Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2025-138 - 7/22/2025 - Approved (5)
IS CONTRACT DOCUMENTS FOR CONSTRUCTION OF SOLID WASTE COMPOST FACILITY PROJECT NUMBER 20288 A o000000 0 lot o on°�P�Eo�F JFs o � . • � =*ri �y c014PoRa��� ................, .00000.0000000000..o.000000.00� JOSE C. GARZA j p JOSE B MARTINEZ JR 0 �....:. ............. .....v..y 18520....00.....o............ e...p 91790•� lei o Aoo 89385 0�� b �11'i����EM9���►�� o?o��!CENs��°��``�40 February 3,2025 TBPELS F-417 For Electrical Specifications February 3,2025 TBPELS F-829 HANSON Engineering I Planning I Allied Services Hanson Professional Services Inc. 4501 Gollihar Rd, Corpus Christi, TX 78411 Phone: 361-814-9900 TX Firm No. F-417 February 3, 2025 Record DrawingNumber: PBG-942 CONFORMED/FINAL CONTRACT DOCUMENTS ASSEMBLED 4/10/2025 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 000100 Table of Contents Division 00 Procurement and Contracting Requirements 00 52 23 Agreement(Rev 12-2021) 00 72 00 General Conditions(Rev6-2021) 00 73 00 Supplementary Conditions(Rev3-2023) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment (Revs-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 35 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev 8-2019) 01 57 00 Temporary Controls(Rev8-2019) Part S Standard Specifications 021020 Site Clearing and Stripping 021080 Removing Abandoned Structures 022020 Excavation and Backfill for Utilities 022022 Trench Safety for Excavations 022100 Select Material 025208 Soil-Cement Base (5-17) 027402 Reinforced Concrete Pipe Culverts 028020 Seeding 028370 Barbed Wire Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 042020 Concrete Masonry Unit (S-121) Table of Contents 00 0100-1 Solid Waste Compost Facility, Project No. 20288 Rev 1/2022 Division/ Title Section Part T Technical Specifications 01050 Field Engineering 01410 Construction Quality Control 02002 Storm Water Pollution Prevention Plan 02200 Excavation and Placement of Fill 02240 Silt Fence 02250 Recompacted Clay Liner 02500 Crushed Concrete Flexible Base 02735 PVC Pipe and Fittings 02736 High Density Polyethylene (HDPE) Pipe and Fittings 02836 Aluminum Cantilever Slide Gate 13250 Synthetic Flexible Membrane Liners- HDPE 13350 Geotextile Installation 23 11 13 Diesel Fueling System 26 01 26 Electrical Testing 26 05 00 Common Work Results for Electrical 26 05 19 Low-Voltage Electrical Power Conductors and Cables 26 05 19.01 Wire Connections and Devices 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 53 Identification for Electrical Systems 26 24 16 Panelboards 26 27 26 Wiring Devices 26 28 16 Enclosed Switches and Circuit Breakers Appendix All Testing Reports as Applicable 1 Soil and Liner Quality Control Plan 2 Geologic Cross Sections& Soil Boring Logs END OF SECTION Table of Contents 00 0100-2 Solid Waste Compost Facility, Project No. 20288 Rev 1/2022 7 O 78/5/2025 (MM/DD/YYYY) A�o CERTIFICATE OF LIABILITY INSURANCE GS 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: Carole Clark The Baldwin Group Southwest PHONE FAx 2255 Ridge Rd, Ste 333 A/c No Ext: 972-771-4071 AC, c No):972-771-4695 Rockwall TX 75087 ADDRESS: carole.clark@baldwin.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Greenwich Insurance Company 22322 INSURED JECONST-01 INSURER B: Great American Insurance Compa 16691 JE Construction Services LLC 7505 Up River Rd INSURERC:XL Specialty Insurance Company 37885 Corpus Christi TX 78409 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1818416591 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 I POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY RGC3002175-01 7/1/2025 7/1/2026 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $100,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY L/'-1 PRO LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY RAC9437374-01 7/1/2025 7/1/2026 COMBINidED SINGLE LIMIT $1,000,000 Ea accent X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident B UMBRELLALIAB X OCCUR TUU F209928 01 7/1/2025 7/1/2026 EACH OCCURRENCE $10,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$ $ C WORKERS COMPENSATION RWC3002174-01 7/1/2025 7/1/2026 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) GENERAL LIABLITY: General Liability policy includes additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. General Liability policy contains endorsement with"Primary and Noncontributory"wording. General Liability policy includes waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. See Attached... 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. 1201 Leopard St City Hall, First Floor AUTHORIZED REPRESENTATIVE Corpus Christi TX 784699277 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: JECONST-01 LOC#: ACC o ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED The Baldwin Group Southwest JE Construction Services LLC 7505 Up River Rd POLICY NUMBER Corpus Christi TX 78409 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE AUTOMOBILE LIABILITY: Automobile policy includes additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. Automobile policy contains an endorsement with"Primary and Noncontributory"wording. Automobile policy includes waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. WORKERS COMPENSATION: Workers Compensation policy includes waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. *ALWAYS REFER TO THE ATTACHED POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS,CONDITIONS AND EXCLUSIONS. Project:Solid Waste Compost Facility 20288-Contract No 6337 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: RGC3002175 01 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Any person or organization where required by written All Locations as required per written contract. contract provided that such contract was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or "property damage damage" or "personal and advertising injury" pp y y " occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III— Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: RGC3002175 01 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization where required by written All Locations as required per written contract. contract provided that such contract was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations hazard". 1. Required by the contract or agreement; or However: 2. Available under the applicable limits of 1. The insurance afforded to such additional insurance; insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the 2. If coverage provided to the additional insured is applicable limits of insurance. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG24531219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) - AUTOMATIC This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV— Conditions: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part,to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. CG 24 53 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 ENDORSEMENT# This endorsement, effective 12:01 a.m., 07/01/2025, forms a part of Policy No. RAC9437374 01 issued to JE CONSTRUCTION SERVICES, LLC by Greenwich Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A. COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured, is amended to include as an "insured" any person or organization you are required in a written contract to name as an additional insured, but only for "bodily injury" or "property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1. You, while using a covered "auto"; or 2. Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered "auto" with your permission; Provided that: a. The written contract is in effect during the policy period of this policy; b. The written contract was signed by you and executed prior to the "accident" causing "bodily injury" or"property damage"for which liability coverage is sought; and C. Such person or organization is an "insured" solely to the extent required by the contract, but in no event if such person or organization is solely negligent. B. The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C. General Conditions, Other Insurance is amended as follows: Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured, and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. XIC 411 1013 ©2013 X.L. America, Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM 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. The following is added to the Other Insurance B. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and Condition in the Auto Dealers Coverage Form and the Other Insurance — Primary And Excess supersedes any provision to the contrary: Insurance Provisions in the Motor Carrier This Coverage Form's Covered Autos Liability Coverage Form and supersedes any provision to Coverage and General Liability Coverages are the contrary: primary to and will not seek contribution from any This Coverage Form's Covered Autos Liability other insurance available to an"insured"under your Coverage is primary to and will not seek policy provided that: contribution from any other insurance available to 1. Such "insured" is a Named Insured under such an "insured" under your policy provided that: other insurance; and 1. Such "insured" is a Named Insured under such 2. You have agreed in writing in a contract or other insurance; and agreement that this insurance would be primary 2. You have agreed in writing in a contract or and would not seek contribution from any other agreement that this insurance would be primary insurance available to such "insured". and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 POLICY NUMBER: RAC9437374 01 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM 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. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: JE CONSTRUCTION SERVICES, LLC Endorsement Effective Date: July 1, 2025 SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization where required by written contract provided that such contract was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the"accident' or the 'loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Where required by written agreement signed prior to loss. 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. Endorsement No. July 1, 2025 RWC3002174 01 Premium Included Insured JE CONSTRUCTION SERVICES, LLC Insurance Company Countersigned by XL Specialty Insurance Company WC 00 03 13 (Ed. 4-84) ©1983 National Council on Compensation Insurance. i IMPORTANT NOTICE STATE OF TEXAS COMPLAINT PROCEDURES 1. IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: 2 You may contact your agent, Puede comunicarse con su (title) al (telephone number). 3. You may call Westfield Insurance Company, Usted puede Ilamar al numero de telefono gratis de Westfield National Insurance Company, and/or Westfield Insurance Company, Westfield National Ohio Farmers Insurance Company's toll-free Insurance Company, and/or Ohio Farmers telephone number for information or to make a Insurance Company's para information o para complaint at: someter una queja al: 1-800-243-0210 1-800-243-0210 4. You may also write to Westfield Insurance Usted tambien puede escribir a Westfield Insurance Company, Westfield National Insurance Company, Company, Westfield National insurance and/or Ohio Farmers Insurance Company at: Company, and/or Ohio Farmers Insurance Company: Attn: Bond Claims Attn: Bond Claims One Park Circle One Park Circle P O Box 5001 P O Box 5001 Westfield Center, OH 44251-5001 Westfield Center,OH 44251-5001 Fax#330-887-0840 Fax#330-887-0840 5. You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Sequros de Texas para obtener informacion acerca coverages, rights or complaints at: de companies, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 6. You may write to the Texas Department of Puede escribir al Departamento de Seguros de Insurance, Consumer Protection Section (MC 111-1A): Texas, Consumer Protection Section (MC 111-1A): P.O. Box 149091 P.O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 Fax: (512)490-1007 Fax: (512) 490-1007 Web: www.tdi.texas.gov Web: www,tdi,texas.gov E-mail: ConSUmerProtection tdi texas.gov E-mail: COnsURIerProtectiont"?tdi.texas.gov 7. PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium or Si tiene una disputa concerniente a su prima o a un about a claim, you should contact the agent, Westfield reciamo, debe comunicarse con el agente, Westfield Insurance Company, Westfield National Insurance Insurance Company, Westfield National Insurance Company, or Ohio Farmers Insurance Company first. If Company, o Ohio Farmers Insurance Company the dispute is not resolved, you may contact the Texas primero. Si no se resuelve la disputa, puede Department of Insurance. entonces comunicarse con el departamento (TDI). 8, ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es This notice is for information only and does not become solo para proposito de informacion y no se convierte a part or condition of the attached document. en parte o condicion del documento adjunto. BD5430 (06-I5) 5Q 00 61 13 PERFORMANCE BOND BOND No.487591 N Contractor as Principal Surety Name:JE Construction Services, LLC Name: Westfield Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 7505 Up River Rd. One Park Circle Corpus Christi,TX 78409 Westfield Center, Ohio 44251-5001 Physical address(principal place of business): Owner One Park Circle Westfield Center, Ohio 44251-5001 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Ohio Corpus Christi, Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number):(330) 887-0101 Solid Waste Compost Facility 20288 Telephone (for notice of claim):(972) 772-7220 Local Agent for Surety Name: Robert G. Kanuth "Five Milhon Award Date of the Contract: - •-LS a5 Address: Four Hundred 2255 Ridge Road, Suite 333 Eighty-Nine Contract Price: $5,489,118.50 `* Rockwall. Texas 75087 Thousand One Hundred Bond Telephone: (972) 772-7220 Eighteen and Email Address: Rob.Kanuth@baldwin.com 50/100 Dollars Date of Bond: '7 •'ZS.-L5 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the of the Contract) following toll free number.1-800-252-3439 Performance Bond 00 61 13-1 Rev 5/2025 RFB 6337 Solid Waste Compost Facility 20288 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 through the Warranty Period required by the Contract Documents then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. The Contract Documents between Owner and Contractor is incorporated by reference into this Statutory Performance Bond,pursuant to Chapter 2253 of the Texas Government Code. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas. Surety agrees to be bound by the mediation clause in Article 22 of the Contract Documents between Owner and Contractor, said Contract Documents are incorporated by reference in this Bond. Contractor as Principal JE Construction Services,LLC Surety Westfield Insurance Company Signature: Signature: Name: (jwftw r Oar r-b: Name: Robert G. Kanuth Title: yP Title: Attorney-In-Fact Email Address: ;j eS.GC Email Address: Rob.Kanuth@baldwin.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 0061 13-2 Rev 5/2025 RFB 6337 Solid Waste Compost Facility 20288 5Q 00 61 16 PAYMENT BOND BOND NO. 487591 N Contractor as Principal Surety Name: JE Construction Services, LLC Name: Westfield Insurance Company Mailing address(principal place of business): Mailing address (principal place of business): 7505 Up River Rd. One Park Circle Corpus Christi,TX 78409 Westfield Center, Ohio 44251-5001 Physical address(principal place of business): Owner One Park Circle Westfield Center, Ohio 44251-5001 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Ohio Corpus Christi, Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Solid Waste Compost Facility 20288 (330) 887-0101 Telephone (for notice of claim): (972) 772-7220 Local Agent for Surety "Five Million Name: Robert G. Kanuth Four Hundred Award Date of the Contract: 7 - L5 .Z5 Address: Th ousand O 2255 Ridge Road, Suite 333, Rockwall, TX 75087 Thousand One Contract Price:$5,489,118.50 ** Hundred Eighteen and Telephone: (972) 772-7220 50/100 Dollars Bond Email Address: Rob. Kan uth baldwin.com Date of Bond: 7. 2S .25 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 00 61 16- 1 5/2024 RFB 6337 Solid Waste Compost Facility 20288 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves, and their heirs,administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract Documents then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal JE Construction Services,LLC Surety Westfie!dJpvrance Company Signature: Signature: Name: rvIHJT Gria- Name: Robert G. Kanuth Title: vp Title: Attorney-In-Fact Email Address: Qe%ny,\ cZ lec S.GC Email Address: Rob. Kanuth@baldwin.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 0061 16-2 5/2024 RFB 6337 Solid Waste Compost Facility 20288 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER#AND ISSUED PRIOR TO 10110/24, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220012 14 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center; Medina County, Ohio, do by these presents make, constitute and appoint TONY FIERRO,JOHNNY MOSS,JAY JORDAN, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON, JACK NOTTINGHAM, BRADY WILSON, BRENNAN WILLIAMSON, JAROD JAGGERS,CALEB HALE, RYAN COX,JOINTLY OR SEVERALLY of ROCKWALL and State of TX its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its narne, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit, and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorneys)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved,that the President,any Senior Executive,any Secretary or any Fidelity&Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact may be given full power and authority for and in the narne of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8,2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 10th day of OCTOBER A.D.,2024 . Corporate a,. ,.•I� u,,,,,, ���•F`�,,, „ / WESTFIELD INSURANCE COMPANY Seals ��'1 !Ip t� INSUq,� WESTFIELD NATIONAL INSURANCE COMPANY Affixed O. CQ`' ��' �,.. .r,. 't } :<�`, SGs ��Q''r�'"o''':yl';� OHIO FARMERS INSURANCE COMPANY CO ;N -w:�NI► SEAL •Dv J SEAL :kok m' s y' .v: Its ,y. :ab•. 1848 State of Ohio`"^4u.,lMm+ljdY *...••' '%,,, By: �ttumper, County of Medina ss.: Gary W. National'Surety Leader and Senior Executive On this 10th day of OCTOBER A.D., 2024 , before me personally carve Gary W. Stumper to me known,who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument:that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial 0./4 040,,,,', Seal o•`'R1 A L S Affixed �p ������1/j �•••: 2:.` A; . f State of Ohio N / 4w,?O David A. Kotnik,Attorney at Law, Notary Public County of Medina ss.: `;y r/,;F el " My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) Tf OFO1 I, Frank A.Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this ?,r! day of ZOzS A.D., 'k p *•CM�tTERf / 1 Secretary 'a ''� _: SEAL ` ��`' �•:� o y .7,G,,Z`5,L 1Y; ; n :R�` .. 184 ..V_ Frank A. Carr in , Secretary BPOAC2 (combined) (05-24) gYUS O v �N�OgPORPtE� 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on July 22, 2025, is between the City of Corpus Christi (Owner) and JE Construction Services, LLC (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: Solid Waste Compost Facility Project No. 20288 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services Inc. 4501 Gollihar Road Corpus Christi,Texas 78411 jearza@hanson-inc.com The Owner's Authorized Representative for this Project is: Joseph Johnson City of Corpus Christi-Engineering Services 4917 Holly Road, Bldg. No. 5 Corpus Christi,TX 78411 JosephJ20cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 150 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 180 days after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. Agreement 00 52 23- 1 Solid Waste Compost Facility, Project No. 20288 Rev 12/2021 C. Milestones,and the dates for completion of each,areas 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 $3,000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $1,000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 5,489,118.50 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 00 52 23-2 Solid Waste Compost Facility, Project No. 20288 Rev 12/2021 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. 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; Agreement 00 52 23-3 Solid Waste Compost Facility, Project No. 20288 Rev 12/2021 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. 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. Agreement 00 52 23-4 Solid Waste Compost Facility, Project No. 20288 Rev 12/2021 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 00 52 23-5 Solid Waste Compost Facility, Project No. 20288 Rev 12/2021 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI H ''L" Jeff eds(Aug2513:20:22 CDT) Rebecca Huerta 08/13/2025 Jeffrey Edmonds, P.E 08/13/2025 City Secretary Director of Engineering Services M2025-097 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 7/22/2025 t l61hitehe�2513:15:23 CDT) R H/S B Assistant City Attorney 08/13/2025 ATTEST(IF CORPORATION) CONTRACTOR &-ad DI'MO2 Gant Di-,(Aug 8,2025 09:5955 CDT) (Seal Below) By: Grant Dietze Note: Attach copy of authorization to sign if Title: VP person signing for CONTRACTOR is not President Vice President Chief Executive Officer, or Chief 7505 Up River Rd. Financial Officer Address Corpus Christi Texas 78409 City State Zip 361-289-2901 Phone Fax grant@becs.cc iecs.cc@ iecs.cc EMail END OF SECTION Agreement 00 52 23-6 Solid Waste Compost Facility, Project No. 20288 Rev 12/2021 CIVCAS, RFB 6337 Solid Waste Compost Facility 20288 Report Created On:4/9/2025 7:03:45 PM BID TOTALS BASE BID Total Part A- General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) $5,389,118.50 Part B-ADDITIVE ALTERNATES (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) $100,000.00 Total $5,489,118.50 Part A-General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price Al Mobilization (Max 5%)/Demobilization LS 1 $270,000.00 $270,000.00 A2 Bonds and Insurance(Max 2%) LS 1 $30,000.00 $30,000.00 A3 Storm Water Pollution Prevention LS 1 $21,000.00 $21,000.00 A4 General Site Compacted Structural Fill CY 116000 $1.00 $116,000.00 AS General Site Excavation CY 7250 $2.00 $14,500.00 A6 Compacted Structural Fill-Compost Area CY 16800 $1.00 $16,800.00 A7 Excavation-Compost Area CY 191300 $2.50 $478,250.00 A8 Compacted Structural Fill-Pond &Berm CY 9000 $1.20 $10,800.00 A9 Excavation for Lined Retention Pond CY 129400 $2.00 $258,800.00 A10 Roadway Construction SY 26915 $28.00 $753,620.00 All Parking Area &Mixing/Blending& SY 11616 $26.00 $302,016.00 Crushing Pad Al2 Clearing&Grubbing AC 113 $1,100.00 $124,300.00 A13 Recompacted Clay Liner CY 129067 $3.50 $451,734.50 A14 Retention Pond Liner SF 405816 $0.60 $243,489.60 A15 Crushing Pad SY 350 $180.00 $63,000.00 A16 Mixing/Blending Area SY 225 $520.00 $117,000.00 A17 Crushing Pad Trench Drain &1,000 EA 1 $470,000.00 $470,000.00 Gallon Tank A18 Fuel Station EA 1 $334,000.00 $334,000.00 A19 Prepared Subgrade CY 65500 $1.50 $98,250.00 A20 Geotextile SF 173646 $0.10 $173,646.40 4 RFB 6337 Solid Waste Compost Facility 20288 Report Created On:4/9/2025 7:03:45 PM A21 Protective Cover CY 96976 $3.00 $290,928.00 A22 Aluminum Cantiliver Slide Gate and Wall LS 1 $113,000.00 $113,000.00 A23 (6)Culverts-42" HDPE I.D. LF 1128 $312.00 $351,936.00 A24 (3)Culverts-36" RCP LF 168 $165.00 $27,720.00 A25 (12)Culverts-24" RCP LF 976 $98.00 $95,648.00 A26 Drainage Improvements LF 2000 $23.00 $46,000.00 A27 Pond Perimeter Fence LF 3784 $20.00 $75,680.00 A28 Miscellaneous Demolition LS 1 $18,000.00 $18,000.00 A29 Plug and Abandon Undocumented Well EA 1 $23,000.00 $23,000.00 Subtotal: $5,389,118.50 Part B-ADDITIVE ALTERNATES (per SECTION 01 2310 ALTERNATES AND ALLOWANCES) No. Description Unit Qty Unit Price Ext Price 131 Allowance for Unanticipated Work Items AL 1 $100,000.00 $100,000.00 Subtotal: $100,000.00 CIVCAST RFB 6337 Solid Waste Compost Facility 20288 Report Created On:4/9/2025 7:03:45 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Addendum No. 1 04/09/2025 15:59:12 PM CIVCAS, RFB 6337 Solid Waste Compost Facility 20288 Report Created On:4/9/2025 7:03:45 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans Plans/Drawings 3/3/2025 7:45:03 AM Invitation To Bid Invitation to Bid- RFB 6377 3/3/2025 7:46:14 AM Addenda Addendum No. 1 3/28/2025 10:15:47 AM 00 30 01 BID FORM Project Name: Solid Waste Compost Facility Project Number: 20288 Owner: City of Corpus Christi OAR: Designer: Hanson Professional Services Inc. By its signature below, Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees, if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. Bidder: -$C co"sn-yc noid SIB yIcel LL L (full legal name of Bidder) Signature: (signature of person with authority to bind the Bidder) 0 Name: G rwywr )ierze (printed name of person signing Bid Form) Title: VP (title of person signing Bid Form) Attest: v4v\ a- (signature) State of Residency: T5 Federal Tx ID No. 37- — 0388C)54 Address for Notices: 5705 up n%ve--'fia. Caa,P v S c 1 tries n, ri 18,401 Phone: NoO 284-zlo I Email: v\ f 4 tC5. CC- Bid Form ADDENDUM#1 00 30 01-Page 1 of 3 Solid Waste Compost Facility, Project No. 20288 Rev 8/2019 CONTRACT DOCUMENTS FOR CONSTRUCTION OF SOLID WASTE COMPOST FACILITY PROJECT NUMBER 20288 A o000000 0 lot o on°�P�Eo�F JFs o � . • � =*ri �y c014PoRa��� ................, .00000.0000000000..o.000000.00� JOSE C. GARZA j p JOSE B MARTINEZ JR 0 91790•� lei1852 o Aoo 89385 0�� b �11'i����EM9���►�� o?o��!CENs��° o /Q'WAoo000��0 February 3,2025 TBPELS F-417 For Electrical Specifications February 3,2025 TBPELS F-829 HANSON Engineering I Planning I Allied Services Hanson Professional Services Inc. 4501 Gollihar Rd, Corpus Christi, TX 78411 Phone: 361-814-9900 TX Firm No. F-417 February 3, 2025 Record DrawingNumber: PBG-942 CONFORMED/FINAL CONTRACT DOCUMENTS ASSEMBLED 4/10/2025 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 000100 Table of Contents Division 00 Procurement and Contracting Requirements 00 52 23 Agreement(Rev 12-2021) 00 72 00 General Conditions(Rev6-2021) 00 73 00 Supplementary Conditions(Rev3-2023) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment (Revs-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 35 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev 8-2019) 01 57 00 Temporary Controls(Rev8-2019) Part S Standard Specifications 021020 Site Clearing and Stripping 021080 Removing Abandoned Structures 022020 Excavation and Backfill for Utilities 022022 Trench Safety for Excavations 022100 Select Material 025208 Soil-Cement Base (5-17) 027402 Reinforced Concrete Pipe Culverts 028020 Seeding 028370 Barbed Wire Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 042020 Concrete Masonry Unit (S-121) Table of Contents 00 0100-1 Solid Waste Compost Facility, Project No. 20288 Rev 1/2022 Division/ Title Section Part T Technical Specifications 01050 Field Engineering 01410 Construction Quality Control 02002 Storm Water Pollution Prevention Plan 02200 Excavation and Placement of Fill 02240 Silt Fence 02250 Recompacted Clay Liner 02500 Crushed Concrete Flexible Base 02735 PVC Pipe and Fittings 02736 High Density Polyethylene (HDPE) Pipe and Fittings 02836 Aluminum Cantilever Slide Gate 13250 Synthetic Flexible Membrane Liners- HDPE 13350 Geotextile Installation 23 11 13 Diesel Fueling System 26 01 26 Electrical Testing 26 05 00 Common Work Results for Electrical 26 05 19 Low-Voltage Electrical Power Conductors and Cables 26 05 19.01 Wire Connections and Devices 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 53 Identification for Electrical Systems 26 24 16 Panelboards 26 27 26 Wiring Devices 26 28 16 Enclosed Switches and Circuit Breakers Appendix All Testing Reports as Applicable 1 Soil and Liner Quality Control Plan 2 Geologic Cross Sections& Soil Boring Logs END OF SECTION Table of Contents 00 0100-2 Solid Waste Compost Facility, Project No. 20288 Rev 1/2022 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 S O v �NOONPDXPSE� 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on , 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: Solid Waste Compost Facility Proiect No. 20288 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services Inc. 4501 Gollihar Road Corpus Christi,Texas 78411 jgarza@hanson-inc.com The Owner's Authorized Representative for this Project is:TBD Joseph Johnson City of Corpus Christi-Engineering Services 4917 Holly Road, Bldg. No. 5 Corpus Christi,TX 78411 JosephJ2@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 150 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 180 days after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. Agreement 00 52 23-1 Solid Waste Compost Facility, Project No. 20288 Rev 12/2021 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 $3,000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $1,000 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 $ ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 00 52 23-2 Solid Waste Compost Facility, Project No. 20288 Rev 12/2021 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. 