arena S mu nmorE raxnxx am X (—�{/�/PLA`NVI�EWTITLE F y U Z r P.xarnr axEsroraiw�n c s xwE wren,.nen m anion 420 xu �:F- H " E nsracwx aamvrt `sEmax rme `scmax miE a W om�mvroi"rsnivua T �aac �j/��%� samr nu xmew m vv"o�. ra°'"prass°e:"u xa`"rronr me X SECT'ON TITLE *.= ETA'L wITLE w u EnR ixarc axrasan U w a Ox w°` B SHEET 2 a 68 sR caPxrm sxauwE III=III=III Exaow.—E 1. Awa P.sin; V .� .,mnn cu `won�arx ams xE smmn n womarx s�.ars�mroc�smmn HEC WTR(x474 Pre J +e .unrnon nix W vam "� "� a pnx+Emx E16296 GENERAL NOTES MISCELLANEOUS UTILITY NOTES mEi G3 E mm«d•„ PY�wYm O R O m ar as w mx w„Ymffn,„-0.x a ER xY„a _ � �rro m""'S.°"n"m. % mxsmxx.s.x,O„,„E mxmorw Y„r 2=,m THE mwsE or as m„. "Rxxrs wo _ r Y,a.c Tc—ROT n n ma mm.x, „gin Eo ro"um'. ,`gymn,o�n N0 Ytl°` THEA n,x xa.m mr,m.CrCmm E,�PxsE mE ani.m mx�Rmrw aro rw smuEx,c.rc ws moRr m N nor ro oc. arcs w,rtR o,smxuno raYrEER wro REm,Rm mR ORmE.mus RrtR oPERAmxs.a maamo;=uc cariwirOR.EnaXEER.mo cm PERzaXa Is REWIREa ,ma,a mxmC E mxmCmR mw. Ar u si b xOY>:mn.w..m ar.sx"mo.x6 omrR xoR,QOO rto m mE rt.Rs,R o nw srsrtx. .mm.nm curw.rO sxY.Cm a ommoE aF n,E»xxE .s wORAmR,mm ran„O s mr., O.,Y.Unna—,x THESE Purrs..,�mO.rtY x,gn w REmRo oR.m,„a�.THE Om.„° nm REtlary(RE 6.1ASn n Ws)ou aun ro CpFlAI mYR mGmx NeW ro exr mKIR"Clpn $i,'�,��5181�9 Y 1-M.—MA.; u °E 0L,rN0„"� m ME xEsr Is.a.vmxm. �xErnmx swu Ruwx.Ra.rO IE ran uxnE THE mwc nac Rmcm ""w z ""�rxsu,n m°R ow.ve r _ xxc.0 xEfESmMr RSXm ro mYP�EIE rrE PPoxVsm IE B mxmrroR m �x m mmra mR mE QawrtY °r mE rn. R °R m„mcm. X Y X X R mE mxm� gh m.swvrrtr,„--Erc aPvunaxs ro A.no o....�w m„R,crs `E W0°�YXO i°°�' COMPLIANCE REQUIREMENTS FOR ..,."n�na sxm.ff,xsrwun..m„nmEE ”Y m 06 IE—0 Rw—OR unum E.swxr. e TO w,,,Om„,. STORMWATER DISCHARGES FROM ,xo,uxc mE m„m crux s„Y.ff omens ro mE Uxxms s mr snw.wm„o sEr.R.re P.r. CONSTRUCTION SITES "E MLL"°r01ff P n mR u"mNY e r m s o�a;'e u°EM11.w`r°dmX6r�c�s a°,vs°X' w.gra E,ro xAno„un o.Xxrxwr sxm.ff ran v xm,avxOE saEn rExcE. (TPDES GENERAL PERMIT TXR150000) °tX1"`x`sf4„c,u xc°R v:c.`w°° r�s°r�.°�a,ov°N.,F°`..am,mrxs°°m`,:rw,.x°smw.„erm mr—mR 1. . s„Y.ff OwmoY.n suxsoxm ro..wms mo,rtes. sm rw mom.mArtR r aE mmmcrom�rosN PwYmx o, =E f p 3 OT_rnE�YY.s<.re OR«mrx �Y,., mxrnwcmx. umUr—HE wrX avOraar PRIOR TO—ON.mo YwrxX sY,E OUMG ON"nun.—.„°Ex°,„Ea. mxRa m . rtmr c��mR um.�.a x.r,o-,LL. \ 4 .Y.mxsmUrnw.romma sxY.xE„sra,Eo,„.�Roax,:.Rx,„E Pua aro sPmRc.noxs i w°�w"E°Nm° mx c .�1'O.c'"n.;Rmm�'” O,e.°t”` m wa—.RE m,mRrxx.,Pu<E R—xE cx..n.„oroR Pmmm.r,HE ao m..m a.„sra.rmmw.sm„Qi.nm cor,mOEs.Aro,E�PROrErnw.—m. 1.aro PA.E Wn,E w..,^�•aE,„.�Rm„O,:.R„aP. x,r.xoom or,„rtxr”)R, Rmu,Rm mRY„r mGrto.mR PRu—,m,Eci G0A1xo,r,„O m„srt..cnm ro..,.,.EOR Es,swC unYnE:m xED=Ur 1W..ER. „ m,TO r„E Ysx 0-0..„o Ym.,mE swm mE ww gar n,R mmR mw.nor E. Pao ECR C,RR o x n mxmoR.n m aa.x,ro � Rx:xrbE wv Rmaa[ss rc,„E'�cESo61s a s�ioxk.wXa wOR m env amuRE a Pumuea A' rc rrc snePP Yusr a nEiurm 06 THE—1 AT rrc axsmucn0n s,rt rnn mE 0uumx mE vae0us ao,rtvs. I— y baa w o.r.RrOa,—Y E,C,nRAroRr E>w„umxs(wasam TO mE�wams xo,rtas�. Q w avrvY.Pw,c.„°ar m.re.ao nnvY.E.Ym�"wi smPRUn ro cwxvrc,„o aamF VT” res. � >c �Ee mmc ca°xa rues s!wm wr srwm ar ms,a-Ra,sirnm rwmnu„..vrc.rmr R W ¢ . REouREY—11Z%8 1'E'r"�"l°CR�Yu TME'".r"dn:a�R&E�® mx:, 0.OR.— RYn s xm n°oX x°�tomR .m m �oYl�rs of m o � r.,mor.mRPwxr rnunc canines. U xAmxY.s OR PRKnrns.x wro 111E wRaoswm r.xw ro CO.—R—U—1— SPECIAL w,rr..SPECIAL RESTRICTIONS OF SEQUENCING WORK CONSTRUCTION NOTES WATERLINE w mwsPwi.mx moron mO„r-Cr-x r s„Y.ff PvsmYm,„.cmnC.,xf _My 0 _ --..r c.e1„mm none m rE cm Cr mRPa r.asnre mArtR 0 Oarr.Frto ar,„E mmRmroR.„o Mlrw Z IE b„ows..xrrtx„ons P,xw ro RECU,R,„°ArR oPERAnorU.xoox,Gno„ oroR o;�”` AT""'r mn�X,CmR Y.r.�omr WRX n,C„i-,.E„ouRs m Y.,..,ff o r-,.E.,�RUPno„s. RUPnCxs.n,E s m aPwnrxc OEPwnxvrr. ~ LL V W 0 mmmcrax srw.rmraR.R.0 ruEwsm,xsrEcmxs ffsac srwmm mmmmnw. THE ns rExnswr ro Rnmcr Kms ro mE srwRm.RE. sEman arts.a°fFlLu nRr .x.m n n .a m x ><=Q Z mxxExOx,o.m,�nE-.,am s„. •'”wo rx n,R.E omYrE ECR aam wo.PPwnY.PtiOR x rta,nE P.F xo Rsxs. m.,rE.mUs,YaRm,wro x wro ux„„om.sxm.xE swmwRr ro <m Mw Q W W—RMm cm comlRUrnw m»„c.r.s mC,a<mw.sE ras°w.n Ar,„E coxmMrCR s E,�msE. m rxmc R— wL „ ai"a.uP,Rr m�uaa eo d":i n OR re,Er.,scm,m.�.rE.Yxn—Rm w o F F F a4. CV smYa Em mn wm,mr,mcR R mmcE,„.xmRArax of A surErwrr Rxx em.r m Pvwaxn. Y ..Y.woArtY,mrs me.wY Y„wwrtY er F O Q so,.mrv.rtR iwmE,„9RY.mx.�cm°mmx,, Pm�.xs.„oiaR sPmxc.r,CxsNSE rxzvmrm aOY mor xnoxs ro m"a`IE—Em'"`r Cir E Z crm""�'"NO x rx°Esxroum..n Ai.sca.a= o w c=1.MYi QZ C7 msnxc caunars-T wr w-T OR.rPwarcE mCPmm mXsmUc�ia REmEww„ECEmmwr ro,oExnM r PPE o EOR R go mw.xE o,sPmPo OEC srt«r mYPYarcE _'� THE e.E ror rmmam.ar,„.asnwmx J 0J 'A I LU g Y mrerOR CE P Rw„o w�'RE Mo o,xRY.mx Rurnw S”s..pm ror u” oYm m r s xE m sass mems R m nE mC mo K APE.a Xm E Pao OR a z cmomO„EOY•.ro OR errs rxw Im OR.—m„nom OrY,:—U—.n mrParm. • "”` „ ° , Q 2 0 w ., w A wr 3 v C7 b a�,�xm mRRmrE.—AT wE .aw,cE E,„E Oms PmXw„EE M.aO.r�„AxE . un.:- -'FORRas. urnws o v 4 mmcMo m m r „. xE ro mr E aux Y m O E m�xm m x x O. OPO m m R IxPROwx w m 6 Y xE m IX«O mm E MTH Om mem. a w g W nE�, a mr°oar a rtu0.m smut r,[xrtnror casur a mE am'm was m,am'ommxsE,n W s ror a NO Em Mtp.,mmorRm sumowrr TO nE=x0 X. a SHEET 3 w 68 ¢R. ,�mx�,ora mrm. m.m.Omx m»,m:.OE moEY,xm.xm oras x RmUY.mam. m ...........o. WTR-474 rmarev�r rc.mrEcrr mnrtu ro nE mn moms m eE mxawrtrm a me a0e mrt moxa nE ProEcr. � pnO.,Em E16290 D,,,Sign Envelope ID'.71609933C38642C6-B01DCF559F9010E9 EARTH WORK GAS DRIVEWAYS AND SIDEWALKS axs ar nD uG4 xa mx ,D•...aw...,,d...crna",e.....mx...,�cwP..l....dxrt.�s....,<..ga.mD....Prtx,.d....,s-Dn P!,"ae.ExPmw^rrnr exwr^nw.�nfl t�rnnx..,s.xn s"oP°sm —.-RE. I ��r���oEnE w��wxs�°�a��'«. ..�".�se"a`.ry:.s�°o�o°sdrxs en° .,....,..,.,�...�„�..eo D aa� sad.d.xT.xxD a.�.�noT xmaPnao a rFtEnxxr mr!xEw xm,awe xxTxxs,n er ME P•-�n....__...... D..xsx..sm s e'm... > �M�...,,�...m.....,. c. IMIOD�nwnM mro,�<Dr C.I. CrnMxTDx axaaxa ro nE satixx es ax. .'a?i,,, x I.-aF mwmT aDD xaEars sx..eE xwuD!°.x aa1.-Dx„DE P.aur ® °s ao-u a PEDxDo<Enn w Das CDnaEa x.ca en aw.MDP.!EMMED..DD nrs n gDdx,x OR.s°ad nff OR-RED er nE own. ' ��''°,, xo Dimosm. NO ev o Poem°iecrtr`Eair05'su�azo !o °Pn hrna°ivs� 5....mbr.s...uiuisoni ».P"E maa sxErv. ,.xEwd axes,DExtrrec svxnint D.D.�wuDm axismc ws vxrc mxas ♦s xsrwnn ix rrE Puxs,srdi nor .....:.........5_g___... E.�//-a aro xr ° ,}' Domss.n wnx w nE e mm—eoxwna mix ME must!cmaexxtE xExsxr. sa ns cwP.nm xu ix mwnws nd w unas Drt.SmnDs,ix Dnxd To xixxia DixvEnni uD.Eudr v M[a xeun[s x STORM WATER A `s°..r�0w.°uP"Cax0P05mwxau,,„° ELEVATED STORAGE TANK GENERAL NOTES ? I-ME 11 111 11 s.nD wxxx.xD xwrnxxe °s1 caMOE axed mmuwwr R. me wdnw aP me x"ni xmovk of ME xEx w uxE .nMdr s ndPweaE Pm xsDw�xs nsPmrxc rdnnD,.xDDO RO ._ RREM _ _ —1""a me OF dw.E ror sxE ansxmtnw xrt,encd.�maD.m. axx:m OOxsaern°n..atonesDM. 'wEc"i�re.:rx"x%°F 3. 1. min nu n n c n a rxE<.sT,a wr xn mE xsrx.m awrvamoxrr mMa and nem eom P.nnd xu lo.mm mm rnnsrxcnnD mew one.s xPrEDEMI—DEME me nax samuus oP Cdr oay.nsnnuams nN05'n"1°e1$'eL10'ours o sxcry coxa a�.ws swi ennPae.mm /\ di p ew RE-I m1 eE xEvo-m swi ec P.n!°x w°Ex rxE muFsi°xx d°xvn. PDXseun°P rxE c°xm.crox m°am eE°mwm ar n axis ucdsm sa Pnom s�cnanoxs Port sr�w.n°nan Pnxr neminddrs C> xI. �. nm B ox eDn aE ME DamaaDrt d",a a=aax�Part ME xxE DEane.m x,,,<n naso m ME w one x�xDa<a.mm de, .we_.. ...ro D_ Drt DnmE nw x�amMa nro E \ 4 I.�F as°`«,-ni ff P `Gsr"x"d`�.<ron..`n Pmm si°��,Dn4roE m„dd,mE m°Possn w wE sw..a�xna,u�x ndPwem�Prn Pnddr ff,Pl�°xar r^a�xe,En.xm,.n m,ax usm dn7. .x 5, 1 MI xxDx,ro.x To m"asFµd�° I. Dnp��da "xo d° m ox�d! "` e x wn>exm x D .. eo-h x�w�u� E nsr x°x °w a ed mx see x�nd rox xe m sraua!«x u<dar m mE d dr .x mDx,w.Mrt nsa...,s s a wl.x-x.ea .e<anxa mro Ma Puns. ..DE OR,x eorFox,xxa m ....wx,weDI Ar_ a a M•,xax�a.m aawn_ 1. . IF on arnryxlr�xx.E : -"Ddm � m""roMM`"pxd'leYs.'"RIM -u n"rEclo�'."`ff" to P"..s,XLc a� Dx �EP",a"xu�1. o=N W w n.-- UV r°`o<'".w`x�.Dxne`PLIME I. °M-ER ED'�.°am aY�"`rtx-`,„;'"•�°a°md �xEadwx,�,P°m�°Drs sx.0 DE-DPd.-M.—,dxn°°Pd n°ns.n°.1 CONCRETE NOTES ti -' FORxan cur.'s aw.i�PyKrt�M rnxr xens,wnn°xoo.xd°sE,meet urn's.sow.DRII.Mex.W roa rnnM.�ra Dmw. xD .raps x>,,..r...eE x a Pm me s eea.rtr xee1°'e�mwi w.0 x°r ff asaeosEn W�x axxd.. ..0 C°nava aau a 1x--E mm ME das! nw a ME E- OR "Dna°.MEE-Cl—DEE�as:n"Ex�mr°E.1:°sEP,w,a 1—mu M.—CwmEdnE OMM V m wm.1.r>a ars nnass°rodxsE U 1. WRO C=n—Imlul.T% 1-1 RORED ZZ .°acofia�arWn�a,.rt d•„a DVD r„vED�oxoaD smx,nam nxE sdoxee m,ae�ledd� STREET xa�nxex s DmmnsciE.x e s�� srviemw.,en s ff x'wDui�a.rm.vD ne oats' D.;"-°�"eD..ui rmnnw o°r�"cs a�E°<'n`a'o PPE s'ff�u°lsas man."EO Ar!"`�!.""" .sU.��Dn:axxw,°wrt ad°,"mmsi N4 _ MME _ a s�vs m�"AMM ro�-ERE M nds eE ssmrrtE aD namnncxD srdi edr a ns.sa axdsdm as ro as of san OR dDI N ,"M"E< mI�ME 80 IMM50 DIM �'rEm°E°x°e°e.m"mr r .17 os.VOED UN ERDM !a>�u°UmxMRR°s"".",• a Axa rs,rA°Md sewn,x°a.r p a:`,ax`"L0XOr`�°aµ'x�Eurax rema u.(°°)a u .n.aws.a r°eE sxW°xnn�x Pae,s.gym suss mix wws M.xm.D ddr prod�xm:awd. and pD.)exam'a M.m,•asu Era=<Cxnx!arsva an Mo.Dn w CPnxw. W O =DR`P xE/sxE wsw x D ouanc omni CdDOE M...To m�--D"s�m DE- mx°wcxiu!°x cO.—'mord!is!o a wr.MESE ars 5x.ei eE wxeiu M.x.uE ma .u c°court.aurum mm,1—Er<..wu a x Poe[sPPaa conaria x wcm. ° xs sa. _ 3 aExxan sa xea rt ss aF wDxa of wasa.sssDaxaD mM Ma nmx PERRIDExmEM y �w15mxumd�:nE'mdw°Cnox:°�a fPO.<°.M&0��T."x:`.eCM `..n MmEn .Ccaowca mm annrxca aDsws a comm�DrtS oxaxa r iEPm+.�.s Dmxuo ix Ma Puxs.nD W W LL roE.—D.nD°Frt COMM`I EME Psxd°1a® ,.„m sass mxP�°�Er�!.n°.,card w�E..eE a,.un.x°l ex�cnMn 1x,tcaw.«E mM XI OR-11. w y o 0 I MRI xD iax a o nP rt elmu) ¢can u r mmnswaawr rD rrE uvwxwna -Pam.xD DERED,I—D IRI—OR s <Cnxam ro esru eM den TC-11. eE Fluu w snwd sows x°x Q LL W ¢W dxosm caoEie F Z f r/]F W G N ~Z n wxnc raxinc xo sEww CPdwn°xs.aE.n xry oxx smwv.x axEcrEo. xa•H�nur sruTart F F .xD I.sa aEam nDn.,�D.T rowan ma Prt�Drt m caaEnw To mrnDa>w°oM xDE exmam x menxe ar ME anxsd. s aacnws rrE Dsa DP "ax cnmxa.s xsv,nMD wuss _ a r Z¢ I. was.M.xanrns o Exxnw P.!, 0.eE mxvnonED D,xx io sur "e O Z Z J� ME IE y WASTEWATER <44ox5°nXO.cm"a`sa`MOUREOUVIuasxc`x Eaav xeC�v°arnn ww°n'.�s°oci.,%r,M:sd.ea REPAIRED.r s.conaEa esdxPs III .P=mwss., en�xwx�ff aW? o wnwmdmno �nmv..TmE nPrtsMDc sDxuxms.xD rsra aDamw.rs. e.c aEa .......... mxxmn s Pa.ans f s Z H e.Cdrwrn0x x x M!o xxxdx w.m.cas ro.wrr�nr Pxamas mM ME Encwnm r wmr m o"DSEn m.E.Md aau DE ms ED x axxc r�E insrs.., 1 1 ME<aanncron mu a rtdPwaaE P°°°°s m wdna.ma conMxrm nu Pnonoa.xD xnnrnx axponxxr x no.xcss r°asaxnE wn..-.�.ea... a cox xwrnxxD aures T.,< msnnD mxav sanor xssxKr snEEn.m va,E.nn.xD ca.Exaa v.nunas.D.0 r.E.v.oEacdcr wxan sn.E...n d m Ile .,mss m RE.DaEd a waa�. .tcds To�aronxE.nD<dxawxE Pxaand.!x.nxd.xr«n.,ms.s awxem.x n.s nmE P.ddr.x 3 v C7 11"" _ __ a�nuD.n Ma caxMDcnd Dmm.e.nD a wssEmrtr ro roa.PmDPrtaa sD.ax. _ Pulm ma f<aED x,e<aax<a nro<rtx TE<wxdDm xDexaFOR RE n § ID sID"msmannx satma.Cw num wart.,vvsavxart wens xEnr ro ME own..,xinix W _is) ssPaE cantos'w`.,twDERae PDrt�rnDxxnME .s DRERAIRS ARE naxaaxa�nE pax eDesEx.x,ro ME».mDmaa DnDM sD Dds.m xDT P.a cox:ExxAM.r Inst sE<wM. e.xrnx•dtxmsnx x DP m ndrts Prt�a ro x.exa<aertdE a a w sDSrEmr(A aD iaxR.x0 mu xD!ff P"0!xx SEP.xwmr. 9.9EmEE IExfaNxD ew4.xCna 9Yrs M.d®Dm Inds mxrt!°Puam agElE W bS m a CoxPI EXERMDCuasS(wax a P xs.wo ax°,9ED plant<cxsmurna)aau a xwar w'uu ff uunlprEn in ca'n—Mnm RRIDD r caxllurna m c°nMMIaS J swiev.M"sms s).cox nsnrc s.•.a"WED�saxwn!o Ma nwquED W z -ES uxffinsx`E"vom'`5.g- MEiD)E° E atl P°xu. �dsE. P�a��dno Lvu asos,SmP<ndi.an DR.°Mi ma To csnnmxD mro�xsrxunon a nE xxx a ssss a nmDn�Eer. mnPr Ma D.x.mxmardr eE x.wm ro a-ED-1.Ma xan ff n r. °`Maur`'.m cwsaDcmn E.sre conaEa.xo .,urn,sea Ps c°naEa. "a SHEET 4 ni 68 ;RERMMrax 22,ME xmovu Pxax ro Pu<ddr a uiv eddert.—MOF°'^PnoPogv<dsrournw aoxr Eoaaon xw MOD uenxxne I. ME sD xrnx. mm x rods x xs wesa sr ro ME WxeDDs DID nds.xxuss snax Dimsma w ,a artxx.,conanm. ro aw wPPCxrs.xD xEsroxE ME.xd.n m.w ME srn ARE m mxD To D.omni.sr EX-1104 aanrs sxx.DE x.®sMxcnr.RD Pxw,n WTR-474 PxumTx E1fi390 ............... TRAFFIC CONTROL TRAFFIC CONTROL ESTIMATED QUANTITIES ox xomEi G5 u-j- On. TliV� S- 1. I—S.­ IS_R_ R­ ..O.m OR NO& ............ OROSS m—. OR­R.u_—1 OROSS R_ SO — — — w .1R.. .1 1. .. ..ul ­ ::=mm ww .—..r w m- R-R-1c Ic ml—Mc w ,RmR,l mm o mg, DaAm w= PIE —u— S.— W=.0 —"E I =MZC _2 SR. ­"EZUl TREw.MI— ff %ULlf0 �XH —MS1--E 1 1. <1 =N rt=,O�W­ W,�..M ,E=E:r�,=O O . .VER� =A­Sr­HlSUESRME�Z� ,r fjf�==Tva IEE OR jnW._ ..oR— =Ium SR,��, 0.�n!, 11 2=ITEW A M- D Erc"1. -1 . E—.1. 11 Y CO.—-)-RR r —M AILr 7;2"OR ra. _ =RS= zA: =TL U.'a.-.o to m. w.mRMS). -RS. < -E -r ,.. SO.TRE S— RRAU111 I IE­-0 1 .7 oR­..—OR Pxo ___); =.M=_.T. 1-1——1 ID -R.PI—E =DEn—IC R0n­N. NO OR�11 R—RE A 72­Rti 0 ,LnnE Rr, xux ffPXW ml"1Li:c =r__ OR nE O_ ROU, 22r 0, .c= =...RRA.—M E -M US M. M =r.—ML 1. —E —urs. L- -.n. .­R.E TR u:umnOO S7 s.o—S.. ST �rY, 0 SO)FORK­RS; R .=H R11 TRE E.1-1.1 0-111 R—RRS A 11�I—-ROSS I�=r­ vn w__.=IX (­.ORRRO. —E­.. �T�OR�,OS EO L�,O_� MX�Y=C�WMM I.— TRE P O_ %HM _r� .E TRE ..—.o R=W= RU-.TRE.1 M M Q9:,-SRRR.R_­ TWC­�W M­MTRE &1=51� 'W'= OR OR, r 'S muO, 17. n RnPanva mR xwlnnx,M._..I.Sn.. um... .—w OR -E W MMR%P. -R. R=_ =:_m _W CLO.—OR RE--—U.1.U.xaaoE C,o E 9 r" _7 MR12nAT nlE *"—_�E I 11=2p— MR. IRS R— TRE OR < M. M E.Rn..U- TO TRE M—_ 11 p Erll IT r -S R-R-M,­­1 11-n., .1 uvROPaXrE cruaurs Al RO —nm —M—R——M mtlME—-R U.RR z x 1:i. non RmxRm wRnx U—.n 11—--.—B "-E-E r­9.8U.­Xr,,ZER TR Q.F L�:� nM W� A_Rr, _nW k =-TH Rm R_ROTn.l. S- RE-.:L U.OR M W R1.111 RE R.a m ur Lu vrt ro..R... u.RR 47.—. W'=. "n M-SURS—M TO OR——M U.....R--".A 2R�,Lj��Zn�Pr� -ECO ORR U_ �ff ,ZrOS ,P,= WY —n 'M�_RM M_ 10 QlFl=no=M­ I-=—M =21 "Inm) C.— ,Om..—.__—�. ",V-.=.=R RRIT:. R InT.E"—'R':'=.=U—"!OR OR MT =T IE=r—11 1 nl:--I IE OU r—. :6Lr,%�­,�E�M M=.�.A OS X W__E —111 TRE M — n'."U ......R—. TRE a SHEET 5 of 68 .,—...