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; Agreement 00 52 23-3 Solid Waste Compost Facility, Project No. 20288 Rev 12/2021 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. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractorthat 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. Agreement 00 52 23-4 Solid Waste Compost Facility, Project No. 20288 Rev 12/2021 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. 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 Agreement 00 52 23-5 Solid Waste Compost Facility, Project No. 20288 Rev 12/2021 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 00 52 23-6 Solid Waste Compost Facility, Project No. 20288 Rev 12/2021 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology .....................................................................................................10 1.01 Defined Terms.............................................................................................................................10 1.02 Terminology................................................................................................................................15 Article2—Preliminary Matters...................................................................................................................16 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................16 2.02 Copies of Documents..................................................................................................................16 2.03 Project Management System......................................................................................................16 2.04 Before Starting Construction ......................................................................................................17 2.05 Preconstruction Conference; Designation of Authorized Representatives................................17 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................17 3.01 Intent...........................................................................................................................................17 3.02 Reference Standards...................................................................................................................18 3.03 Reporting and Resolving Discrepancies......................................................................................19 3.04 Interpretation of the Contract Documents.................................................................................20 3.05 Reuse of Documents...................................................................................................................20 Article 4—Commencement and Progress of the Work..............................................................................20 4.01 Commencement of Contract Times; Notice to Proceed.............................................................20 4.02 Starting the Work........................................................................................................................20 4.03 Progress Schedule.......................................................................................................................21 4.04 Delays in Contractor's Progress..................................................................................................21 Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................22 5.01 Availability of Lands....................................................................................................................22 5.02 Use of Site and Other Areas........................................................................................................22 5.03 Subsurface and Physical Conditions............................................................................................23 5.04 Differing Subsurface or Physical Conditions...............................................................................24 5.05 Underground Facilities................................................................................................................25 5.06 Hazardous Environmental Conditions at Site .............................................................................26 Article 6—Bonds and Insurance .................................................................................................................28 6.01 Performance, Payment, and Other Bonds..................................................................................28 General Conditions 00 72 00-1 Corpus Christi Standards Rev 6/2021 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 00 72 00-2 Corpus Christi Standards Rev 6/2021 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 00 72 00-3 Corpus Christi Standards Rev 6/2021 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 00 72 00-4 Corpus Christi Standards Rev 6/2021 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 00 72 00-5 Corpus Christi Standards Rev 6/2021 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 00 72 00-6 Corpus Christi Standards Rev 6/2021 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 00 72 00-7 Corpus Christi Standards Rev 6/2021 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 00 72 00-8 Corpus Christi Standards Rev 6/2021 30.21 Notices. .................................................................................................................................131 General Conditions 00 72 00-9 Corpus Christi Standards Rev 6/2021 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 00 72 00-10 Corpus Christi Standards Rev 6/2021 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 00 72 00-11 Corpus Christi Standards Rev 6/2021 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 00 72 00-12 Corpus Christi Standards Rev 6/2021 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 00 72 00-13 Corpus Christi Standards Rev 6/2021 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 00 72 00-14 Corpus Christi Standards Rev 6/2021 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 00 72 00-15 Corpus Christi Standards Rev 6/2021 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 00 72 00-16 Corpus Christi Standards Rev 6/2021 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 00 72 00-17 Corpus Christi Standards Rev 6/2021 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 00 72 00-18 Corpus Christi Standards Rev 6/2021 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 00 72 00-19 Corpus Christi Standards Rev 6/2021 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 00 72 00-20 Corpus Christi Standards Rev 6/2021 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 00 72 00-21 Corpus Christi Standards Rev 6/2021 E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and 3. Hazardous Environmental Conditions. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment,and the operations of workers to the Site,adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume General Conditions 00 72 00-22 Corpus Christi Standards Rev 6/2021 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 00 72 00-23 Corpus Christi Standards Rev 6/2021 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 00 72 00-24 Corpus Christi Standards Rev 6/2021 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 00 72 00-25 Corpus Christi Standards Rev 6/2021 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 00 72 00-26 Corpus Christi Standards Rev 6/2021 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 00 72 00-27 Corpus Christi Standards Rev 6/2021 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 00 72 00-28 Corpus Christi Standards Rev 6/2021 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-Vill 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 00 72 00-29 Corpus Christi Standards Rev 6/2021 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 00 72 00-30 Corpus Christi Standards Rev 6/2021 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 00 72 00-31 Corpus Christi Standards Rev 6/2021 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 00 72 00-32 Corpus Christi Standards Rev 6/2021 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 00 72 00-33 Corpus Christi Standards Rev 6/2021 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 bythe OPT, named insureds,or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. General Conditions 00 72 00-34 Corpus Christi Standards Rev 6/2021 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 00 72 00-35 Corpus Christi Standards Rev 6/2021 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 00 72 00-36 Corpus Christi Standards Rev 6/2021 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 00 72 00-37 Corpus Christi Standards Rev 6/2021 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 00 72 00-38 Corpus Christi Standards Rev 6/2021 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 00 72 00-39 Corpus Christi Standards Rev 6/2021 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 00 72 00-40 Corpus Christi Standards Rev 6/2021 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 00 72 00-41 Corpus Christi Standards Rev 6/2021 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 00 72 00-42 Corpus Christi Standards Rev 6/2021 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 00 72 00-43 Corpus Christi Standards Rev 6/2021 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 00 72 00-44 Corpus Christi Standards Rev 6/2021 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 00 72 00-45 Corpus Christi Standards Rev 6/2021 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 00 72 00-46 Corpus Christi Standards Rev 6/2021 E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT or other contractor retained by the City: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors if damages, delays, disruptions, or interference occur. General Conditions 00 72 00-47 Corpus Christi Standards Rev 6/2021 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 00 72 00-48 Corpus Christi Standards Rev 6/2021 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 00 72 00-49 Corpus Christi Standards Rev 6/2021 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 00 72 00-50 Corpus Christi Standards Rev 6/2021 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 00 72 00-51 Corpus Christi Standards Rev 6/2021 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 00 72 00-52 Corpus Christi Standards Rev 6/2021 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 00 72 00-53 Corpus Christi Standards Rev 6/2021 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 00 72 00-54 Corpus Christi Standards Rev 6/2021 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 00 72 00-55 Corpus Christi Standards Rev 6/2021 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 00 72 00-56 Corpus Christi Standards Rev 6/2021 excess of weather normally experienced over the entire duration of the Project, Contractor may make a Claim for an extension of the Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Any time extension granted shall be non-compensatory. 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Except for Claims resulting from unusually severe weather, notice of a Claim by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 14 days after the start of the event giving rise to the Claim. Failure by Contractor to submit written notice of a Claim within 14 days shall constitute a waiver of such Claim. C. Submit the complete Claim with supporting documentation to Owner no later than 60 days after the start of the event giving rise to the Claim (unless Designer allows additional time for claimant to submit additional or more accurate data in support of such Claim). The Claim must be signed and sworn to by Contractor, certifying that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief,the relief requested accurately reflects the full compensation to which Contractor is entitled. Failure by Contractor to submit the Claim within 60 days shall constitute a waiver of such Claim. D. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. E. Claims by Owner must be submitted by written notice to Contractor. F. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR or Designer. 2. Claims seeking an adjustment of Contract Time must include a Time Impact Analysis and native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR or Designer. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation. H. Designer will review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or General Conditions 00 72 00-57 Corpus Christi Standards Rev 6/2021 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 00 72 00-58 Corpus Christi Standards Rev 6/2021 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 00 72 00-59 Corpus Christi Standards Rev 6/2021 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 00 72 00-60 Corpus Christi Standards Rev 6/2021 c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. For Contractor-and Subcontractor-owned machinery,trucks, power tools or other equipment, use the FHWA rental rates found in the Rental Rate Blue Book ("Blue Book") multiplied by the regional adjustment factor and the rate adjustment factor to establish hourly rates. Use the rates in effect for each section of the Blue Book at the time of use. Payment will be made for the actual hours used in the Work. 1) Standby costs will be paid at SO% 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 00 72 00-61 Corpus Christi Standards Rev 6/2021 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 forthe 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 00 72 00-62 Corpus Christi Standards Rev 6/2021 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 00 72 00-63 Corpus Christi Standards Rev 6/2021 E. Contractor may submit a Change Proposal,or Owner may file a Claim,seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 15.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Contract; 2. There is no corresponding adjustment with respect to other items of Work; and 3. Contractor believes it has incurred additional expense as a result of this condition or Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 15.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Contract. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 15.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Contract. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained bythe Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. General Conditions 00 72 00-64 Corpus Christi Standards Rev 6/2021 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 00 72 00-65 Corpus Christi Standards Rev 6/2021 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 00 72 00-66 Corpus Christi Standards Rev 6/2021 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 00 72 00-67 Corpus Christi Standards Rev 6/2021 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 00 72 00-68 Corpus Christi Standards Rev 6/2021 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 00 72 00-69 Corpus Christi Standards Rev 6/2021 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 00 72 00-70 Corpus Christi Standards Rev 6/2021 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 00 72 00-71 Corpus Christi Standards Rev 6/2021 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 00 72 00-72 Corpus Christi Standards Rev 6/2021 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 00 72 00-73 Corpus Christi Standards Rev 6/2021 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 00 72 00-74 Corpus Christi Standards Rev 6/2021 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 00 72 00-75 Corpus Christi Standards Rev 6/2021 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 00 72 00-76 Corpus Christi Standards Rev 6/2021 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1-year correction period. 17.12 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 17.11 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 17.13 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 17.14 Final Application for Payment A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set-offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. General Conditions 00 72 00-77 Corpus Christi Standards Rev 6/2021 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 00 72 00-78 Corpus Christi Standards Rev 6/2021 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 00 72 00-79 Corpus Christi Standards Rev 6/2021 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 00 72 00-80 Corpus Christi Standards Rev 6/2021 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 00 72 00-81 Corpus Christi Standards Rev 6/2021 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 00 72 00-82 Corpus Christi Standards Rev 6/2021 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 00 72 00-83 Corpus Christi Standards Rev 6/2021 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 00 72 00-84 Corpus Christi Standards Rev 6/2021 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 00 72 00-85 Corpus Christi Standards Rev 6/2021 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 00 72 00-86 Corpus Christi Standards Rev 6/2021 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 00 72 00-87 Corpus Christi Standards Rev 6/2021 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 00 72 00-88 Corpus Christi Standards Rev 6/2021 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 00 72 00-89 Corpus Christi Standards Rev 6/2021 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 00 72 00-90 Corpus Christi Standards Rev 6/2021 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 00 72 00-91 Corpus Christi Standards Rev 6/2021 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 00 72 00-92 Corpus Christi Standards Rev 6/2021 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 00 72 00-93 Corpus Christi Standards Rev 6/2021 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. ARTICLE 21—QUALITY MANAGEMENT 21.01 Contractor's Responsibilities A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; C. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; General Conditions 00 72 00-94 Corpus Christi Standards Rev 6/2021 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 00 72 00-95 Corpus Christi Standards Rev 6/2021 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 00 72 00-96 Corpus Christi Standards Rev 6/2021 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 00 72 00-97 Corpus Christi Standards Rev 6/2021 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 00 72 00-98 Corpus Christi Standards Rev 6/2021 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 00 72 00-99 Corpus Christi Standards Rev 6/2021 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 00 72 00-100 Corpus Christi Standards Rev 6/2021 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 00 72 00-101 Corpus Christi Standards Rev 6/2021 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 00 72 00-102 Corpus Christi Standards Rev 6/2021 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 workforce 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 00 72 00-103 Corpus Christi Standards Rev 6/2021 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 00 72 00-104 Corpus Christi Standards Rev 6/2021 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 CID Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor General Conditions 00 72 00-105 Corpus Christi Standards Rev 6/2021 Prefix Description Originator RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference to the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 24.06 Document Requirements A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions 00 72 00-106 Corpus Christi Standards Rev 6/2021 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 00 72 00-107 Corpus Christi Standards Rev 6/2021 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 00 72 00-108 Corpus Christi Standards Rev 6/2021 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 00 72 00-109 Corpus Christi Standards Rev 6/2021 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 00 72 00-110 Corpus Christi Standards Rev 6/2021 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 00 72 00-111 Corpus Christi Standards Rev 6/2021 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 00 72 00-112 Corpus Christi Standards Rev 6/2021 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 00 72 00-113 Corpus Christi Standards Rev 6/2021 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 00 72 00-114 Corpus Christi Standards Rev 6/2021 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 00 72 00-115 Corpus Christi Standards Rev 6/2021 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 00 72 00-116 Corpus Christi Standards Rev 6/2021 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 00 72 00-117 Corpus Christi Standards Rev 6/2021 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 00 72 00-118 Corpus Christi Standards Rev 6/2021 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 00 72 00-119 Corpus Christi Standards Rev 6/2021 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 00 72 00-120 Corpus Christi Standards Rev 6/2021 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 00 72 00-121 Corpus Christi Standards Rev 6/2021 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 00 72 00-122 Corpus Christi Standards Rev 6/2021 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re-submission of each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet Specification requirements. 27.04 Schedule Revisions A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 27.OS Float Time A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. General Conditions 00 72 00-123 Corpus Christi Standards Rev 6/2021 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 00 72 00-124 Corpus Christi Standards Rev 6/2021 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 00 72 00-125 Corpus Christi Standards Rev 6/2021 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 00 72 00-126 Corpus Christi Standards Rev 6/2021 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 00 72 00-127 Corpus Christi Standards Rev 6/2021 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 00 72 00-128 Corpus Christi Standards Rev 6/2021 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 00 72 00-129 Corpus Christi Standards Rev 6/2021 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 00 72 00-130 Corpus Christi Standards Rev 6/2021 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 demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 30.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments,is the total maximum not-to-exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated,this Contract shall immediately be terminated with no liability to any party to this Contract. 30.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. 30.21 Notices. A. Any notice required to be given to Owner under any provision in this Contract must include a copy to OAR by mail or e-mail. General Conditions 00 72 00-131 Corpus Christi Standards Rev 6/2021 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 00 72 00-132 Corpus Christi Standards Rev 6/2021 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.38 consists of the following organizations: City of Corpus Christi,Texas Hanson Professional Services Inc. B. The following entities, along with the members of the OPT,are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor's professional liability insurance. NONE 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 4.04.1) are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is O.SO 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 Supplementary Conditions 00 73 00-1 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 June 4 December 3 3. A total of 20 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: NONE a. REFER TO APPENDICES b. The Contractor may rely on the following Technical Data in using this document: 1. City of Corpus Christi Solid Waste Facility, Nueces County,Texas TNRCC Permit Application No. 2269 Volumes 1-5.This Permit is available to the Contractor for obtaining additional geotechnical information upon request to the City of Corpus Christi Engineering and/or Solid Waste Department. 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: NONE SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. 1. Environmental Reports include the following: NONE 2. Drawings of physical conditions relating to known Hazardous Environmental Conditions at the Site include the following: NONE ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE Supplementary Conditions 00 73 00-2 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 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 Broad Form 2. Premises—Operations 3. Underground Hazard 4. Products/Completed Operations $1,000,000 Per Occurrence 5. Contractual Liability $2,000,000 Aggregate 6 Independent Contractors 7. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $500,000 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 > 5 ft or asbestos present Builder's Risk(All Perils including Collapse) Coverage limit shall be in the amount of the total cost of the project. Required for vertical structures and bridges ❑ Not Required X Not Required Installation/Equipment Floater Equal to Contract Price Required if installing city-owned equipment or storing contractor equipment on city- ❑ Required X Not Required owned property Supplementary Conditions 00 73 00-3 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. Regular working hours are between 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 Juneteenth June 19 Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 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: "General Decision Number:TX2025002101/03/2025 Superseded General Decision Number:TX20240021 State:Texas Supplementary Conditions 00 73 00-4 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) 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)(1). Supplementary Conditions 00 73 00-5 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 IIf the contract is entered Executive Order 14026 linto on or after January 30, generally applies to the 12022, or the contract is contract. renewed or extended (e.g. , an The contractor must pay loption is exercised) on or all covered workers at after January 30, 2022: least $17.75 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2025. IIf the contract was awarded onl . Executive Order 13658 for between January 1, 2015 andl generally applies to the January 29, 2022, and the contract. contract is not renewed or The contractor must pay alll lextended on or after January covered workers at least 1 130, 2022: 1 $13.30 per hour (or the applicable wage rate listed) on this wage determination, if it is higher) for all hours spent performing on that contract in 2025. Supplementary Conditions 00 73 00-6 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2025 S U TX 1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 9.05 ** Concrete Finisher. . . . . . . . . . . . . . . .