=Uo:wwm=mmmwm�­r= —.=R M U.E E (-R)......A.--n.—C "1-1=W`- RO � E FOR—E OR TO 7M —EAMS ATPRL��TR YZV MMW y R�6� fA%.2w E_P=_ —1 W-0 TO n-0—1..noun. �n���G6�yE�r xx cnnn�s nwsn m. s;:• . � �� non cn.a�x awe r�nx� AN! ,m=ro�xE rx, ����1�� Soy Re/S� ti y �jcz w W Qaw z a P° O o a$ x ozx O � w V ` w g o O marc No «o o 3�c+ eo o O �1 rte. w s o Q �E TAfNux,KrLLs LssOill:ECsA�¢TIO�l N SHEET n xn6avixc xx. 68 a WTR—ala c nnx�[c�x M290 , „ ------------ IN --------------- I V, 71 1 o oW N - ---- --------- - --- ---- ---- -- -- — o r - --- -- _-- - ---- --= ---- ,o -r vwsnn m vms -- - 0 .ms . . / •� o son rm; �a O w 0 / z�- Tu'�Tlµb -s n .o w `— _ / — — /� O y fXX/1 >W> O2S �O�a c;is,e recp ,e recp e is,e rero ems,a ncp c:is,e recp M W 7 LL0 0 a0 za F �n,x re:p « 3 3 a 3�� m o b d iaemi Mw e�j iEr s W s ����uman�ca°IPKlm 9wi Fl NRn Evn `� ® FLOUR BLUFF EXISTING CONDITIONS SITE PLAN n a SHEET 7 w 68 9z i w•Wu sze sn¢rs� toxo onavixx xo. ���•m•wu sff snms� xE WTR-474 � ° pxo�[c�x E16296 ............... IS 11.111S� I'S "ISS-S, 17-17.97 1-065.17 1711-1 1-71. 7S SEE r-- III E.— f E '.A re z P—z' co % z ___---- -- — -- ---------- < -7 0 Ir 0 ws Li THE— M—I—ES...—p—M, —.XX IT r—ft. SHEET S of BB FLOUR BLUFF PROPOSED SITE PLAN IT Z Z' SHE 1pffir =m"l I rC=I XE 71M e WTR-474 nom,—%UE.r..1x1 W v oxsurl.C3sxe rxo N� ry n♦ Rw�.no nr.vr wn�cam. xa,nn�!w mom]e w.a "�°��•a..,i„"`� a �' .................• xR..,x]b noe ....... (sem cavawn ail � 4�i� nuc mrran nw wxixa vsi oxsnsnn. s;' i sei_.. awawn n/rw nnh - �yg � $ sr�asmaxr.Rr�wrrma,w,.on wr.w.aoc a ci<��v mn ].Rmnoe uaauma nonmwm cnnax�e ixmani anmcss sec n sRn n E _ ce c or �- nary ,� ° xn R.ox m ao"xRo wxo� x r«onsxe �wx wx Pw I n - g ig sExr cel i ueaw.nXwu R,mxm.uNxv.n.""xd.°x"irv""ir a>En ro Kno..00xre m 1I A(♦1]/�nws nm]♦ixw Rwr/wiwr RRnc nc nmanm.(il rax x wane murnn.exo i ti� E K m � ma.(il Fax roto a (1 W Ra rax eNraru.vwren.s¢ermmrx sneea. i nu ee rax mlune � Q = U ons d rn a caxRele nm exam exu vw�ixo Roo � O use ixo nu W K �ur/eunn RR!x�c min nxrc Rsmx ino.mux cwuw awaoe p �” _ m.raw emv wms O / s'or rnx rmssru sxxi ss R.wcm m wn U Q]yy�J c mrx Ree Rsinunm rEnvnrx rant. c msF"�r a!"titvygim�iu�mnaais�w"]�i.wa ixl�wan mw .�.n xx.xxass.warm. roar 000x Q] ,y nos. .nom'/.r w wn"�mw oaw.Rxxe.rere n,xRn y ff: o z ® FLOU� , n� �.nr S NK-PIPING PLAN TYPICAL ELECTRICAL ROOM PLAN u« Q F M � BLUFFMu:off TA�"",si oz oN g:E:"misl (mnxn Ra: .nosw>a z 'R r�aa:�'� x 1 ra=auraann. y�N (D aFs�+ W a =F W Y Q WG; =Q Q fQiFN JH m.s ssn io.: a iea' ]s] ,..., v 'w 0, �Q L > s a awnere sxW I ® o N N O �5 mmRry Rrt > sS (mlrcann ' ' `_..Q zn.,emn W, J O p 2 (see xea wrt nl a bu r ] ♦ ^�` / Q •. .•. ;giW Cf) nn Rsxsr � nvsw v Q L�� 0 o U U w e,r a p n " n »,no amw d cone � J W e W SECTION A-A Q mw SHEET 9 m 68 sa smw:r.a'ag 1 - -- Q, onxoox..nsxn. © ....(me yl WTR-4 Q E.•.�(lrPe a) - vnozenx 1fiR90 oxsu.l.C4sxEEr Ro mremx xanr xx: `t; .no xoms mn snE! me.umx w.r x�ue•lw.x.mss nra °� �.,xnn.. s;:• � •. wv PP>.r RxE lccEss ani. xnnsm r sim nxrc Raor °°'w'Oi i'i „,,...,, ,... sieRxRr rmEsnE ww.eE suwRiEn a slacnwE - a.Es nr a o .Pma PnsowlE naPnaxm ro Pnsxr�ivaP wmrcnoxs / xc cwxsnl rx'x.mssoPR�nM� .vu PuOm Rxi ievw Pnoc nc nrs MmR urn a a P.caxvem REaEsnE onwaR swu nrawrsnm naRizarx ,._., � , RaeR lccne vmn N .vu emnuE Rusnunons m chum n srxxEmrx a nm SxflY cuxB .�' rcwnons RaR srt¢avnno _ _ � "��0ff G� e nxn xiwmew¢e xc Rmelm RaR axon. _ -- owP ono m n m ME xEx nxxoaxnaxs y 3 rc'�`""sa""`M1OV�camwcE nm..wn o� lEnxrx � � Ecn(ulEsr �i SEEM xmwlc wlwa)� �ffxaxc cwxsn. �� >a nao0 xrxxa[ �enspnl.Paxonnw n E nm in Die � j smi! et OwuR aur Enl xEn�lA/W!u!x'p�pwElnalnRno nnsn mE mlE PuOEfl Rxi .YRGRR.x1sD MPusr 9 ❑ ❑ Pxxm3 uxnEA nM enFe!5aiun Rw P. !ef 9Ei smP 5wu ff e.•Hnf!x!rc f1Mn. _ ❑ ❑ u a®1 NVIKm canaSm smu[mR.0 9:H x n. ~ mBE �U�W ❑��❑ uvFR Exeaxo f9R!mS m!rE ExnApR PxnlIX RxE ~ Q _ K ❑❑❑❑ U ~ W w ❑❑❑❑ U U x[r/0unv nPE ❑❑❑❑ e• VIII} El❑❑❑ x E ❑❑❑❑ xn.ro ❑❑❑❑ axxaRs ma� 6 z ❑❑❑❑ �� z aN W ❑❑❑❑ �xm�m m,RPoR w ��xr RxE _ co y El❑❑❑ RoaP Pum 1.z~ n Z NGF =H �/ie' QNQ F N J ❑❑❑❑ G F G❑ E-W❑❑❑ Q W U 7 Q ❑ ❑ xmrn.xanr nom;. ',jl� N a N O �$rc �O ElIE] so cnn,R eu,x,ssn xs arM W. u W Elvx�c nErz xr s'c/c Pxaxc ME T. oR or ME W Q b E mra¢is nsoE ME.n^[ss m[�£ ~" 1 sKK/mmmira9 J & .�ys!a.w x sErnox RriE m nc rEvsrx W W .0 mss oacR oxwlnx RRE �imi0uniu�anxxc�miexi ME xzsss ro W t ix.ic omnEw wEae Doors murrv'mx mxmKlaR SHEET 10 oe 68 9z EXTERIOR ELEVATION INTERIOR ELEVATION cone onnwnc Ra xrF nrs s"",nrs WTR-474 PRo�Enx M290 xxs,�i CS9,E"i xx x �.x .........................:.. xx.x xxxnm r -- a,anx ------------------ � N w - _ - ,� Jim (four aEsmwm,-- - - - - - - - - - - - - - - - F� J o 4 FLOUR BLUFF PROPOSED 24"WATERLINE PROFILE U<aCc o«F sin=sx , Y xW a <M1 W ~W �z� OZ It �PW UL Mr 0 FArTE LL J xr E-a nnnux or n-x,n rxxw ro rxx xxE acyn. - G F G J W ne rn r eEra� nrunxo rrc ne uax rxessu"resnn w ro me p z x p]Q O� Q p LL OM o°CU d a u O b �aCc x > a g W W b s u� a SHEET 11 of 66 9z COxo oRM'IXx Xx. WTR-474 � e vno�[erx E16296 � oxsvzi C6mEEr xo �.mE caxmzcrax smE mxncr nc.swesR.rz�mm�mxm M�',•a;f,,, !°zflOP eec�rwotr onµm x,ox.�.o]`nmxA nanp�om.0x��nm.axEazm�am— . tam9Nxammttxmttra�E or 's .x.xE.snot0 �tt�ax E��pxmx m �Nnxaxaxnanam,�mn,ax�tan� - J(?' MmP]�vnimuxE msnnt mlW],E5 xm xsslN.,nA EN6 me!nlmimE xm m '+'',thf mE P.�xNmuwfNrs srixi xE ImnlwiEt .. ^� / tWlxKmx.wt ttumMlEt vim!K tm � �� c:in e'�vnsEwn�Ex Ervc S " e \ ' •/ x .:.pro 5i xE ]o�.w<,EpEnE xro s. 1 � . � nnP.EpEnE , e pimp s v aF.• ,E xx.w� e m •NEamt! . .. OMS ON R0. ° s . aww � ,w w-- --- ® 5 FLOU�•m'R BLUFFsa WASTEWATER LINE PLAN >` X rn D, U J III IIIIIIIIIIIIIIIIIIIIIIIIIIII ullllll°'lllllllllllll�l��l�ll�lll������lll���lll�l��ll�l��l�ll�l��i�I�II�I�i„I,II,III,II,I�i�l,ll,l�i..11.l.(I.ILI�i,l�ll9 �[IIII2�I,I,II. Q �t 3 II II II I�I i i ���� '11 Il�iki • �� ll rt-ias ROP s inns anE rEwn x.vnrtwa,E t f f,\WJI (j W Q aN d Lu� WOF LL .NOxI m�-]i 5'1—�ie.ea' GF•G J W Do x.est �. O W U m Z cc 1-11 m w a p w o 42o if 3�c 3 .. ou w a � t. w a SHEET 12 of 66 9� FLOUR BLUFF WASTEWATER LINE PROFILE conn onamxt xo. s. r-m'wm:r-m(xxr sm WTR-474 g� xx c pnosEclx P6296 xxm�i C79,E xx m�wa-6w �a mm n s,:• rs�xn cxns x $' _ w___—" ---- gh g � 4111-ill I II= -11111ll -111 -111111-11it -111 -111111-11iti11-16_ FlmEIIEIII-IIIJILJILJILJILJIEIIEIII=III=III=11I=11I=11I=11FIIFIII=III=III=11I=11I=III=II�II�III=III=III=uI=ul=ul=uKIIKIII=III=III=III=III=III=II�II�III=III=III=III=III=III=uKIIKIII=II1= W � x. oUX � m wmr mrmaFn U�~�W W rn x — rmv mnc nrwaui �[ c m.x r.mr sm cn-wb mn U O nnnwm w¢ s¢sxm c's_______ r6cr rre ar evax _____— ------------------------------- $ c a nxxxm wa Mie.m M11,40y'. ____ ___ ___________________ — — m _—_—�� III III—III—III— O ___==�I I�I I—III—III— EI I EI I I III—III—III=I I=1I—I 3 ¢ X11X111-III-III-III-III-III-X11X111-III-III-III-III-- CF() III=11X11X111=III=III=III=III- 1X11X111=III=III=III=III l � Ic I lI III _ III „I l�ll1=IiI-='- „a I II IIIII���KIIIVIII IIIIIIIIIIII���CIIIVIII IIIIIIIIIIII�c�cII Ii IIIIIIIII III—II r� II VIII i7iLiin '° <a� FO e �z� in¢ W 2 p u m FGFG N J WW W m> s �N W � �61 FLO .UR BLUFF STORM WATER PROFILE < x 0 O -e�w.s sia sums) 0 F 0 0 u O "��z �• o v � x > g W W b s a SHEET 13 w 68 9R CORD oRM'IXx XO. WTR-474 —p-- E16290 gh i J]b� 4 j / � $ Ews!a♦rcP [xisr z rns sm[ � ,Q/s ti &FLOUR BLUFF DITCH REGRADEPLAN rasaE�"c cn ti y w5C"�iE. sia�s�Ex'rs�l O 2 W W xm me an. —.29-17Z mnmxr°R.x°°19.1m m MU X J � O � O U Dost a♦rca Cxisr CnwC n � \ti.�l��) inn .i].i]a♦-7 — — — — — — — — — _ _ _ X111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=II�II�I ?' LU a 11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�11111�11�11�111=11�11�11�111=11�11�11�111=II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II a. �' LL aN Q he W a Qaw X06 a F 2 O Z w C~ LL 5 LL niRyxR msr ie RCP n. G F G J d yen ¢ p2S p]LuLu Z 14. ME n CC tl F EX ftri♦.°i N� N Q W CC LU �11�11�111=11�11�11�111=11�11�11�111=11�11�11�111= - - - - - - - - 11111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=11�11�11�111=II�II�II�II�II�II�II�II 3-v II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�II�III-ILII II�III-II�II�II�III-II�II�II�III-�II�II�III-II�II�II�III-II�II�II�III-II�II�II�III-II�II�II�III-II�II�II�III-II�II�II�III-II�II�II�III-II�II�II�III-II�II�II�III-II�II�II�III-II�II�II�III-II�II�II�III-II�II�II�III-II�II�I � o g c W FLOUR BLUFF DITCH RE-GRADE PROFILE w e`pwr szE s�¢!sl sR �r n°n°°nuvixn x°. WTR-474 � n Pns]Eclx E16296 oe:x.r.C9:.x mo e� ae es I I m --------------- I --------------- -- Y Z Y Z Y Z Y Z retry mxd¢rxE Nac.(m) < nw in Ecna oEni ��v e ro��sieort�ox � � nau v/ au.wnry Wont �/i"us xxinsmxmms - I,wa.aw 12 0°tlr( w�onm itr m axn-arq N eiwe a ix-acE.v. ~ .. anmx�enn a-cw.xas.ror� � I— ti e rvnUE ed,mad eE<w< _ a- hl �w ol,� clleu em uclleu el I w w ueuew a ueu� � '��� IIIIFIIEIIEIIEIIEIIEIIEII IIEIIEIIEIIEIIEIIEIIEIIEIIEIIEIIEIIEIIEI EIIN ansa 34L -o menw U Q a-Tem(noun aur arq .. .ec � n I �Ir 16 eo�rrou awxnry m� � O ul. I ,. N sneeu's U SErnex w � e eri c wv. eri�2- W J O ON O .e wa.ocnEx in oanxdr. Y Q sQN� cq �A <dy] J axnar ea (r vl ear o mi[. w O~ ~ - t CONCRETE SPLASH PAD DETAILS g��,�. �Mqa r W ou vry H- QpQ F N p CUE.xis p F G (p rMm T, N�dN W caame msi/x-emus es am W.WJ LL Z ��.and w oumuErm © F 6 G eoux eniusiAa scxEuul �A roam rrc Mm rvon. n E p U O U 4 axdson s V F Q (n e/,1mar eu rmEw i iA x & /, ems v/uEtu'c nuts a J —E 12W xax-awxn aiaur - E nuartu a mE masws 1. mE uwm ar mE raonm-b-,x b-. o SHEET 6 m 68 9z urm ruerwmx 2 ADJUSTABLE PIPE SUPPORT DETAIL �S�CONCRETE PIPE SUPPORT DETAIL x eELWTR�-x474 CxE.x3 xls - rno/Enx E1fiR90 oasu�iC1 Oxeer xo nT A B to ti ti o=�WW O � ® 4 PROPOSED CONCRETE RIP-RAP-PLAN VIEW �' c ��wu sff+:moi N �x s �Illf 0 3 � w0 F W � QfQi F � - ��s Cn z o` 5 O== � MWD 0 g��i�'a•a��nm.nai F g+a 00 U g F Q Cn Q d �A,PROPOSED CONCRETE RIP-RAP-SECTION A-A PROPOSED CONCRETE RIP-RAP-SECTION B-8 W _ -.fxxx sia sx¢nl -.�M'zs sia sx¢n) J ' i n fzuu szc sz¢zs� i n(Fzu sa szms� / iy s l - � j� SHEEi 16 m 68 u� L ^*�^ ^+ ✓.. l nenono onnw xc xa - vno�[nx E1fiR90 ....'771 EET.o m" l�. xHa}n. cxEE no,PBE"`� nolE ere•oa. ux cep o�`� ;�. .a;fw,`s., rDP Rw E�NaDn BxN Ar loD.e smLra snallos a $i NE nn 2.rrne0LL w e ja'O.G. RE ai.i0wva N GGIM ,,;, .,,'r MIIE ME NEe e�sE� . 1-0 ORa-TE SIDE DF _ �? Hosr ^e G. a o xN sr Nene e.r�eooA Nan exa. Eeu.uLv�amE FENCE DETNL a w BRACE PPNEL GE eE EXTENSION PRN FOR flN2BE0 WIRE Ns - wnic:NTS S—ENTS SS �n wre a�n�na nE.eT na a+.el - mN � IrPI ,aP BxNN« MEM_ ~ wrz n.NDm uve. .Nx x. m �"o<. _ RG. Mall iA'uN.e U j W w jll --_ caxcNLr[IE CUN"P FOR ttIP unn O II lre,ux. OR BRACE RNL Faac U o I oer n SCNf:NR c END VIII GATE I I TRUSS OR NTS NTS OR SCNE: TS UM 6aac G.G. X. e/e'nn. W O NNN.nff z ir+ri rx D MNLE`s..Ni an.Ne = 3 n eorraN axx:Assvav ero'w.v.e.e,was frml a. ///1��� F C! LL i.x xux.T OrPI (ENm axLrt""� ` Nv¢mLr 0 SLIDE GTE DEAL WIOR BRACRE TIES EORUL� PVN AT BANDS BNiO FOO PoRE SiREfCHINC N E TIES FOR POSE U Q N In scut.NTS SG1E:NTS SCue:NTS S—:NTS S.,F:NTS Y= (n $ F 2 F Q .uax.aNaNm rNiu W C F W Gr4r. ✓3 HNICER—Tarra Posr raP Bexxer xoxeve O f 1 20 E F� 0 G 0 2 S nNNER Po:r 0 ao,n .xne' NE­UA avee�N U__ .. ��a O �Pc F a Z o -_ aruan za aDNw NWe�N 3 L) W � dn.wem aaa¢r uaoLr wre N.E awexax mrrax ax¢�amxeLr W W i HANGER Self:NTS v �GUIDE SGIE NTS Lv 1cH S—:NIS OEr ASS110n �f NTS u a SHEET 17 of 68 9z eeeo oRAwlXx Xe. 21 SAFETY FENCE AND SLIDE GATE DETAILS NE WTR-474 NTS � e NNo.IEDrx E1629D �!i(wao nxl oxxnC,s2 en xo ev w �e ai ocevl dhF�.'.'oi�}fxx�.a u om wai I III III III III III III c eg g gh B norE.Mro��ro noxa!�ne!„].nw nx�r �6,TYPICAL CONCRETE PAVEMENT DETAIL i mart wsn ies' I I ies �e e I I K ro I I lvwn I I_ I UURti� `m ]aoo n ---------- F IOU -------FLOUR BLUFF SITE-JOINTING PLAN w S NE:Nis p TYPICAL BOLLARD DETAIL SONE:rvis Y za� � p—N w lxx n�lw aaeap"'!nn.xa n�a`n' ]e'.a'!ux uress wrcr, soerwxs s a'a.c ON I c�u'snx eowo�wox rurseecsm man U'F p ` ro C R.mivrt. ` ro conC PvmFnl. Q Q— x ]e•.]e'Nx¢s roa xxrox � n_ n_ s G F•� (n mxaxnon axr a vusux aua n - s'x w ea of p W V 0 i � (caxlwcroxs onmssn ro szs wrtl `� oinnxa corr]aic �j$. x �rn� ]/�xoao Flan ]/r nmo Flan G W 7 Z . ,awxl.xaxa„,� o�,xenn ea.na eewne axrox on enneana ane u � axn exp ro xwm xr v xx s axa ax x nna m�an s w a m i nxa TM�an N ! 0 5 a � nnx�mx�x,an! �a eolrox Fl,xax �a eolrw Fl� "• 5 3�v LU r �� sawn,owns• ax rr s a,.x con.Darn !� w a cf) d Fleve wsPrv�ryxwxw.lm W alnERni�Slax linos e0. maoo W nFlixsnn mwo,w�xss xolm i x tit mnne![rax'�.laoo nx.iu N- x+. u5 ]/.'eaxxuyrws<�ulm 1 ear'we![ro xem�[enaau mai. a SHEET 18 of 68 ¢_°' �eP arc po vnxr sn tit navxxs nr s b inlm'!'sveti�quouux):'�my s„.�es ar in ������������� Bono onavixo xo. TVPICAL ELEVATED TANK ROOF PLAN DETAILS _ WTR-474 a � o nnw[o!x E16296 .� oxmrtC,s3 en xo axc.nxn_sss xx. n.u,.m.rsrNaao sm.x fu,.em-,w,c. ,•'"�"•••,••••",•� mxwx,....un,.s xom ax r,.Ns ...,a..,�.. µ 'mss (luv,�i s rw'ssl ¢ mxx�mranne vLURa�imxo rtmnvn E fxnl 'y}`,�'a�if.,,r c..xu[x/aa'aorx: rw a xxmlwr. vxmxx �" ��`'r R,�ert sxeaxx ax mnw, insuunmr �.mvnxs Tan nxxvv xsws xMin xnncw,s vvu carvnnu ro.ui n�• wvv,ls�.xrxcromx .i-Y-Y-r-I-7-Y-r 7-Y-Y-r-I-7-Y� Nm¢flw i...mrm.s ..uw,so„ ]'.'mnl.Np. pi.'(.x1a0 P9)n, K•91uiwuux n.ex i7 f l yl l- ~ - T - - - -y�t /xwx�,1• .........._..__...� sw.rt SILL ex EXT.DOOR naxMsi—SE rr-rr- -_— , F T/rte(suaoml p)s'•e'w,a xor ro uxe 2.1. OFvxmnrTHE 1.0<05 ,nom'em':.—M, snwx m s 'm a.nW xoir L arvxs an owxlm er m[m,cx[m ____I_-_-___7_ _II 7_Y_Y_r II_7_ _r_II 7_Y_Y_r�II-r-T_li-11 --. �E„ac(N*) dh r'� -T- -rr�-7-r-�r� - -rr�-7-r-�r� -r-;-� mnc neon sun wMx�r Id'�x wc�xnq � l oxrn �y ��ttPIGL ELECTRICPL ROOM ODOR iVPICPl EIfCTRIGL ROOMroW PRO CEILING SECTION i0 WALL CONNECTION DETAIL Is ,e .no w.Ns io xun0,1' a,m us. �xnOEwvu � TxMx.wvrir _--- _ - ----- - _-_'_-- 1-'x'tnx am b _-- JI I�K Vl W rn .. Is' sxca _ K m nTw ruro marc 9/.. nar _ � O O smr ,�sxxc O n �mmE.n�n� ,.� mnne g`unm�imv'ro`remnvn f c =.<ro,ma HEPD OYII2HEPD DOOR nv„u ar JAMR I—HEAD DOOR 2--MM peuivx 9wi xLOF sxmxx nor ro.-". xar m vws rIs- - mnux iT tY - - - _ Peurs•,a• 9 LISM. �, PxmxaRl x/x' awrx o mwxm naxMsiai xi f wl_ u !u v/cxmrt eLrax vxmnr mxlx afu„soxo��x.msN� —1 O J Noµ.•xm,w,m /. mss.,s�mm - u w Q arcs°01X I crsx six'sac ve o r�i r i + i�ni n,L npwur W ____ nrt�nm, " x• xav,/i — — — — F2~ F nm,m„arw m»E„xsamman� cw,x mm vu„umnr wOF '/'• :L;w`000xX°'a' sR. soss '(nPr ssxxa . oxrn R.x>E do 4 4 rc CONCRETE-HEAD CONCRETE-.NwB SILL OY RHEPD DOOR � Fs Ts uve .1 Ts uve .1 sr". my(rnr A9 Is.n,x curlml ure OrP) W V 7 s 'a,/r�i.xs,.mVJwN z $ mo. o mo. F a a z g al�fn ixwumx. (lrx000vfKms ,n x 3 V (j s/.xm,a.wE,w Rwrs ,,µ•Vi.•xm,a, s PooxNN a,a• °m� U r ns,.n.we ocu ....ow.I� m1a Fa Tn w'/.nm,a.xmw 000x /.-nm,w,wEru 000x rtsx T ; � e u.,,.xsmm�asmx a few[xLrmro .x 'nxr inn II�Ie w WOOD TRPNING-J 13 WOOD TRPNING-HEAD JJ I� x W b xar m s^•,= 9 SHEET 19 of 68 9z cOxx xRM'IXx Xc. ,OVERALL TYPICAL TANK STRUCTURAL DETAILS ,TYPICAL CONCRETE DRIVEWAY DETAILS xs WTR-474 r.i c.xT5 nT5 c pnx.I[c!x E16290 ms.xasrom ro.xo oxmnC,s�ssT xo i� roaxonnox,wo E—HMRx N— gh suwanr m S1 CONCRETE PENETRATION REINFORCING DETAIL scut:xTs smuRu Ru sxai eE T �s, a,ixur/nriri � u�o Rrrucm mTH E= mricrm saiscr RLL ff aiesiwm C x `3 a.waurmxerzn xnr es mmux�snm.mxrwcran F A wu avurtx�s rEc[ss.wv ro mancrt vaxx " Q x §^ ro me urRORanTE eio Rm. - F011xah110R CEN—NGM _•. ...............'�-.-.-..- .- .-.�-• cunE °Psa'a�x�au°cmrw°1: - 1. xorurE aw�saxs mo mxonnxs MTM d.x 1=4 b,n xmx aaxa n «n xaa�a� w x x. (cxx�a y 2. E CONCRETE PLATFORM/ IE mnnn x vw°n¢a°im°Aozn r e4. 12n/nTM "g PPESUF _ �xa U- �ORT DETAILTYPICAL ANCHOR ROD DETAIL n m —U-- 1! U �nm mxm• ua� w O Raux 0—Esr -!E sxmr c:-MUm"axrz r o ro a es—S—>.me ; LL cconV/m,wwrm rux uru� V W p Ns nm m�wxan url fxw,e e a/ion'c m¢s) .c.en.wx.a n eouuron <Q (O Y M za _ rKs ~z~ w Wo_ : : c f7F0 0 x a imnxo` ______ =G7 A �a 5 A p n $ s a W,m z u «O J 3uc w k tl O U U g � F Q (n ¥ m'vuran nvxsmexm 's:n.T 11 a ca'vtre s[u sw W u� a SHEET 20 of 68 9z Cxnxx.Mlxxxx ELECTRICAL EQUIPMENT CONCRETE PAD DETAIL13 ........ s WTR-474 �'x3 � e nnm[e�x E16296 XXX��.C,XS E�XX .�...�....�..aw.,. TABLE OF VARIABLE DIMENSIONS � TABLE OF P•M^^^^—^^••^^ AND QUANTITIES FOR ONE HEADWALL- _ n CONSTANT DIMENSIONS zy-'' — o :4 T r aww s.w�w'soiu'� o u11 0.2 gh 9 9 s 3 �r -- 6 y 9 o 6 X ELEVATION ABLE / Q: z o O .E OF STEELz^ \ X z z z- e s -L soon , s t =s o 316 -377 e m r- s' s ' U Q E it m e11 2 11 17 1 11 0 U PLAN OF NON-SKEWED PIPES — 11 0. o' 1 9 VIII e � X n, 3 d 11 11 s 10, 0.1 11 0 oae -. 711 1 1 � - BARS F2 3 - Ocr9.P J GENERAL NOTES Las s n- O 0 a LL _ a' w 5a 1.o Y r f.1 W n v 9 oN 0 oar a a % 5 0. ,o 6 9 ,�, -. ----. w w0—a w 99 �x GO g Y 0wu UU0 g -- .,� SECTION Wiz ' eo„ ppwj o �. /ren n rmx�rorr. :xornno� �e�.a way g 10 0 1113 11.1 6 a , Hy .`A CONCRETE HEADWALLS a x u 3� w n e r o re WITH PARALLEL WINGS FOR Q LD NON-SKEWED PIPE CULVERTS Q , aJ y CH-PW-0 q O are o. onx......... r.c .e enawo r SHEET 21 of 68 o„ n- $a ,¢ o i. RECOXX XRAw XX XO. i ., WTR-474 e vno9[erx M290 xxmnC,s6 en xx WATERO/STR/BUT/GNSYSTEMC�EAERAL M07EW SEPARA770NOF WA TERAAW PYASMMA TER L/AES UNPAVED AREA9 PAVED AREA9 M�--;.,ESO i;"q-m 1. PROPoSm WATER BKML'BUICN MIEY bWl BE wsTALLED w ACCLRDANCE.1 Gtt OF CORPUF I. ME SFlVRaRav OF wa1ER aN0 waslEWa1EF tevEs axa ME Na1EFut u5E0 SHau BE w S.':' '.:4 LHRISF NNRF DMbtlY DKDbBUMw MIEN STANDARDS ,o[ro2]aHCE mw�ro saC AxaPoME Cry Pu1m OF,�x cM,EUS'OF RYAS xaNFat i r�pp�ryx �...�..s......m41.w!!..: 2 ME Gry R£sEFv6 RESauFCE roNSEFVA 1E uw x aO- v G wA s[t[cr mbaxi Axrtww/ssu Eesj�M'Nx A.yllp $� S EXGvaixly Almrr farm r RST RESULrs,iaxCE OF THE MIEN xu FE uPoN roNMErox OF ME PRarEC!aNa Sa1KFaCroRv wHENE12F /!C wAs ——w ro axv FmGRELExiswAs-. rh1 ] A ME CONTRACTOR SHALL NRNKH ALL WIERw.[APoR ANO EOUIPNENT REOUwmFTOiwSTALL ME dK11Et _ s a s PROPoSm MIEN CONTRACTOR WYE�bREO BY ME WAS BMbON wS�C� � r sr 5 1£SIWCOF LMKS.aTERw2Al10N AND PRESSUffS)bNL[BE BONE N ME CONMACPoR UNBER NL GpSSevCS of ECSNC HVaRlnrS PROBUCI FlOwuNE£ $$ s.Nm) rKrzoim $ B a _ aLL wAIEF aKGNRaE Nu:!aE oEG,EORrx,Im,x aroaFBaNaE wrM NRro�, A�'"'°'"`E �� � � �� ] � & ME CQYMACTOR bNLL R£LOLER ANOSSlOCK Pd£AT A LOCAikw BESMwARO BY ME WATER BMbON axx• „mxxs ^ !C'LAmEa ry PRCR ro THE wSPmroR au M£HYOPANrs,vaEVE;aN0 FlFlmwS MA!aFF,axEx OUi s¢nm6®an ENIEFULS NaY BE SLLVMm BY/!K Gry ICxE14F,aLL r/EUS Na FlmW maPEarox aH,a FE aKPoREB aF FY ME aaNMAaroR 7. ME aaN,FAaroR aHUE B�R ALL ro=,AsmaNRa x,M wARFLmE REPNR=�RE=aL!FlmN a.N,aE a.a=m BY ME aaNMaaroR, r�aN aaNPLEFax aF P,�Ears aLL wa,ER�aHa<E. - W eWATERL/AEM/N/VX/MCOMEN REGNREME/1/TS � Au�EoulwExr mAr swxowFm ro aE cir Revs a rvo,ro sca« ti inn l,]]'nuA S. MacroF rxGimFEwcAmvc ExKmm'waRF uKFs � mxs sarE r au ENevs ev ME smEEi vuu Turf a NevmuN of x al s` Z xNErnaK/ Hao vaxB BE r 'NuxuuNaensuecRABE1AirET'u'mc n"nauND 1's' sEP mro Fmo awevs(r1"auNERF e J w ME smEEi -I]Nx my PWEs x Ix as W E m 1a eE REnGFm AM mIm FY ME 'S—M..— TVP.PIPE TRENCNAU,BEOO/NGAMO Z W W WAL,=I£RI.dYE.a A WNOR LK BEFlNED AS A bNCLE LOLA/lON REOUIPoNC ME USE a<TWO Aw15 OR 1A OF covin ar au Pavers. &4CKF/LL FOR WATERL/AE o o*a s U I1. IRxCS vALLES,TWE nYRRAxrs,f2 CAx BE aNICIPAlE0. w NO2/roxCREiE PaKNEN!ONIv) c a/aPMOF N VIII C�CMR Al xa mcFEASEOFroxlFwc,PasE. wARx aMsnx wru xeE xamlE GEAERAL NGTES FGR�CIO=/LLQ win sear � �III} Q ra vavEs.ANa nm sic vu u.eE wR,wPm win(al M'crwEssEs of a Em. �-L MULL-2 U� M v—WNE 2 E—AW - eonr facinwnaiac ro niz ia[1 fcxurmFlM iael O_ aF sxrvu Flmxcs AFE uM]im,uxEEss aMERMSE sPECxxa Fv ME=R UNPAVED AREAS 2"VANED AREAS 3 J IA. RElAwEF awns.avCM£ _®ves.um]xxu flrvrru srau miser m n¢r0u0wxsF Q Fov Axv ea av�c'fdL Pmu°%n F lisxec°N�xmmuO1srane M C1 W W x ANRFNE,vwuu''evavaA E �mmua�,vaclxs'w eENREAmxaa oR Flum as >m Aa➢ sw..m nx y= Q Rmuevm eY waRF nMsrav wsPmroR. 11. LONIRACIg4 bWL—ATE WIM WATER BMapN wSP£ClOR AND NOMV ALL AFFmim Cu£lONERS 21 xy us[ m x - Q 6 W W u u wa C—�_ Q 'C RS PRmR ro ptb!aF Ex SMC TEF MIEN. asm x]u]mA. ' �. Pavan cabwcr IIsi ma sin PAsrav W - 1,. _ fiFy 3 EKCEID 9B'LOHF M-0-1M ME USES OF BENDS COUID BE R£Ou64ED.. wxEx Gtv mr me )S. �IINA BE. �F a: 0 19. s SIiALL SE dYsiAUE9 s0 RN!PIPE CExMCArox NAFCNGS AR£LOG/EO ax M£ ssm /]'sEYZ-ImR Is Main m BKrnfn BDdv(I4R� ) l ] N W f=.1 �0 sswc 0x1 Pxwm w]. ns " rc mlmv a-mMo asc m W 7 Z 2. ]a Au sEFwcE uxEs unmet mvENExr sr.,,eE axE mcH,wsraE awueRF,AnxmuN. xs femme•) v�_Ira�ra m n]rn�.xn�c ' m Q m U m fr�m ciux m saK'm`f]I=11-AxxL°`A9mm.�x 0 SPEC/AL AR7TE• ,. o].esr AmAras rmr Irzv GI.aN]E].a mea G x f7 U 4 ENCWEER aHALL CONTACT THE UIRJtt BEPARMENT suµ�"I"® F Q U E FOR WATER VAULT OEbCN COORBwAM)N 0 "o10— W Iw I W i /x ns rtF uEary Exc ua SHEET 22 of 68 9z aznaxr]IEnmf+/-]i/or wllwm' Cono onM'Ixo xo. WTR-474 � e vnx�[alx E16290 m�acc awa . axxax'ai,ci /,- q c17 o ��aET.xx�a,«raa r ,coram amx,.a aE�,Ea ,.�" ,axar�:aa�xox a,]aaxaax]xar xm xx m�xx,,�]]� ] t>E nr6&M 9uu 9E SET m uxuaCrmR4Y 9uxr EmE r�ihf i..''m,uN a xflc m] fl xa aaamsxrExisua max 6wuv MEn ]/a" Aye B �� uY nacr s a, .°, �a�E,, �r r tl rocxErr mwn EXTENS/ONOETA/L E aacr on mxcxErz .. e-na�a.E roEm m u�ux sunnxr sxxu a ar nEc mrmv o<nrr mvaaxr e. eawr �e x SIL uvuuar em flmmv w suwxae „� n�x �. ��.mEux nmaxr aflxYr uxnsiuxsm saw cflrcxarc nmsr ero:x coon <�,� a ��� ti lo F/REHYORAHTASSEMBL YOETA/L/TYPEV enc U Q W �^ � o carneic aarir.° 0 mvrcrc soar.°.. 7� U VALVEBOXOETA/L VALVEBOXOETA/L f�T '�• III} c P PAVEMEA/T PAW 77APAL GROMAO m ram rox� „„,•„Sof aEE�xE.�xxflE aT,aEga a.o<,mrm E.E.BEY �Ihf w P/CXAV.'CH p PoEUflE„x �ro F c w w 4. Q wEK®tx b•� Mndx Q a F Q yl ewrEt eEPx[ f'j Q w w.ro < Z g, a LL .rae.,r nal ozu O Q N W ..x. is+x9P i uxx caxn n r �� am wmr w w a ~ 4 earmx or nEuaxxrr em sw,a�nvroEYryAI �� � nsr EwE ��/,'a (rvv.) p U E Q s m..n mma,Er aa,xsr uxmvaem sm- 'ter ate' ananxn Ear LID DETAIL w SHEET 23 w 68 gR F/WEHrORANTASSEMBL YOETA/L/TYPE 2/ . aE.....avixo xo. —ER LINE BELIND—I „o=,o scot F/REHYORAA/TASSE/6BLYOE7A/L/TYPE2/ WTR-474 e vxoEEe,x M299 ray rnr�ex,r � xm,anm° w"..,Mnr xxH�rTC,aB x�xx CAS/NG SPACERS , nu aeon aac w usnx xnu.m er.xcwx ax eaxwx , n'anu er sw>,xxna e.earox smc avxc srncrnr n :""a wnLrm�eaw'r.•w.xcc nmmcrs uc.my .rax n,' •.r SI'•�ii s�ex ..•`' P/PE/A/SMAT/ONOETA/L srwews n c ex nn sxw enr x wmrxcv rx x e- r xo,,o scnrr s u r fA4°c WA TERL/NEAO.R/STNFNTOETA/L x ® x ""sm�rus""�srxcros'a""sw.""��s°in.m w""'0nw me umawrm e.""rs"Y`i eu%w�sazcmn g�� /NS[ZATOR SPAC/NGOETA/L ����� 'xa�nr mm cnos w aseva q:'cnv°rA'wrP ua frvn�l sxw ec snn. ti a nT. ti ti IcTYPICAL CAS/NGOETA/L ..�pxx, a eras ren � p °W ria'" e[wnnum nr rn[nawv p GYlS ruevn�(xcl w x axe wrotHuromu[ � fx'xyrX6O1OSx awnm"w"exrs'iP°a ss""n w'mr�.nioxr nnaxw TYPICAL VALVE/NSTALLAT/ON THPEE TO SIX WA TER COMEC770A/S AT/NTERSECT/ONS E xm,o scut Hm,o s..ic w O 3 � nsr x:En en.rrr,na-r axxx s_ a eauvs xw my nxrnx xw a w..sssriur crmx V w w 3 xxnr fon rnxvaa __ p e.,,x w.nn rxr.J a xrr� fr x�n n:eaxr, l r ears u• z vuvE n,�n..,Yaxr, g�a•nne a a awnw x u �a ane Oz o wog, z u x w� aR W N W � >r"IKM( xwxr.ax � a axxxa � a;ia ears ixnn.E o� b a 0 w w - n+»xxr.nrifrnvw� un,�uun, w ixex.wo wrr ew car.xrrr.ary m x rna na�mws�`emss:,ni urs aos: "nO rags: a encs ao-aaw u5 ,xm.xrnur a SHEET 24 w 68 9eDETA/L i1" nsmsr.vn wsrnua aarw BETA/L B" evnss rzr nrren sxarc�a;r� DETAIL W— toxo oxavixx xo. TESTR/SERASSE/IBL Y COMECT/ON TESTR/SERASSE/IBL Y TESTR/SERASSE/IBLY xo,,o esus WTR-474 � e xxo�xerx E16296 aaxwnoxrawenxa. � xcim mx rxr can axo�,>m rau B.,mc.axx xma s"Bxw a xw� B�mrt ao �- axm r �, BBo m B gh g �s wess/exmvx _ art Muss W—IMETA/L MARI"RLOCAnON wrxx xxx coreen,i+By r' �rnaBrxuao�mnv c-smam PRE-sETSERV/CEL/AEMARI"RDETAIL s sERy/CE K7771slolEWALK srmxc nr c�rea.m.,sraa nm,o sur \ �' no o sc«e ms wev�P/CAL CUL OE-sAC sERy/CE a SERV/CELINE AM MHULS ax-id mx(sr GMaaaxxn uv[ aKawnuc x w) �� \ acs �,.asws nave we a xn.rmuo cwn rw cawrcmv �? I— y � rws/,•.i•.,T,.. nwm smcx sxu B'evsreum 'w9 f° �� Z ws uasrurm er xxma arses �' rmu smx U U��= artxc werta vxvr nv xsarcmv. recuxrx aswr roamaa ,a. nwuo mon ev mvasa mexnssx conn � Q � oxr acxc sorts msrrnrwr mmw my Buvaaurc wsseuur rtmrtuvr se+cr"rxsnus"art w/m':rG•fir r/a.•.w.n r acawm wm rc s/'ax r"as ail wrm roxrim 1 asHawn mwx sou a usm. mnavamv smv ar au sxm,cr rws �—�k�K m ucrcla[o cortrnvnrmu s ®rax i�rrm s za�x'awn) snwxx veer m acrm-sm'xcouum>r,•..r',r rla• � U W w m°�` rna x `f ,a Buss m�rar axGtE w[rtx � O o--xr Hexa nxeamurx O mrru rovrrtxvox w/cues aucr/s nicru mu^iea/iu�r a�meruwrc®m�xnws:- `�rysE ax HP�e s �� .uE/ER rer B auo[9[ vai_ 3III c x"Bus rwEas� v ss/Bwxze / wrraa—1- x ur/er arxEas) � xumv ser a am versa uxx Nan aero xur enn s�.V+-uuisin/+amcr�.. emw a/,"vucss overs®m�xxiws:- e ��III SERVICE K777f01/T SIDEWALK L47E '�r'V�e a�1mEa eauax� rev an+@asr m ager mw�rars B.wx B:urtrm au Ba a au -.0+' r -rxxxr.r.sr M rovnrsBas no,,o scn,E w vm smvxx ra' ra" TYPICAL COMEC77OA/OETA/L �.nr ua un sxu x amrnsv n n&cwmcmv ra sr,xxrza smss.r [9 swsBn srBrcrB�a sass W. «,w ae macs roa,xwxx n x ave.vena sm.Bs smu 3 J cartx axes no,,o s«<e er ruvwxm er me Bn. _ Q �^ Lu Bass,nB,cs aro,.,mw.r wm.w.w.um ee wm er xawam w roxxmvxe. u w w NN Q wxrx l nnes. = Q re:�m x .xrxx eB,.x,m,xn .m,awwa roa QY a� ¢ Amaa xxw axwxE wxr�artQ WOF Z r[xnas[xrm mrcrxn6vq uo amttmr aver - <<N Q W wnr nun-rt[ss[wr a e i G F G F sort,„>r<rr..er aewa art ""�' x o w v ¢ mvmrt+naa sror mr x rowm..V+"av r"as xouxm a'snx w�mnw,r NW _ (� m xc-nal mrru rmr x G W 7 F o- ranx rmarmarax F a a ¢ aso '310 d a a 4 SERV/CEN77N5/OEWALK"Ma 7D C[APB d nm,o scut �� nrxv�c� 0 sm•a �v- nneaa. rnrxa r rxnyr q•ros goners w rteauam) m a SHEET 25 of 68 9e mnr usnmvr BOLLAROOETA/L sono oxavixa xo. TYPICAL COMECT/ONOETA/L a nacm evaw nm,o n,=r WTR-474 m[waxx � e axo�enx E16296 xxmsrC20 en xx "D � � _ BARS C' BARS " 00��:eF9bj x\ T nB — a-x.... dhAN s g sarxsu'x'xiw:rmxtrmx A r � msrx„crar.a.,r sws �eus cheeps -.... r.ws L4XL N1m" g �� PLAN OF5'S7A)D4R9/)LE7' PLANOFPOST/)LET nm,o sra« en ,i,•b• _ - v,o�e� no,,o sca« �� Uma• ixmiran n u°nno e w was nwmno urea scrr x ar x c�°eao ® amZ t: 'n� carmWu ,anr � PLAN VIEW GRATE BLOCK SECT/ON B-B n I amr .mean. � , — —s .�n•ax a w PICKSLOT DETAIL oo �'°' ►_ w E " acre o x Fv+ Q a.� � 'e= y w ¢m SECT/ONA A �•�smxxa was a F=F O, nm,o s;vi� GRATE SECTION RING SECTION pLAN OF STANDARD GRA 7F IM SON O C, sm an a mwsnax mrxsnm ce a nm�a � �. O 2 S Q J F w U p t to a B°O1' a�fsmmra amv a n C/TYSMYO4 D/)LETA)D S/DWALK u ,/+' �Wi �m r a'nmxm' u°+aVim!25j w. Q W dfANHOLER/NG&COVER CAST/NG DETA/LS a .,m a F p U O de u eaxnxe avrnex J x y a<mue m rnrrtnn.ma.xo ow.aaxs m¢frmx cnrais.wxn,no �i r W U cuxx w m e arsmocc•r nam timet as cnusvx W zP�NFxeNr a xw, r.e a`vxird m u>.ruvv nm wn FL OWL IME TRANS/T/ONAT/NLETFOR a B SHEET 26 w 68 9R 4"ORS"STD.CURB ANO GUTTER ® SECT/ON C-C conn onavixa xo. no,,o sc.,E e. vrsxax.wns ar nnn.m ruiws me arxn-eo caws me anx-ue ra..os „o..o)v WTR-474 � c vnx�emx E16296 gnc.rrt an f�ncw nnrm icx non f!m) oxmrrC2 xn "ux mn s"a mon — si 'max g xc.wrt x.H xxn T11 _711 I menex xo pw.) � W�/�/ lw fn» M�_-'hF`•'.'ai...f"m.:.. /i IIeF T� gh 4,4. 'xr'zixx'T i 1 soon vs mom s e am am ' mwrt snn rpeop"o rsix""n_ ' rm.l xsvuv xwne�i v!u/awn�raxcm vvt esu c-•m sma]u!m wry xa nmFlus sma]u!m wry xa nmFlus sma]u!m wn xa nmFlus ` PLAN PLAN PLAN KEYWAYDETAIL TYPE i1"MA/1//OLE TYPE 8'MANHOLE TYPE C'MAAHOLE TYPE D'MAAHOLE xo=,o sir xm= xm,o scar xo==o scar os cu _ � o `:`, a'1[ H���e� usssc conslwrna.ax U use ��� (]I ere. r m rmuimr U • � xwxe�wxo er Oar e,o�ea.cv. �3 [vim a xmrax nnis� c COVER BACK n w E xw ro —O W .... . `� A " nem ro emxFT b �� L o PLAN VIEW PICKSLOT DETAIL �I r� ""' rn�r �1 "� r� �wre"�"r Is wn•,eo< 3 Q csffwx."ES) xx.w�'"R9FY Q Q yr ox L �' m a oc.aral vxo o+x� .� QQ a W �m a�/. sre'—�— ''/e' ] 1�] ouow� s b: ;ux a1 orm xwsocrei"wnNi'n�s a b Min.l ux e a y� —•——— — W F ¢ O W O F s/e' a sre'cu x uw�nr oc �o oc.[rril e SCTON FRAME SECTION s�om mnHien sxru rm a wiv a�.