$ 7.56 ** ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13.37 ** 2.58 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 7.25 ** Utility. . . . . . . . . . . . . . . . . . . . .$ 7.68 ** Supplementary Conditions 00 73 00-7 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 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 ($17.75) or 13658 ($13.30). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order(EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member(or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member(or person who is Supplementary Conditions 00 73 00-8 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 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) (iii)). ---------------------------------------------------------------- The body of each wage determination lists the classifications and wage rates that have been found to be prevailing for the type(s) of construction and geographic area covered by the wage determination.The classifications are listed in alphabetical order under rate identifiers indicating whether the particular rate is a union rate (current union negotiated rate), a survey rate, a weighted union average rate, a state adopted rate, or a supplemental classification rate. Union Rate Identifiers A four-letter identifier beginning with characters other than ""SU"", ""UAVG"", ?SA?, or?SC?denotes that a union rate was prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2024. PLUM is an identifier of the union whose collectively bargained rate prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council Supplementary Conditions 00 73 00-9 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 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.The date,07/01/2024 in the example, is the effective date of the most current negotiated rate. Union prevailing wage rates are updated to reflect all changes over time that are reported to WHD in the rates in the collective bargaining agreement (CBA) governing the classification. Union Average Rate Identifiers The UAVG identifier indicates that no single rate prevailed for those classifications, but that 100%of the data reported for the classifications reflected union rates. EXAMPLE: UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a weighted union average rate. OH indicates the State of Ohio. The next number, 0010 in the example, is an internal number used in producing the wage determination.The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. A UAVG rate will be updated once a year, usually in January,to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Supplementary Conditions 00 73 00-10 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 Survey Rate Identifiers The ""SU"" identifier indicates that either a single non-union rate prevailed (as defined in 29 CFR 1.2)for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SUFL2022-007 6/27/2024. SU indicates the rate is a single non-union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the 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.The date, 6/27/2024 in the example, indicates the survey completion date for the classifications and rates under that identifier. ?SU?wage rates typically remain in effect until a new survey is conducted. However,the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1.6(c)(1). State Adopted Rate Identifiers The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local)government were adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007 01/03/2024. SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications Supplementary Conditions 00 73 00-11 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 and rates are based.The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted.---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter?This can be: a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Supplementary Conditions 00 73 00-12 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 Requests can be submitted via email to BCWD-Office@dol.gov or by mail 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 an initial decision has been issued, then any interested party(those affected by the action)that disagrees with the decision can request review and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Requests for review and reconsideration can be submitted via email to dba.reconsideration@dol.gov or by mail 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 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. Supplementary Conditions 00 73 00-13 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION" ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Hanson Professional Services Inc. 361-814-9900 Jose C. Garza, P.E. 361-414-6471 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/Wastewater/Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks& Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div.for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 IT Department(City Fiber) 361-826-1956 AE P 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centu ryl-i n k 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 Supplementary Conditions 00 73 00-14 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 01410 Construction Quality Control 02002 Storm Water Pollution Prevention Plan 02200 Excavation and Placement of Fill 02240 Silt Fence 02500 Crushed Concrete Flexible Base 02735 PVC Pipe and Fittings 02736 High Density Polyethylene (HDPE) and Fittings 02836 Aluminum Cantilever Slide Gate 13250 Synthetic Flexible Membrane Liners- HDPE 13350 Geotextile Installation 23 1113 -26 28 16 Electrical 027402 Reinforced Concrete Pipe Culverts 028020 Seeding 028370 Barbed Wire Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 042020 Concrete Masonry Unit (5-121) 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: Engineer VII $260/hr. Engineer VI $222/hr. ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Supplementary Conditions 00 73 00-15 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 Specification Section Record Data Description 01050 Field Engineering 01410 Construction Quality Control 02002 Storm Water Pollution Prevention 02200 Excavation and Placement of Fill 02250 Recompacted Clay Liner 02500 Crushed Concrete Flexible Base 02735 PVC Pipe and Fittings 02736 High Density Polyethylene (HDPE) Pipe and Fittings 02836 Aluminum Cantilever Sliding Gate 13250 Synthetic Flexible Membrane Liners-HDPE 13350 Geotextile Installation 23 1113 -26 28 16 Electrical 021080 Removing Abandoned Structures 027402 Reinforced Concrete Pipe Culverts 028020 Seeding 028370 Barbed Wire Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures SC-30.21 Notices. B. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions 00 73 00-16 Solid Waste Compost Facility, Project No.20288 Rev 3/2023 DIVISION 01 GENERAL REQUIREMENTS Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 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. The proiect will consist of constructing the Solid Waste Compost Facility (approximately 113 acre total site area)for the City of Corpus Christi at the Cefe F. Valenzuela Landfill.This will include clearing and grubbing,site grading, removal of topsoil from excavation areas and stockpiling, excavation, compacted structural fill, a lined composting area (recompacted clay liner with geotextile and protective cover), a concrete mixing/blending area, a concrete crushing pad, a final product area, a feedstock storage area,a bagging plant, roadway construction, a parking area, a lined FML(Flexible Membrane Liner)storm water retention pond, installation of HDPE (High Density Polyethylene) and RCP(Reinforced Concrete Pipe) culverts, drainage improvements, pond perimeter fence,storm water pollution prevention plan,and associated electrical services for a fueling station and lighting. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. NONE. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work 01 1100-1 Solid Waste Compost Facility, Project No. 20288 Rev 10/2018 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 01 1100-2 Solid Waste Compost Facility, Project No. 20288 Rev 10/2018 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 A. NONE 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A-2—Bonds and Insurance 1. A maximum of 2%of the bid price to be used for the purchase of bonds and insurance required for the Project. Alternates and Allowances 01 23 10-1 Solid Waste Compost Facility, Project No. 20288 Rev 5/2020 B. Allowance B-1—Unanticipated Work Items: 1. The sum of$100,000 to be used for the purchase of Unanticipated Work Items. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 01 23 10-2 Solid Waste Compost Facility, Project No. 20288 Rev 5/2020 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A1—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 01 29 01-1 Solid Waste Compost Facility, Project No. 20288 Rev 5/2020 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. B. Bid Item A2—Bonds and Insurance (Maximum Allowance of 2%) 1. Payment shall include all bonds and insurance required under the Contract Documents. 2. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique insurance as required and obtained specifically forthis Project, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. C. Bid Item A3—Storm Water Pollution Prevention: 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50%of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50%completion has occurred, minus retainage. D. Bid Item A4—General Site Compacted Structural Fill (Excludes Compost Floor Area): 1. This item includes filling and compacting to required subgrade elevations. 2. Measuring for payment is by the cubic yard basis. E. Bid Item A5—General Site Excavation (Excludes Compost Floor Area): 1. This item includes excavating to required subgrade elevations. It also includes the removal of 12" of topsoil and stockpiling as required. 2. Measuring for payment is by the cubic yard basis. F. Bid Item A6—Compacted Structural Fill-Compost Floor Area: 1. This item includes filling and compacting to required subgrade elevations in preparation for the installation of the recompacted clay liner. 2. Measuring for payment is by the cubic yard basis. G. Bid Item A7—Excavation-Compost Floor Area: 1. This item includes excavating to required subgrade elevations in preparation for the installation of the recompacted clay liner. It also includes the removal of 12" of topsoil and stockpiling as required. 2. Measuring for payment is by the cubic yard basis. Measurement and Basis for Payment 01 29 01-2 Solid Waste Compost Facility, Project No. 20288 Rev 5/2020 H. Bid Item A8—Compacted Structural Fill-Retention Pond & Berm (3,444 ft. Length, 3-5 ft. Height, 3:1): 1. This item includes filling and compacting to required elevations. 2. Measuring for payment is by the cubic yard basis. I. Bid Item A9—Excavation-For Lined Retention Pond (9 AC/13 FT): 1. This item includes excavating to required elevations. It also includes the removal of 12" of topsoil and stockpiling as required. 2. Measuring for payment is by the cubic yard basis. J. Bid Item A10—Roadway Construction (30'x 7,073',40'x 751', 12" Flexible Base/Subgrade): 1. This item includes constructing a roadway into and around the facility.This includes seeding of all side slopes for erosion protection. 2. Measuring for payment is by the square yard basis. K. Bid Item A11—Parking Area & Mixing/Blending& Crushing Pad (12" Flexible Base/Subgrade/2.32 AC): 1. This item includes constructing a new Parking Area & Mixing/Blending& Crushing Pad with flexible base to required elevations.This includes seeding of all side slopes for erosion control. 2. Measuring for payment is by the square yard basis. L. Bid Item Al2—Clearing and Grubbing (113 AC— Entire Site): 1. This item includes site clearing and stripping . 2. Measuring for payment is by the acre basis. M. Bid Item A13—Recompacted Clay Liner(Lined Active Composting Area/40 AC): 1. This item includes preparing the clay liner to required elevations and ready for placement of geotextile and protective cover. 2. Measuring for payment is by the cubic yard basis. N. Bid Item A14—Retention Pond Liner(9 AC 60-mil Textured Geomembrane): 1. This item includes the installation of a flexible membrane liner(HDPE-FML-textured) on the floor and slopes of the retention pond to required elevations and specifications. This will include the anchor trench. 2. Measuring for payment is by the square foot basis. O. Bid Item A15—Crushing Pad (3,000 SF Concrete): 1. This item includes the installation of reinforced concrete pavement with a 6" curb and two layers of 2'x 2'x 6' concrete blocks around the perimeter to specifications. 2. Measuring for payment is by the square yard basis. P. Bid Item A16—Mixing/Blending Area (2,000 SF Concrete): Measurement and Basis for Payment 01 29 01-3 Solid Waste Compost Facility, Project No. 20288 Rev 5/2020 1. This item includes the installation of reinforced concrete pavement with a 12"thick concrete wall and footings to specifications. 2. Measuring for payment is by the square yard basis. Q. Bid Item A17—Crushing Pad Trench Drain & 1,000 Gallon Holding Tank w/Riser& Lid: 1. This item includes the installation of the liquids trench drain and holding tank to specifications. 2. Measuring for payment is by each basis. R. Bid Item A18—Fuel Station (5,000-Gal Diesel Tank)/Electrical/Lighting: 1. This item includes the installation of the tank and electrical requirements, including lighting . 2. Measuring for payment is by each basis. S. Bid Item A19—Prepared Subgrade (12"for Final Product Area & Future Bagging Plant Location/18.25 AC): 1. This item includes preparing the subgrade to required elevations. 2. Measuring for payment is by the cubic yard basis. T. Bid Item A20—Geotextile (Lined Area/40 AC): 1. This item includes the installation of 6 oz. non-woven geotextile fabric (indicator between clay& protective cover). 2. Measuring for payment is by the square foot basis. U. Bid Item A21—Protective Cover(18" for Lined Area/40 AC): 1. This item includes the installation of protective cover soil over the 2 ft recompacted clay liner and geotextile to required elevations. 2. Measuring for payment is by the cubic yard basis. V. Bid Item A22—Aluminum Cantilever Slide Gate and Architectural Block Wall at Entrance: 1. This item includes the installation of the cantilever slide gate and block wall entrance. This will include all footings and foundation requirements. 2. Measuring for payment is by lump sum basis. W. Bid Item A23—(6) Culverts—42" HDPE: 1. This item includes the installation of 42" I.D. (inside diameter) DR 17 HDPE (High Density Polyethylene) fusion welded culverts from the lined area through the retention pond. Including all backfill requirements. 2. Measuring for payment is by the linear foot basis. X. Bid Item A24—(3) Culverts—36" RCP: 1. This item includes the installation of RCP pipe culverts at the southeast corner of the facility. 2. Measuring for payment is by the linear foot basis. Measurement and Basis for Payment 01 29 01-4 Solid Waste Compost Facility, Project No. 20288 Rev 5/2020 Y. Bid Item A25—(12) Culverts—24" RCP: 1. This item includes the installation of RCP pipe culverts at the south and north areas of the facility including at the main entrance near CR 57. 2. Measuring for payment is by the linear foot basis. Z. Bid Item A26—Drainage Improvements: 1. This item includes the construction of all drainage swales and channels to the required flowline elevations. This includes seeding of the entire drainage swale or channel for erosion control. 2. Measuring for payment is by the linear foot basis. AA. Bid Item A27—Pond Perimeter Fence: 1. This item includes the construction of a fence and gate, including footings, posts,wire fabric, barbed wire, bracing, concrete, connections, and hardware. 2. Measuring for payment is by the linear foot basis. BB. Bid Item A28—Miscellaneous Demolition: 1. This item includes the demolition, removal, and disposal of abandoned structures and trees as required. 2. Measuring for payment is by lump sum basis. CC. Bid Item A29—Plug and Abandon Undocumented Well 1. This item includes properly plugging and abandoning the undocumented well in accordance with Texas Department of Licensing and Regulation (TDLR) rules and regulations by a licensed water well driller and pump installer. 2. Measuring for payment is by each basis. DD. 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 01 29 01-5 Solid Waste Compost Facility, Project No. 20288 Rev 5/2020 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 0133 O1 Submittal Register Paragraph Types of Submittals Required Specification Section Specification Description No Product Sample or Operations Information Mockup Data 01050 FIELD ENGINEERING Record Data 01410 CONSTRUCTION QUALITY CONTROL Record Data 02002 STORM WATER POLLUTION PREVENTION Record Data 02200 EXCAVATION AND PLACEMENT OF FILL Record Data 02240 SILT FENCE Record Data 02250 RECOMPACTED CLAY LINER Record Data 02500 CRUSHED CONCRETE FLEXIBLE BASE Record Data 02735 PVC PIPE AND FITTINGS Record Data 02736 HIGH DENSITY POLYETHYLENE(HDPE)PIPE AND Record Data FITTINGS 02836 ALUMINUM CANTILEVER SLIDE GATE Record Data 11300 LEACHATE AND GROUNDWATER PUMPS Record Data 13250 SYNTHETIC FLEXIBLE MEMBRANE LINERS-HDPE Record Data 13350 GEOTEXTILE INSTALLATION Record Data 2311 13-26 28 16 ELECTRICAL Record Data 027402 REINFORCED CONCRETE PIPE CULVERTS Record Data 028020 SEEDING Record Data 028370 BARBED WIRE FENCE Record Data 030020 PORTLAND CEMENT CONCRETE Record Data 032020 REINFORCING STEEL Record Data 038000 CONCRETE STRUCTURES Record Data 042020 CONCRETE MASONRY UNIT 5-121 Record Data Submittal Register 01 33 01-1 Solid Waste Compost Facility,Project No.20288 10/2018 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. Implementation of the Storm Water Pollution Prevention Plan; 2. Solid Waste Compost Facility a. Demolition and Excavation; b. Placement of structural backfill; C. Installation of the recompacted clay liner; d. Pond construction/installation of the flexible membrane liner (FML); e. Placement and installation of protective cover; f. Pipe installation, drainage improvements, and roadway construction; g. Construction of the pond perimeter fence; B. Work shall be completed within the specified time for these items: Description Time Solid Waste Compost Facility, Project No. 20288 150 Substantially Complete Calendar Days Solid Waste Compost Facility, Project No. 20288 180 Final Completion Calendar Days 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, Special Procedures 0135 00-1 Solid Waste Compost Facility, Project No. 20288 Rev 10/2018 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 2 weeks [1 month] prior to beginning the Work. 1.03 CRITICAL OPERATIONS(NONE) 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) 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 [for operation of the existing distribution system] [other description of critical nature of operations]. Special Procedures 0135 00-2 Solid Waste Compost Facility, Project No. 20288 Rev 10/2018 2. Loss of[operation of the existing distribution system] [other description of critical nature of operations] can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 1.] 2. Critical Operation 2 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 2.] 3. Critical Operation 3 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 3.] 1.04 OWNER ASSISTANCE (NONE) 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 0135 00-3 Solid Waste Compost Facility, Project No. 20288 Rev 10/2018 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 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 (NOT REQUIRED) 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 0150 00-1 Solid Waste Compost Facility, Project No. 20288 Rev 8/2019 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(NOT REQUIRED) A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 10 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT(NOT REQUIRED) 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 0150 00-2 Solid Waste Compost Facility, Project No. 20288 Rev 8/2019 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 (NOT REQUIRED) A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls 0150 00-3 Solid Waste Compost Facility, Project No. 20288 Rev 8/2019 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE (NOT REQUIRED) 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 (NOT REQUIRED) 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 0150 00-4 Solid Waste Compost Facility, Project No. 20288 Rev 8/2019 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 0157 00-1 Solid Waste Compost Facility, Project No. 20288 Rev 8/2019 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 0157 00-2 Solid Waste Compost Facility, Project No. 20288 Rev 8/2019 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 0157 00-3 Solid Waste Compost Facility, Project No. 20288 Rev 8/2019 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS(NOT APPLICABLE) A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. Temporary Controls 0157 00-4 Solid Waste Compost Facility, Project No. 20288 Rev 8/2019 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 Petronilla Creek. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest wastewater system. If discharging to temporary holding tanks and trucking to a wastewater or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to pumping groundwater from a trench to the wastewater system the Contractor shall contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER (NOT APPLICABLE) A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER (NOT APPLICABLE) 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 0157 00-5 Solid Waste Compost Facility, Project No. 20288 Rev 8/2019 agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the current version of the International Building Code (IBC). When applicable, [Contractor] [Owner] shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls 0157 00-6 Solid Waste Compost Facility, Project No. 20288 Rev 8/2019 PART S STANDARD SPECIFICATIONS Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 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 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 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 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 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 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 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 (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 (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 stone 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 Asphalt Roadway 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 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 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 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 shalt be non-expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation,hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit(L.L.): < 35 Plasticity Index (P.I.)Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniforrnly 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 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 SECTION 025208 Soil - Cement Base (5-17) 1 . DESCRIPTION This specification shall govern all work required for Soil-Cement Base necessary to complete the project. 2 . MATERIALS 2 .1 Soil. Soil shall consist of approved material free from vegetation or other objectionable matter encountered in the existing roadbed and other acceptance material used in preparation of the roadbed in accordance with this specification. 2 .2 Portland Cement. Cement shall be either Type I or II Portland cement. The Contractor, at his option, may use bulk cement, provided the apparatus for handling, weighing and spreading the cement is approved by the Engineer in writing. Cement weighing equipment shall be as specified below. 2 .3 Water. Water shall he free from substances deleterious to the hardening of the cement treatment and shall be approved by the Engineer. 3. EQUIPMENT Equipment necessary for the proper construction of the work shall be on the project, in first-class working condition, and be approved by the Engineer, both as to type and condition, prior to the start of construction operations. The Contractor shall at all times provide sufficient equipment to enable continuous execution of the work and its completion in the required number of working days. Portland cement treatment for materials in place may be constructed with any machine or combination of machines and auxiliary equipment that will produce results as outlined in this specification. Mixing may be accomplished by: (1) a multiple-pass traveling mixing plant or (2) a single-pass traveling mixing plant. The equipment provided by the Contractor shall be operated by experienced and capable workmen and shall be that necessary to provide a cement treatment meeting the requirements herein specified. 4 . CONSTRUCTION METHODS 4 .1 General. It is the primary requirement of this specification to secure a completed course of treated material containing a uniform Portland cement 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 process a sufficient quantity of material to provide full depth as shown on plans, to use the proper amount of Portland cement, maintain the work and rework the courses as necessary to meet the above requirements. Cement treatment shall not be mixed or placed when the air temperature is below 40F and is falling, but may be mixed or placed when the air temperature is above 35F and is rising, the temperature being taken in 025208 12/9/8 Page 1 of 5 the shade and away from artificial heat and with the further provision that cement treatment shall be mixed or placed only when weather conditions, in the opinion of the Engineer, are suitable. 4 .2 Preparation of Roadbed. Before other construction operations are begun, the roadbed shall be graded and shaped as required to construct the Portland cement treatment for material in place in conformance with the lines, grades, thickness and typical cross section shown on the plans. Unsuitable soil or material shall be removed and replaced with acceptable soil. The sub grade shall be firm and able to support without displacing the construction equipment and the compaction hereinafter specified. Soft or yielding sub grade shall be corrected and made stable before construction proceeds. 4 .3 Pulverization. The soil shall be so pulverized that, at the completion of moist-mixing, when all non-slaking aggregate retained on the No. 2 sieve are removed, the remaining material shall meet the following requirements when tested from the roadway in the roadway condition by Test Method Tex-101-E (Part III) . Percent Minimum passing 1-inch sieve . . . . . . . . 