�1 = <F<2COVER WSaU ~Q2 JN W N ¢F C/TYSTANOARffR AOWAYMAAHOLE SECTION SECTION ® ro° SECTION dpg; F y m -p R/NG A COVER CAS7INGDETA/L TYPE 2VAMAWMAIF TYPE C'MAAHOLF B10�Ir rnmea'r^er,riaFs TYPEVAfAAHOLE n sno�x ma 0 xe=,e sGrr xe=,e=ter xe..e=ter H�ro�ul xe..e=ter awm 3 u c) U b Rl1N1w1V u F< 0 e d • THE��. nmm en m[runs m rwrimn ix wannc er W x - nes n,.....nr exs[s W z l,xn swxm<i s"xx¢wl x!xs�avm m nr ns m utw[x.YTHE I= an•. "'ro ' u� • nr ma gnu xm url�s.rm a Me cosxn 'm e[ezrrt an rmuma ros SHEET 27 of 68 9z xMx x.n.fvi Y npm s ro 9Rw!n9 m 1nMFlc mmx6.H. 'xru s:—H. ¢tE9]/�„� !!IE canlNGl MKE f ru xcuaE mE conn xRM'IXn Xe. e. ano.wo rau a„.,ee mrm.m.,nn m.s.xc xxxnac iew.xx emu rae s.xx,cane..n. 90flY 1N1FP e. rn.�!e."'E 9.rm�>o.n, -M. WTR-474 � c xnmemx E16296 3 su,.nr exmciC22 en x° nra�.,xc vnx.x n'""aa.°,.rc°"c � e sy.mxr.t.xarx� mn �.����==•wm::a eb�sonw.m r mnoer " �esrcnm xm.w ; am ary a ...... .... = ::. axx.s......a..a.. — —, ,.�n lit � r,narx, �;een , -16d— MAI m L— 9.1 FLAN a °�rv� xe r.x mr m a n rc a.ar ry mo i"arc xm / gh® g n n e r oz rm.r rcna w......r X, CURB/ML ET THROATEXTENS/ON PLAN "� m,,x.."rS1P0LA0X mne".sr "r� d®:n'r� nm"icrz REAfOVEANO REPLACE TOP PROP.PIPE TO EX/ST/NG OF EX/ST/NG CURB IML ETDETA/L R.C.BOX CONNECT/ONDETA/L ,..e. ixmxrmsuina F e ° emxrvc kur mxu°i°e.an wm�sr°r jl-• y,.mxr. a.x:fan ar.a..aa __ — -� o x v,w . SECTION SECT/OMAA MAMHOLER/SERDETA/L m oosnn.n�°•"`a°ID°sm °fl° URPAVEDAREAS PAveoAREAS URPAVEDAREAS °s—VEOAREA�S EX/ST/NG R.C.PIPE PL UG xpr CONCRETE COLLAR DETAIL r xm,o scn�E xm,o xn�[ E _ _ Mxs rnxur ems nwxnr GENERAL NOTES FOR BACKF/LL W rean.xP rcneam��x 3 ¢ UNPAVED AREAS 2 PAVED AREAS F Q ,. s wpn°n $ m.n r Wix°eael u. µ •a4 urns/N—mv .crr mr sv�rc X=16. 4... _ aw m f £ Asn uzw�mx F 2~ ¢LL O Q N Q o - _ c w cxi xE°r ex,.mei nix 'MUT'-�. w ¢ :a°="° rm a>..n cAin mxe� «as'xsxm' a wx arc OF p r-1— <� 0 ba,a,�;�ns .a=.x.i 00'3 chi U rx.�,�xw.� xrcw,x emmxx�rvvc .xuw new,..xsc, rmxsrMnmx roar zrss:�xe U H U g [:frorv�CRETE P rv�v1 ux°m pvc 10°i P. _ W u nm sucr � W b vrmi xnrvaw es-.° s °•..<��°f 4MO a SHEET 28 of 68 9R TRENCH BACKFILL FOR STORIV WA TER PIPES ff„°„s,mmr;�_ z WTR-474 � e nnx�[erx E16296 °xsIErC23 en x° Rte°°E sl¢i(ssj ixrtov ixwxamx ux mRanr aPmixc q--z°e-I- rat P�I°E �i(ss).9.ixwxamxuxP mRanr aPmixc q--s°e-I- rat MANHOLE REQUIREMENTS _.Sr EHrs(RenE.., REem ROxParcmwT (PRanOE R HEwx REew ROxNRc2umrmO-H(eatsl ce nOPE Po 11• ;am Psi mxcRErs moot la' 3 Psi mHCRErs PIPE°uutETER u.wx01E OIMETER HOPE PoHRS FOR r -H fl+ns) M.IusWmrs(le'wx) sle r ..... P—E..C.—ro roP OE m6m le•.ro scn• s' xn'� �?:4 Puce mxc6Ere ro TOP Or cmeu wttx Ex snxc wrcx I1.1. " S mends uers°li S mxC 12'un CaM 12'M 1 xwC]'un Hued l'ux 6ne1 ER uutsmxE BASE OR esPRas- APPROVED COATINGS TABLE TFPE wBRRI I—Tut 2ar' d WHOIACNRLR %Erffie .11 M (rxOOT IFME gh THI 1�R J�I1K E Hr SXn1 s"u'Cm ExISTxC RMIII a p Cmmrs/Ch M r wsE PROVre5p B enxem mxT F 42 P Mala7= VNx zro FRnCTCR LI_ �e11 COHCRErs SMSMm xCWNNC HNW 8—E. Z {, CmnECllOx �W FlTn2Os 9vu EE Fl➢sWeBE Fl WA C nR s(. BE wY�msmPE eE sOR RB <RESAR � (lOO Ps un a 2a 1 s OH»nLL MOrlut: 1RT R 12 uAT ax M - °erne (lOO Ps un a 2e wtsl reTUE / Q JfPR E 3 11 mx REa rnklwEs°0'sl m — "" \ti -RE Qm sl twxm e � xmcwtr CRUSHEDOm m r. ROR r O . axwm(sPnOse IF m( bgr mu—R sT ti mse W rn manuuu ua slue asm m e x cO rz'� •a Oreo °Pnuuu uasluae nslu e e 00 12 OC' O U k E L— u K m E U�IW FIBERGLASS MANHOLE CONCRETE MANHOLE HER ro r.'„c HOT m scec o mmm°oleEaR rriR Flamm' ,„"° o „-sn�� n�D (� H xaE °` III} a mr mar a R ""R"m°°E E"ul° R s<°P — W j( cmmu:smP H. mr x.x. PRnrsr aPml PRe"rE R mm aw mR w HDPE M as mT h� PROP. mr RPE W PoHH6 wm, PIPE(�P, _ o ommElE -Pl.P xK Re,aRM aRmxD 3 ¢ Pao ° x' — arFlHSH= w a P x �2•R,naz .L I..s�,E H MmxoeHre em HNs sPEae. — Lu ' 1°lnan oam sEk assma.aPPotrnhn e. n' REI"ta c PRm'0°0im11 w ¢ :1EEi mr.(1P:uw mR APmmx mR 0. s 'tmREaen a ouwt y Q m W WASTEWATER MANHOLE(BOTTOM) PIPE SEAL DETAIL w"nac ` a a xor ro xor ro scxc F 2~ a LL is evem W C F O MANHOLE PROTECTION IN UNPAVED AREASSEE PIK a Q Q a p °E GENERAL WASTEWATER CONSTRUCTION NOTES: (CULTIVATED/SPECIAL) ¢ ML uux enr ro�" ° w V Z J = TOW N Z F ' nfO x wr x f D Lu le Coxt.mwA OPE en1B ami Poxm Q mxTHMfaR RwRaucnEr unaRsrmOs Tnf PR.1 eEO Is Nur n2Wif OE eu Tn " v PRmIOf fxsTRp 4 ...'ROHS mO CaSTxu rs mar of eNCWMERfO WR c mf CWRsf OF C mlxrs mxsTPoK'Iwx. SEE PIK ("PI 2. THE C .—AR SH—MHERE TO aLL rem REO—ONS PER 30 TM a RPTER 217 A 3 c v v u s4H. 2n'wx. ,«D Tl:F2tw—R E NR ExrMnnaxs. o c+ ti b '' E.,re:�xu Hoy. E ax°HWT MHExE ro THE nxc� ~a O o as a " Z=.—RE o s G BE o dx'm ro sµo E5e eRauH° FlHHH eR°uH° a & Pen 5. PE URE Nom� (µmzsraID vnrx ePPPomwIDSEPT"iE "IRETE OR �RMIO °NtlIE J R �ePEExEFlSH—Uanxs N PI mx I"o .R' —HOLL RCm T W a n SU. E—�ME-��u wnOx w RE PRECxsr° RoMa Raaei t2P.aIH uUui u E.<PRO— ME FM°IHEERMI seances a SHEET 29 of 63 tl965, se ePP DE sR 2. IH DIRm ol. ELAREn`�R01Euax�'ar TOcroCOw°SMD�a`lo ISO.HtliE1E MANHOLE PROTECTION IN UNPAVED AREAS pFORCE MAIN DISCHARGE MANHOLE DETAIL R" Rr�°oan"Eu°iEEam FleERXOCIas"ss mT'"rm�1°'rro"e"E1tCH Husrois°BE rxT°R.Ixsro2.m. (RESIDENTIAL) 9 WTR-474 HOT HOT To E1629D ..."'72 ."'24 EEr xo Z. RON sT aE wtss.i un"moPE(w"Mai"a"Fl�rn reEawre reElxrorem.ENr (PaaNm a. =16 ate,EQrAnoxs,avertµ,ReI N.mremmwxsxP��.�PEQxEQptww,c IxNI rat eNo x r a ""N""' wxw,o . .r.aaa Psi mxmiE caun wear ro Ixs].,,,,xa acxrEmE or Ewx ax Ixln.nxo NPNn]�reEvns,ME c]xm.crore w.xr•:Ewan^•^tt.No sans ro u`r`�eNo`oE I�P�nEs"sunt xtxx�rm o�nawacn ME um $.-°f:"..'..........____...: INTERIOR I. in�xE a�Po-]P me Rrin.1 sm]cE.w]]mars ' ro ME TOP aP mt9¢ 5. MME 00Raulcx SETTI O a sxaixro ata E�cwurroas�]a E E SOWTOR SN­WEs f CORE. s. SEN- OF —AROUND Exrsr UxmYNm aUre ROPE AND cNmMa GROUT. pro '® s '� aP ExrsnNOE TOP u,NxaUE +NAE — cmEDr sFz mxMmr/MW5r INS ow (fact U-MRs ro eE Fl¢n raal —EXIulrvus e• P 0 u BIOE ours USE Ewxea uwxWEmwwnaxaPm Ff. xrsRxc PIPE vNxm SrCP ROPR(unrw ro reoxux Ix PES _ a vs aisc Exrsn ,/�uunnnnaaro­OE PIPE Twrnac emsx (/N� CE MISSION RUBBER 0 I OR (im Psi MIN. and - ' 0 u sEnn a13u vnm Sruxicss srmE � ti K m iv aulc�s[mnc]aoxi P.— 0OUTEIMME c U j a rn ataur(1Sxi]o nRONRm�uul ingotM. OR W W a reca regio O a U E.Ism.CaxmElE wTO ax FlnxoBm Flu U FRP INSERT REHABILITATION OF EXISTING MANHOLE FRP INSERT PIPE SEAL DETAIL VIII}} NOT ra sa E Nor ro sa E Ill f aw..,xtr naf EFlERxa (a)i i/a'ttOSED Pxxma�tS W 0 ME EDCE OF IN 3 0 sxEt(s.s'.1r'iNe°NNMH'a�roR ES TOo 2. e[Xta]]icim]Pnao uut at[sM.a x]uas a U Q N Z Y= Q $ ir�FlnwsPn aF°oa _ ro TO e M soS Pim mei snxc s aEaiam Q a W (TO a wcwxED) \ XU­ } (w.aaa mss MI xusr BE INSPmnn.PRaa ro msaruunax,ME f= ¢tl SWN_FOR ME I RING wF W O \ «N Q N ]Ora EER PLAN VIEW / MIMOSIWw�w<rs.mE axtm�]rore MPreoN]E cmnFlrAt�x. s Fc z= w J x V W U F¢ 1/1 oU,xEPOP ENE aPEDmaRWDE­1 - < C U.S. OUxoav a-/xo�xs.� 3 v ti ra, E-/xoaaa REQUIRED ax xa w< 0 'vi,w sPEQlFlanoxsITY x W �j yEre uutuncruren w s u ER uoruFMNIlA (2)a RNfD EWu pu➢E IN ME u6n7 stat x[a.ow Erere a SHEET 30 w 68 pl w sR oxo nor IxrEDom Pat—RED Extm. aaxxxxowlxaxa. SECTION OF RING&COVER RING&COVER APPROVED LIST xE WTR-474 e Pxo.IEax E1629] °xmE.C25"x° APPROVES ARVs Maw6E w'Rxc n caeER �M ••••,�•w'�::s.,. ,OPE,vusuvli Rrvas vnM SIMM S9 91EEE(Ss) .uxufxCiuRER Fu1ERI.u. dl„^`t f`y ua9EE xwE LAQ I:wv MxeroR nR o o:s°R o°:s sxam 1 ury Ifi"unx. 5' x lm u0oEE 9RE(S5) S' `+ exam /nwm PPEPS MUST FT,XM�� ow W.El ° .sMa� c s ss ".1%Msr a imn a Rs REsTO S,mbr s 4wrson aRoux° c(ivP.) xi m x u ly,Its s s o�Ei nror our g x$m N mlmi sre&uzm Farm coxcRErt g 3 p e OF CE(1 s s) s'-o'ulx.an. ( OE —S)ivP E$g � � OF cEw-Ir/�`+1 8 E1111111 Fm asxn Ma mnlREauRmmrs E•,zIEEE<RPcn o AS I+Ea'a. - gg <aR RaMam�IMr M.;�� nwa Ra E.E w —E—PEP EMSIBIG (1064!"'0 a>e ow>s) '°"""` sxal RoM E mrvMlEss sreEE R.anunm oEPRRMEMr -.P— TABUE P=SEaE R salmu.E ro RxE�oM _ p e a YMo PSI COM31E ® -u— 6 3. OM a ug xESS...SroxE fG awx xa �^ (�1E55 K:x wnrtR ie8£)°,aR I e'SWmuIE W RP xC 00 t 3 SR• � xoF. 0 FRONTVIEW �"0°`E MCREa SIDEVIEW v' ~ _0 0Rac ORoaxoxwlm ==TOM ux:° o Q w BOLLARD DETAIL DEEP CUT SERVICE CONNECTION AIR RELEASE VALVE AND MANHOLE °P° ti W d """"am"E MX,X` >: xoi ro sa�E x0i ro sa�E W W Mor ro w,c o o U W - - SERVICE CONNECTION NOTES: ° aR F.RmEMr 3 0 e uM a 9 .m MEA F o 1.00"--ro sP=Cl E�""`a Isoc"u'c"m`r"".s.IE R.0.o.a _a .r Exlm REaullen. u w ' MREnm R,lc 2.rv.smwcE PPE�Mo RMMOS ro RE sO—T wEm s0x w Px /,. 0-I/2•oR. a F F_.E MSM OEx.u1 U_s._o_.E x ME P..,x: ISE ' f2'� m=.— a.FOR Ensnxc uux PPE xnlmv.E rr a OMB—USE unury Y= Q oEPenMmr uvRaeE6 caxxmroR = ..roR xm•Pec u4x r smwcE USE Pvc wrE aR TEE.s oReclm nr m <a w O a d e sFIOFI a cMOTH,G x B GREATER M w,USE e'Pec A A ?2,FP PE 1fxCM ax SEIMCE uxE Lu PR'M°E •..cui 6' pMau aEMaJf N9E i0 ME uax ° w,E6ExeaulREosa uME. w WOns nEmm smwuME PlFE w/s•d: O=53 Uk -TOM MO SIE 2 W Q USE MSS. RRex 00 PLAN CLEAN-OUT BOOT a o Em HOS;,i im.,aR M o:.,RO x0i ro sr„E Mor a ° r aR s0 3�c ti a sl°EUnP as.°lEue xxa u�`RS5 1'°• ° u (mP6EERxEo) r 'sPRowoEx 0 1n• -ln• wQ U O d ATER snaxx Brox U m(2 FSLxjnex rR ` noP ox( sP"Foa r cj(s°R s ro /lE'°u ,° ,HF°ffMo SECTION A-A SECTION B-B a SHEET 31 w 68 sR POE.RmimmE mo as 0M EXE."" 00R00RarFIR0R0. HOT TO S-E Mor- SERVICE CONNECTION DETAILS STANDARD SERVICE MARKER TYPICAL CAST IRON CLEANOUT BOOT 9 Re WTR-474 2 a PR°.Iealx E1629a uxPn a'T Pn a'T —xui R R: r Nix.ixxswcss.ix xo ME SNN.SPUR BE C26 icss lxN� ME mic„xms OF Exrsnxc PmEmr. "•""'",". "'""" a w..a. °S (cis ai.PEre s uix.l a.Me a......a.......,.. calm OR S..—5: sPMflt R°'Tv �sflreiEfl nrt ONCAETE RFPpR: i2'uix.MCNi65.ix xo CAH S—REPpR RE s4zz av„c wPE oo„or Eaai w=wlo r NI' sw°ur R_Na ME mac„„Ess of Exrsn„c E„CRETE warm s4aL OR am Pa,ErN„cxE �NSIME of a4„c roPsaL sm raa.E 2-„mea„P,va"s`si P"uE„mr �,•......Y.A..........::'s Ru„„ER suPPORr ;ms's N Pa,Nm Pamc R°„„Errs sEc„olE2 1 4”TO 10”CASING DETAIL :.'Tor ITEM 247'IYPE°”dam—E-- CT o% ” o'„„ SxN�ME lx axEss —E BE Ess ME s „ci ro r.,c mn lxrx„Ess OF ME Ew "mxa.r aa. x;m ac„nl<sNN.RE�Er zrrauz g i W g s,„'T n o Sxaxs of cmmvrn $ cane OR—SUESs STEEL SPrcEre ficor RiOR PIPE S 'NOTE: $ STEEL as xc`- m xoi crecui _TH AEmm slm OR RUxxm suPP"ENaR�� ILL I'Ll SEE NOTE asixe Ruxxms g w,cxm "aoc PIPE (P�sn u�,)SEEoau:2 lm” eeiw-rnueo evwrnxe,ne aoaosernox.Z,11,11LIT111,11TI, ee aeaMirreo,o j 12”TO 36”CASING DETAIL12- w,E'T�a xoiBEOUNBIN_ ,a�"„"'TwwswLL�xa„'TE TOscac a��a� ;a�AaFo Pa�� na,='a:�w�oEF pxE EroEm�ME °oNUFN'owNI�TM'E"o�6oNArNOTMr -P�'TU«c ,nax'Tw�'Trn"rTMP"xc�l. sm NOTE s r"UNBM«,.U-u,.rew,." MxF,nr�xa„nrn�x TMrn�w�xa�ra"PP ,noN. '� x�it N.x'uuu OF ONE mr mo,s�'TE oF,aw sx° �n TRENCH BACKFILL FOR WASTEWATER LINES CASING DETAIL AND PAVEMENT REPAIR FOR UTILITIES o o W NOT ro scut NOT ro sruc U GENERAL NOTES FOR BACKFILL TABLE 1 TABLE 2 � �Illf BEOOINO ANO INITIAL BACKFILL FINAL BACKFILL � (BELOW PIPE TO 12"ABOVE PIPE) (GREATER THAN 12"ABOVE PIPE) o UNPAVED AREAS PAVED AREAS G TO BN Em icuiRENENnCOHo�w u�°F erccaNr„�`n NN8 R BOU OF TO L "R E 3 IN— CASING NOTES: Euom.'TRusR�„o of aroRk srorE OR o - W .s„al N:Er,RE Fol,.o,R w ao ` c EmpR�ani„ Q u� <m Fr.°Em u"°.wnF.un+ USE usOSEFfE ro a Pucm Y a QN a 2. Vr'aN,'N M si cros°�wu RE SUP—TEDsn.,l BE1. „mNo rrsai�mrs ar"zlu o:,ei FOR ""x. "OIXRi ssz'Tose sm PRocioR zz a x ~ nems(lair—o°°Ucrs�OR esPRWE . S F „ IN „ PRwm FORCE-Ns Ns .Pax aR('TSse1.s5 F 12 „ x ” „ w C= w O ON—RER BE m qP BE TM�°„z�1URE „ =u S. "-IN °s woF 054uc„"o,U"”ro oaEs¢-r Nr�ma��ENTS.MEN USE—ENT - rc�rc �(n _ x`E�„o IN "�°i2•s E- aox sm i,�.E 2-4E R�4w. 0 w u w "onEwu'¢°H1 aroRlr"En ISPx ouasou m PEPE 11 mE cRanw nPE is gory.seE-3n u�x�u'Tu a Eau'sn01aai0 ReEnm M x x Neil i —nn m,(Pp-xP ro io rux. roPm Cl M FN a 1 emra. imm RUSE ro W y Lu F 6 XPi E 5m Q si°xE dt cNusxEo a xRmR0f11uFiINmc°NCR TER USE CRSnm pa�iLp �rrou or Noon%�.ENi STeHiuim Q e 1. pITHE NaN oNSFswL.M uwm rs`(C°xslx S�Cwp4(II' .aPaxPn Eau u.c NooEL u-znvm.Ps.Ncoa C E„ ore. —.E AB.S :r."r„EN w1•—E i, °HREo°uwEUExMa%E m�.o.,„c 3�v ti TS ro) ro ee PSE°c„ no„. �a O R.carsxm uNmroxE PER r.00r nex.2i 0—:,s,OR I �I xP-o W b s xE osm.„cIsro a SHEET 32 w 68 sR roi«i-n) ro�a oPn„u„. 'To„o o„aw�x'Txo. WTR-474 ail I e Pxo�Eelx E16290 xmm.s snwn. mwvaosxn anon zers nail: xxmciC27 en xx �n•n -�„v r�m�u'c�"aa�man m we ax,.•a°ar�cam.�n s,v°ro,rzx renin a°s� ^."`�e.=,p::a m .n•xoxrx romrro :�/.�n mr.r.E F+:'�`l;e, ax�axx:E rx..." m>aa e " M1 � � °„msasE wino s s s.er TYPICAL 6"CURB&GUTTER DETAIL 4"CURB&GUTTER DETAIL 6"REVERSE CURB&GUTTER DETAIL TYPE%l'HEADERrCURB DETAIL m g roax�raa oni mrs �'/•� din m�� n ��ne� p���9asnrn '/.°xr �w„Ev wmx mnr�xaw � wr armnro \ �i law tNLL uwrn or`c nxi mc.r..cmmr 1 T h I lillr[ A ' w ,®w Q, admxcs ` C f 21M.—M, k .r rx o.c trerwa.,"' w.,a PLAN SECTION A—A CAP SEAL DETAIL CAP SEAL DETAIL ma coni• U Q `m NEW CONC.TO NEW CONC. NEW CONC.TO EXIST.CONC. 6'VALLEY GUTTER DETAIL-sm >- k tiJ� m r � O TYPE'B'HEADER CURB DETAIL cwxa a _ n V E1°P0R1fl srrx.once a asm.a max wvmr mm�rrc U wrww cua9rye� ���� � 3-14 �.• wr ,°nr 1I m.rms.ayerm, 0 0 me w.a ar mE..ro wren rre a _ m �w W t (sl/e x0O'°ia oon eancme 19M.M"®mecina0— m:om—M Q N ~ S re,rx. (xx 1 �•�••����� "iu���an°m�"1peom�r�.srtrm°mum`� 2 S� �J PLAN —E CURB rw ase enc e• a• �. � w C~ ¢Q CURB AND GUTTER TIE-IN DETAIL SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK SIDEWALK DRAIN a :�N°—r.e'xg`s swc" O F a � nm,o s— ryo,,e scup ryo,,o s— F E U Y s ramm.se�°s n®m m°.00 spm'aacc^ms xu.w O w C=1 �[ i.. n ux imwx rtsi simJw anm sr�,"n�c �nrr... �n'w� i rwcmxsnxn"ruw i Genoa°cn`°"°e"wl. V! N Q ,n r a°,r s. a.xc�mcrm ro e sm�var. W j a p z WQ c ¢of U sioEwoix x U s u§ a...�nx°xa.,mcxmn ess ` NEW TO EXISTING a SHEET 33 w 68 'mxxmx wr xmanas°am sn • ♦ • °0 _rs"' 9R SURFACE&SIDEWALK SLOPE BEHIND CURB SIDEWALK TIE-IN DETAIL SECTION B-B 45; (� s s w,c cxnx xnavixe xx. "m,��°� "°'•"cc^cc "m,��°� rsm«s aw.ee srrm ro ms WTR-474 El 6296 um tyx�sru>_r vests ox x ox,i�rC28 en x. xtr W,. P,srs,movr�' rxxs rewc xe� m.vrnx¢m�rxxu ` " yrs ,rxxE NOIE 32 mxx.m� ,ur„af N—�:—TEMPORARrF/L TERFABR/CCURB/AL ET-PLAN AMAHOLE-PLAN /MLET PROTEC770MOETA/Lnm,o scut nm=a scut nm=o 1-1 -s<r TEMPORARY SEO/ME/1'11 1-1 ROL FE/VCEDETAIL N.IF—A J \ a mx xa aro,a x a:m a Z:_, xmaaaro a N _ Wx��x,aat,xE xE. ,.aE marx�. nExE ME,xxmmns a�.,xa x..ff xmxm o x w OF [y W w I_ O A x6e ranc smucrune is w`xre"ro`r^o xl ROCXMLTEROAMAT xx sre $ c FLOW EART/fNBOTTOMCMANAEL e VIII}} xo.,o1u1 Exxx.. PIIS v " moxa w z s,mas mmx�xxxm� mmxr�.xx r"„c nxxrbr-�.... O 3 F FzL u sxxmcs�awx.c xccm� V w > ______ Q w w sm mr" - 1 F=� Z a co6e sc xox, ml.uxnru xm.,c w p F p W U F N F PLAN F J p CURB/MLETPRO7EC7701VOETA/L SECT/OMA,4 STABIL/ZED COMSTRUCT/OMEMTRAMCE0 W U CC N d Q j ¢Z cCxrowE m �'�s wu U_"S aGxsinurt xxMw µ marm+�num ows nr auwcs ~a W F mxw„ a. i.-'�«xaF x..` "�:«m.i.-mxa:x", . °o m""".ZOOOm.xto,°x.« "um°°'r w. 3 U Q n. ,'a" a, o N m m a mE x s. a aver ss°xmrr nee a•me mnrm cors xan,x s„.�ver.e usm mar mmax..wr srau aux.ara m Q W 0 m2 rewc vest e[sminm ro nc ew.n,vim ®r smumr vom xunar—a or me aum,oxs W cf) s .LY u§ r""�'I aa, x"xn, rm.a”�,,,,,�"„",ro SHEET 34 w 68 I-- FO.i,.x�aM.am�� ni .'" mm>.r x,nar:ma.�xx,mE mnsa"ma„E sR .x. ff—U—ox s<.wn ro FH,m✓,u xm x..ro TOF s.1.-m,rmrxxs sw..x.im o fu a sax AS—soU—OF smumr x sa,"nn. .a�aaxuvx.s s�w,x nvx:.x.rx:s"masx�axs .�uax..e�xmn�m,.me mm�.m xE WTR-474 2 .-S-OT. E16296 uKm C.;In Ku BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: WORKER SAFETY NOTES: -- s- BO;":w I. The Barricade and C...—ti.n Standard Sheets IBC sheets)G intended 1. Workers on foot sh.are exposed to traffic or to construction equipment 65 Ta show typical examples for placement oP ter)parary traffic.antral wi min ine right-o4-wby s all wear nigh-visibility safety apparel meeting devices, canstructim pavement markings, dna typical work zo signs. the requirements of[SEA°Amerloan National Standard far Hlgh-Visibility The information contained in Tneae sneete meet of exceed Tnenfequ ifemM to Apparel,".r equivalent revi ms, ono labeled as ANSI 107-2004 standard GG9 IM1awn in the"Texas Mon— an Uniform Troffic Contra, Devices" (TMUTCD). performonce for Class 2 or 3srisk exposure. Class 3 G—tts Should be �a3 considered far high traffic volume work areas or night time work. ah s s iP 2. The devel.Pment and design of the Traffic Control Plan ITCPlis the 5p¢x�®$ qI� reepanei bi iity Of the Engineer. 2. Except in emergency situations, flogger stations.1,011 be illuninoted §$�$B � even flagging is used at night. m "& — ine Contractor may propose Inch...to me Tc that are signed and sealed m by a licensed professional engineer for apProva 1. iM1e Engineer may develop, S a'u sign and seal Contractor proposed changes. COMPLIANT WORKZONE TRAFFIC CONTROL DEVICES ine CmiraCTor is responsible far installing and ma intaininq In.Traffic I. Only pre-qualified products.boll be used. iM1e"Cmia font Mark Zone yp£F antro, devices a9 anown in the plans. iM1e Contractor may not move or change Traffic Control Devices List" (CNZTCD)describes pre-qualified products \ kgkgppgpe the approximate Ixati.n of any device without the approval of the Engineer. and their...roes. (`/) Eih 5. Geanstric design oP,ane S%fts and detours should, wfien puss ible, meet the 2. Nark zone traffic control devices shall be canPliOnt with the Manual Par F: applicable design criteria can to fined in manuals such as The American Assessing safety Hardware IMASHI. Ass.clotion of State Highway and Transportation Officials (AASHT01, aSC "A Policy an Geanetr is Design oP Highways and Streets,"Tne ixDOT"Roasway Design Manual"ar ens ineerin9 judgment. WFF44 6. When projects abut, t1,.Engineer(s)may snit the END ROAD WORK,9TRAFFIC Abe Wig FINES DOUBLE, and omen advance warning signs..if ine signing would be YY redundant and t1,e work areas appear continuous to rM1e m11 rets. If the THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT £'h adjacent project is gnmplstI first. the Contractor t e TC erect the NCD fhnnY Datlot pOr O 2 W W rn k h necessary warning signs as sM1oxn an these sM1eets, the TCP sheets or as U Q� i 8 directed by the Engineer. the BEG[N ROAD WORK NE%i X MILES si.n.hall be COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES L[Si ICNZTCDI X K m •� revised to eM1ow appropriate work zone distance. DEPARTMENTAL MATERIAL SPECIFICATIONS(OMS) Ipyp.$ 7. The Engineer may require dup,icale earning signs on The median side of MATERIAL PRODUCER LIST (MPL) K O W W di sed highways where median width wr„ Permit and traffic volumes O O c §b )usTify the si gninq. ROADWAY DESIGN MANUAL -SEE"MANUALS(ONLINE MANUALS)" U :i 8. All signs shall be constructed in accordance wiTM1 T1,.tletail9 Pountl in TM1e STANDARD HIGHWAYSIGNDESIGNS FOR TEXAS ISHSDIANU c "Standard HigM1way Sign Designs far Texas," latest edition. Sign details TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES ITMUTCD) 5ppgg nal shown in This manual shall be shown in Th¢plans Or Tne Endi neer shall TRAFFIC ENGINEERING STANDARD SHEETS 43`^ provide G detail to the Contractor before the sign is manufactured. P' x P' 9. The temparory traffic.antro,devices s1,own in the i„usdetermin of eM1m BC sheets a e¢xanplea. AS necessary, ine Eh.ineeY will determine The most W apprapriatertraffic control devices to be used. O 10. Where highway construction o intenance work is being undertaken, other 3 Z Than mobile Operations as defines by the Texas Manual an Uniform Traffic 7• 0 Control Devices, CSJ limit signs a rrequired. CSJ limit signs o shown ~ an BC(2). The OBEY WARNING SIGNS STATE LAN sign, STAY ALERT TALK DR TEXT fp N U LATER and Tne NOOK ZONE TRAFFIC FINES DOUBLE sign with plaque.1,a„be rected in advance of the CSJ limits. iM1e BEG[N flOAD WORK NE%T X MILES, Y= CONTRACTOR and END ROAD NOOK signs shall be erected Gia near the CSJ Q d W F ' limits. For mobile operations, CSJ limit signs are not required. f=F Pn O Z 11. Traffic control devices should be in place only Anile work is actually in (W'J f N 0 progress or G definite need exists. @ F U.� 12. ine Engineer has The final decision on The location of all traffic contra, . W V Z devices. SHEET I OF 12 V! y Q m W W 6 13. Inactive equipment and work vsi one including workers' private o The 7t safe F Ja 6 2 m.)ST b¢parked away fYORI Trav¢I lanes. They Snoula be 03 close Ta Tne ,Tex Q�O Q right-of-way line Gs paesiDle, or located behind a barrier or guardrail, 'e or as approves by the Engineer. as peyarcmenl.fi nsy.rcad.n siznaara 3 U U BARRICADE AND CONSTRUCTION GENERAL NOTES . a m e AND REQUIREMENTS w w ¥ BC(11-21 SHEET 35 w 68 sR _ .ono onAwixn xo. WTR-474 � e vns�[mx E16290 oxmL*C30 xn xo TYPICAL LOCATION OF CROSSROAD SIGNS TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPAC[NG''s'e i-INTERSECT[ON SPACING $1` IswW wr'n VONp xt* m IPAFt SIZE p 6 aN IT It el q... al Exprc""y/ Pare. 9i9n� �� S Spee. Ti..Spg bpi Nms9wn ~� x { «m:brlWxx rG61 xar �z ,6 x, e x,e off gh s x0 �a o- r eaa— — 2 35 160 I b nzCW2s 6 G A240x a� 95 320 /� r;ryI .20-Ibm • I Llnlr ry ❑b-mr%rt cvr,[ne, 6 x 36' e x 94 50 400 `l L'�^'J CV9,C.". 55 SOOx At j me, NN Om r NSuf g CVI, E xm x bf RLO S 7002 amx AxFAO IOMo,01 FR'g':a9.41= Sre39enImmr=wm.�nvaoo°c''wm,ma'ecarpe umrmra° y V xm ROd� "m"r ` cxp-: 900 2n mTO 400a E a S , S 44 ml000x m 1 ty040 C I. Q mnri mumsooem "niNx.r ssi�a oarior Y9Y rro Filgirer ItAt I..m'S m ra°rm. laa wm'.= w ea wrm Par s.rola CSJ LIMITS AT T-IrviEflSECi ION II.ffiINure01 rro�ml gplimrim eimrm+nm rVr srmeo-e sxere. ' B u twos Gpima/[ rm mr nem' N-1 I rner a me rn r elwle be face Mxn rk a ~ g.- OUa` am ewaeq mine b me E ;rce " mma paramea.r a n<or m�maxor�.n. ° ae ";, w/ c rmrx mrnm n w r 1m rcaaer U W R. R. mr e'er el xnwil ee4Cawlrere,mrnlyl l�aelereme ro aevlmEirLXI ..R GENERAL NOTES me aac iw ei Vl. x J v2E OI�wlrun.fmm me inrasmrim.0u Erc�neer 16x0-Ibrgl'm71a "enm a replmea er me aro�r a°T�zxgwem l.n r°r In m.plan. °TO` smal°I a la r.lm elple moy be fees m ilememrr. U j a _ n�a®Y°a'vwn<I°�"ienef 11 ma awl.n 1.--m—irm m non Imo for � W vEP 'mover<n m°fB°mn eI i."'rr n`.e is mirrmo�x«, m mwc.vm�iu. o W n§b me Emn.;nea/mm�f00recra�NW Ilrbe.o place.r' Ia­rcrmma m rewin.m nen I/x m.I 44 NORM AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS mnpr<mvmce nninx. yes O SPEED %qm-6 xere 2 umc Tvptml Lmerim m OwEg1srem M'If0 33@@ INIi Mail[ STAY ALERT �r 1��IIIr �axgPelf X,X ioEe :4® q:4w«rc I Alle11'11prc Qep'ana-1 1,, O Luo to mmrmllzln.mvlme aP xx 5.rP�. SIATE LAx exmaor ❑ W . 1til 1" m LEGEND� �W O a a F S.rri0. VAL ...e u H aQ v bom ellzlrq Oevlae Q M1 W F 3. csI L.°1ddilteI_F—ml I d111 VV rNN _ F 2 F (Q kiln.1 I 'Of emina o-lvaeminer erIII Om xiFiF IamH. ^^ NOTES 2 p.c10'c C­ mi _ Q Q N_ 0 N me ae ee�im ra�a9meme`gp°I°I A_rep sneers fv exmr Im°rim me epmin9 t eiqu ma F N SAMPLE LAYOUTOF'S IGNING FOR NOflx EIEG INN ING DOWNSTREAM OF THE CSJ LIN[i5 - a..Cna raa�0'"`n CoF W'm Z U aE m me a °.eI.r m E ,na SHEET 2 OF 12 N SPEED N STAY ALFAT .ear pa n0 j 7 W m 5 /��` 6r MA}FIL a ,,. x°sec inion an.Il ba uvea. �' ae IY a 0. ° CLOSED x,,.z nI n TI w" Nmo M rOpWW� ® �iexas Oeyarcmenx°f irensy°rcari°n G v ' It 5 x[iE XINX* STAIE LM ❑ T siznaara < C U NrA4 a mxe •�, 3 v eM.arr : :�Mr,m�I BARRICADE AND CONSTRUCTION w< J� 'ra'"`r'°r`a""`' PROJECT LIMIT m d I m.lnreI._wrx,vlm Hi e...r;on.I°moo ie o r.rlma. W —< L,m,, b a. ,m,.a °I Iae rm m rn.rr.rr,. BC(2)-21 "'' W P ®rmo m..e. a SHEET 36 w 68 00 a I..r w... m r.9n.r .x..x Nlx.x.. WTR-474 � 0 PnmaOix E16290 oxsonC31 ze xo TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Ilork Zane speed limits shall be regulatory,established ina cordancewith the"ProoMes for Establishing Speed Zones," fir and approved by the Texas Transportation Commission,orby City Ordinance Men eithin Incorporated City Limits. + sE Reduced speeds should only be posted in the vicinity of work activity and not throughout the entire project. Simi g naM�°y a5 g� s " // LIMITS Regulatory work zone speed signs 1R2-1I shall be removed axes-Ci2`)-r LIMITS s �I or covered during periods when they are not needed. " 8 " _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ b bsee aSe r�� P;` SPEED Q ypgN a -� ZONE cZa 5B SPEED ~ ` TSTB�Y W[T ZONE SP ED Atlflx SPEED ti Q `LPuEO [N[i z 7N0 ZONE ..— M ZONE G 5� [Nli I/l W 6 0 " 60 1 a sPNE° zo SPEED 7C) F12-1 U Q w 60"' 60 F12-1 Per GUIDANCE FOR USE: w w` o � .�a LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES o Ins type of Mark Zone Deed I imit mould be included an me design of I.Regulatory Mark zone spell imit snauld be urea only for sections-P mnsmuttion `y�€6 he traffic contt-I plans MM resmicted gemetri cs vim a Iver resign projects Mere speed.nmol is of major inportance. a �i speed are p...enf in the.-rk Zane all modification oP Me gednetrics m I�I 2.so.ming Ilk zone epeetl limit atone 9wl be placed on supporta at a)foot minimal I M1igher design speed is not feasible. moMting Night. Y Lap/[nh<nlmdiate term mmk Zam Speed Limit signs,Men a0moved as described J.Speed Zane signs are illustrarld fp'am direction of travel and are n 11y posted W above.should be posted and visible To me motorist M<n Mark activity is meeenr. Por each direction-P maven. O_ Mork activity may oleo be refined as a mange in Me f-sassy that rewires 4.Frequency of elk zone speed limit Signs eould be: 3 Z d speed for motorists m safely negotiate the Mark a no ludirp: e 10 Don—greater 0.2 to 2 mill. O r.1 rm9h road or damaged pavelnnt surface tea l5 ss 0.2 to m le ~ bl substantial alteration of raadxay gealmhra,Idiversimsl ab 1e V W I— c1 construction deta.ra S.flagon atony speed limit sign sMl lav lack legend and border on a Mitt reflective Q N d1 grade be. ISee'fleflective 4metilp'onbRC 1411. =S [[ aw F u P1 omen nyditions readily apparent M the driver 6.Fabrication,erection and maintenance of me-ADVANCE SPEED LINK"IC13-51s!an, f 2~ fn_ As Imp as any of these conditions exlet,me eark sane speed limit aims " ZONE"1020-5cl plogx am me'SPEED LIMB"IR2-1lsigns shall rot be paid far W O= Z Should reroin in place. directly,out shall c considered subsidiary to Iter 502. pi N g9 y O i.Turning signs frauvie., yiN signs over or d—vi 11 not be all-.ea an less as e G F G U SHORT TERM WORK ZONE SPEED LIMITS —.,he oohed alder'REMOVING gfl COVEfl[xD^on BC 141. 6 0OF 2 S m This type of Mark zone spee0 limit may be iloluded an the design of I.Ism auea rear may 11IP red,cl traffic Speeds include bur are not Iimi red ra SHEET 3 OF 12 l N N Q m the maffic control plana Mon Markers or equipment are not behind cmcref, 1.a Lau,enfa.e—nt G W 7 W m me traveled a ivity is.i M!n 10 Peet-P the t--d May a'ashen ly B.FI199e1 s.timed next m Sian. ;'. sea, F y M C) 'anti r,Men varMaky ct C.Porta'all changeable message Sian(TOM 1.D.Lae-poser Itl'me1 road'tfan9mittef. 3 0 U 'e Short Term Pork Zone Speed Limit signs shwld be pasted and visible to me E.Speed mcniton irai ler. norariara only Men nark activity is present.then Mark activity is nor BARRICADE AND CONSTRUCTION w 4 present,signs shall be taro M m ca— S.Speeds shall on details above ane far illusmahian only. F ISee Re a,ng or Covering mv6C1411.v Zane speed Limit.•h-,ld ally M P-.ted a1 appy-ved for can prole-1. WORK ZONE SPEED LIMIT m & 10.Far more specific guidance concerningthetype of Marc elk zm W can 11macting b1e gul,twy an net on speed W y zom�-cticn a�Tx00T farm 12041 in the T.DOT -form system. BC(3)-21 u& ®talar m..e. a SHEET 37 w 68 sR _ .oxo onmwlxa xo. WTR-474 o —'en. E1629D oxme7 2 aaT xx " Y:a zaxE slcxs.axx TYPICAL MIN INDM CLEARANCES FOR LONG TERM AND INTERMEDIATE iEflN SIGNS —.1 xores ran rmw ma„ rol aline M°arralmr mIa plum mYlrlm meso-w airmree ar me Ewlww. GOAD R OAD DOAD ROAD �lamee lri,Toxo I.I.e%nom r1 as aI--av ims mm,w assn ro raW lax,«m,ma S��,z�" � WORK me RNirow. s 11 ll fi- 910XK 50DK AHEAD ea°exmel` ina eim`a aim x gmr snNr wmro-reins',sx SE AXKAD AHEAD AKAD n,el Hl a e`, In m`�A�r�ro n n`m err« bE� mxpea wst w msmmrm°a°��w OF­tten.—t Ast,eel HIm°yro we_ti mem a _ ^ 'oer�0 winnieu`0Li ��°�.r°mooinm'ira m°V ne'mem QFoal s rr �e veneomrrno-mkx ,m' a' .vw a remn,eimr ma Ir tura sam,weeb.eemi«`ror�.