100 Minimum passing No. 4 sieve . . . . . . . . . 80 Old bituminous wearing surface shall be pulverized so that 100 percent will pass the 2-inch sieve. 4 .4 Application of Cement (Road mix) . Portland cement shall be spread uniformly on the soil at the rate specified on the plans or approved by the Engineer. If a bulk cement spreader is used, it shall be positioned by string lines or other approved method during spreading to insure a uniform distribution of cement. Cement shall be applied only to such an area that all the operations can be continuous and completed in daylight within 6 hours of such application. The percentage of moisture in the soil, at the time of cement application, shall not exceed the quantity that will permit uniform and intimate mixture of soil and cement during dry mixing operations, and it shall not exceed the specified optimum moisture content for the soil cement mixture. No equipment, except that used in spreading and mixing, will be allowed to pass over the freshly spread cement until it is mixed with the soil. 4 .5 Mixing and Processing. Unless otherwise shown on the plans, either method (a) or (b) below may be used at the option of the Contractor. (a) Multiple-Pass Traveling Mixing Plant. After the cement has been applied, it shall be dry-mixed with the soil. Mixing shall continue until the cement has been sufficiently blended with the soil to prevent the formation of cement balls when water is applied. Any mixture of soil and cement that has not been compacted and finished shall not remain undisturbed for more than 30 minutes. Immediately after the dry mixing of soil and cement is complete, water as necessary shall be uniformly applied and incorporated into the mixture. 025208 12/9/8 Page 2 of 5 Pressurized equipment and water supply provided shall be adequate to insure continuous application of the required amount of water to sections being processed within 3 hours of application of the cement. Proper care shall be exercised to insure proper moisture distribution at all times. After the last increment of water has been added, mixing shall continue until a thorough and uniform mix has been obtained. (b) Single-Pass Traveling Mixing Plant. After the cement has been applied it shall be sufficiently dry-mixed with the soil to prevent the formation of cement balls when water is applied. Un-pulverized soil lumps in the soil cement mixture immediately behind the mixer will not be allowed. Should this condition prevail, the Contractor shall "pre-wet" the raw soil as necessary to correct this condition. The water shall be provided with means for visibly and accurately gauging the water application. The water shall be applied uniformly through a pressure spray bar. After cement is spread, mixing operations shall proceed as follows: The mixer shall in one continuous operation mix the air-dry soil and cement full depth, and the required moisture uniformly, thoroughly moist- mix the soil, cement and water, spread the completed soil cement mixture evenly over the machine processed width of the sub grade and leave it in a loose condition ready for immediate compaction. The soil and cement mixture shall not remain undisturbed, after mixing and before compacting, for more than 30 minutes. 4 . 6 Compaction and Finishing. The material shall be compacted to not less than 98% standard proctor unless otherwise shown on the plans. At the start of compaction, the percentage of moisture in the mixture and in un- pulverized soil lumps, based on over-dry weights, shall not be below or more than two percentage points above the specified optimum moisture content and shall be less than that quantity which will cause the soil cement mixture to become unstable during compaction and finishing. When the un-compacted soil cement mixture is wetted by rain so that the average moisture content exceeds the tolerance given at the time of final compaction, the entire section shall be reconstructed in accordance with this specification at the sole expense of the Contractor. Prior to the beginning of compaction, the mixture shall be in a loose condition for its full depth. The loose mixture then shall be uniformly compacted to the specified density within 2 hours. After the soil and cement mixture, excepting the top mulch, is compacted, water shall be uniformly applied as needed and thoroughly mixed in with a spike tooth harrow or equal. The surface shall then be reshaped to its required lines, grades and cross section and then lightly scarified to loosen any imprint left by the compacting or shaping equipment. The resulting surface shall be thoroughly rolled with a pneumatic tire roller and "clipped", "skinned" or "tight bladed" by a power grader to a depth necessary to remove all loosened soil and cement from the section. The surface shall then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed during rolling. If plus No. 4 aggregate is present in the mixture; one complete coverage of the section with the flat wheel roller shall be made immediately after the "clipping" operation. When directed by the Engineer, surface finishing methods may be varied from this procedure provided a dense, uniform surface, free of surface compaction planes, is produced. The moisture 025208 12/9/8 Page 3 of 5 content of the surface material must be maintained at its specified optimum during all finishing operations. Surface compaction, rolling, blading and finishing shall proceed in such a manner as to produce a smooth, closely knit surface, free of cracks, ridges or loose material conforming to the crown, grade and line shown on the plans, within 3 hours of initial mixing. 5. CURING 5.1 Protection and Cover. After the cement treated course has been finished as specified herein, the surface shall be protected against rapid drying by either of the following curing methods for a period shown on plans but in no case less than 3 days or until the surface or subsequent courses are placed: (a) Maintain in a thorough and continuously moist condition by sprinkling. (b) Apply a 2-inch layer of earth on the completed course and maintain in a moist condition. (c) Apply a single course surface treatment. Unless shown otherwise on the plans, the asphalt shall be HFRS-2, in accordance with "Asphalts, Oils and Emulsions" in the Texas Department of Highways and Public Transportation Standard Specifications. The single course surface treatment shall be placed in accordance with Section 025418 "Surface Treatment, except HFRS-2 asphalt shall be used in lieu of AC-5 and the asphalt shall be applied at .5 gallons per square yard. 5.2 Surface. The surface or other base courses may be applied on the finished base as soon after completion as operations will permit. o. CONSTRUCTION JOINTS At the end of each day's construction, a straight transverse construction joint shall be formed by cutting back into the total width of completed work to form a true vertical face free of loose and shattered material. Cement treatment for large, wide areas shall be built in a series of parallel lanes of convenient length and width meeting and approval of the Engineer. 7 . TRAFFIC Completed sections of cement treated material in place may be opened immediately to local traffic and to construction equipment after application of the single course surface treatment and to all traffic after the final surface course, provided the cement treated course has hardened sufficiently to prevent marring or distorting the surface by equipment or traffic. 8 . MAINTENANCE The Contractor shall be required, within the limits of his contract, to maintain the cement treated course in good condition until all work has been completed and accepted. Maintenance shall include immediate repairs of any defects that may occur. This work shall be done by the Contractor at his own expense and repeated as often as may be necessary to keep the area continuously intact. Faulty work shall be replaced for the full depth of treatment. It is the intent of this specification that the Contractor constructs the plan depth of cement treatment in one homogeneous mass. 025208 12/9/8 Page 4 of 5 9. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Soil-Cement Base shall be measured by the square yard at each application rate specified. Measurement shall include, but not be limited to, furnishing, storing and applying cement; preparation of roadbed, application of cement, mixing, watering, compacting, finishing, curing and maintenance; and all other work as specified. 025208 12/9/8 Page 5 of 5 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 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. Design. 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. Curing. 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 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. Rain-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 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. P/2 pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 11/2 pcs 1'/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 1'/2 " x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 31/2 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. 51/2 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 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. Bedding. 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 4of7 Rev.3-25-2015 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'-I1" 1'-1" 1'-3" 1'-5" 1'-7" 1'-11" 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 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 pennitted 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. Cleaniniz 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 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 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 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 Bluestein 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 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Tube 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 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 Seeding - 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 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 lb./acre on flats, 2000 lb./acre on slopes up to 3:1, and 2500 lb./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 SECTION 028370 BARBED WIRE FENCE 1. DESCRIPTION This specification shall govern all work required for furnishing and installing all barbed wire fences and gates required to complete the project. 2. GENERAL Barbed wire fences shall be Class D four-strand barbed wire in accordance with FAA Item F-161 (10/24/74). 3. MATERIALS Wire. a. Woven Wire (Zinc-coated). The woven wire fencing shall be 7-bar, 26-inch field fence with top and bottom wires No. 10 ASW gauge, and filler and stay wire No. 12 '/z ASW gauge. Stay wires shall be spaced 6 inches apart. All wire shall be smooth galvanized steel wire conforming to Fed. Spec.RR-F-221,Type B. All wires shall be two-dip and spaced to match existing fencing. b. Barbed Wire(Zinc-coated). Zinc coated barbed wire shall be two-strand twisted No. 12 '/z ASW gauge galvanized steel wire with 4-point barbs of No. 14 ASW gauge galvanized steel wire. All wire shall conform to Fed. Spec. RR-F221, Type A. The barbs shall be spaced approximately 4 inches apart. The wire will be placed in the same number and at the same heights as the existing adjoining fence C. Barbed Wire(Copper-covered). Copper-covered steel barbed wire shall conform to Fed. Spec. RR-F221, Type A. d. Barbed Wire(Aluminum-coated). Aluminum-coated steel barbed wire shall be two strand twisted No. 12 1/2 ASW gauge. The 4-point barbs of No. 14 ASW gauge aluminum-coated steel wire shall be spaced approximately 5 inches apart. The steel wire shall have a tensile strength of between 60,000 and 80,000 pounds per square inch and the aluminum coating shall have a minimum weight of 0.30 ounce per square foot of wire surface on the No. 12 %2 ASW gauge line wire and 0.25 ounce per square foot of wire surface on the No. 14 ASW gauge barbs. The wire will be placed in the same number and at the same heights as the existing adjoining fence 028370 Page 1 of 4 Rev.10-30-2014 e. Bracing Wire Zinc-coated). Wire used for cable for bracing shall be No. 9 smooth galvanized soft wire. Fence Posts, Gates, Rails, Braces and Accessories. These items, when specified, shall conform to the requirements of Fed. Spec. RR-F-183 and shall be zinc coated. Concrete. Concrete shall be Class B in accordance with City Standard Specification Section 030020. 4. CONSTRUCTION METHODS General. The fence shall be constructed in the locations shown on the plans and as specified herein using new materials, and all work shall be performed in a workmanlike manner satisfactory to the Engineer. The route of the fence is indicated on the drawings. The existing fence with the exception of gates shall become property of the Contractor and shall be removed from the site. The new fence shall be placed along the right-of-way or easement line. The Contractor shall span the opening below the fence with barbed wire fastened to stakes of the required length at locations of small natural or drainage ditches where it is not practical to conform the fence to the general contour of the ground surface. The new fence shall be permanently tied to terminals of existing fences whenever required by the Engineer. The finished fence shall be plumb,taut, true to line and ground contour, and complete in every detail. When directed, in order to keep stock on adjoining property enclosed at all times, the Contractor shall arrange the work so that construction of the new fence will immediately follow the removal of existing fences. The length of unfenced section at any time shall not exceed 300 feet or such length that the stock can be kept in the proper field. The work shall progress in this manner and at the close of the working day the newly constructed fence shall be tied to the existing fence. Any openings in the fence shall be guarded when stock is using the adjoining property. Clearing Fence Line. The site of the fence shall be sufficiently cleared of obstructions, and surface irregularities shall be grades so that the fence will conform to the general contour of the ground. The fence line shall be cleared to minimum width of 10 feet on each side of the centerline of the fence. This clearing shall consist of the removal of all stumps, brush, rocks, trees, or other obstructions which will interfere with proper constructions of the fence. The area shall be mowed. Stumps within the cleared area of the fence shall be removed. When shown on the plans or as directed by the Engineer,the existing fences,which coincide with or are in a position to interfere with the new fence locations shall be removed by the Contractor as part of the construction work unless such removal is listed as a separate item in the bid schedule. All holes remaining after post and stump removal shall be refilled with suitable soil, gravel, or other material acceptable to the Engineer and shall be compacted properly with tampers. The work shall include the handling and disposal of all material cleared, excavated or removed, regardless of the type, character, composition, or condition of such material encountered. 028370 Page 2 of 4 Rev.10-30-2014 Installing Posts. All posts shall be spaced at 16'-6"maximum spacing. Corner,brace, anchor, end, and gate posts shall be set in concrete bases as shown on the plans. The top of the base shall be slightly above the ground surface,trowel finished, and sloped to drain. Holes of full depth and size for the concrete bases for posts shall be provided even if blasting of rock or other obstructions is necessary. All line posts may be either driven or set in dug holes to a penetration of 3 feet. All post setting shall be done carefully and to true alignment. Dirt removed for placing posts, anchor bars, flanges, etc., shall be replaced,tamped, and leveled. When posts are driven,care shall be exercised to prevent marring or buckling of the posts. Damaged posts shall be replaced at the Contractor's expense. No extra compensation will be made for rock excavation. Rock excavation shall not be grounds for extension of time. Bracing. All corner, anchor, end, and gateposts shall be braced. Anchor posts shall be set at approximately 500-foot intervals and braced to the adjacent posts. Installing Wire. All barbed wire and woven wire shall be placed on the same side of the posts as the existing adjoining fence, or as directed, at the saine height and number as the existing adjoining fence. The woven wire shall be carefully stretched and hung without sag and with true alignment. Care shall be taken not to stretch the wire so tightly that it will break in cold weather or pull up corner and/or brace posts. All horizontal wires shall be fastened securely to each post by fasteners or clips designed for use with the posts furnished. The woven wire shall be wrapped around all end posts, corner posts and gate posts, and the ends of all horizontal wires shall be tied with snug, tight twists. The wire shall be secured to prevent slipping up and down the post. Barbed wire strands shall be stretched and each strand secured to each post to prevent slipping out of line or becoming loose. At all end posts, corner posts and gate posts, the barbed wire shall be securely wrapped and anchored once about the post from the outside and secured against slipping by tying the ends with snug, tight twists. However, on spans of less than 100 feet, both ends of the span need not be wrapped around the posts. The bottom wire of the woven wire fencing shall clear the ground by not more than 4 inches or less than 1 inch at any place. Splicin Wire. Splicing in barbed wire and woven wire will be permitted if made with an approved galvanized bolt-clamp splice or a wire splice made as follows: The ends of each wire shall be carried 3 inches past the splice tool and wrapped around the other wire for at least six turns in opposite directions. After the tool is removed, the space occupied by it shall be closed by pulling the ends together. The unused ends of the wire shall be cut close to make a neat, workmanlike job. Existing Fence Connections. Wherever the new fence joins an existing fence,either at a corner or at the intersection of straight fence lines, a corner post or anchor post shall be set at the junction and braced and anchored the same as herein described for corner posts. If the connection is made at other than the corner of the new fence,the last span of the old fence shall contain a brace span. 028370 Page 3 of 4 Rev.10-30-2014 Gates. See the gate schedule in the drawings for location,size and description of proposed gate work where new gates are required. Gates will typically be cantilever type roller gates. The Contractor shall submit shop drawings of the gate and assembly for pre-approval by the Engineer prior to bid openings. The gate and assembly shall meet the following general requirements: Gates shall be of the double gate type with a combined clear opening of 30 feet. Roller assembly shall be of a type designed to support the gate without ground rollers. Rollers shall be mounted on steel gatepost with a minimum diameter of 4 inches. Gatepost shall be placed in 12"diameter post holes excavated to a minimum depth of 48 inches. Gatepost shall be embedded in a hole a minimum of 36" with the remainder of the hole being filled with Class B concrete. The gate frame shall be constructed of galvanized steel pipe with a minimum diameter of 2 inches for exterior member and 1-5/8 inches for internal braces. The size of the gate frame shall be approximately 3'-6" x 22'-0". The gate barrier wire shall be NE 6 gauge 2" wire. The gate shall be installed with a lock assemble located at the center of the 30 foot opening. The lock assemble shall provide lateral support and be doweled into concrete at mid-opening and shall not obstruct traffic when the gate is open. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, Barbed Wire Fence shall be measured and paid for under City Standard Specification Section 028300 "Fence Relocation", and shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. 028370 Page 4 of 4 Rev.10-30-2014 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 11 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 (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 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Nominal 2-1/2 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 Aggregate 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 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 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 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 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 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 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 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 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(fc) Strength Water-Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7-Day(psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air(slabs,piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only(except cased drilled shafts). ***When Type 11 Cement is used with Class C Concrete, the 7-day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7-day beam break requirement will be 460 psi. ""Permission**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 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 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 Plan . 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 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 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 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 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 defonned) 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 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 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 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 Grade 75 #3 thru#8 6d -- #9, #10 8d -- #11 8d 8d #14, #18 10d -- 032020 Page 3 of 6 Rev.10-30-2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Diemen. = 3/4" _1 7/8" Bar or Smollar--Plan- Dimon. ; 1/27 h 1" Bar or Larger--Plan. Mmen. ; 1� 3✓ 1-1= over 6"--aemen.+ Zero or -I/Z7 H = 6 a-`nd less-Dimon. • Zero or 14 7/8" Bar or Smaller--Pion Dimon_ ; 1/20 r- l" Bar or 1_arger—Place Diemen. s I" piral or Circular Tie Tie: or Stirstap gPIonDimon;-*-IY Plan Cm-=.=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 4of6 Rev.10-30-2014 TABLE I Minimum Lap Requirements Lap 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 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 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 meet the requirements of ASTM Designation: D 1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)",except that the 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 conforin 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 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 manu£). 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 3'/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 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 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 joints and joints to be filled with expansion joint 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 j oint shall be blown clean of all foreign material and sealed. Where preformed fiber joint 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 (I") 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 joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The teen "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 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 be taken into consideration in detennining the depth of the equivalent liquid. For j ob fabricated fonns,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 prevent bulging 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 fonns 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 (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 joists 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 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 forins 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 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 A,itated 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 pei7nitted 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 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 joints 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 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 but not against the 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 may be 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 (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 job 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 nonnal 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 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 When footings can be placed in a diy 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 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 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 subject to 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 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. 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 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 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 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 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 SECTION 042020 CONCRETE MASONRY UNIT (5-121) 1 . GENERAL Scope: Furnish all labor, materials, transportation, services, tools and equipment to properly execute work for Concrete Masonry Unit. 2 . MATERIALS Concrete masonry units shall conform to ASTM C90 and C129 and shall include hollows, solids, closers, jamb units, headers and special shapes and sizes required. Linear shrinkage as determined by ASTM C426 shall not exceed .030. Mortar shall be Type S consisting of 1 part Portland cement, 1 part Type S hydrated lime and 6 parts sand. Portland cement shall be Type I, II, or III as per ASTM C150. Hydrated lime shall be Type S as per ASTM C207. Sand shall be as per ASTM C144. Water shall be drinkable. Mortar shall be natural. Joint reinforcement shall be made from cold drawn steel wire as per ASTM A82, and shall consist of two deformed side rods welded at 16" intervals to a continuous diagonal cross road forming a truss design and shall be galvanized after fabrication. Provide bolts and rods fabricated from not less than 16 ga. sheet metal or 3/8" diameter rod stock, unless otherwise indicated. 3. EXECUTION Mixing Mortar: All materials shall be mixed a minimum of 5 minutes in a mechanical batch mixer. All mortar shall be used within 2 1/2 hours of initial mixing. Erection: Bond pattern shall be running bond. Joints shall be 3/8" . Mortar joints which are exposed and have become "thumbprint" hard shall be tooled with a round jointer. Masonry units shall be laid plumb and true to lines. Joint reinforcement in all concrete masonry unit walls shall be in every other horizontal course and shall be continuous. Side rods shall be lap 6" at splices. Cleaning: a. Holes in exposed masonry shall be pointed and defective joints cut out and repaired. b. Exposed masonry shall be protected against staining by wall coverings, and excess mortar shall be wiped off as work progresses. All exposed masonry shall be thoroughly cleaned. 4 . Measurement & Payment Concrete Masonry Unit shall be measured and paid at the unit price bid. 042020 R 2/20/9 Page 1 of 1 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 PART T TECHNICAL SPECIFICATIONS Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 SECTION 01050 FIELD ENGINEERING 1. GENERAL This specification shall govern the field engineering and surveying required by the Contractor for the project. 2. SUBMITTALS At the request of the Owner, the Contractor shall submit documentation verifying the adequacy of survey work. 3. SURVEYING The Contractor shall be responsible for construction staking during the project. The Owner shall be responsible for construction certification surveys and as-builts. 4. PROJECT RECORD DOCUMENTS The Contractor shall maintain the following record documents: 4.1.Log of Survey Work The Contractor shall maintain a complete and accurate log of control and survey work as it progresses. This information shall be provided to the Engineer upon project completion. 4.2.Field Notes The Contractor shall maintain a complete set of field notes at the project site at all times. 5. SURVEY REFERENCE POINTS 5.1.Survey Datum The control datum for the survey is indicated on the project drawings. 5.2.Verification and Protection of Reference Points The Contractor shall verify the locations of the Owner's survey control and reference points prior to starting work. He shall promptly notify the Owner of any discrepancies discovered. The Contractor shall protect the Owner's survey control and reference points prior to starting site work. These points shall be preserved during the construction. Solid Waste Compost Facility, Project No. 20288 01050-1 5.3.Loss, Damage or Destruction of Reference Points The Contractor shall promptly report to the Owner the loss, damage or destruction of any reference point or any relocation required because of changes in the work. All dislocated, damaged, or destructed survey reference points shall be reestablished by the Contractor based on original survey control, at no cost to the Owner. 6. SURVEY REQUIREMENTS The Contractor shall use appropriate surveying procedures and equipment to establish the lines and grades for the project. Lines and grades shall be controlled from the established reference points. 7. VERIFICATION AND QUANTITY SURVEYS The Engineer shall perform surveys to verify the adequacy of the work and determine the quantities of the various types of work performed. The Engineer shall calculate and certify the quantities of each item for payment purposes. Verification surveys will be performed on the following components to satisfy the requirements of TCEQ and the facility permit: a. Final excavation grade/bottom b. Top of recompacted clay liner C. Top of protective cover layer The Engineer shall provide the Contractor with an electronic spreadsheet of the proposed survey grid for verification points. The Contractor shall provide the Engineer with two working days notice when a particular liner system component is ready to be surveyed. Any points identified by the survey check that require adjustment shall be brought to the proper elevation by the Contractor and then re-surveyed. The additional survey costs shall be paid for by the Contractor. *** END OF SECTION *** Solid Waste Compost Facility, Project No. 20288 01050-2 SECTION 01410 CONSTRUCTION QUALITY CONTROL 1. GENERAL The Owner or Engineer shall select and employ an independent Quality Control Organization (QCO) to perform the specified inspection and testing. The QCO may be a sub-consultant to the Engineer. The Owner or Engineer shall pay the QCO directly for inspection and testing fees, except as noted in Section 9, "Retests", below. The QCO shall report to the Owner unless the QCO is a sub-consultant to the Engineer; in which case the QCO will report directly to the Engineer. Employment of a QCO shall in no way relieve the Contractor of his obligation to perform work in accordance with the requirements of the Contract Documents. 2. QUALITY CONTROL ORGANIZATION QUALIFICATIONS The Quality Control Organization (QCO) shall have the following qualifications: 2.1.Regulatory The QCO shall comply with the regulatory requirements of the Texas Commission on Environmental Quality (TCEQ) and shall comply with all applicable provisions of the Contract Documents. 2.2.Authorization The QCO shall be authorized to operate in the State of Texas. 3. QUALITY CONTROL ORGANIZATION PERSONNEL The QCO shall be an individual or firm(s) independent from the Owner. The QCO shall provide the personnel and equipment required by the Contract Documents for performing the necessary tests and inspections on behalf of the Owner. The QCO may also serve as the Quality Control Laboratory (QCL). The QCO shall assign the following personnel to the project: 3.1.Quality Control Engineer The Quality Control Engineer (QCE) shall be responsible for inspections and tests for the Owner's quality control of the specific component being constructed. This individual shall be a professional engineer, licensed to practice in the State of Texas and being experienced in the design, construction, and quality control testing for water treatment plants. 3.2.Quality Control Inspector The Quality Control Inspector (QCI) shall be the qualified on-site representative of the QCE. This individual shall be experienced in observing the type of construction required by the project. The QCE shall be allowed to serve as the QCI. If the QCE Solid Waste Compost Facility, Project No. 20288 01410-1 does not serve as the QCI, the QCI shall be an engineering technician with at least four (4) years experience in quality control activities or shall be a graduate engineer with one (1) year experience in quality control activities. In the event that additional quality control personnel are required, the additional personnel may have less than the above referenced experience if they are directly supervised on-site by personnel meeting these qualifications. 3.3.Quality Control Laboratory The Quality Control Laboratory (QCL) shall be an independent third party laboratory experienced in performing the tests required by the Contract Documents. Independent third party shall mean a laboratory that is independent of ownership or control by the City or any party to the construction of the project, or manufacture of the materials used in construction. The QCL may be the same entity providing the QCE and QCI. 4. QUALITY CONTROL ORGANIZATION RESPONSIBILITIES The QCO shall have the following responsibilities: • Provide qualified personnel at the site and serve as the primary contact between the Contractor and the Owner. The Owner will serve as the primary contact for the QCO. • Inspect the work in progress; • Prepare periodic construction progress reports; • Secure the necessary samples from the work; • Test the samples taken in accordance with specified standards and prepare test reports; • Ascertain compliance of materials and procedures with the requirements of the contract documents; • Notify the Owner, the Engineer, and Contractor of observed irregularities or non-conformances of work items; • Perform additional inspections and tests as required by the Owner; • Attend the preconstruction conference; • Conduct and coordinate progress and problem resolution meetings; and, • Prepare the necessary reports upon facility completion, indicating that the construction conforms to the requirements of the Contract Documents. These reports shall be signed by the Quality Control Engineer (QCE) employed by the QCO. 5. LIMITS ON QUALITY ASSURANCE ORGANIZATION AUTHORITY The QCO may not release, revoke, alter, or enlarge on the requirements of the contract documents. They may not approve or accept any portion of the work, or assume any of the duties of the Contractor, Engineer, or Owner. The QCO does not have the authority to stop the Work. Solid Waste Compost Facility, Project No. 20288 01410-2 6. CONTRACTOR RESPONSIBILITIES The Contractor shall cooperate in the making of all tests and permit access to all portions of the work for such purposes. The Contractor shall provide the incidental labor and facilities to provide access to work to be tested, to obtain and handle samples, and to facilitate tests and inspections. The Contractor shall notify the QCO twenty-four (24) hours prior to the expected time for operations requiring inspection and testing services. The Contractor (at his sole expense) may employ the services of a separate qualified testing organization to conduct any additional inspections and/or tests required or desired by the Contractor beyond the specified requirements. However, these additional inspections and/or tests may not be used to demonstrate compliance with the Contract Documents unless prior written authorization is obtained from the Engineer. 7. RECORDKEEPING AND REPORTING REQUIREMENTS 7.1.Documentation The QCO shall prepare and maintain daily inspection reports on the forms provided for that purpose as a part of this Specification. With the written approval of the Engineer, the QCO may use an alternate inspection report form that provides equivalent information. A separate form shall be prepared for each day that construction, inspection or testing work is performed at the site. These forms shall be transmitted on a weekly basis to the Owner and the Engineer. 7.2.Reporting of Test Results The QCO shall report any and all test results to the Owner, the Engineer and the Contractor. When requested by the Engineer, the QCO shall provide a written interpretation of the test results. 7.3.Notification of Problems or Issues If during the course of any inspections or tests, the QCO identifies any problems or issues or requires clarification, the QCO shall submit a written notification to the Owner. The Owner shall determine and be responsible for any directives or instructions issued to the Contractor regarding actions required to address these problems or issues. 8. ISSUE OR CONFLICT RESOLUTION 8.1.Notifications Any party to the construction process (the Contractor, the Owner, the Engineer, or the QCO) contract may issue a Request for Information (RFI) to obtain clarifications or information to determine whether a changed condition, conflict, non-compliance or error may be present in the work. Upon the discovery of any potential changed condition, conflict, non-compliance or error, the discovering party shall notify the Solid Waste Compost Facility, Project No. 20288 01410-3 Owner in writing. The Owner shall prepare a written response to each such notification. 8.2.Clarifications The Owner shall issue clarifications for any items requested by either the Contractor or the QCO where the Owner determines that no change in the contract documents is warranted. The Contractor or the QCO shall acknowledge in writing each such clarification issued. An executed contract change is required to institute any change to the contract price. 8.3.Engineering Design Revisions In the event that the Owner determines that any issue requires a design revision, the Engineer shall prepare and issue a written design revision using the form provided for that purpose as a part of this Specification. This form shall include a statement by the Engineer as to whether the proposed change is sufficient to warrant an adjustment in the contract price. However, the issuance of this form does not constitute a contract change order. The Contractor shall acknowledge in writing each such design revision issued and shall reply to the Engineer indicating whether the Contractor believes the design revision requires an adjustment in contract price. Any design change for which the Contractor believes an adjustment in the contract price is required shall also require an executed contract change order prior to implementing the design revision. 9. RETESTS Wherever retesting is required because of failure of a portion of the work to meet test requirements, such retesting shall be done at the expense of the Contractor. *** END OF SECTION *** Solid Waste Compost Facility, Project No. 20288 01410-4 SECTION 02002 STORM WATER POLLUTION PREVENTION 1. GENERAL Discharges from small construction activity (equal to or greater than 1 acre and less than 5 acres) and large construction activity (equal to or greater than five (5) acres of land in Texas) must comply with Texas Commission on Environmental Quality (TCEQ) General Permit to Discharge under Section 402 of the Clean Water Act (hereinafter "General Permit"). The contractor is considered the operator or permittee responsible for complying with the General Permit since the operator/permittee has operational control over construction plans and specifications and has day to day control of those activities at the construction site necessary to ensure compliance with the General Permit and stormwater pollution prevention plan. The contractor is responsible as the permittee and should be knowledgeable of all provisions and rules in the General Permit in addition to this Stormwater Pollution Prevention Plan (SW3P). All construction activity involving clearing, grading, excavating, access roads, laydown areas equal to or greater than one (1) acre must comply with a stormwater pollution prevention plan that is maintained on-site by the contractor/operator. All construction activity equal to or greater than one (1) acre but less than five (5) acres must post on-site a Construction Notice. All construction activity greater than five (5) acres must submit a Notice of Intent (NOI-attached) to the TCEQ at least 2 days prior to the construction activity and a Notice of Termination (NOT-attached) form within thirty (30) days after the site is stabilized and all erosion controls are removed. The Construction Site Notice and NOI must also be submitted to the local city two (2) days prior to construction if the stormwater discharges to a regulated Municipal Separate Storm Sewer Systems (MS4). The TCEQ TPDES General Permit No. TXR150000 should be reviewed for additional details. 2. EROSION CONTROLS The CONTRACTOR shall utilize stabilization practices and structural controls for erosion control measures as soon as any construction begins. Construction will be halted prior to and during major weather events such as heavy rains. Stabilization practices will include preserving existing vegetation whenever possible. The CONTRACTOR shall control dust blowing and movement on construction sites and roads to prevent loss of soil surface, to reduce onsite and offsite damage, to prevent health hazards, and to improve traffic safety. The CONTRACTOR shall implement dust control measures immediately whenever dust can be observed blowing on the project site. The CONTRACTOR shall install silt fencing along the side of entrances and exits to the site. After Solid Waste Compost Facility, Project No. 20288 02002- 1 construction has permanently ceased on the site, areas with no surface cover will be allowed to revegetate naturally. 3. TOPSOILING When topsoiling, the CONTRACTOR shall maintain erosion and sedimentation control systems, such as dikes, swales, grade stabilization structures, waterways, and sediment basins operational. 4. PROTECTION OF TREES The CONTRACTOR shall protect trees designated to remain in construction areas. Heavy equipment, vehicular traffic, and stockpiles of construction materials, including topsoil, are not permitted within the drip line of any tree to be retained. A licensed tree expert shall care for tree trunks, exposed roots, and limbs of trees designated to be retained, which are damaged during construction operations. Specimen trees shall be boxed or fenced. 5. PROTECTION OF WETLANDS AND WATER BODIES This project may involve impacts on wetlands or natural water bodies. The CONTRACTOR shall make efforts to avoid and/or minimize adverse impacts to the wetlands. As prescribed in Texas Natural Resource Conservation Commission "State Water Quality Certification of Section 404 Permits", several best management practices (BMP's) should be implemented. These BMP's include the following: Erosion Control, Post-Construction TSS Control, Sedimentation Control, Contaminated Dredged Material, Wetland Mitigation Requirements, and Coastal Zone Management Act. Dredged material shall be placed in such a manner that prevents sediment runoff into water, including wetlands. Water bodies can be isolated by the use of one or more of the required BMP's identified for sedimentation control. The BMP's must be maintained and remain in place until the dredged material is stabilized. Hydraulically dredged material shall be disposed of in contained disposal areas. Effluent from contained disposal areas shall not exceed a TSS concentration of 300 mg/L. 6. WASHING AREAS The CONTRACTOR shall not wash vehicles such as ready mix concrete or dump trucks and other construction equipment at locations where the runoff will flow directly into a watercourse or storm conveyance system. Special areas shall be designated for washing vehicles. These areas shall be located where the wash water will spread out and evaporate or infiltrate directly into the ground, or where the runoff can be collected in a temporary holding or seepage basin. Solid Waste Compost Facility, Project No. 20288 02002- 2 7. MAINTENANCE AND INSPECTION The CONTRACTOR will maintain erosion control devices on site and maintain structural erosion control practices. This includes cleaning out sediments collected by silt fencing and perimeter dikes when 50% of the device capacity is exceeded, or when designated by the OWNER's inspector. The CONTRACTOR will clean paved surfaces that have been covered by runoff at the earliest date possible after rainfall events. In addition, erosion control devices should be repaired no later than seven (7) calendar days after surrounding exposed ground has sufficiently dried. Areas adjacent to streams and drainage ditches have priority. The site shall be inspected by the OWNER's inspector every 14 days or before anticipated weather events. Areas that should be inspected include disturbed areas, areas used for storing materials, structural controls, areas where vehicles enter and exit sites, and areas that have been temporally stabilized. The inspector will evaluate the condition and proper function of erosion control devices, identify maintenance requirements and identify any additional corrective measures needed. A summary report of the inspection should then be completed. This report should contain the names of the personnel conducting the inspection, the dates of the inspection and any problems or incidences of non-compliance. If necessary the Pollution Prevention Plan should be augmented to include any recommendations made in the inspection report. 8. EQUIPMENT MAINTENANCE AND REPAIR The CONTRACTOR shall conduct maintenance and repair of construction machinery and equipment on confined areas specially designated for that purpose. Such designated areas should be located and designated so that oils, gasoline, grease, solvents, and other potential pollutants cannot be washed directly into receiving streams or storm water conveyance systems. The CONTRACTOR shall provide these areas with adequate waste disposal receptacles for liquid as well as solid waste. Maintenance areas should be inspected and cleaned daily. At locations throughout the site where designated equipment maintenance areas are not feasible, the CONTRACTOR shall take care during each individual repair or maintenance operation to prevent potential pollutants from becoming available to be washed into streams or storm sewer conveyance systems. The CONTRACTOR as necessary shall provide temporary waste disposal receptacles. The CONTRACTOR shall be responsible for monitoring all onsite vehicles and equipment for leaks and perform regular preventative maintenance to reduce the chance of leakage. Petroleum products shall be stored in tightly sealed containers that are clearly labeled. 9. WASTE COLLECTION AND DISPOSAL The CONTRACTOR shall not discharge solid materials, including building materials, into waters of the U.S. including any drainage areas, streams, water bodies, or bays. The CONTRACTOR shall formulate a plan for the collection and disposal of waste materials on the construction site. This plan shall designate locations for trash and waste receptacles and establish a special collection Solid Waste Compost Facility, Project No. 20288 02002- 3 schedule. Methods for ultimate disposal of waste shall be specified and carried out in accordance with applicable local, state, and federal health and safety regulations. Special provisions shall be made for the collection disposal of liquid wastes and toxic or hazardous materials. The CONTRACTOR shall keep receptacles and other waste collection areas neat and orderly to the extent possible. Waste shall not be allowed to overflow its container or accumulate for excessively long periods of time. Trash collection points shall be located where they will least likely be affected by concentrated storm water runoff. %CONSTRUCTION CHEMICALS AND SPILLS The CONTRACTOR shall isolate sites where chemicals, cements, solvents, paints or other potential water pollutants are stored to areas where they will not cause runoff pollution. The CONTRACTOR shall store toxic and/or other hazardous chemicals and materials, such as pesticides, paints, and acids, in accordance with manufacturer's guidelines. The CONTRACTOR shall protect groundwater resources from leaching by placing plastic mat, packed clay, tarpaper, or other impervious material on any areas where toxic and/or hazardous liquids are to be opened and stored. The CONTRACTOR shall use and store pesticides used during construction in accordance with manufacturer's guidelines and with local, state and federal regulations. Overuse shall be avoided and great care shall be taken to prevent accidental spillage. Pesticide containers shall never be washed in or near flowing streams or storm water conveyance systems. Immediately after discovery, the CONTRACTOR shall clean and treat spills of toxic and/or hazardous substances in accordance with local, state, and federal regulations. The CONTRACTOR will clearly post on-site, the manufacturer's recommended methods for spill cleanup and CONTRACTOR's personnel will be made aware of the procedures and the location of the information and cleanup supplies. Any spills should be immediately contained to avoid spill runoff to drainage areas, streams, or water bodies, or excavation and construction areas. All spills should be immediately reported to the project OWNER or OWNER representative. The CONTRACTOR shall keep materials and equipment necessary for spill cleanup in the materials storage area onsite. Equipment and materials shall include but are not limited to brooms, dustpans, mops, rags, gloves, goggles, kitty litter, sand sawdust, and plastic and metal trash containers specifically for this purpose. 11.SANITARY FACILITIES The CONTRACTOR shall provide the construction site with adequate sanitary facilities for workers in accordance with applicable health regulations. 12.POLLUTION PREVENTION MEASURES 12.1 FILTER FABRIC FENCE: This Item describes the installation of erosion and sedimentation control filter fabric fences utilized during construction and prior to the final development of the site. Solid Waste Compost Facility, Project No. 20288 02002-4 A. Products: Woven or nonwoven geotextile filter fabric made of polypropylene, polyethylene, ethylene, or polyamide material. Geotextile fabric shall have a grab strength of 100 psi in any principal direction (ASTM D-4632), Mullen burst strength exceeding 200 psi (ASTM D-3786), and the equivalent opening size required for the native soil and any off-site materials used on the project. Filter fabric material shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0°F to 120°F. Representative Manufacturers: Mirafy Inc. or equal. B. Execution: Provide erosion and sedimentation control systems at the locations shown on PLANS. Such systems shall be of the type indicated and shall be constructed in accordance with the requirements shown on PLANS and set out in this Specification Section. No clearing and grubbing or rough cutting, other than as specifically directed by the OWNER to allow oil testing and surveying, shall be permitted until erosion and sedimentation control systems are in place. Maintain existing erosion and sedimentation control systems located within the project site installed by others prior to start of construction under this contract until acceptance of the project or until directed by the OWNER to remove and discard the existing system. Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each type of system. Unless otherwise directed, CONTRACTOR shall maintain the erosion and sedimentation control systems until the OWNER accepts the project. Remove erosion and sedimentation control systems promptly when directed by the OWNER. Discard removed materials offsite. Remove and dispose sediment deposits at the project spoil site. If a project spoil site is not designated on PLANS, dispose of sediment offsite at location not in or adjacent to stream or floodplain. Off- site disposal will be the responsibility of the CONTRACTOR. Sediment to be placed at the project site should be spread, compacted and stabilized in accordance with the OWNER's directions. Sediment shall not be allowed to flush into stream or drainage way. If sediment has been contaminated, it needs to be disposed of in accordance with existing federal, state and local regulations. Unless otherwise indicated, compact embankments, excavations, and trenches by Mechanically blading, tamping, and rolling soil in a maximum of 8-inch layers. Compaction density shall be at a minimum of 90 percent Standard Proctor ASTM D-698-78 density. Make at least one test per 500 cubic yards of embankment. The CONTRACTOR shall prohibit equipment and vehicles from maneuvering on areas outside of dedicated rights-of-way and easements for Solid Waste Compost Facility, Project No. 20288 02002- 5 construction. Damages caused by construction traffic to erosion and sedimentation control systems shall be repaired immediately. CONTRACTOR shall employ protective measures described in Item General Source Controls to avoid damage to existing trees to be retained on the project site. Conduct all construction operations under this Contract in conformance with the erosion control practices described in that Item. C. Construction Methods: Provide filter fabric fence systems at locations specified on PLANS in accordance with enclosed drawing. Filter fabric fence systems shall be installed in such a manner that surface runoff will percolate through the system in sheet flow fashion and allow sediment to be retained and accumulated. Attach the filter fabric to 1 inch by 2 inch wooden stakes spaced a maximum of 3 feet apart and embedded a minimum of 1 foot. The wooden stakes shall be installed at a slight angle toward the source of anticipated runoff. Trench in the toe of the filter fabric fence with a spade or mechanical trencher so that the downward face of the trench is flat and perpendicular to the direction of flow or for V -trench configuration as shown on the attached drawing. Lay filter fabric along the edges of the trench. Backfill and compact trench. The filter fabric should be provided in continuous rolls and cut to the length of the Silt Fence to minimize the use of joints. When joints are necessary, the fabric should be spliced together only at a support post with a minimum 6-inch overlap, and sealed securely. Inspect sediment filter barrier systems after each rainfall, daily during periods of prolonged rainfall, and at a minimum once a week. Repair or replace damaged section immediately to restore the requirements of this Item. Remove sediment deposits when silt reaches one-third of the height of the fence in depth. D. Measurement and Payment: Payment for this item shall be subsidiary to Storm Water Pollution Prevention Control. 