°.am,. m nireere°na nynvlwnIt.Oid° reo 'no m me°ma v wawa e�arrar«auiw wlmrar IF °ece,mewn.om PaeiNw mrogea.o°a etmr•man Yn„ro tto-a arvo-aapmy,aam ua« `l DUFFArIGN OF gg9 It mm P,mtw ala—t mann—Wht au P,mx. _ �m ev, lot,me ei a mimre ma„mr w P,awa mar w.m«a wine Ye,.r.,.n. ,me Yconwlar EtrwMlwer„. m imr ax acerrarc nest.mr,rrolvw a r�e,emmr�me�a /� e it elm a we n,mm An - wi met—e•a.ffOVe b"o"`wwem:ima meml,ywt'tAm sPl« mown,aOJOmuwr o-IIAN el Yana rot tures HI mrfine oe ulw Ylsm .aw rm am free ar,`0°m aim res w rrne ae vk ry wrrw.w.me _ \ a 8gv �mwr amx�ee a,oaanm eoe nm m<m y,imr cwim m ra s tura ar ewti-d1,,wrim seaarr ATTACHMENT FOR SIGN SUPPORTS loan Yomr - - este mm nYr 1^a e.nela mr,imr wrim. P3` o-envae` Ar�evanmr}Ouae rTzW nT'e A, FEET t mrea°mn`rimnwue«,v a°C4inrmei1tmimt,r,stamina fes u°to ap°razimtt,r,s miwtea.l A,9 ilia Yn na'urmnrer'e mrNrran ofx -ro-,wlnrewea,arc-rano al em„w nr i fur,mr It este mm 9 feet,amw me mesa ufine,aapr ti p` B®bls pr_',A res tutamina aim ='_1 got'°nis°r°`oewr°° aims a man o I mr mo uta mr m w<ruin z r f move Z a- t: I em°,°,','m / a aim euwwn rws Pr >� nrcr.w `rIm":i'N:.n,i w en u�m mriimr rmawa;a„a`se r«wema�lent°ar°me em of ru wxmr w ra�wa m U Q,W'– g ffo $ ROAD ig.. MI n w 1d A wia ^r'mr mr o mm s« amw ew mesa. m m a,«. wk a arim. Q .- h'^ ®I+ 6 MO�° w NO!s anal NOT xIl II a°^°'^tae r­et « m,au a a gap De al 11 N unlet me elm.las sun m s[m menlu sun In me P,me o-Ae alt«rod ay res FlNlneo-. O Z W suntrulnes ;ga ANDA \ Each sign ma°"mAa I,w"a �`r;e arow,ear —. shal be attached ,`mor rcu of me ri�mew'afem.'.e— d- m Yeear o = =� airect1y to the sign ai1da":��AN�,pamn,e2aeroeP ema„Naw .w o Ptm xea�Ire'mlway:' 11, /��''�III5 M � sppart.Multiple X1°°00 X18ea'me am o meiim Dll ine%°he"Nio-<nan,ami he ee°iace°elm eom situs of nIe a°,kce`aw s°rcw at a m0°4 e (��y 3�� (( signs shat 1 not be w�Nmr°,`Ie°oErginew wy ammwfmnwrwrroas araaPllclro me aim rine. \ry,.�ll1) g?� join.or spliced by �•rlm•SIEErim 1 «rlw ma m,nrmru ar.=HnA nwNM me m,o-as ranarar,«rlvlry rewlrercnra ar p 310 � y Ire Nooa - -r raw ne�nrwan n,mria sapparrs sna11 not be „04de a em a(,e,a. sPHl lF amu extenaea or repaired 9,euriw res rew�rew,rc of 06elm rxrc se Trw a, a 1 u inn to-rile e.u vi rx o-age mwwamas. G palm`Myiriw neer A. xarmrle�oxliw sfiff w by splicing icing ar All uw„w ,ew ma m«rauaw to-u cmua,pmer,errwa x„my ?+ r.a,iw lm>r,e xaae otner n,e n'O;e ,l..°`In rim•sranwa xim«vysm°o Im res r««•—.1.IF—,.rr«.ma wo.. war Z olio w ar _ me«,.w aro .a mm..m wamawY srmmwe ma mmlrmnm.. O l.t 11.a FFR 'rSTOP/SLOW PADDLES CONTRACTOR CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS ria=_'t"'°=a mp° W""IA A­m°SAW =d'-1wew^emaeme f Ir aft.—ee� _ WITHIN THE PROJECT LIMITS Inxreemarlanpmealgll moylu aea nelirmrraominma rraifle. aiyn insia maimo aiviann =a W E[ & s0°I.rov am me>ryeiei .1.xmw,meem24't.°1;� aeo-ee ma,«ro 1.ra° 1 mew u a slw,a w rvowa x wm,armv F 2 F C I FT_w mm,ae wymw atteam«aro a arafl.Im a�nlnlmnnimr. grate di.ro zq`der m rpm4. Fne`VQr­ vo- ume as am„int w noxa at W O F Z(V mg1M1aen ircar SLm maa,e faced of Imer«r�`mm mer aeaerm,Ilc°,,r«as lawaui,e�peelfle aervlw,IllW rias moat wraml,e—it..sotl4F.t vi m°urr—ine mei n lne ,p. in Snrim Y m �nmo lyes w Ilro b m nen me eine.`r _ F xm i a roes in me r%.�mna as rmway ei mwr Yell w remwM ve mlee mckr I«upn miller m or wk. C) u a�r w w,�o- sITS 2. ew,aaw es r?nre.1­m°�e fli int lameeaaemA4eurae u Tr•m xua fret wnlm ewr.'me ae SHEET 4 OF 12 ro N N Q m mlIlrlm.Fo-aeml,e fo-`mvo-lro,o- waw alma re me pie um �rrpe r.«aMr ro we me eine „i ma ro winrain a J' W ��Op d0 m.resrim s :Ut. ­; Qe�,1tom,mr.ma„rotes lt— iTe.a.QePaamenra,Trona�Nat,an °aro °�:ata°me`° .'° s`a,m"awae°ma', �a�mnaa m�?�amr as m f ss w 51�' 3 U U «a°:me"�°„��°n”, „:;n'" w `%•Inver`-1 �m°a:aau. � a BARRICADE AND CONSTRUCTION wa a w maw m meow arc m ,ret res ado n`rw mY aim awlwe Y�a rot w m ar Oid_ °'^ TEMPORARY SIGN NOTES � m d sHEETINGaflEOUIFEMENTS WHEN USED AT NIGHTI s°rfie mlromOaelmae elwma I A0fAe upl— "y SIGN FACE MATERIAL a armaara areata o-ro Nitmm w�peeae sill, .1 uvea ro,eve, W IF RED s as c sxEETlxa °glta xmm n es ;�� m a,«a B C(4 l 21 u RE a,an 4,sxEETIw Ylr lm w nmra m,rrol m mmmarar°rcteaall.mrw ®rim a SHEET 38 w 68 ¢?. wines pselt As a res me wrwmw.mu e.,,w ema�a�w '”"«air X1e ,n axxx xxAw,xa xx. I – - - WTR-474 gf a rxx.,aarx —FIG oxmr*C33 E�xo rm«xpxlpap rm PIm vm ,,'........ .0. s «Mxlan +•+ I:.a fl.pr 1�1�a,I. .r PA., ro I. /e9�fr°xr z °~ �sy. bpi �°m ylrnleln.I° Ag mrl�l j lrnl. gh �g r1 � delrl IIIrr. �mtln,.'I, lqH' ,r rc 1Pr r I.n J 'I .l uxnr 'I-n 2I l.�el ° I°,So 'g'e� rrmr Arae 1pll� PERFORATEDSQUAREMETAL TUBING II ING CHANNEL age SKID MOUNTED WOOD SIGN SUPPORTS IfLONG/INTERMEDIATE TERM STATIONARY-PORTABLE SKID MOUNTED SIGN SUPPORTS GROUND MOUNTED SIGN SUPPORTS 9F fl° rd nn:IIM rmmpe sal a .M rre°aenrmrimr. ggg16 fl. r191a r °aWEDGE ANCHORSAr Airi=Tr cn W pl Ip.e°p�l.me:°° air Q : I IA.:. Ufa. Q . .bog nlr mve�xl'r.5oelr mux psden•de K e§aA. ° OTHER DESIGNSe a :a AND 111A ApeHGRT TES sGRRGBT nTHE z IIIS((} M.BB mm15R1� II rmr AEE BC'1 FOR AE111TI ¢A l GENERAL NOTES eIIIf :P.@_• mLeIn na r xpl len d ueee eerm wpen Or S rclexpx.Inrc el«m 114 —Hon. r m°.ea d«err�e�nr rr r�ryl W Ic' zero pdre nol1ee�lpee°.1—A G r l l/x'x l l/x' n Aare care Miry lr.•. lrl•.u•Inose prfrprm r epees ie trial°nettp m tt mI.I I2 m..aar - Mlnx mrlpNr n:m°.:`° 3 WrIMr n,.r rMlry aldaal rpee° Z prrrpree - ..e°r.1mr I.eacrcrm,.I I eI�amt �al O a Neltr m.aln In..al d ra..p m0V° crane Mlry mle vII I d eenelaere°anal U N Qy U MIry rpd re°e -Pr MIry dIe a see ecus w wnnlri ter vx or°rlal. z y W F u n 5' **IpT d of Idea Nure Holl d paintte Mitt. 0 N O N pIn or�xla _ - ca• ..loco ro exla nwr cm m veep rrc mn m°r°vea lir d°°orr G F U N nx nii[e fr ne ryge pr ergs M.xere c g .......... l R R e 0OF z x Q x nnrM eldelepe SHEET 5 OF 12 N W N a m male �F° aey Baa o b / wn,M BARRICADE AND CONSTRUCTION kIp >Idr .e �. ••••,•••„?„••.•„•, TYPICAL SIGN SUPPORT x m d vela re Ira W W iSINGLE LEG^BASE ! ”' BC(5l-21 us ®rapt mla l�+�:am B SHEET 39 w 68 sR _ SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS ppxxxxAlrlxpxp. •LONG/INTERMEDIATE TERM STATIONARY-PORTABLE SKID MOUNTED SIGN SUPPORTS Re WTR-474 2 e pnp.lzcrx M29D pxdaC34 EET xp RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES ,i ..i:=r BunIEH anNcuefloxmL nIH (The Engineer may approve other messages not specifically covered here.) S�''. co=f ery of rcemm`.mea m Fvrmle i RnBLEC�ICEIBESSAGE SIG P 1 Phase I: Condition Lists Phase 2: Possible Component Lists IE NS , r "�° mnoe0,. s Action to Take/Effect an Travel Location Warning •r Advance at.am a Nnx,m—XV..mor flood/Late/flame Closure List other Condition List List List List Notice List bE' N"vnp10"e rrc ns.mm me mr a arca —of a, cgffNAY FROM TAGf RO%OWORK ROAD NECIGIE X FIXVN _SPEED %%E-NRI e y a nxuy,i,ap aer m macarapa pv OSED ROAD FT flEPA IRS RIGHT LINES [MIT 1' s`& . a r %NILE CLOSED %%%%FT RIGHT %%APH %FN u=2 A. marlin IIH,u5,n5x,alF ROAD FSHOULDER F FLA ER E DEiaUR SE BEFORE [MUM Pq - - -] CLOSED %%OSED %%%%GFT %%%%ONS KNE%i %%%%% RA1LR0A0 ISIPEED A %%x 8pg3 6 'n.4 9 _12-1I.Semalage-1 n°'lam ATS FT FT E ITS RD EXIT CROSSING .H x PNXX A X ] ] mmgerxnn'EIXga'erculavue m«mIy if rrc,os,ie ro ROAD X RIGHT LN fl[GHi LN 1150-NAY USE USE E%[i NE%i MINIMUM BELINSM kpG a'xaI a Berme nnre e�eo'x xwla u a aPlane mann Pdi"If wrk F.XXXT XXX FT XXXX FT %%AIFAF IC E%[i%%% NN ISIPfEO MONDAY ypx� ee,iM Frim,evmim malar mnrinm inro«naay minim. FN FT FT ILE OgiH [LES APH is x. Trcinec/In.peefm m,.<I«f me of xq option mim a•e awil- � _ E playryareo- xmeem�mm PdS E Wi my pe RIG i% RIGHT% MERGING ONSi STA ON SE PAST OV ISORY BEGINS Fa: A m•`rceamee m evneinelm«In a rcememe!rc rceeme ES ES TRAFFIC TRAFFIC S 1-%%E S%%% SPEED B$� 0 ree�emr dmrm emriawe mile aiepla><a ee«n XX CLOSED OPEN %%%%FT %%%FT SOUTH i01-%%N E%[i %%APH a M«inq r«lines afame rcs.merme eoae am dnmlm m`m`Ie mime ine. CENTER OAYi INE DOSE EVEN igUCxS TCH RIGHT pa C55HIFT REdIT CLANE LLAUE %XAX EL xXXXES U USE WFOfl XXXxGxXX LANE %%XFMN% ~ OSED OS RES FT FT S TRUCKS E%Ii B9� Patoo-i marr` izanrol'fv`v Vrrimllr arms NIGHT FI--XX SOUTH DETOUR ROUGH WATCH EXPECT 5 SE NEXT ti y �g: 1 rp ei�aemremmmevlar«vin an r«-.ma prmm mar CLLAUE CL%IT %MILE XIfl0A0 NFOR DELAYS U TOXX CAUTION FRI-SUN W W rn OS RES OSEO FT TRUCKS FM% O 2 W �ff� a-o ween w. n PRmeroT"e mr m'HH'IIr e«iwurclnr,aI mVARIOUS EXIT%%% ROADWORK ROADWORK EXPECT PREPARE Dfl[VE %%AN O Q~C, ° @ 1ni ai.ml la rc ai Ixafi IB iruN fm]jai lm CL NES %LrOASEO P%%%% NE%i DELAYS TO SAFELY X TO mm«rm nomrrc OSED ILE SH FRI-SUN STOP PN b"a ieg n.rrm"n n%i'Salwmeno r—eerm`x.r W W w a§sUS Oflagxil�xfa cmrm«m mr m.mwmPammrrcramm' FE—XI—Ti CLOSED RFG CLOSEDN X%UX FT %MILES %%%Fi SPEED I SHOLILEOER CARE Net. AUL%X O O gars._.-Mare. A Parxm aur m a e—0 mrimnral«Iia � X LANES XXXXFIC LANES USE xxxx . 3 C DRIVEWAY CLOSED SIGNAL SHIFT OTHER FOR %%PN- III OSED TUE FRI FT if ROUTES WORKERS F—x—xx—xx—x—xx—1 F TAY PIIS DBLVM LANES s.-�n Ph—1 neer a mea..m STAY IN LANE�n P- LAIN r»ses AroI icarim Guiael mea.1.A. CLOD 1.1E * W O_ APPLICATION GUIDELINES Wait DING ALTERNATIVES ?+ Z q Nnme m.m m na«111.721— a xldr Ld me xrmm m mvmriax. 0 m 1. meigniimellN,US,LSNmN eti LP rm evyea m NaAr�Iaare Laulaamu•rharKC Cma R� .m,aercra Nnn� ,m Ammm xfari�m isr•. f^rmTmSaTxn.Wd«dscumm14s V W 0 X. ae amaxiax. 1L Q IamN. „ince u1 d �fr� � 'rn" afyPbr�tl�:�.ra'm arx:it n.aee.my. z t. _ _ram'dmaNed m a4:71m.. _ g arminlnw f 0m'ft.Em be I1—taro rm Pmx4 elinircxa rra n,e mmge.r a fi 0~ Q N Md _ —it.PH_ - Q Q O 0 m GFG EO FO z= metre mm me"«Aa­ P,1w e0e.v Ie r>n�mllyxr« SHEET 6 OF 12 N y Q m W W SPCMS SIGNS WITHIN THE R.O.N. SHALL BE BEHIND GUARDRAIL OR CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR(4) �re.as Depammem pr rranspprcarpn s1;,;'al°,".d Q x Q PLASTIC DRUMS PLACED PEflPENDICULAfl TO iflAFF IC ON THE 3—U U "- UPSiflEAM SIDE OF THE PCMS,NHEN EXPOSED TO ONE DIRECTION p L) Q 4 OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS BARRICADE AND CONSTRUCTION w Q Cc ar SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. PORTABLE CHANGEABLE x DU e MESSAGE SIGN (PCMS) w Nn mmmxr'Tint and remim mall m mmrmmd as Ii—in Hax 15 mint MUNE W Wit .7 �agm xamamc.IlymWnFallxam.Pa i--4. �mWnaaaal.1WW arcr, BC(G)WXii_t_NW 21 u P IT I«.IOI IIrrmrewl� raFuef«ru`1.Ioa,rrc,—1I mIy a,wlam,r me ue ar Ira—t. rmrma,rea,ma mall mr.wrirure ®rmor m..e. B SHEET 40 w 68 sR - my arca ro.�mlax a 11—M.mx,xaa•a a*.oma it rc<r.N.A.H.11 n inn rax ma di—t.«wtrmenx m rrc ppxp pxuvlxp xp. m.I.ix�aRaR.� WTR-474 e Pxp.IEmx i—go ............... LOW PROF CONCRETE Al- 1-— -1 zIH.-I I tLLEPCB)USED U.1 BARRIER 1s roll vmmr\ I IRK N ZONES Pl-P---_1.1—— ft. I It-*1 1 1 1 11 1 -Tllj�T f H. _1Irp I'll t!llr 1. TI F-IM t,- I. �11 1.H- .1. H. ,I -im It- -i.. -1 --I else I-!- HH6 ia8i " effw 4. TI A=Vd ­ I, All-1. LOW PROFILE CONCRETE BARRIER (LPCBI ad ........1�I. G_rm, Gtt & D•I GM(IIAl OR < ALTERNtTIll 0-0 GKTIM 4 OHtNER CHTION M.- IN < Z. DELINEATION OF END TREATMENTS F-5.-�1010 2. Fol 0.1 .1 It .1 C.. 110.1 1 1 0.1 0.- REAT.ENTS FOR END T in CTB' Ta'S USED -E ARRDI IN (RIQHr/UEFT MR011 gotr/EFT E f IRK ZONE to GHE- _H .ft it.zn_ A -1 ti=lt A H l­HM A­11� C GG..-1 fme Car fmr inner Imp- 1I.P1.1 I. CE 0 Iti-50-1 dt­ =d -6 21 41 g =fH, BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS f.,=tHW il.1 ­14ENG LIGHTS A I -d I., d I 1.F mom A Ifl.l. f­­­1. -d 1 -1 f­'Z=d"" mZi.H, Hia a-, 1.a- AZ LI- -11 U.d 1" -1 1— .1 T%::rt Z=11. 'eemrtmnrol FL'. T�A tI­ 4. o-e -1-1 Sme mr alp. II W S�­_hHH. -11.1fi.emlrcl It, t I m-, I-H. ate f. I I S�­ IL�A..-1 a It..-H'­­ -G.I 1., .1 HOT WE :1 -M l.,Hr--­.ER ID%CTREETE rHE A... ARD F THE 0 1. -1 1 T-0 S-­Ll- Id.11 Pl- Hil t I,me_H_ 1� H ...ARD HN G HI.111 H I H. ­FFEC BAffilER 0i­RDRAL. C) T- WARNING LIGHTS MOUNTED ON PLASTIC DRUMS A _fl= I— FLASHING ARROW BOARDS az GO 'I..If z f-MH,,,,­ itHt 1 15 0 H. I.I 4.1-C d I 1.. .1 I.Ift .1 -1 1- 1- SHEET 7 OF 12 E i-C C) -. - I z x o & irlt, F/ \ o t, 1-1 t-I- M-P- u z C) 1._�jt. .1.0 ttHd ,2:".t 1 zIIH a-iI,t. TRUGH-MOUNTED ATTENUATORS - t. 7t <Do LU WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C(STEADY BURN!WARNING LIGHTS I'-r-, t HH% 1 1 BARRICADE AND CONSTRUCTIONm a Q i o < dA!ril -H11 y I ld d. -t A.."T­12fM=`I—f-H 2 ARROW PANEL, REFLECTORS, C) 2.K f, 3.R.--' GQ- I I H IIf-d TUHA a: f WARNING LIGHTS & ATTENUATOR a: lr=lmw < _-t� ,�Y:L-d 4.�­­ yl=I­i­­� ­.- &S__Z e rale 30­I-&­­­-1%My It HK f t BC(7)-21 3=1- C f_ _fflt,_H. M-T- f "d=. a _d I It-. -1.-1.-t- 1- `21SHEET 41 w68:131 1 WTR-474 xxm0C36 ssT xx GENERAL NOTES me ab ro wro�fine yin ma.wn P 8 xo-al°f .11ew Ir pr•vre ae o-roenr m rm °rll fl emr' 'nwx >,vo-elver ron eror'owy.o-n•.ee m rrc.wye,aae arc m.a.ro«m a'm'n u s e� ;rw ol<w ww•o-m• we.mw°e �` x°,°,ini.l er z o-mw - s =gig .. «mro'mee wa me y:m me«R;rmmn er me mazes re. 'w• us m rrae w m rra a e•x sl•slm z'x xx' ''•..y .t: a.rror.rim°v me•rams uvea m w ram rmer a cmmn w.�w•• r.a:a m,r< u° .,slm iAlenel It ` Gwr<m ac m•'cma'mf xo-x zine Irmra canrw 6e.cro Lll' """"' """' cne rm n ,awes' rmve'a Lae .ag rcr°.� mge1°ro Nme naewlvaw(Im orm�x NcOlr • 6 rn mor ml° .wlr or Erolm °wa me y areror me r mwo-mw o-m«aem rr. ... c me rmmaaro-em nese°m:inn°r z°w•ro re°w<mr"..H. ^' n2 arae'amr v'ro vw rm amenr ny me ug'rocrine°zr:.res«°Irce- �, ewf•ev'w wef w m aaar•rea ae w. PsupY"sCt"ra' nun Or MTO s'On scu GENERAL DESIGN REQUIREMENTS 3 b plastic drums - H-e-aultNat°I°efle aruee fcl I ri«r ne rol 1.11«w�reemru raver ro°I Iw g8g am nwmer naim a inner m mall mue f 5 J J l J l mfa J r SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTEDIb - _ ON PLASTIC DRUMS 4 Y;. an l g.P roI?y M��gn a a •e•,rw� .fpl.ro 1 me n:rm mnrwrorro w,ro dab °ie iron MG..It rN�.i.•ro`rra.av�mr«rim.in Mehr orm Sr mw"Im l °u�mwe°r x eau J o- xa to Z yy w•maea ro f«Im, ml..•em::.� o k s8s u`m°Jin.elms.!b Illroeeln'rmawe an'wlf.• �'a w ave mar and mw o w my na-I—,erlw•ml ver ewra z� inm rail ro-Hina xth°.Iroa a.° ' °0''°m'°I,_'fc elw:mm ro.°n _ .Y•• amu n�e�Ixaf— id.wn.x r° °.wee ° em r x ��£' a•'eB1e.m anli leewm°�0 �a °Ifei�.fXem' "w craw• .o-1.. m t... f„ro. nmbae�fmwir•mrlae w xd"awmro rofe:�al.' - ��ea��l) 19.a.o ma mw mal I w Abroad F. aewrw�w�.rom an emel woe. mmeaf m. a ma ae Imx„w ewer res eam € w RETROREFLECTIVE SHEETING wrnrmle xme mlf•weula ror a ewe exfromm pyx O 3 _l. is _ .wr`a,.lww°eeaa`e.`°mem F aJ 0 .I I A.­1iro ml.n°m.