12.2 INLET PROTECTION BARRIERS: This Item describes the installation of erosion and sedimentation control inlet protection barriers utilized during construction and prior to the final development of the site. A. Products: Filter Fabric shall conform to requirements within this specification item. B. Execution: Provide erosion and sedimentation control systems at the locations shown on PLANS. Such systems shall be of the type indicated and shall be constructed in accordance with the requirements shown on PLANS and set out in this Item. No clearing Solid Waste Compost Facility, Project No. 20288 02002- 6 and grubbing or rough cutting, other than as specifically directed by the OWNER to allow soil testing and surveying, shall be permitted until erosion and sedimentation control systems are in place. The CONTRACTOR shall maintain existing erosion and sedimentation control systems located within the project site installed by others prior to start of construction under this contract until acceptance of the project or until directed by the OWNER to remove and discard the existing system. Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each type of system. Unless otherwise directed, CONTRACTOR shall maintain the erosion and sedimentation control systems until the OWNER accepts the project. Remove erosion and sedimentation control systems promptly when directed by the OWNER. Discard removed materials site. Remove and dispose sediment deposits at the project spoil site. If a project spoil site is not designated on PLANS, dispose of sediment off site at location not in or adjacent to stream or floodplain. Off-site disposes will be the responsibility of the CONTRACTOR. Sediment to be placed at the project site should be spread, compacted and stabilized in accordance with the OWNER's directions. Sediment shall not be allowed to flush into stream or drainage way. If sediment has been contaminated, it needs to be disposed of in accordance with existing federal, state, and local regulations. The CONTRACTOR shall prohibit equipment and vehicles from maneuvering on areas outside of dedicated rights-of-way and easements for construction. Damages caused by construction traffic to erosion and sedimentation control system shall be repaired immediately. CONTRACTOR shall employ protective measures described in Item General Source Controls to avoid damage to existing trees to be retained on the project site. Conduct all construction operation under this Contract in conformance with the erosion control practices described in that Item. C. Construction Methods: Install inlet protection barriers of the type specified on PLANS. Inspect inlet protection barriers after each rain, daily during period of prolonged rainfall, and at a minimum once a week. Repair or replace damaged barrier components to restore the requirements of this Item. Remove sediment deposit when the sediment has accumulated to one- half the height of the barrier. D. Measurement and Payment: Payment for this item shall be subsidiary to Storm Water Pollution Prevention Control. 12.3 STRAW BALE FENCE: This Item describes the installation of erosion and sedimentation control straw bale fences utilized during construction and prior to the final development of the site. Solid Waste Compost Facility, Project No. 20288 02002- 7 A. Products: Provide Products as listed in sub-paragraph Construction Methods, below. B. Execution: Provide erosion and sedimentation control systems at the locations shown on PLANS. Such systems shall be of the type indicated and shall be constructed in accordance with the requirements shown on PLANS and set out in this Item. No clearing and grubbing or rough cutting, other than as specifically directed by the OWNER to allow soil testing and surveying, shall be permitted until erosion and sedimentation control systems are in place. Maintain existing erosion and sedimentation control systems located within the project site installed by others prior to start of construction this contract until acceptance of the project or until directed by the OWNER to remove and discard the existing systems. Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each type of system. Unless otherwise directed, maintain the erosion and sedimentation control systems until the OWNER accepts the project. Remove erosion and sedimentation control systems promptly when directed by the OWNER. Discard removed materials offsite. Remove and dispose sediment deposits at the project spoil site. If a project spoil site is not designated on PLANS, dispose of sediment offsite at location not in or adjacent to stream of floodplain. Off-site disposal will be the responsibility of the CONTRACTOR. Sediment to be placed at the project site should be spread, compacted and stabilized in accordance with the OWNER's directions. Sediment shall not be allowed to flush into stream or drainage way. If sediment has been contaminated, it needs to be disposed of in accordance with existing federal, state and regulations. Equipment and vehicles shall be prohibited by the CONTRACTOR from maneuvering on areas outside of dedicated rights-of-way and easements for construction. Damages caused by construction traffic to erosion and sedimentation control practices described in that Item. CONTRACTOR shall employ protective measures described in Item General Source Controls to avoid damage to existing trees to be retained on the project site. Conduct all construction operation under this Contract in conformance with the erosion control practices described in the Item. C. Construction Methods: Provide straw bale fences at location specified on PLANS in accordance with enclosed drawing. Straw bale fences shall be installed in such a manner that surface runoff will percolate through the system in sheet flow fashion and allow sediment to be retained and accumulated. Wire, nylon, or polypropylene rope tied across the hay bales Solid Waste Compost Facility, Project No. 20288 02002- 8 shall bind bales. Jute or cotton binding is not allowed. Bales shall be placed in a row with ends tightly abutting the adjacent bales. Place bales with bindings parallel to ground surface. Each bale shall be embedded in the soil a minimum of 4 inches, where possible. Bales shall be securely anchored in place by 3/8-inch rebar stakes driven through the bales. The staked in each bale shall be angled toward previously laid bale to force bales together. Fill the gaps between bales with straw to prevent water from escaping between bales. Wedge carefully in order not to separate bales. Inspect straw baled fences after each rainfall, daily during periods of prolonged rainfall, and at a minimum once a week. Repair of replace damaged section immediately to restore the requirements of the Item. Remove sediment deposits when silt reaches one-third of the height of the fence in depth. D. Measurement and Payment: Payment for this item shall be subsidiary to Storm Water Pollution Prevention Control. 12.4 STABILIZED CONSTRUCTION EXIT: This Item describes the installation of erosion and sedimentation control stabilized construction exits utilized during construction and prior to the final development of the site. The CONTRACTOR shall provide temporary stabilized construction exits, access paths, and entrances. Vehicles leaving the construction area shall have their tires cleaned to remove sediment prior to entrance onto public right-of-way. Washing shall occur on stabilized areas that drain into sediment traps. Stabilized construction exits shall be at least 14 feet wide for one-way traffic and 20 feet wide for two-way traffic. Provide systems including wood mats, mud mats, and steel mats. The stabilized temporary construction access paths shall be inspected daily and maintained with additional similar materials to bring the access system to originally constructed condition. A. Products: Separation Geotextile shall be woven or nonwoven geotextile fabric made of polypropylene, polyethylene, ethylene, or polyamide material. Geotextile fabric shall have minimum grab strength of 270 psi in any principal direction (ASTM D4632) and the equivalent opening size required for the native soil and any off-site materials used on the project. Both the geotextile and threads shall be resistant to chemical attack, mildew, and rot. Coarse Aggregates shall consist of crushed stone, gravel, crushed blast furnace slag, or combinations thereof, conforming to the gradation requirements below. Particles shall be composed of clean, hard, durable materials free from adherent coatings, salt, alkali, dirt, clay, loam, shale, soft or flaky materials, or organic and injurious matter. Sieve Size Percent Retained Solid Waste Compost Facility, Project No. 20288 02002- 9 (Square Mesh) (By Weight) 2'/2" 0 2" 0-20 1'/2" 15-50 %11 60-80 No. 4 95-100 B. Execution: Provide erosion and sedimentation control systems at the locations shown on PLANS. Such systems shall be of the type indicated. No clearing and grubbing or rough cutting, other than as specifically directed by the OWNER to allow soil testing and surveying, shall be permitted until erosion and sedimentation control systems are in place. Maintain existing erosion and sedimentation control systems located within the project site installed by others prior to start of construction under this contract until acceptance of the project or until directed be the OWNER to remove and discard the existing system. Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each type of system. Unless otherwise directed, maintain the erosion and sedimentation control systems until the OWNER accepts the project. Remove erosion and sedimentation control systems promptly when directed by the OWNER. Discard removed materials offsite. Remove and dispose sediment deposits at the project spoil site. If a project spoil site is not designated on PLANS, dispose of sediment offsite at location not in or adjacent to stream or floodplain. Off-site disposal will be the responsibility of the CONTRACTOR. Sediment to be placed at the project site should be spread, compacted and stabilized in accordance with the OWNER's directions. Sediment shall not be allowed to flush into stream or drainage way. If sediment has been contaminated, it needs to be disposed of in accordance with existing federal, state, and local regulations. The CONTRACTOR shall prohibit equipment and vehicles from maneuvering on areas outside of dedicated rights-of-way and easements for construction. Damages caused by construction traffic to erosion and sedimentation control systems shall be repaired immediately. CONTRACTOR shall employ protective measures described in Item General Source Controls to avoid damage to existing trees to be retained on the project site. Conduct all construction operation under this Contract in conformance with the erosion control practices described in that Item. C. Construction Methods: Provide stabilized access roads, subdivision roads, parking areas, and other on-site vehicle transportation routes when shown on PLANS. Provide stabilized construction exits, and truck washing areas when approved by Solid Waste Compost Facility, Project No. 20288 02002- 10 OWNER, of the sizes and locations shown on PLANS. Construction traffic shall not be allowed to leave construction site and move directly onto public roadway, alley sidewalk, parking area, or other right-of-way in areas other than at locations of stabilized construction exits. Vehicles leaving construction areas shall have their tires cleaned to remove sediment prior to entrance onto public right-of-way. When washing is needed to remove sediment, CONTRACTOR shall construct a truck washing area. Truck washing shall be done on stabilized areas that drain into sediment traps. Detail for stabilized construction exit is shown in Drawing attached at the end of this Item. Use the same specifications for construction of all other stabilized areas. Roadway width shall be at least 14 feet for one-way traffic and 20 feet for two-way traffic and shall be sufficient for all ingress and egress. Furnish and place geotextile fabric as a permeable separator to prevent mixing of coarse aggregate with underlying soil. Exposure of geotextile fabric to the elements between laydown and cover shall be a maximum of fourteen days to minimize damage potential. Roads and parking areas shall be graded to provide sufficient drainage away from stabilized areas. Use sand bags, gravel, boards, or similar methods to prevent sediment from entering public right-of-way, storm drain, ditch, and watercourse. The stabilized areas shall be inspected and maintained daily. Provide periodic top dressing with additional coarse aggregates to maintain the required depth. CONTRACTOR shall repair and cleanup damaged measures used to trap sediment. All sediment spilled, dropped, washed, or tracked onto public right- of-way shall be removed immediately. The length of the stabilized area shall be as shown on PLANS, but not less than 50 feet. The thickness shall not be less than 8 inches. The width shall not be less than full width of all points of ingress or egress. Stabilization for other areas shall have the same course aggregate, thickness, and width requirements as the stabilized construction exit, except where specified otherwise on PLANS. Alternative methods of construction may be utilized when shown on plans, indicated on a special provision to this Item, or when approved by the OWNER. These methods include the following: 1. Cement Stabilized Soil: Compacted, cement stabilized soil, limestone aggregate or other fill material in an application thickness of at least 8 inches. 2. Wood Mats or Mud Mats: Oak or other hardwood timbers placed edge to edge and across support wooden beams which are Solid Waste Compost Facility, Project No. 20288 02002- 11 placed on top of existing soil in an application thickness of at least 6 inches. 3. Steel Mats: Perforated mats placed across perpendicular support members. D. Measurement and Payment: Payment for this item shall be subsidiary to Storm Water Pollution Prevention Control. ********END OF SECTION`******* Solid Waste Compost Facility, Project No. 20288 02002- 12 SECTION 02200 EXCAVATION AND PLACEMENT OF FILL 1. GENERAL This specification shall govern all work required for excavation and placement of fill. The work shall include necessary pumping, bailing, drainage, excavation, placement, compaction and finish grading. The work shall also include, unless otherwise indicated, the disposal of excess excavated material as well as the removal and disposal of existing structures encountered in the excavation. 2. REFERENCE STANDARDS The following standards are referenced in this specification: 2.1.American Society of Testing and Materials (ASTM): D 698 Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5. lb. Hammer and 12-in Drop. D 1140 Test Method for Amount of Materials in Soils Finer than the No. 200 (75pm)Sieve D 2487 Classification for Soils and Engineering Purposes D 4318 Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils 3. MATERIAL CONFORMANCE TESTS On-site soil materials excavated for reuse as fill shall be subjected to the following tests by the Quality Control Organization (QCO). One set of tests shall be performed for each 25,000 cubic yards of material. In addition, a visually distinguishable change in the soil characteristics or a change in the soils Plasticity Index (PI) by more than 10 points, shall require an additional set of tests. In any condition, a minimum of one (1) complete set of tests must be performed for each different type of soil material used. 3.1.Soil Classification All soil materials used shall be classified in accordance with the United Soil Classification System (ASTM D 2487). 3.2.Gradation All soil materials used shall be tested to determine the percentage passing the #200 sieve. Gradation shall be determined in accordance with ASTM D 1140. 3.3.Atterberg Limits All soil materials used shall be tested to determine the Atterberg Limits (Liquid Limit and Plastic Limit) and the Plasticity Index (ASTM D 4318). Solid Waste Compost Facility, Project No. 20288 02200-1 3.4.Soil Moisture-Density The soil moisture/density relationship shall be determined using the Standard Proctor method (ASTM D 698). 3.5.Review of Conformance Testing Prior to use of soil materials for fill, the QCO shall review the results of the Material Conformance Tests. Material which does not meet the minimum requirements shall not be used. The QCO shall document that all soil materials used for fill meets the requirements of this specification. 4. EXCAVATION 4.1.Excavation Safety Based on the design configuration, all sides of the excavation shall have finished slopes at approximately three (3) horizontal to one (1) vertical (3:1). All excavations five (5) feet or greater in depth and which require a person to be located within the excavation for any reason shall be protected using methods developed and implemented by the Contractor. All excavations shall be accomplished meeting all requirements of the U.S. Occupational Safety and Health Administration (OSHA), including Title 29, Code of Federal Regulations (CFR) Part 1926, Subpart P [29 CFR §1926, Sub. P]. The Contractor shall be solely responsible for the design and implementation of the excavation safety program. 4.2.Excavation Procedures The Contractor shall excavate the material to the lines and grades shown on the plans. The bottom of the excavation shall be firm, stable, undisturbed soil of uniform density. Disturbed or loose soil shall be removed or recompacted in place. When unsuitable material is encountered, it shall be removed to a maximum depth of two (2') feet and replaced with suitable material, laid in uniform layers and compacted by rolling or tamping to provide a suitable foundation for the structure. Unsuitable material identification, removal, and replacement shall be verified and approved by the QCO, Engineer, and the City. 4.3.Dewatering Although groundwater is not anticipated, past excavations at the site have required the Contractor to utilize groundwater depression to complete the excavation. Groundwater elevation at the site will vary with stream flow, rainfall, and subsurface conditions. No additional payment or extensions of contract time are permitted for working with saturated soils or managing groundwater seepage. Existing groundwater data is available for viewing from the City of Corpus Christi and provided in Appendix 2 Soil Boring Logs. The work included under this specification will include groundwater depression, if necessary. Once the excavation is completed and the groundwater depression system installed, the Contractor shall utilize the groundwater depression system to control the groundwater level in the Solid Waste Compost Facility, Project No. 20288 02200-2 construction area, including pumping, if necessary. No groundwater shall be pumped and released into the landfill channels or ditches. Groundwater may be pumped away from the construction area into the existing borrow pit at a distance where it will not affect construction. Contractor shall coordinate location with the City of Corpus Christi and not interfere with existing landfill operations. Contractor shall provide the groundwater depression system, consisting of pump(s), well points and/or sumps, discharge hoses, and all other required appurtenances and equipment as required to meet project plans and specifications. Equipment and appurtenances shall be warranted to perform as required. Contractor will be responsible for costs and damages associated with breakdowns, replacements, substitutions necessary to meet the requirements of the work. Contractor will receive no time extensions as a result of inadequate performance of equipment. Contractor shall continue to operate dewatering system for the required duration to meet project requirements and protect the site. Provide dewatering systems and equipment of suitable capacity and capabilities to meet project objectives and prevent damage to project site. Protect discharge conduits and hoses from damage. Verify that discharged waters flow properly from conduits without kinking and restriction and without causing erosion, siltation, leakage, or excessive ponding at or downstream of discharge points. Continually maintain discharge hoses or conduits such that leaks are repaired promptly. Protect discharge hoses and conduits from the effects of traffic by burying conduits or providing drive-over protective methods. The Engineer reserves the right to halt or redirect dewatering efforts that in any way obstruct site access, adversely affects other areas, including wetlands, or function in any way unacceptable to the Owner or Engineer. Contractor shall drain project site by using an adequate number of sumps, pumps, well point system, grading, berms, or other approved methods. Produce a downward seepage of water through the soils inside the proposed construction area. Contractor shall be prepared to demonstrate that the method proposed will produce the desired results. Contractor shall be prepared to adopt other means of obtaining these effects if the proposed method fails or is unsatisfactory, in the opinion of the Engineer. Well points, where used, must be furnished, installed, and operated by a reputable contractor regularly engaged in this business or as approved by the Engineer. 5. MATERIALS During excavation, the Contractor shall segregate materials for reuse as fill materiel from excess material that will not be reused. The Contractor shall coordinate the location of the stockpiles with the Engineer. Excavated soil materials used for placement as fill shall be free of clods, sod, trash, roots, organic matter, and foreign material. Soil materials placed as fill shall have a Liquid Limit (LL) of less than 50. 6. INSTALLATION The Contractor shall ensure that excavated material placed as fill complies with the material specifications. The soil materials used for fill shall be broken down such that no particles are greater than six inches in the least dimension. Solid Waste Compost Facility, Project No. 20288 02200-3 6.1.Placement The soil materials shall be broken down such that all material is uniformly hydrated. The soil material shall be placed in loose lifts no less than six (6) inches in thickness nor more than twelve (12) inches in thickness, as required to obtain compacted lift thickness of six (6) inches. 6.2.Hydration Prior to compaction, the soil material shall be hydrated so that proper moisture can be maintained during the compaction process. Once water has been added, the soil material shall be worked to provide proper mixing. Soil hydration is allowed either on a stockpile or in-place. The soil material shall be hydrated to a moisture content from three percent (3%) below to three percent (3%) above (wet) of the optimum moisture content. 6.3.Compaction All soil material shall be compacted using a pad or tamping foot roller or a prong foot ("sheepsfoot") roller. Bulldozers and/or pneumatic tired compactors will not be used. The lift thickness shall be controlled, as outlined above, such that the compactor feet penetrate through the entire lift under compaction into the top of the previously compacted lift. Adequate cleaning devices shall be used to prevent clogging of the compactor from excess soil material. Sections of fill which do not pass all the requirements shall be re-worked and re-tested until the section in question does pass, and to the extent that the re-worked area(s) tie-in to an area which passed the testing. The re-worked area shall be re-worked and re-tested until passing tests are achieved. Fill material for general embankment construction shall be compacted to ninety-five percent (95%) of the maximum dry density as determined by the Standard Proctor moisture-density test (ASTM D-698). The moisture content shall be from three percent (3%) below to three percent (3%) above (wet) of the optimum moisture content (as determined by ASTM D-698). 7. FIELD QUALITY CONTROL TESTS TO BE PERFORMED Section 01410, "Construction Quality Control", identifies the duties and responsibilities of the QCO during construction. During the installation of soil materials, the QCO shall perform the following quality control tests. A voluntary increase over the minimum number of tests does not require a commensurate increase in the number of supplementary tests. 7.1.Inspection During Placement and Compaction During the placement and compaction of the soil material, the QCO shall make visual observations to verify that the proper equipment and construction techniques are being used. Areas worked using inappropriate materials and/or equipment will be re-worked using proper procedures and equipment. Solid Waste Compost Facility, Project No. 20288 02200-4 7.2.Field Density During the placement of the soil material, the QCO shall obtain a minimum of one (1) field density test per 50,000 square feet, or less, for each lift. The Contractor shall compact the soil material to meet the density and moisture requirements identified above. Sections which do not pass the density test shall be re-worked until a passing set of tests is achieved. 8. SUBMITTALS The Contractor shall submit detailed information on the compaction equipment to be used. This information will be used to verify that the equipment complies with the requirements of this specification. Contractor shall not start the dewatering or draining activities until plans and other data required in this Section have been reviewed and approved by the Engineer. 9. MEASUREMENT AND PAYMENT Excavation (including excavation safety) and placement of fill shall be measured by the cubic yard and shall be paid for at the Unit Price Bids set forth in the proposal, subject to any construction tolerances shown on the project drawings. Final quantities shall be based on in-place hard yards and shall be verified by before and after topographic surveys. Progress for excavation and placement of fill shall be estimated by approximate square area and approximate depth per dimensions shown on the drawings and agreed upon by the Engineer, QCO, and the Contractor. The payment shall be full compensation for completing the work as specified, complete in place. *** END OF SECTION *** Solid Waste Compost Facility, Project No. 20288 02200-5 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 SECTION 02240 SILT FENCE PART 1 - GENERAL 1.1 DESCRIPTION This specification shall govern all work necessary for providing and installing silt fences around perimeter of work areas, as required to complete the project. PART 2 - PRODUCTS 2.1 FABRIC Type W fabric is a woven fabric which is used in a Type 1 Self-supported Fence. Type NW is a Net-Reinforced Fence or Type 3 Triangular Filter Dike. Either fabric may be manufactured from polyester, polypropylene or polyamide and shall be resistant to ultraviolet degradation, mildew and rot and shall be suitable for use in a wet soil and stagnant water environment. The edges of woven fabrics shall be sealed or selvaged to prevent raveling. Fabrics, when supplied for Types 1 or 2 fences, shall be at least 36 inches wide with 6 to 8 inches of the width buried in a trench to prevent undercutting, unless specified otherwise on the plans. The fabrics shall exhibit the following physical properties when sampled and tested using the specified methods. Physical Property Test Method Type W Type NW 1) Tensile Strength, lb. ASTM D 4632 100 MIN 90 MIN 2) Elongation @ Yield, % ASTM D 4632 10-40 100 MAX 3) Trapezoidal Tear, lb. ASTM D 4533 50 MIN 35 MIN 4) Apparent Opening Size, im ASTM D 4751 20-50 50-80 5) Permittivity, 1/sec ASTM D 4491 0.1 MIN 1.0 MIN 6) Ultraviolet Stability ASTM D 4355 original tensile strength retained after 500 hours exposure, % 80 MIN 80 MIN 2.2 FENCE REINFORCEMENT MATERIALS Silt fence reinforcement shall be one of the following systems. A. Type 1: Self-Supported Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and Type W fabric without net reinforcement. Fence posts shall be a minimum of 42 inches long, Solid Waste Compost Facility, Project No. 20288 02240-1 embedded at least 1 foot, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 in. and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 in. 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. B. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and Type NW fabric 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 inches square. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. C. 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 Type NW silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. PART 3— EXECUTION 3.1 PACKAGING REQUIREMENTS Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 3.2 CERIFICATION 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 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 width in inches e. Roll length in yards Solid Waste Compost Facility, Project No. 20288 02240-2 3.3 MEASUREMENT & PAYMENT Silt Fence shall not be measured or paid for as a separate item, but shall be included in the lump sum price for Storm Water Pollution Prevention. ****END OF SECTION**** Solid Waste Compost Facility, Project No. 20288 02240-3 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 SECTION 02250 RECOMPACTED CLAY LINER PART 1 GENERAL 1.1 SCOPE OF WORK A. Construction of the Recompacted Clay Liner 1.2 RELATED WORK A. Section 02200-Excavation and Placement of Fill B. Soil and Liner Quality Control Plan (SLQCP) 1.3 REFERENCE STANDARDS A. ASTM D 422 - Standard Test Method for Particle Size Analysis of Soils B. ASTM D 698 - Standard Test Method for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures, Using 5-1/2-lb Hammer and 12-inch Drop C. ASTM D 1140 - Standard Test Method for Amount of Material in Soils Finer Than the No. 200 Sieve D. ASTM D 2216 - Standard Test Method for Laboratory Determination of Water (moisture) Content of Soil, Rock, and Soil-Aggregate Mixtures E. ASTM D 2487 - Classification of Soils for Engineering Purposes F. ASTM D 2922 - Standard Test Method for Density of Soil and Soil-Aggregate In Place by Nuclear Methods G. ASTM D 3017 - Standard Test Method for Moisture Content of Soils In Place by Nuclear Method H. ASTM D 4318 -Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils I. ASTM D 5084 - Method of Test for Permeability of Fine-Grained Soils J. EM 1110-2-1906 - U.S. Army Corp of Engineers, Falling-Head Permeability Test with Permeameter Cylinder K. Other standard methods per the SLQCP PART 2 PRODUCTS 2.1 SOIL FOR RECOMPACTED CLAY LINER Solid Waste Compost Facility, Project No. 20288 02250-1 A. Clay for liner construction shall be obtained from onsite excavations. B. Clay for liner construction shall be classified according to the United Soil Classification System (USCS) as CH or CL (ASTM D 2487) based on, 1. Percent passing U.S. No. 200 Sieve is greater than 30 percent (by dry weight). 2. Minimum liquid limit of 30 and a minimum plasticity index of 15. 3. Remolded permeability of 1.0 x 10-7 cm/sec or less. C. Reasonably free of calcareous concentrations and nodules, refuse, roots, or other deleterious substances at the discretion of the QCO monitor. D. In Place Permeability: Less than or equal to 1x10-7 cm/sec as determined by ASTM D5084. PART 3 EXECUTION 3.1 INSTALLATION A. In preparation for placement of clay liner material, the subgrade, including any earth fill required to raise grade, shall be compacted to a density not less than 95 percent of maximum dry density as determined by standard proctor methods (ASTM D698). Compacted lift thicknesses shall not exceed 6 inches for earth fill. The subgrade shall be firm and non-yielding. Any visible soft or yielding areas must be over-excavated and replaced with properly compacted earth materials. B. The grade elevations must be determined by the OWNER's representative at points not less than one per 5,000 square feet prior to placement of clay liner material on the subgrade. These elevations establish the initial elevations which will be used to verify that the final clay liner thickness meets the minimum requirement. C. Clay liner material must be processed using appropriate equipment such as heavy disc units and/or pulverizers to reduce the clay clod sizes to approximately 1-inch maximum and then thoroughly mixed with clean water to adjust the moisture content to optimum moisture content to 4 percentage points above optimum. This process is intended to produce a uniform material free of large dry soil clods and capable of being compacted to the required density and permeability. D. The clay liner material must be placed in uniform loose lifts not exceeding 8 inches thickness such that the final compacted lift thickness does not exceed 6 inches. The pad feet of the compactor must fully penetrate the lift being compacted. E. The minimum acceptable density shall be 95 percent of the maximum dry density Solid Waste Compost Facility, Project No. 20288 02250-2 (ASTM D698). Any area which fails to meet the moisture and density requirement must be reworked, as needed, to obtain acceptable moisture and density conditions as verified through retests of the area. F. Compaction of the clay liner material requires the use of special compaction equipment having sufficient weight to achieve modified proctor density and having pad-footed rollers of sufficient length to fully penetrate the loose lifts and extend into the underlying lift. Self-propelled pad-footed compactors such as the Caterpillar 815B have proven successful for clay liner construction (40,000 Ibs minimum). Bulldozers or other low pressure/high vibration machines shall not be used to compact the clay liner. G. Successive lifts of clay liner material shall not be placed until the area has been tested and determined to meet the moisture and density requirements. H. The CONTRACTOR must protect the completed lift from drying by the addition of clean water until such time that the next lift of clay liner material can be placed. If the lift dries and cracks, the entire area affected must be scarified, moisture adjusted, recompacted, and retested for compliance. I. Any clay liner section which becomes excessively wet from rainfall must be scarified and allowed to dry to within the required moisture range; and then recompacted and retested. J. The clay liner segments to be constructed on the side slopes must be constructed monolithically with the bottom clay liner segments to create a single liner unit. The clay liner material for side slopes shall be spread, processed, and compacted parallel to the slope. K. The final surface of the clay liner shall be bladed smooth and/or rolled with a steel wheel roller to produce a final surface free of ruts. The final surface shall be checked for final grade elevations by the OWNER at the points initially set for this purpose. The clay liner thickness shall meet the minimum requirement at each location to be acceptable. L. The clay liner and any lifts of the clay liner shall not be penetrated by survey stakes. The clay liner may be marked with paint or pin flags for temporary survey purposes. M. Construct the liner as a single monolithic section unless approved otherwise in writing by engineer. 3.2 FIELD QUALITY CONTROL QUALITY ASSURANCE A. Allow for owner to perform quality control tests as specified in the SLQCP. B. An individual lift or section may be sampled upon completion (but prior to Solid Waste Compost Facility, Project No. 20288 02250-3 subsequent lift or section placement). Use an approved sampler or investigative tool. Properly backfill the resulting penetration per the SLQCP. Allow complete testing of compacted clay liner samples prior to acceptance of clay liner. C. Compacted clay liner thickness: Minimum of 24 inches across the bottom and up the side slopes. Thickness of the clay liner on the slide slopes is measured perpendicular to the slope face. D. Determine as-built thickness of the clay liner by survey methods. Survey completed subgrade surface and submit to engineer for approval prior to the placement of any clay liner. Upon completion of the clay liner, and prior to the installation of subsequent elements, survey the top of the clay liner and submit for approval from Engineer to ensure the specified thickness of clay liner has been achieved. Verify by survey and obtain approval from Engineer that the top of the clay liner is graded to the specified grades, slopes, and thickness tolerance of 0 to +0.1 ft. E. This work must be performed by a surveyor registered in the State of Texas and employed by the OWNER. 3.3 MEASUREMENT & PAYMENT A. Recompacted clay liner shall be measured by the cubic yard and shall be paid for at the Unit Price Bid set forth in the Bid Form, subject to any construction tolerances. Final quantities shall be based on in-place hard yards and shall be verified by before and after topographic surveys. Progress for recompacted clay liner shall be estimated by approximate square area and approximate depth per dimensions shown on the drawings and agreed upon by the Engineer, QCO, and Contractor. The payment shall be full compensation for completing the work as specified, complete in place. Solid Waste Compost Facility, Project No. 20288 02250-4 SECTION 02500 CRUSHED CONCRETE FLEXIBLE BASE 1. GENERAL This Specification shall govern all work for furnishing and placing Crushed Concrete Flexible Base required to complete the project. 2. MATERIALS All crushed concrete flexible base material shall meet the requirements for Type `D' material as specified in the Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversized 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. QUALITY CONTROL TESTING REQUIREMENTS The City will engage a laboratory and pay for one test for each test required in accordance with TxDOT Specification Item 247 "Flexible Base", Section 247.2.1 Aggregate (Table 1-Material Requirements) 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. 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, an in conformity with the typical section shown on the drawings. Grade tolerance shall be generally '/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid 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 98% Modified Proctor (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavements 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 the specified moisture or density requirements. Solid Waste Compost Facility, Project No. 20288 02500-1 On completion of compacting, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. 5. MEASUREMENT AND PAYMENT Crushed concrete flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling placing, compacting, geotextiles, geogrid, labor, equipment, tools, and incidentals necessary for the completion of work. *** END OF SECTION *** Solid Waste Compost Facility, Project No. 20288 02500-2 SECTION 02735 PVC PIPE AND FITTINGS 1. GENERAL This specification designates general requirements for unplasticized polyvinyl chloride (PVC) pipe and fittings. 2. MATERIALS Pipe shall be unplasticized polyvinyl chloride (PVC) plastic pipe made from clean, virgin, approved PVC compound. Pipe designated shall be PVC conforming to ASTM Specification D-3034 having an SDR of 26, with dimensions as shown on the plans. Joints for PVC pipe and fittings shall be compression rubber gasket joints conforming to the material and performance requirements of ASTM D-3212 and ASTM F-477. Pipe bells shall be integral with the wall sections. Joints shall be sealed with rubber rings. The ratio of outside diameter to pipe wall thickness for the pipe shall not be less than required under ASTM D-3034, ASTM F-679, or under ASTM F-789. The ratio of outside diameter to pipe wall thickness for service lines shall not be less than required under ASTM D-1785 and ASTM D-2665 for an SDR rating of 26 maximum. Standard fittings and accessories required shall be manufactured and furnished by the pipe supplier. They shall conform to the material and performance requirements of the pipe and shall have joint configurations identical to that of the pipe. Couplings used for service re-connections shall be as follows: 3. INSTALLATION The Contractor shall install the PVC pipe in conformance with manufacturer's recommendations and details shown on the plans. 4. MEASUREMENT AND PAYMENT PVC shall not be measured or paid for as a separate item, but shall be subsidiary to the crushing pad trench drain bid item. It shall include all fittings and appurtenances required, as well as labor and equipment required to construct the line complete in place. ** END OF SECTION ** Solid Waste Compost Facility, Project No. 20288 02735-1 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 SECTION 02736 HIGH DENSITY POLYETHYLENE (HDPE) PIPE AND FITTINGS 1. GENERAL This specification designates general requirements for smooth wall polyethylene pipe. 2. SUBMITTALS 2.1.Data Before beginning work, the Contractor shall submit for approval, the vendor's specific technical data with complete information on resin, physical properties of pipe and pipe dimensions pertinent to this job. A manufacturer's "certificate of compliance with specifications" shall be furnished for all materials to be supplied. 2.2.Tests The City may run tests on field samples per applicable ASTM specification at a laboratory for verification of the required physical properties and characteristics. The number of samples taken shall be at the City's discretion. All samples shall be provided by the Contractor at no charge to the City. The City shall pay all charges for all testing of the pipe material if they are found to meet the specifications. All retesting of materials shall be at the Contractor's expense. The Contractor will be responsible for damages caused by, and the replacement of, failed, unspecified, or unapproved materials. 3. MATERIAL The pipe material shall meet the requirements shown on the plans and the SLQCP requirements. Joints for HDPE pipe and fittings shall be heat-fused butt welded. 4. MEASUREMENT AND PAYMENT HDPE Pipe installed from the compost lined area to the retention pond shall be measured by the linear foot along the center line of the pipe with backfill requirements. Payment for installing the pipe shall be per linear foot and shall be measured from end to end. The unit price bid for the pipe shall include the pipe, butt welding, backfill requirements, fittings, pipe penetrations, and other appurtenances associated with the HDPE pipe. *** END OF SECTION *** Solid Waste Compost Facility, Project No. 20288 02736-1 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 SECTION 02836 ALUMINUM CANTILEVER SLIDE GATE PART 1 - GENERAL: 1.01 SECTION INCLUDES: A. The work in this section shall include furnishing all labor, materials, equipment and appliances necessary to complete the installation of the cantilever slide gates required for this project in strict accordance with this specification section and drawings. 1.02 REFERENCES: A. Underwriters Laboratory Gate Operator Requirements (UL 325). See 3.02 C. 1. Automated/operated vehicular gates are not to be used for pedestrian traffic. Separate pedestrian gates must always be provided if pedestrian traffic is expected. B. ASTM F 2200 — Standard Specification for Automated Vehicular Gate Construction. See 2.01 C. C. ASTM F 1184 — Standard Specification for Industrial and Commercial Horizontal Slide Gates, Type II, Class 2. See 3.02 B. D. American Welding Society AWS D1.2 Structural Welding Code. See 2.01 D and 2.03 D. 1.03 SUBMITTAL: A. Product Data: 1. Provide manufacturer's catalog cuts with printed specifications and installation instructions. 2. If operated gate system, furnish two (2) copies of operation and maintenance data covering the installed products. B. Shop Drawings: 1. Supply shop drawings showing the gate system, including details of all major components. 2. Include details of gate construction, gate height, and post spacing dimensions. C. Certification of Performance Criteria: 1. Manufacturer of gate system shall provide certification stating the gate system includes the following material components that provide superior performance and longevity. Alternate designs built to minimum standards that do not include these additional structural features shall not be accepted. a. Gate track system shall be keyed to interlock into gate frame member (providing 200% additional strength when compared to weld only keyless systems). When interlocked with and welded to the "keyed" frame top member, gate track forms a composite structure. b. Gate shall have a minimum counterbalance length of 50% opening width which provides a 36% increase in lateral resistance (when compared to ASTM minimum Solid Waste Compost Facility,Project No.20288 02836-1 of 40% counterbalance). If gate is ever to be automated, counterbalance section shall be filled with fabric or other specified material. c. To provide superior structural integrity, intermediate vertical members shall be used-with spacing between verticals to be less than 50% of the gate frame height. d. Entire gate frame (including counterbalance section) shall include 2 adjustable stainless or galvanized steel cables (minimum 3/16") per bay to allow complete gate frame adjustment (maintaining strongest structural square and level orientation). e. Gate truck assemblies shall be tested for continuous duty and shall have precision ground and hardened components. Bearings shall be pre-lubricated and contain shock resistant outer races and captured seals. £ Gate truck assemblies shall be supported by a minimum 5/8" plated steel bolt with self aligning capability, rated to support a 2,000 # reaction load. g. Hanger brackets shall be hot dipped galvanized steel with a minimum 3/8" thickness that is also gusseted for additional strength. h. Gate top track and supporting hangar bracket assemblies shall be certified by a licensed professional engineer to withstand a 2,000 lb. vertical reaction load without exceeding allowable stresses. D. Certifications: 1. Gate in compliance with ASTM F 2200, Standard Specification for Automated Vehicular Gate Construction per section 2.01 C. 2. If operated gate system, gate operator shall be in compliance with UL 325 as evidenced by UL listing label attached to gate operator. 3. The aluminum welders and welding process must be certified per section 2.03 D. 4. Manufacturer shall supply gate design performance certification as per section 1.03 C. PART 2 - PRODUCTS: 2.01 CANTILEVER SLIDE GATE MANUFACTURERS: A. The cantilever sliding gate system shall be manufactured by Tymetal Corp., 678 Wilbur Avenue, Greenwich, NY 12834 - (800) 328 —4283 OR APPROVED EQUAL. B. Approved substitution — All other systems must be submitted to the design team in accordance with substitution requirements as set forth in the general provisions of the specification manual for approval prior to the bid date. Products submitted must meet performance criteria as per section 1.03 C. Products submitted after the bid date will not be approved. C. Gate manufacturer shall certify gate is manufactured in compliance with ASTM F 2200, Standard Specification for Automated Vehicular Gate Construction. See 1.03 D.I. D. Gate manufacturer shall provide independent certification as to the use of a documented Welding Procedure Specification and Procedure Qualification Record to insure conformance to the AWS D1.2 welding code. Upon request, Individual Certificates of Welder Qualification documenting successful completion of the requirements of the AWS DL2 code shall also be provided. See 1.03 D.3. Solid Waste Compost Facility,Project No.20288 02836-2 2.02 GATE DIMENSIONS: A. The slide gate dimensions shall be as shown on the detail drawings. 2.03 GATE CONSTRUCTION DETAILS: A. Gate Frame: 1. The gate frame shall be fabricated from 6063-T6 aluminum alloy extrusions. The top member shall be a 3" x 5" (76mm x 127mm) aluminum structural channel/tube extrusion weighing not less than 3.0 lb/If(4.4kg/m). To maintain structural integrity this frame member shall be "keyed" to interlock with the "keyed" track member. If fabricated as a single horizontal piece, the bottom member shall be a 2" x 5" (51mm x 127mm) aluminum structural tube weighing not less than 2.0 lb/If (2.9kg/m). If fabricated in two horizontal pieces, the bottom member shall be a 5" (127mm) aluminum structural channel weighing not less than 2.6 lb/If (3.8kg/m). When the gate frame is manufactured in two horizontal pieces or sections, they shall be spliced in the field (the gate frame shall be fabricated in one or multiple sections depending on size requirements or project constraints). B. Vertical Members (Chain Link): 1. The vertical members at the ends of the gate frame shall be "P" shaped in cross section with a nominal base dimension of no less than 2" x 2" (51mm x 51mm) and weighing not less than 1.6 lb/If (2.3kg/m). Major 2" x 2" (51mm x 51mm) vertical members weighing not less than 1.1 lb/If shall separate each bay and shall be spaced at less than gate height intervals. 2. Intermediate 1" x 2" (25mm x 51mm) vertical members weighing not less than .82 lb/If shall alternate between 2"x 2"major members. C. Gate Track: 1. The gate frame shall have a separate semi-enclosed "keyed" track, extruded from 6005A-T61 or 6105-T5 aluminum alloy, weighing not less than 2.9 lb/If (4.2kg/m). The track member is to be located on only one side of the top primary. Welds to be placed alternately along the top and side of the track at 9" (229mm) centers with welds being a minimum of 2" (51mm). D. All welds on the gate frame shall conform to Welding Procedure Specification and Procedure Qualification Record to insure conformance to the AWS D1.2 Structural Welding Code. All individual welders shall be certified to AWS D1.2 welding code. See 1.02 D. E. Gate Mounting: 1. The gate frame is to be supported from the track by two (2) swivel type, self-aligning, 4-wheeled, sealed lubricant, ball-bearing truck assemblies. 2. The bottom of each support post shall have a bracket equipped with a pair of 3" (76mm) UHMW guide wheels Wheel cover protectors shall be included with bottom guides to comply with UL325. 3. Gap protectors shall be provided and installed, compliant with ASTM F 2200-05. F. Diagonal Bracing: 1. Diagonal "X" bracing of 3/16" or 1/4" diameter stainless or galvanized steel cable shall be installed throughout the entire gate frame. Solid Waste Compost Facility,Project No.20288 02836-3 G. The gate shall be completed by installation of approved filler as specified. 1. Chain Link: 2" x 2" x 9 gauge aluminized steel chain link fabric shall extend the entire length of the gate (if operated gate, counterbalance must also have fabric to prevent reach through and comply with ASTM F2200, see 1.03 C.1) Fabric shall be attached at each end of the gate frame by standard fence industry tension bars and tied at each 2" x 2" (51mm x 51mm) vertical member with standard fence industry ties. ASTM F2200 requires attachment method that leaves no leading or bottom edge protrusions (cannot exceed 0.5 inch). 2.04 POSTS: A. A single set of support posts shall be minimum 4" O.D. (102mm) round SS40 or 4"x 4" x 3/16" wall square steel tubing, grade 500. Gate posts shall be galvanized or coated and supported in concrete footings as specified by the design team. 2.05 FINISH: A. Gate to be mill finish aluminum or color coated with polyester powder as specified. If powder coated, the gate (including track member) and all accessories shall be pretreated chemically by sand blasting or other acceptable method to ensure proper coating adherence. 2.06 WARRANTY: A. The truck assembly shall be warranted against manufacturing defects by the manufacturer for a period of(5) five years from date of sale. PART 3 - EXECUTION: 3.01 Final grades and installation conditions shall be examined. Installation shall not begin until all unsatisfactory conditions are corrected. 3.02 INSTALLATION: A. Equipment in this section shall be installed in strict accordance with the company's printed instructions unless otherwise shown on the contract drawings. B. The gate and installation shall conform to ASTM F 1184 standards for aluminum cantilever slide gates, Type II, Class 2. See 1.02 C. C. If the gate system is to be automated, the gate and installation shall also comply with ASTM F 2200 and UL 325. See 1.02 A and 1.02 B.. 3.03 SYSTEM VALIDATION: A. The complete system shall be adjusted to assure it is performing properly. B. The system shall be operated for a sufficient period of time to determine that the system is in proper working order. C. For operated gate systems - test and explain safety features: 1. Each system feature and device is a separate component of the gate system. 2. Read and follow all instructions for each component. 3. Ensure that all instructions for mechanical components, safety devices and the gate operator are available for everyone who will be using the gate system. 4. The warning signs shipped with the gate operator must be installed in prominent position on both sides of the gate. Solid Waste Compost Facility,Project No.20288 02836-4 5. Ensure the owner is clear with regard to the safety points concerning the basic operational guidelines of the safety features of the gate operator system. These safety points are listed in the gate operator manual and must be read prior to system use. Solid Waste Compost Facility,Project No.20288 02836-5 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 SECTION 13250 SYNTHETIC FLEXIBLE MEMBRANE LINERS - HDPE 1. GENERAL This specification shall govern the installation of synthetic flexible membrane liners (FML) made of high density polyethylene (HDPE). The FML shall be installed as shown on the plans and as governed by the facility's approved Soils and Liner Quality Control Plan (SLQCP). A copy of the SLQCP is attached to the specifications for reference. All material shall be manufactured in North America. 2. QUALITY CONTROL PERSONNEL REQUIREMENTS The Owner will hire a Quality Control Organization (QCO) whose role and responsibilities are outlined in Section 01410, "Construction Quality Control". The QCO will provide the quality control personnel meeting the requirements as set forth in the SLQCP. 3. MATERIAL CONFORMANCE TESTS The Contractor is responsible for coordinating the conformance sampling of the material. The QCO is responsible for coordinating the testing of the samples in accordance with the SLQCP. 4. REQUIRED MATERIAL PROPERTIES The FML shall be made of new, first quality materials manufactured specifically for the purpose of liquid containment. All FML shall have sufficient strength and resistance to chemical or ultraviolet radiation attack for the intended use. The Contractor shall make adequate submittals to allow the Engineer/QCE to test the material and determine that the material complies with the SLQCP. The Contractor shall obtain written concurrence from the Engineer that the material submittals conform to the SLQCP prior to shipping FML material to the site. 5. INSTALLATION PROCEDURES The Contractor is responsible for installing the material in accordance with the SLQCP. 