«n..Pninro mx o-° to, F DETECTABLE PEDESTRIAN BARRICADES ww�a m 4.-It 'ns ml m f rlme Plms Y=I� ri.iry.n,er man inn.Ina as w mranm..me weenrw cc fly]xilue les °e 1.11—H, mm Pliila uvn�.1. 24 a iii9iii u aaa.w Dwl z cn J BALLASTr aex.Ix awaw fw9 O; O N �ew,w ro mla w ro xx Ix SHEET B OF 12 - F G2. U .a eve e am.r m.n.ew mwealn in.fma —�' O z S ate Iran w e y—It wlIX ,Te OePartmenx°l TmnsPoryatian N Q m d111a 10 2. mam,:f9'�`rnf lawor,romtb.a L.m,na�Inr,...nw,Iynl,w.... nerr,m BARRICADE AND CONSTRUCTION as°C °.ro.m waermeae a,aaro CHANNELIZING DEVICES 3�u m° y WW m bl,o�tk b,wind•een . .mal m.w a.mmro ro n.n.wlww.rem'm w Il rormllrofmamro°.xoamm l in BC(B)-21 w m y .Pl,nr. a..e,o-wo-P rows. nau w m a m s r.°alhi.••IeIwI w`—a°.a�0.ewa..`wew.fwwwe.ro wwonr. - a SHEET 42 w 68 sR axnxxnuvlxaxx. WTR-474 � e enxaxmx E16290 o.."77 an xD GENERAL NOTES 9 'er 1.nk mean mall xe°wrriml r minion eix or Ix Ny Ix imze,. � ' e 8 m°nK.ro`r«�r�m of W- 21 p0 g� - awl wpnel�mm9.e°m°e frc ro°rr°eriem°meroulrm niYl°r°�w x'+:;....11518_.. 5F - 3 u .n tie miro�rm.mw..mllme rem,xmwlmw�r°rn * �p 4� roro 7 $ re mor owe°o-1Vemle°ri.m m« aweie,VrZ,WW" ro nt-1 rN o°'`n'rina.m.wli:i�m.icw mwr 'j VP-IL VP-IR itIFo m.eim9.n°ganr _ G-F - .84 - Pom sncarr rc.an aro « 4 rlecallmrm win -- -�. w Imma.lin« .amsa.m mlrm«,m U ii mr ny°v�lirime eelr�m u""wl�`w me Q Imrriwo«m� e�.xe°e. E ommmmni�rorarml"°I6�ieimrmwi lwaaro Ix sx°mr°"` 1°e" - «q,tr os�uoa.0„leum°awll nee me beim°mp4n`mueel"ae]wn lacy mm«earce�r�mern. ..° FIXED _ 0° nn o- rre ia°mor mx,aw n,mwnnr amP°°e /J _'” -rmrmm � 1 m«mr cm m u.em a 'rimr�m wieal« >:.mm`ma awlim o-�airo`ro m.wmrma.«�. C\/ �x SSu R 5°m w r DRIVEABLE plmrle wr roc ro rmlaw pl.arlc°rule` .rto. ro m,a - 6' rro°fln.1 mrx °ualM"`mvmmr E:EM"1 io awa oe v`.e a a�mroliM CHEVRONS .�.r.b..�n<Dw1 °iinm«ror mw11 aww. g9I! �1 o rinxlm nirnrrinxrai�uxrian. .1 w rim ma r.o"ni p.mxr«r.r r.ea m.«. g&g t650' 715' 78O' , . t x mai' ima 1fwima Lier 65' I00' rl0' SOf.—iimr xwk Tatraria fmrrol5 L. o.."78 EEi xo TYPE 3 EfARRICADE$ ❑EM ® �� ;�:-'hF,� )<'�;:::.: I bvr�cmm.n me eme nv.er fl0A0 _ ___- Nve mei iw rcEircor s+i"A�N;r 1. r a„n«c�g,e � x,l- CLOSED .r.�a Ei _ �___- mpmt,lrrrie provtm,�wm n+' YYAA It- melmra�mwe�Ee­l.� emn maa __ $....°�!.f.. ­—m iEli ury �E' mnwr ar me«iewm aw4�me �IrnNeH a ff°mer�wy�.pxru Pre �tfe l PERSPEci[VE VIEW e F _ 'negnr e°rn:rrcre xwm mmmr cwe m a.-.ov ram..r °r m.m wrr.a.n ng. ag� rmor roar rrattic.a„em m mepwrc PERSPECTIVE VIEW ROO..,l OeTgu \ LEGEND Y' sEa c,��mmie�meEEel i Mrd. ._ t—me _ X28 ow _ Ir<me `:lint q'xemill4n. a _EID ° � . e. ai1«rmrir n'oe'msmEe°°m an, ret a arm �� �& E e Q rcmy i mr "ag• P�"mi m'��ae,�;al��r,;�.�ami s::��x� m°mm.oma g� E r � � stn= m a�aA,til. M—°,r«r,m°r«�. S g a I°0muwr.Tin rcpe,.l _wmnw grana,ew, mm wr;PirN xw„a a,mr a �9� s are,Nia«ra r.crlwrw.b m,m,E«memr«m imePma.,r �or�n encu i lean nox.,Warn rrw 3 aar�m :__ reme^'°e Pe ,aer;P cure m mm �.roerPP�°mmrg,�xarcrm�so=a;i;aarm`u,'3 elm ice: ro�fo< ¢F gmmrl«m AErmee e;yxng I«ae ma, rmmnleE P,me. PLAN VIEW e,rmxre In me laa eaa BorcicWa scroll NOi ° 2. PLAN VIEW ~ AAS.�.� gn eubport. TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS O S2 Jnml L CONES U W j W TYPICAL STRIPING DETAIL FOR BARRICADE RAIL I "; 9� min..a a-Ian I U c ' E "[4.2•min.' min.abet.ro^s e ���} E NSPsr�nR. 2, 2 I'mli�f _° __ «m � � � min• o 2 Z mrfTYPICAL PANEL DETAIL Trw-Piece canes One_Piece canes Tubular MErHer ► O FOR SKID OR POST TYPE BARRICADES u emare E minintm V) T A,r ® 28'Canes sroll M1aw a mininam v igbt of 9 1/2 Ibs. =SCc 42'2-Piece Eonee Nall ro ve;gtr of F=F C Awax. ® 30 lbl. Eng bale. W O= Z N wt, ggroy O SHEET 10 OF 12 - F G U p e 2 mac x;n2rrl remr as want am�rmnra xwnmow�r, �• FoF W U Z °re l ® o xrcaPlEE o ®�� w N°�O mere me nininn ,Teras DePattmentof TmnsPorta[ion Sra�p N V) W m wigs ma in j 7 W �;,;r�'°'�'„ BARRICADE AND CONSTRUCTION 3u rmw�i I�im • CHANNELIZING DEVICES ov mil rnrc�a„af�u,na e a er mm.m� o�E�x ,«.mre°me,i.melte a a m e o- BC(10)-21 w b — — — — — — — 1 zit m as erem. mnlmr Na„E«gr m.m,x.,:. .& TRAFFIC CONTROL FOR MATERIAL STOCKPILES a SHEET 44 w 68 9e toxo onAw,xg xo. WTR-474 � g Pno.,EaTx E16290 oxmcrC39 En x. WORK ZONE PAVEMENT MARKINGS Temporary Flexible-Reflective Roadway Marker Tabs DEPARTMENTAL MATERIAL SPECIFICATIONS M�o4a''Krr'.•'., F11MExT WRxms mEFLECTORrzEm ws-.2o6 s.•' •*r �5 GENERAL REMOVAL OF PAVEMENT MARKINGS °F exletln.mv�m,`xalaoxln.q`en`s ores�im1°me erm m`ma` n elre'er°me'v`lar°'rovirv`ear�lnrorm�e parrlm.�fGO%rmaaym rnonr vtn s10E _Is I— ' Y$ ml'Mg; ml;�` rt.rr,° Mrd a rra ..m°m ,. m vra T 3 11 b .x .m arc r. .e ` L Inrila f`mrxlnm r w�lro"me x�°urann<feaim anim,vx..nRREFAI­AR1 FLEXIBLE, REcrmlvEnTEU - - ` m,m r mr m. r nox n.m,ni ecnm m rnna m me ma m rew <.°A' �_2 ora ea n.emraane..m me rwrm w9w` 'fmrman I.m en rP E m mr no E:er no It".r mnrin� - sI. If x.,,m. F,l, rn "° „m mm .mrc.n m n m x .r rre N.r.r m Rr.ma gE mm�nBm`me zrmmun im r rzi �. 'm.m.mro�ronem�rtry<Enalow mwmmor °xa. aOw.ro o. i snee sora �.nn STAPLES OR NAILS SHALL NOi BE USED TO SECUflE .e am.n ro r,nmtt'�'e'ro'�"I"i n a m.Wali m wmrea r.mm mn xur mU ror m remtrn mroae eme�rtmiiy TEMPORARY FLEXIBLE-flEFLECT IVE ROADNAY MARKER e"a. ri+mT`xa�nnerq e�iemr`wmnere oma�mx en.m in ma lora. TABS TO THE PAVEMENT SURFACE Au Erna -" Nen sex, xnrn zme R.,mimr xmxtm.. Z.m�.T""ramm Nm po.e.mr maxere ani m as.�rc.rm or nn ani mer rre rc �re ° - ,. jig RAISED PAVEMENT MARKERS x xc.` xaR;•uu«r:'e xrexr'.'Ym;:1"Ir'mnm.IIM m..IM xT mro� a m mI.Rmr m. m ro.m.mmmm BY m. $gh m rmnva.r<r.m.i.ce..cmr.im r.m<mN<ma �fimra.le nwF a Wtrcr�ronuer�m.ma<ro mmrc�s�r�nm6nlr-It.mr n.r �' mmx� n .m.in.mm r..mea�m.ra,.a er�r�Erciielmc. r .r me mr m ar ma me.i m � N g� `lg.awi mer me revr wxsaramousamume if6 r sanmmr r°v°!n6rrm�m 1-.r mm..prnrwiY.amn•e...nu aPIasiremro � e rr.e.wmW..u PREFABRICATED PAVEMENT MARKINGS wrin O U x W UCE141'ill �W W '�� me reyireinro°r NK ex... r.mnim.If.i mxl anis merim m a..imn m°rcmU°mi.ro., amraeea anis U -9g^ me .m ane,m m mrn mrmm ro.m.nemmrer.. .P-" MAINTAINING WORK ZONE PAVEMENT MARKINGS Ps maa_1111,L"rmm,.r.,.,re mx m emr eh1f aevim.n rim,m .arca x mn mne m.Pfro amoral w %1'r— RAISED PAVEMENT MARKERS USED AS GUIDEMARKS O_ ri`onr n`n"e.mu ai«e ror a.aa„m 3 z nlam. 'mr •. a.. �.rc.r�arca a m< ._t..m° �� O `.yeaa`�r�m'r�m�ir.i raam ar na aP.im.f ror renrrmrm ae ar °:r mm r'mmr�m.,rmpOV x�c.a rm.ii`mx. ,vrmmmi..H<�em am<r<rom M F- F m[rE lore.ive•reamr ve mrfm..m.n re xmy� W O Z N ^ SHEET 11 OF 12 e It G F O OWU _Z`_ ,Texaz Oepartmenr.f Torre W? a GO pa anon (antlaN F a� Q a BARRICADE AND CONSTRUCTION 3 It U Cal PAVEMENT MARKINGS EJ It � 4 x >a m e BC(111-21 w EJ iWrem BHEEi 45 w 68 9R .ORx xRAwlX.XO. WTR-474 � . RnmEcrx E16290 oxm[*C40 EW xo STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS PAVEMENT MARKING PATTERNS x`"•�" `4Ga fib,.6, r DOUBLE Di°.2• a 161.,2..-IT [- a y NO-PASSING LINE ,,,a„ss .r°,z^r rrx REFLEcfDR[IED PAvw r wRxixes PArTERx A RASE.-..T-RRERS wTERx♦ V` re _ EDGE LINE A o[[A A o Ima e �2�gpg f SOLID o o. � o 0 0 0 0 0 0 0 0 rrm[[ a LINES OR SINGLE °wma 8gg i IIS Jn °° NO-PASSING LINE 1d1 i. [ 1 I� � r vei°. acra[ rme \)��� €S° gc [ igo PAVENExr-1115-PArrERx a RAISED PAVENgxr wRxERz-PArrERx n [[ WIDE LcJ a'b O o ro / �j 95uPallPrcfartmrm ner.nmyar my m emnsV°'ieafa(xrerimmw°°°rpewImms°-x,nge. 111°° LINE aaw,e 1-2 ro a o 0 0 0 0 o a (\/ . 2 ma CENTERLINE&°NO-PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS yy orx[-c wa�.w 3• err p- >[[-n-n�o "r-3 °o°°°°°°°°°°° rrmarroe - -e-R as CENTERLINE .. �io•��66•� I— ggTxu I-A OR rrana O= W W �; 00 °.° xaa°o LANE o aoa° / h ao�°°°oa°° o°°°o°°ao°°°o LINE wane+ 7.7�30'��/ D ir<x I L,'� °. °rrx rpa 9 BROKEN pa _ __ w r°"o�.Oaaye - -- LINES o 0 0 B rya=.�r .[c°rucR a °°ao°°°°°°ao w o D _ REFLE A w x x s gA[5E6 PAVENExr wRxEgs rrx 1-D AUXILIARY 0 o I o 0 0 .E@" Pr<emrworm�xvga nor m xwanr�rtm ev rcrimrrcizea oo.wimr nxrxngs OR oTrx[-e°r U-e-R 0 3III) E 1 LEDGE& LANE LINES FOR DIVIDED HIGHWAY x \L���U a ANEDflOP LINE —a Trlw b. frrx - _a {=+= w nN te/ a mom lQ aro°O°°aaa°°°°°°a°J`a°°°°°°aa°o°°°°a°o REMOVABLE RAISED GS 5 _5• da °O°° e° WITH flA[RK o� 3 Z y� Yellox ®m�a 1f a AVENENT rMARXEflS L i0'+��lo' F W l] y ° eu my�Wmmee ro Mme �eea Pavmenr rw,aera ~ �LIr rmrar ne rme�ar nwE�°:�mre Y= Praa>mraa nr<a aQ m x.ter Mm ra-rcnr°r:xa x.wrnr nw.ax° R.a56 P.rExExr wRxERz <a w F i vsrEx AT-- RAISED F § r 'LANE&xxxs CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS rm<. c.,r�i�nx mir mr ran°xxam.aw iln.x �2; ZO N SHEET 12 OF 12 e F U N 02S zC — ilei —a ® qq®Durrme�rrx[-c�2 oam aeDepartment or Transportation W N Q m n Lu _*ra„ —a m® °°odaIQa°°°roa'�°°°o° yr°o°IIA-A°°°°°°°°°a BARRICADE AND CONSTRUCTION ado v d° 9, PAVEMENT MARKING PATTERNS 3 u b �J °PJ° omm wQ EE —%Ir,1-7 11.G72 RAISED PAVElElTx •ar BC(1 2l-21 w ED yPI—ilrm—!"l mr m wa.r�rarca rar rcnmrar��M-1—ki RAISED PAyENExr wRxERz m i TWO-WAY LEFT TURN LANE i' a SHEET 46 w 68 sR �oxoDRAwixRx6. WTR-474 D Pxoy[crx E16296 ............... ELECTRICAL LEGEND El ,p --—--————— —————————— E—TED e.oaaoETGNK 102�� 10E El NI < i i;21 1 1-1 PRU4,U 1111"1 ND.1.ND 111-—N—ENEIIII 0 I < NITE�,P— P—IINT 'EpTI—III.El ETEI NITE I 1411U Nlll� I E.PITI mETEa ESE R 2 3 1 NTE 2—IE 2- L`2 E21 1.11 T....1E E, ILIIDI.IT P. ILGI G,IND I IINDIIT——EP U IU IND 2 11IIIEI „ox x zF < ozx —————— ————————— -w 7 S—47 w 68 ---------------------- --------------------- WTR 474 I—E \ oxswnEZsxenxo. FM snTTzozz oerecToe.E �� Psµsass P�sas ���� ❑- �b sl r a as ; TTeoz iLS ,NR mev,ax,wee e, xUNE iT aRE® TaameMiTr 1 aMT ERP oo 12 2 11 T.NPM TERI1-NER II.ER„ W ZT ��o�❑❑�/o TIP 11UNIT O U Q K E oaaiN a x J uFaVE v R W w K p �MRo 0NTT ❑ 0 }� o 'E� o TSN R o W 3 w OANI Qa Z C TIP PITTCEULEEVE a��NoxT11P _ <z w0E—F ¢� U F y LL F d 6 oz= J W 0 a marc o00 as0 u_ G G U U V Q g U - a > W UE ELECTRICAL EQUIPMENT & INSTRUMENT LOCATION PLAN w � ,Ta_�._o. w s J— s—,48 w 68 me WTR�--474 � c rxarcTx E16P96 m ors fuE3sxT£rxx NOTES J�� ' swea'wcHcoNooi.maysEaoorEi iN.HE aooa emen " agyw„Eu, NosrwsseE wccoa.Eoaic oawmwom , o} o(r) &ova 1l ��� oismxxEcrsvircxs xo p(l) S -21 23,25 -p S \ F oTE, a 00 z qI es o(l) O O o (13.1 U m Em EE t �Ili� m Em w 0(1) Em Em 3 ') i �w z QQ� =x�( Y d 6 w z K F 2 Q W 0= LL0 qg� 'a D(l) °(') o z x m z a w-M oz marc Jz n[s 3x� Wz wV aQ L=GHTING � POWER PLAN r,,. w e SNEET 49 of 68 xTs WTRLL--414 s vxw£srx E16290 m ors fuE4sxTfrxo. NOTES BE—TIE III I III o�.000aaa.Eo caeoEsr oam cM.vomis—11IujSiu•••}c,;giw,;Ei;: p� <x,,s4 BE Bl v MixacEao1 /Ir \m K'4EH 1r .eE,nw cae.eiN aeIEraavaNa"coNo,ir. oEITIT,BE aE wawa T—TEa INEFM . a m® Peµs FaJ IsEll IIIK aEoa�aEMEx.a c a,Pa.,xax�E�Ex ���._ E a „rz SUN W� i.�oa c ti x i K :x EEi Es ` � Q\ a.O,o ri�eur xoreo ,z x,a oxo U O ti j O — — — — 31E—E �.x�x.,00xx — W 0 z Vw xo.Ea aaus ,a oxx I/ Y<y z xo.Ec ems 1 o p� ac-mxouc.ovseraEa � <U aw z LL- F z „a x O z y y z „ac-saavE ,-zc-,�s.x ww clef G W o OZrn O ------ Waa U a-ac-ricEx < 0 LL WQ a O INSTRUMENTATION & CONTROL PLAN r.v. e SNEET 60 of 68 TcxWTRLL--474 s axwTsrx E16290 a or; ate \ 1p Fm <1 � �3 ��cnWg U a jcl a ❑ 1 � O V w ovouxo vixo Q QN �aw z �` F2 LLa ",� \ oewoe,axueow�miraw � Q Q�i! O = J z \ m�wc=i z w O 0� w a p O as w UNDERGROUND CONDUIT w �Z�& GROUNDING PLAN T,EjU _„a-,._o s sxcxxx oxen-xm.o.68 - WTR-474 � PxAIFSF oNswT�E6sxeeTxv. EQUI—Ell SCHEDULE ED E HAT E,Ha.T - 21/111 2 ., .2zE1E NF.NEw. U-111A,2E AEI TE NEENA REAL aHEA F ��yLTT OO o reuw�oN E�T�N1 FEMreEL Nsr-HSN - --E - o - -E�H�NF IE1—ION NEnnx ISH,Isa NI w osumc PED eeacoN(�o( Es� 1 L E, L ELL HEacE _.._LEE - P n2) ANoaNL E E,ELLFEEI EF1. IEE SHEET Es TxNH MIxEa CONNECTION aoxFLOOD IIII ' - E NFLOOIBE.1.1 Al 1/11/2122 RE 1-111 INTEANII—11 „.,E ENwry �2EHHL—E i 15as1E w E � EN NILNT- Ers nwoHNE.RE1JxN. N 2 9�i 9 d ©m�TE1re°Eu�aEo)ANPL�EEre reEME PMssoo,uso.H.1 111 FLAT NAN "`°H°"•`MSH`"`"� TaNu ACCECSsxLAFIDEIF,WT1 ED, �' c,11Lw1 ENE aEE1�NEm aT�E a PI//N Es E k, EENNUN�E,,,�ENs. s -<-2E Nx ourou,s TANK NIHEH SLE 3517 LL FEE, ED 11 11— LINE 14 v & Ewsore AA) n lamvi 45.0' n No i ED w M oN �H�n,1H HAT�N1 ���NE�uHEH­1 IT11 R MOTOR AEAllEll TIRE =�ETv�E�MI CHANIONEE1.ANT �EH 1 o E GLH �L�EH�EREH �� n 24 1111(1) ©PHEI.IELLITI.Ll -H�N E2E,E(NmE„ 1 �� ,,z noun �=l/,W W UQ�� - T NI`J W A o onxEcr sumcx - e / —All NOT-11BILE.NEW.ax s Mess nEa ErvaosureE a cE xcLEHae�nE R W . �. c c1MreEL vervEL - - o - xw«swNiess nEa ErveLosureE e(s) KO p w LIRE DEC FEI ©E�FrenNxNET EAL11��N PILE EN1NM E,aa,E o - - rews~EE,wE�NnwwE 1+m.PENa EEw. INLET/FILLET 212E 3 t FLEALI P1.1111 ION N T2 EINAL 1LE1H.,�ENELE TE MEEEL �-ER)xooere ALCON FILLED-E-ELF O OFF, 1L.1 E,areE _ 1 - II H(1) o IFLow IDE - z� -El ION L T IN AEC I"us rvETwaNH rexcH off e aws�m�nrvl NiNsuLc1 arNlwsTl uis BEAT 131.13'zgio aEc He c Vis) N ' l- - 1 �' O 2�T o1 PTA o EENo _ ®a o TrexrvsEEre swncx o nE1oc o - _ e(1) T THE EIE y Y ©s 1a u,A oa - _ o u1#11. #im Nc c1.IET ^T 3s EEET arE. Es IN cae�E Taar AND/aa Y= Y a M TA TANI 10- FAT,NO, rc�c Ion a n z F A AT EEL NATEI fz� Fz ©PANEL 1a L =OR z - .NEER ENILL11 - LM'- -s W F LL 2-NXo 1Nlo c NITEs 1,z v F y ®s a awrnEc�rvE 1eneE m1 L ry svozsoaeovTx o - IEI NE. TANK [R �1,oi 11D EAT OF N F J W I-'AND 1r 2 FACH E,AlDAE LUININHER AND IN—TED ar DUE1111D urnuE�TureEre B(5) IAILE EN6T11 INICE THE F W No W LL ®L irvE TrexrvsslreuEa.L� ore 'LLAN zo/oev o�: -izo/21ev, PHasE.Iowa rvEua E PLLDWED W W' O W NNE I BE, 1G d ED U R'FFE''AL 1-10FTEBAIE LCENCES AS REOUIRED FOR asa LLm 3�0 LIGHTIIG AXTURE SCHEDULE IL I ED OV U H 2oNEIwuHaTloN x11NIL m a 12 2 E-1 EEE—A N Ns<-HSN A-21-13- -NII 1111 mom E nx E -EAT IF�N=rw�EH TA FELE 111El oE� ��x � v w w »a NIE-HSNII A- o nx x E HUE m w NIE-HN aEEx - E nx 1 2 SNEET 52 of 68 ®LEI LINEAI wE1re TSF Lw: "ITL- -- -- - -- LN1E1 Enx 1EI AD I-1 HE�N ) TANK SECTION — ELECTRICAL e WTR-474 - - -- - ELE51 EV 11ILE NINErvvxwln EI6T90 xxa fxE7sxEf,xx. orvLE aREODiREDE 3`20`E,�"« '. corvoui..o-Dox erose n•oHI��� ,j�4mEar°L.eLC IE— o nniso z UASCH,UPPE,EI TEELT-000IECTION o FLASHING RED BEACON °J ENCLOIUIE _ MOUNTING DETAILTIICIParvs W ��rvUrvE " 'TH ET AND renes OUx�K U�1W—tiQ ,`c_o 1NU-El ery Ds— �W mcry w sv-MeoLIECT ON 1 U Tsessol III 3III = 3„1DUROUNDROD I` U= CCTV TOWER DETAIL 0 WESE_E UN QNQ = w z Qm z¢ �zaF wo LLo ozx J¢ 3 wU mU N K K F waa Ow Q�p LLw 3�u o r, >g : w w a s—,53 w 68 WTR-474 rvvxaFclx Ef6199 m MATERIAL LIST(SEE NOTES BELLOW) OxtWT�E85xEc'1 BB. T Tl ION MFOR, O - T. :` - /rrrr.'.tE� q j G n3Tzo e �4 s e$� a iia .9 e' �� R 'III-Ell j 1­1 101— �R�ou�xc- ct 21z 1 25 21111 111111TI wn,oRMcsnT .c OcNo,cs o- we,_:o 1121 I2 FIJI lt�1NM „3.Tt, ,111 ;1-1t op „3.Tt, 1. � re"�wr""WlER �NI O 02�WW u, t BE & s BLocn. o L NTTEl aNre TxnNsx acconreNcr._ v a s' ® K W w ix O xu w'n'Nc Is caT se uLEss oTUERwISE IrvmcxTEo £ J Prc tP x TIreLwnL` Tcn ��1 MI a s I w ® ® ® ® M.wuv—El suanueo—LE.T11— cn.1"E a al 011 uw e unnc =x W Y aoY1 zo ELEVATED TANK m SCADA NETWORK H w 2 COMMUNICATIONS DIAGRAM c z W nwE NIME o z x m Q fwu a W Q S Q LL U OV fa SCADA PANEL OO c E INTERIOR LAYOUT _ uns SLR MT scut.NCNL S bMEET 54 0l 68 9 WTR-474 � trvre Enu EfsaBB m .I............. oxswn E9 I'1`,D,'�oD.L GI"'"I�21LUXENSI I IN I N - IIOlO1ELLIE1EIlI I.IND 10-01 If GE LIGIING 11 NO Ell I III I G11 1ILI 11�I I­H I­I- 101 D IIED G_IN ncLzozz 11 Il IM—H II IILI 1111 101 D I GALIANIIED'ED IOLE lo,IENoN HANDHOLE�TH HOT DI _'AN'ED'o" P < 11 PIEIAIT 10NIIETE 11 IIE11 IONIIETE POIETIOEN=IUELRERD < 'o.'ETANGU" EDPGH DNEDSLG%GDNF0R 125 IEIT ON,1,1 ON EEED M 0 M I I—D LOADING 8 Q I� � e ORREOIPASTSH II E01 IONDUI I02 W EN EILI NLE IlE IT Ell�l 11 IONDNIT 01 OIEN IELL I N 10. III e IIS 'NDIIIED A" ToTD GALI N1D101E11TE IIINAL GIDANOLEEDITOHOTRPAT PTPEED �DGE :-D A,MENT GRADE N G GRADE -uII fiml�EEREwN -IND- 12 GN I w z 1 GN:� 1111INI =UITS PER I LM DR—NG F Z <0 Z C IONDU IT ENTR MIE INTO POLE r IONDNIT ENTIANIE INTO POLE 10PPERILI I OIIEI GR OUN I ROD 0 z X < GIOUND IOD I RECT EMBEDMENT I—IMI'M N H ENGTH AND METHOD TO�E Z METIOD TO IE DETE=D ANU I=CNTEUDRB Y 10 LE 0 E R IOLE MANUFAITNIE1 (D IT M N MUM) Z FLOOD LIGHT POLE STREET LIGHT POLE gE s—,55 w 68 WTR-474 MM vxsmr­777. 41."c"'.'. s4 1111 Ell 1-1 110110111 s re+E—1 eorvou. urve ceove ereroE orvoun Powe �.:.�.f..w. .T.t°�a� 'amu T —IE corvcrenE 1—DE1 sEr c mo�E wrvwETE To(auP�csASHR wM i irzziia coPPEa eaa s/�E/eoz E/a exwure�` ue >F orvcreETE 1-1 sED ° - [Do ��eo .ENS TEm. gp,g g: � s • Z �.. Toaa,ezE gyp' $ .HHI orveu T Ervsery Ego TAaR�TEo — 0 0 0 0 „rz i ar em.E corervEre .� �• rP�,. oorervEre T°P�" Eourve<,�ory a J, ", < DDDeePs Ji corvcreE*E %� .T,y L.• mrvcsRE irz m T000m eo�E D Drz /� e /WAV 6. n 5-- epi V— ID 1101-M p��]®zsPurvc s C �e onr 121 � 'y�/ p so e�eow �orvc emus i�� y�j P Fuaow Lnrvc aoo us ouT ee wau \ HLLneronu coNoucroa oNo \ e we 11—IT—EVE sere ae E I"" }uuo sus reeouireco su m Poe eervoui•}wuo sus aEouiaso °aw u 4 o II °ao u O 2 W 0 oQo O u O o oQo p V Q W �t. To oaouNo owo U�tii—d m CONDUIT STUB—UP AT GRADE @ CONDUIT STUB—UP THROUGH SLAB WALL MOUNT GROUND BAR p w sem.rvorvE �� swE rvorvT =wE N'N' W O m P-5 Pl—11 IN1111T Tc I—NEL tv xmc oaoomomo comoocTo U w • QQaQ "MiTr — ~ N I'll µ,e © DIR E I IN.TIINIR1E ftE Q a w z Q ELE—IlL I maLoaaoE Z f— F _NR'EN e°o�s ore re < PE 10 a o _E, omre'Ell.suss " vra wucucas ` O Z U U m A TEa rma msow N N Pw�s core szE v�o rvurnecre — c cµa MTz cryo ` EEc e eui.au rvcn�eve y�j J a p W -EI seu E we corvoun ERI u P—S.1 511 E rvoccm sEE Paov of u�mE E " sP e.re ,rP.uP B B 3 u LL w �� r wa FlGe x `N��rv�re neore IT cToeRouNoeR�o ; w m irvsu�a�as Rl—corvoun Eouireeo. N,T,s Lre e SNEET SB of 68 UNDERGROUND CONDUIT DETAIL (sem DISCONNECT SWITCH STAND GROUNDING CONDUCTOR STUB UP sosn oserixs xo. — �� sew rvcrvE s�E.rvcrvE Ecmw rvorvE WTR-474 c vnw[cfx El— 0 ­7 '" Ell ®PREeeORETRANemiTTER Bolt" ,aTNPT;:,aNPT,c,o NO NET OR Rc. ,aT;:yE ,C,OCCg�� x�m � LLVAENE,T,sss— wATERN za xEs P�LLaO � ge s wAIH 11— T aa � ,rzTx,rzC'T_EE wiTASTAmPEIPPECICEIPEIII IIN DEEP S 4e PPIPE _ __ wE u,rz3 z. Ae� EWEO AS E—N N 0 EP, N 2 + :b I. 02yWW ���PRESSURE TRANSMITTER DETAIL Exa aARSEOOaEEv sPAwoas sAowN scuE.NONE I. I. j a K W W I I el U I I la I o _---------=_— SOINONIEPEOEooE111— PLA A VIEW PNIcAEooRAoE 3 Rvzxa.a z wccONONTIwia11R w n PaEReE ICE CONDUITS QN J ev an mie Ta>ens m AOLEEIOR 11' Y ANCAORE A/ - �/`�/ \ , .EA EATE EL.EE rc x 0 FK cTEEEP�PE °" m zNOTE N W U Z G W 7 HoNZEAITER l DP iiorvuNuuwwNo. wQ NmCIT eo�ET' y,cNEH RINC _ ExieTiNo CONCRETE— �nloNeTAiN oaoOT CONCRETE ENCAPE.ENT PER SPEaPCIONE w u SECT IONA PRESSURE TRANSMITTER s SNEET 57 .+n 68 MOUNTING STAND FIBER PULL BOX `,,E V sr.OE NONE WTR-474 - s axasssx Li6299 m orsmrE12xrer xo. I a e fY's E /J o x a� erecuacres I �J'siren wv � =O ` cl U I �/r'c.ca,ze rcR ,ex r. ��� z's/�is4 III I ,r*sary rr I W EE 3 i i pw Y=ii _' _< w 0- LL JQ ozxW 5. Z2MINTn w wIm m o U w_ I Qa c > w w _ e SNEET 68 of 68 x�WTRc-474 s vxwTsrx E16290 m LEGEND FOR SCHEMA TIC DIAGRAMS orsmrE13xrer 9a. saysa -- — rz o� 2-l reorcvoLLsirvoicuco o �•••t,r El 1-21.21.2 — — mEc, o rrEx<irwoco-11 qua eCrreau co=.Pu °LL 1 L1 o 111111 Ll sxn1 cre1 s11 11111L 1111 gore s/,s/soez® o�o cuaaErv,sauusumEa,°�omn Oauo o ccreiLc oirvoicnLco � j ,zswc m wuo-orr-vno sx c E \ a 3 AGz 1pi� ore° PL �Gz NW .z e U cl~j O 12 U crery III E a[o W O 3 -Z ILI zw Lur+aEa • s} ree~� SE z eros -Z °0 orv,oc,s W O~ LL U e 5 ze ac o w x O l z zs ae w yw OO U a G w cRO � OAU LL4 Q > H 12 :SNEET 69of68 11 WTR-474 vxruTsfx E16296 ............... LEGEND FOR SCHEMATIC I E14 FIELI LEFI A 1--EL -E1 11-11\ , \ - / ,_ , e I =E—L. El -EL = 111111L IIEL lEllE L.- I..IF'.FL lEllE L.—El ­1-11L �® ° ` / `� ��_, �{/ -06 F11E. -1­ TV T. Ty «g« TI"'L" E) E) ���� } � \ 11T I I 11 Ell., W ILI'-1 11T I-El 1111LI U §; :° ° ■x ICE Z T.T`P'­ ro g ET'I�ETI�El o z g z 1 '1-1 ILL IE E_E N_T 2 SHEET 60'], 68 ET,� orsmrE15 xrer ux. xFCENo roe scHFMnTic oincann�s Ai-1 (NOTE 1) Al-2 (NOTE ) ---- rEONRryE 5>, <zs o ,Ea�rya<<o<a,EOPryP�o.oa�oN,ao«ER �����eM�era�=, mm o ,ERP�xw Eo�.,Eo N r�E��N=,xPPrM ox o�ln,TTzoEz e �o- I-ArJ ErEorwP� ,ERryaEeooNP.NEE a a — -- — �o E�PPENr � xm ® A-11 _ 11xxr1,D 11 o � o �k rRE��RE e 10= I—lEll © o-J NE E1ow wor J AP ori EPo, IoM o� I-A - ---------- ® ® �P ® _ ® TON, T,EwRNA "` © NONIl.U.T�IN z IE Q UA. W . ® __—}Pur s — __—}Pur k ti ti 0 0 K =0 w O AO-1 (NOTE 1) w U O O T NP—sal,"PEro TrP o O° _--o� � PP- ,110 EE,P-1 Q _ 1L S x 0 -- = _ — o-� -s ,PaEI.�oN s�Po�M mw z z o --- ----- a s u o ---------------- vnreE fC F fC 0 0Fwc=i m¢ PIE w a D 0 a _"�______ O ® -.,-------- PPE °m 8 0 ._,oma --- z ------------- w ' a ® U w a ❑® a sxeann 61 0f 68 a � on aeon mn . WTR-474 rxwrcrx Ff6299 ............... D1-1(NOTE 1) ­­­`TA E_1 6s LEGEND FOR SCHEMATIC DIAGRAMS ­EL FIELI­­ - ff­oElOIL IT111 UEN INEL Ye 'Z TEll—LI—El 11NT11L—EL rere­1E LO-L 11LEN111-1E 1E.-E 1­ IELL --------------------------- ----------- ­EL­1. NITE1 �1­1­11­IEIENIN.INTIE ------------ MANUFACTURERAND M�0DEL,0,FPLCLE1 U PME __11 EN.INE 3ENE11.1 11N N , N CEQU RU=O11­TO TIE­L. T1N. IPD ­­11 ENME ENE1111 11LT ------------ - ------------------- "I 21 -------------------- 1— ­1 of IT1­1 1­1 ansa Ta rz°° -------------- ­1­F­E'El­EIT'­ '2 j - 21 IPD ­­11­E1 11N w 1p, Hm--------------------- -------- 11 WEI­1 Q Y C) 2- IPD Z << 0w co, 0 z F111E w m o z F111E 00 U_ 121 1K °m 0 62 w 68 2­1 WTR-474 EIU90 D2-1(NOTE 1) mam777xEEr 9o. [ C LEGEND FOR P,wcs w re rva SCHEMATIC DIAGRAMS {� 1- ciao Wlama y'0+:- �y r+v-sesi reEr+o.E o/ .Aurewn�o�acn,oirvPuo.aa corv,ao��ca /I� \riL'Si.4PL,1r�= SLG ce svo _ _________ ___ _ s/,�/soez - (1 My-sass reurvrvw° m TEreuirvu sacnreEo iry wrv,re11 RINESM oa 111111 o�za ��® stisEo svncu TEauirvu aincv '®� �m - -, PNP-ses oEErvorvre.11E l �- -:=.I Na- 12 1ENo,E O Eo11ENT repo��Ere.1-2— .21 IN FED 111E,IINI o ------- -------a-�,rea.a,-- � E�rv-oEEEEw.oa=w.�ry _ < �. 0 BEvo - ----------------- re� My a' ­11-11EI IIET 11 ILI E.1 1.ENT o ---------— arere-srere,EwE, 111N 'E'NE TreEw��oNaTET " oNEIN K N W vrev-see,IE-E _ ti O OO ____________________ b- rev-sere,-NU U j o IN ----------- - - aev-see,croseo 121vnc 1 11 AIN o - - -------- a�-sassuI LINE SET T@1MIIN -- a'ro---- _ - Wo_ -DA CN © - -seos�­a.�ory c� cLosERESET R ) 3 TD1 (PLC) W w ,re-s--- `-� aNQ -- cap re F a - ---- ---� ~ w - 111E W - ---- = Qz- U rea , ruTureE �W f.1 � z W X12-111 CLOSE O- COM-ND wa a ED J � a os,s Eu.ureE 3 uED ED VALVE HV-5805 CONTROL SCHEMATIC F< r] U � w e SNEET 63 of 68 + WTP-474 s vxwTsfa E16290 DO-1 (NOTE 1) ma 778xEEr No. t LEGEND FOR SCHEMATIC DIAGRAIAS ——_______ nuE ovw coMuorvo �° �s cacn aESET _—- ii c. tai 1 1 1 Ei[eo wiairvc IND en E vaaE os-oven svnree re e o-z }svnree o/ *eauremneoeacnT o IIIA a coMaoeeea /I, p 4p L p=/ v-sans-cease a CHo-°——-------�-0 >evc cease coMrrwo a Ho- -0 v[etosFo o *eauwne eacnseo iry ricin irvsauuerv�oa oEwce s/,�/sozz voce a 4a-a'a v " 'a- - _______ }sa vro-i m .creuirvu I—ED iry 1—e 1-1 a v-seos-soa e e��,a sau,e e e��,a sau,e ��® IIIE �eervom w�u< 1-1 M-1-1-Ml—IT-1— = ------ -0� ,a aE 9 D, a �D R°' �' } Ko E—IED My- s,ITS �° urereeM, ry ere.,-zo O eon, nre eoe C Ma�ses,9Toa a ., sa E a ., sa E O , ry oEeeLwToa .a� o IE E 1-18 11 IT- WEI IT-1111 IIE na resa<ree IZEDEITEINDINEUNIXET sa<ree 'ED IIINHEDTHEIIIIIITII oNETOTreEw�a�ND Z IH l W vueE ess seron reesm a,a CCI''' a- _ snreT coMMa,o a,a a l� coNEI—EiouaanoN. O v�saos veeve ceased a D svorec 1.I�-IH�O }svorec U =p Wl— U -0�sTMov cNM'rwD vazE a H. I 3\ vueE _ �IIII vazE ase F-IHo,z —E ^' s svorecw ® o- O_ a - res.. o-° S vMv sass ----- -0 I s<aaT caMMarvD 3 , (j w N M o' Y=Q Y W „ p 1I vMv sz ----- -0 r srav casoMu,wo w O = Q Q N a w0 N Wz F = ,re_ s a D opa sv,wc w w m O p m «o LL 3�u o <a a w w e SNEET 64 of 68 0 WTR-474 s vxwTsfa El- ............... oxswT E19 eLL . . . . . . . _4 . . . . i.. . . . . L Acc D­ L—------- i Lj L. EI�OIE — — — — — — — — — — — - — — - — — — — — — - — — — — — —.— — — — — — — O EL r4_ 4111.—EL I—IIIL IL —————————— N YJ E —11 EL, 11 eo z, Zo IY y y Y 0�z.xu C w L———————--——— -- --------- ­PLE 4 POP _ - - - - - - _ - - - - _ . E - - — — — — — — — — — - - - - - - — — — — — — — — - - - - — — — — — — — - - - - — iV` — _ _ _ _ _ fill� o. -------------------------------------- p= W W unx,vmiEre a,ie..a1 i N —11 III-El noR��„mak oIIaE.—�a 0 aaNa i i � i WWF W n Cf5 JI 02S m to ao W �� cnv vm ess seoz ea5 oisvieu JI a. smw S f ' g------- ----------------- a� eeo�e�` �reetucea i.—w.—ti� mo—aw—z 'O.Pw—s� •__ W � t EfsaBB o oxswsE21sxenxo. ED I ATING 12 4— NOTES 0� LE EUAND NATALLED RNisHED pc 9•,<r's, ,ac co RsavAEP MANUFACTURER "E PUMPSR�D VITAL —ELL AEPTRANSFORMER a4 acA ,CG 12 rsr eorz 0 snTTzozz ©AEPER L —L a g rz C---I STANDBYNATURAT , ANEUT GAS GENERATOR ON ° DNACOPP R F- ---T SERUREERNETAR"RRERATED �= rz a� AUTO CH �— — NEMA ax OUQ1=1�— `v K v OO,rz c U�1W—%Q c *11 R W w K p , EUT Nz TND � U aeov DISTRIBUTION PANEO-DP-F s c DDA azonoe VOLT III t PIII aDDa„ 011 ,. V,3m,aw,oD DDS oo�a Axa x, o LL mF,�9R�9 M RRD,. 30A soA 60A �soA �, A ;a, W 0 , 1 SPARE SPARE N.DNEUT ,NT1.GND 0 , DTND GND wov ae m o, ,o o pO �ree 111 -l—m PD 34eDV1 mrzoev 30 x x Mma�W = z AT ir�O dZ < rnrzcnN,m o ,.T < %mEi1. a oaa ,NOTxTND O 2 S NOTE, NOTE, m1.- awW N myLLK U PLP j2WoWJaO U PMPas, PMP 5852 Coo LLW 3�0 w o� G ONE LINE DIAGRAM 2 PANEL P SCHEDULE a ag �� sruP rvorva �� ssxP rvorva W w s s—,67 w 68 WTR-474 c rxarcTx E19P90 m oxswrE22 Enxo. OLD POR SIR PCIVER SEYTION F, FFI1 .,O V L, Al A2 2L, L1 U , 2i1 Tl___ PMP-5£51 , 1 D' (PMP-5&52) SO,Oma' o-^V EMC IOD DC BU DBT 2— -Hpit,9C,<rq,)1 6 1L2 B1 B2 212 L2 V lit eu:rZI2 O CHOKE T5 �^ ,Ls C1 Ol C2 C2 L3 W I1 i' iuicx,MLo],mL'wEKf )NERAL TRWSrORAEALFVonx A4Y 39.REACTOR xouCDR "APmcgk � d o IZN o x,,xa 2 G vro woN Aooa Dol NET 'IN SnT]zozz AA)NSHE, DVDT PCR III rpt =GND1 ED,"FALE T���A RDE_PS A� TBC 101 xp turn rvI(x] 100 TBC PE PE c n o F ,�6],2ou nL D-2() 1ON RFD PCB D01 LOOK SECTION 5 SW1 pR1 STOPPED VN 001 101 STOP LOCAR 1E103 START 400 12, tl STOP A, z Rf es R5 �_ZN i0&a 9RA \ PR PR, Or�F.'r F1 f xi a 2 R RE �- ACD READY l Pic START _-_ �^°�-•°.� PANEL TO a �e s m R �� -,I cmD-ENCLPc4 (SPARE) R, o- �! J DA Tx, Ds a OP EO SEE All re - ON, SEE x -PIS OOR211 i �1 ADs BA TBA FORCE REAOIE 10 VFD ala To R MOTOR H 2 1 ENABIf lD VR) 3 q�CN.D� Dql al In ?(p eret III sptlRo)5F MPERR TEMP In8 I` (SPARE) SO211 ED 9 6(re B,) 0f1RTDcBATT ERV U 2 RAOQ pu`FOFCE AI M ICE FROM.. 220 10 Digital In u 8(Force Remote) AD r�.2avoc raaA vro 12 /DsC 40240Aa wVFO REPov 20 24UDC To SW1 13 +4wCoutp xx 1 EA REIAV14 Digital Oulputul(Ready)211 +4WC p OI FIT R1 204 2 (] R A) DID READY A 20 oIN, Dlgltol c(Fu^Farwartl) rLD' VFD�MOTOR 5 rlll = +RCSLIs 21 DIN2 Digital Input2(Run Reverse) VFD FAULTNEAR 4LT 1�'PC x2 NPFM LIGHT e]'PES l ", 22 oIN3 nm U TO PLC 115 �LIOTOR T 23 oIN4 oFg�a4(F ux Reset) I^..pl] R24 CMA wLLJJ iD6 CONTD FROM SHT02 Rei Vols Dut +10V 1 MIT W 13 Lit A 21 RENO DAl—,In + 2 .. p 01 R6 VFD/MOTOR FAULT ill28 F'INC Mo Dg nput 3 3 PRO 14 1/0 Ald 6G 01101 ___X_ ,20 120VAC 1 T 1 A iEMPR RELAY VFD2WAC0'10 DO 101118 132 303 F2CM rain rzs vec%A aI/o MSlg�oui c a cryo 16 _____---s„� o Plc 00�0 R im U NDID AUVtM LGHT SPEED 20 TEA 113 Al 31 OLOOM RA RUNNING 1L Q N = ca mF mP e Rs DANEL D vm FAUR 10 Ia Tanta s4es seem LC 2 y x Y ,zz R1 TEMPE ) Vo 1 17 Lc _~ F O 3482ND (Out FreR)OA l Dut aD1+ 101 WINDING R4 121 N ] HIGH F-11 (Motor current Anal Og Ou,2 A02+18 To D2 D2 1EMP5 A,FE IMER R t 5 w O FF sD s2s QA25 U'FN LLQ' c Lia 465 2 B 26 FOR F G F G J Z RS (a Di R (s) MOTOR HIGH OF 2= m O 120VPC 101 A T e TEMPERATURE N W f.1 K d A NORM LIGHTRDENTDIST T&+ TPA T&+ TPA y AIFLA rvPm�u DSa NATINALL ELEc^rem LADE AND ALL IF mrucne I sA,E Arvp LoeAL II, II, J M1 O D, 12ovu� 1 ID R 12 D Fury 1��Isp-1 v,�Idb�°;w" „` �x�„o NNPAM_ n n o1RA a1RA 3 0 w AI ' 121-- 4-1m CueRENT eATwas NAMEPu7E mR weuT/omPm VOLTAGE AND FOR AATUS INTERLOCK G 101 1}] 0 A FD DOE ��°o- ffj —ONNEET MOTOR FOR PPOPEP omPUT woACE PER MOTOR To PLC "FD-z(1) O U DO 0 12ov1 120— g 0 NP RUN' 138 MOTOR vFD RHN 1DO ,PIN,RErsDR oPEw,TIIN Iry ALL MORES-cINsuo rASTORY Foe PROPER oPERAUNN. PANELP w REMOVALm Ln REuv a�� mEl � HEATER CLOSE 5 ^ G.z HV-5805 R CLOSED Io2 Rs CLOSED s sxrrr 68 w 68 IsalmcTo, Cana on.wixs xa. AND m1 D IRA EL PIESURED Ta RED 1ANNIFs RY WTR-474 POMP SMD MANOAc1uRER. c rxarcru E16290