6. QUALITY CONTROL TESTING REQUIREMENTS The QCO shall be responsible for performing the necessary quality assurance test prior to and during installation. The QCO will be required to certify that, based on the testing they performed, the material was installed according to the SLQCP. The FML manufacturer may submit samples directly to the Quality Control Laboratory (QCL) with shipping cost borne by the Manufacturer or the Contractor. Alternatively, the QCO will collect samples for conformance testing upon delivery of materials to the site with shipping cost borne by the OWNER. The OWNER will pay for conformance testing of the minimum number of samples based on the required roll quantity and test Solid Waste Compost Facility, Project No. 20288 13250-1 frequency plus one additional sample of each material type. Additional testing required for multiple manufacturing lots or substantial gaps in roll numbers delivered will be conducted at the expense of the Contractor. These expenses will include shipping, testing, and other costs incurred by the QCO or the QCL. The FML installation Contractor shall verify at the beginning of installation, and as requested after, that the gauges used in seam integrity testing are accurate. A minimum of one pressure and one vacuum gauge shall have been calibrated within sixty days of the start of installation and shall be accompanied by a certificate of calibration matching the gauge(s). Alternatively, a new, in-the-box, gauge(s) may be supplied. Additional gauges may be checked (under observation of the QCO) against a calibrated/new gauge to verify the accuracy and good working condition of any gauges to be used on the project. All gauges must be maintained in good working condition throughout the project. The FML installer shall have available on the project a pyrometer to check the extrudate temperature of extrusion welding machines against the machine's temperature gauges. The extrudate temperature should be checked if there is concern that a machine's gauges are inaccurate or at the request of the QCO. 7. MEASUREMENT AND PAYMENT HDPE FML shall be measured by the net installed surface area, using the procedure identified on the plans, and shall be paid for at the Unit Price Bid set forth on the Bid Form. The payment shall be full compensation for completing the work as specified, complete in place. *** END OF SECTION *** Solid Waste Compost Facility, Project No. 20288 13250-2 SOLID WASTE COMPOST FACILITY THE CITY OF CORPUS CHRISTI, TEXAS FML SUBGRADE ACCEPTANCE FORM PROJECT: INSTALLER NAME: INSTALLER ADDRESS: SUBGRADE LOCATION: INSTALLER CERTIFICATION I, the undersigned representative of the Installer, do hereby accept the surface of the soil subgrade to the limits described above as being suitable for FML placement, in accordance with the project specifications. SIGNATURE: NAME: TITLE: DATE: CERTIFICATION RECEIVED BY QUALITY CONTROL ENGINEER SIGNATURE: NAME: TITLE: DATE: CERTIFICATION RECEIVED BY OWNER SIGNATURE: NAME: TITLE: DATE: Solid Waste Compost Facility, Project No. 20288 13250-3 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 SECTION 13350 GEOTEXTILE INSTALLATION 1. GENERAL The Contractor shall be responsible for installing the geotextile in accordance with the plans. All material shall be manufactured in North America. 2. MATERIALS A minimum of 6 oz/y2 nonwoven geotextile shall be used in the lined compost area as an indicator fabric between the recompacted clay liner and the protective cover . The material supplier shall provide certification that the geotextile meets the following criteria: Apparent opening size <_ 70 US Sieve/0.21 mm Permittivity >_ 1.63 sec-1 Grab tensile strength >_ 160 Ibs CBR Puncture strength (ASTM D 6241) >_ 450 Ibs Trapezoidal tear >_ 65 Ibs Geotextile weight >_ 6 oz/sy 3. QUALITY CONTROL TESTING REQUIREMENTS Not required. 4. MEASUREMENT AND PAYMENT The geotextile shall be measured by the net installed surface area and shall be paid for at the Unit Price Bid set forth on the Bid Form. The payment shall be full compensation for completing the work as specified, complete in place. *** END OF SECTION *** Solid Waste Compost Facility, Project No. 20288 13350-1 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 231113 DIESEL FUELING SYSTEM PART 1-GENERAL 1.0 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Specifications throughout all Divisions of the Project Manual are directly applicable to this Section, and this Section is directly applicable to them. 1.1 SUMMARY A. Provide factory assembled and integrated Factory-Assembled Aboveground Storage Tank(FAST) System with pre-plumbed dispensing systems, factory installed vents,valves and appurtenances. This specification requires that the system design, manufacture and integration to be the responsibility of one specialized manufacturer in order to maintain quality through the steps of procurement, manufacturer, integration and field installation. Non-factory assembled, substitutions are not acceptable, and will not be considered for this project. B. The FAST System shall include a specialty fuel system sub-panel, emergency stop (ESO) and point-to-point wiring diagram to facilitate ease of installation for all system components. C. Certifications: Each FAST System storage tank shall bear the Underwriters Laboratories UL 2085 label for Protected Secondarily Contained Aboveground Tanks for Flammable Liquids. D. Delivery, Storage and Handling: Delivery to be coordinated to allow crane offloading and placement in prepared and final location minimizing the need for double handling. Keep FAST System protected from physical damage caused by other construction activities. E. Field Measurements: Field-verify horizontal and vertical dimensions, clearances, and setbacks of spaces where FAST Systems will be installed prior to fabrication of FAST under this section. F. Warranty Periods: 1. As warranted by manufacturer of FAST System Component. 2. One (1)year for parts, work quality and installation. 1.2 REFERENCE STANDARDS A. The latest published edition of a reference shall be applicable to this Project unless identified by a specific edition date. B. All reference amendments adopted prior to the effective date of this Contract shall be applicable to this Project. C. All materials, installation and workmanship shall comply with the applicable requirements and standards addressed within the following references: 1. NFPA 30—Flammable and Combustible Liquids Code. Solid Waste Compost Facility, Project No. 20288 231113 - 1 2. NFPA 30A—Motor Fueling Dispensing Facilities & Repair Garages 3. NFPA 70—National Electric Code. 4. UL 508A—The UL Safety Standard for Industrial Control Equipment. 5. IFC 2012—Chapter 57 Flammable and Combustible Liquids 6. IFC 2012—Chapter 6 Building Services and Systems 7. IFC 2012—Chapter 23 Motor Fueling Dispensing Facilities & Repair Garages 8. PEI/ RP 200—08 Recommended Practices for Installation of ASTs 9. ASTM A36—Standard Specification for Carbon Structural Steel 10. ASTM A53—Specification for Pipe, Steel, Black/Hot Dipped, Zinc Coated, Welded, SS 11. All applicable state and local requirements. 1.3 QUALITY ASSURANCE A. Manufacturer: Equipment, controls and tank shall be provided by a single supplier to ensure a complete functional and coordinated system with single source responsibility. Supplier shall give guidance to equipment and tank installation and shall complete all commissioning and owner training. The supplier shall be a firm with five (5)years of documented experience in the installation of integrated dispensing fuel systems. B. All auxiliary components necessary to be integrated into the complete FAST System shall be installed at the tank manufacturing facility. C. Installer: Company specializing in performing the work of this Section with minimum three (3) years documented experience. Bidding installation contractor shall hold license(s) as required by the AHJ. D. Tolerances: Coordinate fabrication and installation of FAST System with adjacent building construction and verify critical dimensions, clearances, emergency stop (ESO) location and setbacks to ensure accurate installation. 1.4 SUBMITTALS A. Shop Drawings: 1. Show details, sizes and dimensions, anchorage locations and accessory items. 2. Furnish setting diagrams for installation as required. 3. Where required by local jurisdiction, provide manufacturer's part numbers of integrated components, to facilitate permitting requirements of the FAST System. 4. Manufacturer to receive owner approval of shop Drawings prior to fabrication. B. Product Data: 1. Provide catalog data on all controls, pumps, associated valves, piping,tanks and other equipment including material of construction, dimensional data and ratings. Solid Waste Compost Facility, Project No. 20288 231113 - 2 2. Provide point to point wiring diagram for fuel dispensing and controls for approval prior to installation. 3. Submit complete installation instruction manual as published by the FAST System manufacturer. C. Record Documents: 1. Record documents shall include as built Drawings indicating the location of FAST System and system components. 2. FAST System start-up and commissioning check-lists and other applicable documentation shall be provided. D. Operation and Maintenance Data: 1. Include manufacturers' installation, operation and maintenance instructions, spare parts lists, and training information for distribution and review in electronic format; when approved, a minimum of one complete O&M binder shall be provided for use on-site. 1.5 REGULATORY REQUIREMENTS A. Submit and comply with all the requirements of the EPA, state and local authorities having jurisdiction. Include installation permit/fees for fuel storage tank and all accessories and appurtenances. B. Comply with "National Electric Code"for equipment, wiring, and conduit installed under this section. PART 2—PRODUCTS 2.0 DISPENSING SYSTEM POWER DISTRIBUTION AND CONTROLS A. Dispensing System Power Distribution and Controls shall be provided with dedicated power/ control outputs to pumps, dispensers, control valves,fuel management system,tank gauging and monitoring, and other ancillary devices.The unit includes a monitored emergency stop. Each system comes with a specific tank, equipment, and conduit layout with point to point wiring diagrams. Dispensing System Power Distribution and Controls shall be provided and shall integrate the following functions into one system: A. Control Panel Specifications 1. Single input power connection with main power disconnects. 2. NEMA 4X enclosure suitable for outdoor and high corrosion areas. Solid Waste Compost Facility, Project No. 20288 231113 -3 3. Panel mounted emergency stop control button. 4. Dedicated dispenser control and anti-siphon circuit. 5. Dedicated fuel management control circuit. 6. Dedicated tank level gauge circuit. 7. Dedicated emergency stop controls circuit. 8. Dedicated motor starter control and overload protection circuit(1-112 HP max). 9. Dedicated dry output for remote emergency stop controls circuit. B. Circuit Disconnects 1. General. Each circuit leading to or through dispensing equipment, including all associated power, communication, data, and equipment for remote pumping systems, shall be provided with a clearly identified and readily accessible switch or other approved means, located remote from the dispensing devices,to disconnect simultaneously from the source of supply, all conductors of the circuits, including the grounded conductor, if any. Single pole breakers utilizing handle ties shall not be permitted. 2. Unattended Self-Service Motor Fuel Dispensing Facilities. Emergency controls as specified in 2020 NEC 514.11(A) shall be installed at a location acceptable to the authority having jurisdiction, but the control shall be more than 6 m (20 ft.) but less than 30 m (100 ft.)from the dispensers. Additional emergency controls shall be installed on each group of dispensers or the outdoor equipment used to control the dispensers. Emergency controls shall shut off all power to all dispensing equipment at the station. Controls shall be manually reset only in a manner approved by the authority having jurisdiction. C. Optional Equipment 1. Where indicated on the Drawings, optional additional equipment shall be provided for: i. Dedicated circuits for additional equipment (emergency stop controlled or non- emergency stop controlled) ii. Lighting and control circuit. 2.1 ConVault Storage Tank—Double Wall A. Provide the rectangular ConVault° Aboveground Tank system constructed and listed in accordance with Underwriters Laboratories, Inc. (UL) Standard 2085, Protected Aboveground Storage Tanks for Flammable and Combustible Liquids. The tank system shall be listed for ballistics protection in accordance with UL Standard 752, Levels 5, 6 and 8. B. Code Compliance: The tank system must comply with all provisions of 1) UFC 79-7, Appendix A- II-F, for both Vehicle Impact Protection and Projectile Resistance; 2) NFPA 30 and 30A; 3) IFC Chapter 57; and 4) IFC Chapter 23. The tank system shall be tested, certified and approved for Vapor Recovery by the State of California Air Resource Board (CARB) under Executive Order VR- Solid Waste Compost Facility, Project No. 20288 231113 -4 302-B Standing Loss Control Recovery System for New Installations of Aboveground Storage Tanks effective 11/30/09. C. Warranty:The tank system shall be warranted by the manufacturer against defects in material or workmanship for 30 years following the delivery of the tank. Warranties that limit such coverage for shorter periods and/or limit the primary tank warranty to failure solely due to non-corrosion related cracking, breakup or collapse will not be permitted. See warranty documents. D. Quality Assurance: The tank system shall be manufactured and labeled in strict accordance with ConVault° standards as applied by a licensee of ConVault, Inc.The tank system shall be subject to the ConVault Quality Assurance Program. E. Tank: The tank shall be of double wall construction and provide secondary containment of the primary storage tank contents by an impervious steel outer wall. The tank shall be rectangular in shape and listed per UL Standard 142 and designed for possible future relocation. Welds shall be continuous on all sides and exterior seams,conforming to the American Welding Society Standard for continuous weld. The primary steel tank shall be pressure tested at 5 psig for a minimum of 24 hours. All openings shall be from the top only. The tank shall be supplied with emergency vents for the primary and secondary tanks. F. Secondary Containment and Corrosion Protection: The interstitial monitoring area between the primary and secondary tanks shall be a true void, insuring the immediate migration of any liquid contents to the monitoring point and reliability for verifiable pressure testing in accordance with the requirements of the Department of Defense Uniform Facilities Criteria 3-460-01 (Design: Petroleum Fuel Facilities) and 3-406-03 (Operations & Maintenance: Maintenance of Petroleum Systems). Designs incorporating insulation or other material in the secondary containment area will not be permitted. The secondary containment must be tested for tightness (at the manufacturing plant and in the field before commissioning and use as may be required by local jurisdiction and code). A 6 Mil High-Density Polyethylene liner shall enclose the double wall tank and insulating material to protect against corrosion by isolating the tank and secondary containment from the concrete or other corrosive material. Tank designs that do not protect the secondary containment from corrosion will not be permitted. All exposed steel, with the exception of stainless steel, shall be antioxidant powder coated to inhibit corrosion and meet ASTM B117.Secondary containment comprised of an (unprotected) exposed outer steel jacket will not be permitted. G. Concrete Encasement: A vaulted concrete enclosure shall encase and must protect both the primary and secondary containment steel tanks. The concrete encasement shall be 6"thick with a minimum design strength of 4000 psi.The concrete design shall include the following for long- term durability: air entrainment, water-reducing admixture, and steel reinforcement. Concrete placement shall be a visually verifiable monolithic(seamless) pour to ensure the absence of voids on all sides and beneath the steel tank. The double wall steel tank shall be pressurized to 5 psig during concrete encasement to allow for expansion and contraction of the tank. The vault enclosure shall have concrete support legs of unitized monolithic construction raising the concrete enclosure a minimum of 3" above the ground to meet visual inspection requirements. A mid-level seam or other cold joint construction which could compromise the liquid tightness (secondary containment) and fire protection capability of the vault is not permitted. Solid Waste Compost Facility, Project No. 20288 231113 -5 H. Thermal Protection: The tank system construction shall include thermal insulation by covering the double wall steel tank with a minimum of .25" thick (6.4mm) polystyrene panels to protect against extreme temperatures. I. Ballistics and High Explosive (HE) Blast Resistance: The tank system shall carry a listing under UL Ballistics Standard 752, Levels 5,6, and 8 (see table below), signifying bullet-resisting protection against penetration, passage of fragments of projectiles, or fragmentation of the vault enclosure to the extent that any protected material, including the secondary containment and primary tank are not damaged. Ballistics Tests UL 752 Protection Level Shots Ammunition Level 5 1 7.62mm Rifle Lead Core Full Metal Copper Jacket, Military Ball (.308 caliber) Level 6 5 9.00mm Full Metal Copper Jacket with Lead Core Level 8 5 7.62mm Rifle Lead Core Full Metal Copper Jacket, Military Ball (.308 caliber) The tank system shall have been tested and passed the requirements to meet the following Ratings for Bullet Resistant Materials at a National Institute of Justice (NIJ)/National Law Enforcement and Corrections Technology Center(NLECTC) approved laboratory accredited by the National Voluntary Laboratory Accreditation Program (NVLAP): Rating Shots Ammunition UL 752 Level 9 1 CAL .30 AP, M2, 166 gr. National Institute of Justice (NIJ) Level 4 1 CAL .30 AP, M2, 166 gr. State Department(SD-STD-.02.01) Revision G 3 CAL .30 AP, M2, 166 gr. ASTM F-1233 3 CAL .30 AP, M2, 166 gr. Blast Effects Analysis(BEA) The tank system design shall have been subjected to a Blast Effects Analysis (BEA) assessing resistance and performance under the following blast threat scenarios per the FEMA 426 - Reference Manual to Mitigate Potential Terrorist Attacks Against Buildings: 1) a 50-pound man- portable improvised explosive device (MPIED) at the standoff distance of 5 ft.; 2) a 500-pound vehicle-born improvised explosive device(VBIED)at the standoff distance of 20 ft.; and 3) a vapor cloud explosion (VCE)with a load of 10 psi. The BEA shall conclude that the tank system will resist the explosion loads and remain intact, without failure of the primary tank or movement of the tank exceeding 2". Tank designs that do not protect the primary tank AND secondary containment by providing both Ballistics and Blast Effect resistance as specified in this Section 2.5 will not be permitted. J. Fire Resistance: The tank system shall be designed and tested to provide 2-hour fire protection for the primary tank as per UL 2085 2-hour furnace fire test and 2-hour simulated pool fire test. The average maximum rise in temperature of the primary tank during the test shall not exceed 260° F and the maximum temperature of any single point on the primary tank shall not exceed 400° F. No steel members shall penetrate the walls or floor of the concrete encasement to assure isolation from pool fire heat. Solid Waste Compost Facility, Project No. 20288 231113 -6 K. Leak Monitoring:Through-tank leak detection monitoring tube terminating between the primary tank and the secondary containment tank shall be provided to monitor any leaks from the primary tank. L. Spill/Overfill Containment: The tank system shall include a UL listed 7- or 15-gallon spill/overfill container manufactured as an integral part of the primary tank, surrounding the fill pipe, and protected by a 2-hour fire rating of the enclosure.The spill/overfill container shall include a stick port and normally closed drain valve to release spilled product into the main tank. Exterior steel shall be stainless steel or antioxidant powder coated to inhibit rust. Overfill containment systems that are designed to release spilled products into the interstitial area will not be accepted. M. Overfill Protection: Overfill protection shall be provided by the following methods: a) direct reading level gauge visible from fill pipe access; b) valve rated for pressurized delivery located within fill pipe to close automatically at 95%full level; and c) high level alarm. N. Exterior Finish: The tank system exterior shall be a low maintenance architectural coating or exposed aggregate concrete finish. Models with fiber clad or painted steel exterior tanks will not be accepted. O. Signage: Tanks shall be marked on all sides as per state and local codes. Signs will be recessed in concrete exterior to insure against damage during off-loading, refilling or general functions. P. Execution: The tank system shall be installed in strict accordance with the manufacturer's recommendations, industry standards,and applicable fire and environmental codes.All state and local permits shall be obtained prior to installation. The tank system shall be handled, lifted, stored and installed in accordance with the manufacturer's instructions on a reinforced concrete base slab designed to support the fully loaded tank. Protective bollards shall be installed where required by state and local codes. Tanks shall be marked on all sides with warning signs and product identification as required by applicable codes. Grounding conductors shall be connected to the two (2) bolts on the tank system for lightning protection in accordance with NFPA 780 and all electrical work shall be in accordance with applicable codes. 2.3 FUEL DISPENSER—FLEET/SINGLE REMOTE A. A. Fuel Dispenser shall be a shelf-mounted, enhanced capacity compact single remote dispenser, which is rated up to 22 GPM/83 LPM at the discharge. Designed for dispensing gasoline, including standard oxygenated blends; diesel, including biodiesel blends up to 20% (1320); and kerosene. The Fuel Dispenser shall include: 1. Compact design, 31 inches high or less,that can be mounted on a shelf attached to the tank or on a remote shelf. 2. Volume only, non-computer mechanical register with power reset with interlock. 3. Mechanical resets or electronic registers are not acceptable. 4. A non-resettable accumulative totalizer shall be displayed on the dial face. 5. All register openings shall be covered with tempered or double-strength glass (no plastic). 6. Cabinet: All exterior panels made from galvannealed steel for corrosion resistance. Solid Waste Compost Facility, Project No. 20288 231113 -7 7. Finish: Powder-coated metallic silver sides,top, and back with blue door with black register decal. 8. Door, side, top, and back panels shall be removable for service access.The door shall be lockable. 9. A hose hanger shall be provided to keep the hose off the island when not in use. 10. One (1) positive displacement, stainless steel sleeved,two-piston meter with Teflon piston cups. 11. An explosion-proof junction box shall be provided in the hydraulic cabinet to make all AC wire terminations. 12. The junction box shall include a wire from the reset to provide a reset complete signal to an external control system. 13. Minimum 1" I.D. internal piping for maximum flow performance. 14. The dispenser shall be equipped with a 1"two-stage solenoid valve. 15. Supply inlet shall be 1 1/2" minimum. Inlet strainer shall be able to be removed vertically to prevent spillage when cleaning. 16. Discharge shall be 1" with a W reducing bushing so that either a W or 1" hose may be used. 17. Nozzle boot shall be lane-oriented with lift-to-start nozzle hook to turn on/off dispenser. 18. Nozzle boot shall fit standard automatic or short spout balance vapor recovery nozzles. 19. Manufacturer's Warranty: One-year parts and labor except for the cabinet which shall be warranted against corrosion for 4 years. B. Standards/Approvals: ADA compliant user controls per ANSI A117.1; C-UL-US listed; and W&M approval. C. Manufacturer: Fill-Rite. Note: Specifications do not include hanging hardware that is typically required for operation of a fuel dispenser. This includes fuel hoses, automatic nozzles, breakaways, and swivels. 2.4 FUEL MANAGEMENT SYSTEMS B. Configuration:The system shall include one integral cloud-based in-dispenser terminal to control access to the dispenser and one central controller for controlling/reporting fueling activity from the dispenser. 1. The in-dispenser terminal shall include: a. Operator interface screen in hub housing mounted to base. b. Unit shall operate 120VAC suitable for indoor or outdoor use. c. Operating temp 0- 113 F. d. Communicates via: Cellular, IP, ethernet, WIFI, bluetooth C. Model: Fluid Secure with accessories as indicated: Solid Waste Compost Facility, Project No. 20288 231113 -8 1. Hub pedestal package, with heater/fans, software app, kiosk software, and remote assistance software. 2. Cellular plan (City currently utilizes monthly service plan with Fluid Secure). 3. Hubspot AST link for Fill-Rite pump 4. Pulser,AST link. 5. Fluid Secure Cloud hosting per LINK/HOSE. D. Standards/Approvals: C-UL-US listed and FCC approval E. Warranty: One year parts and labor. 2.5 FUEL MONITORING SYSTEM A. Configuration: Electronic system includes high level, low level, leak indications, alarm panel, tank gauging level sensor, leak sensor, remote alarm and printer. B. Connectivity: Remote access from a computer, phone or tablet. C. Approvals: UL-listed, CUL-listed, CE-listed. D. Model: Veeder-Root TLS-450PLUS. PART 3 -EXECUTION 3.0 EXAMINATION A. The FAST System shall not be installed until substrates and adjacent construction has been properly constructed. Verify concrete tank slab, electrical service stub-ups, ESO location, bollard/barrier installation, clearances, setbacks, and other site related work that have impact to fueling system. Do not proceed until unsatisfactory conditions have been corrected. B. Notify Manufacturer of any detail or design deviations as may be determined by site conditions. 3.1 FUEL TANK INSTALLATION A. Install FAST System in strict accordance with the manufacturer's recommendations, and applicable fire and environmental codes. State and local permits shall be obtained prior to installation. B. The legs of all tanks shall be anchored or grouted with non-shrink grout to the slab per manufacturer's recommendations. Engineered resilient pads interface may be used instead of grouting in accordance with the manufacturer's recommendations. C. Tanks shall be grounded in accordance with electrical codes. Use grounding lugs installed by tank manufacturer. Solid Waste Compost Facility, Project No. 20288 231113 -9 D. Tanks shall be clearly marked on all sides with warning signs "FLAMMABLE" or"NO SMOKING," tank volume, product identification, and other signs as required by local jurisdictions and applicable code. 3.2 ELECTRICAL SYSTEMS A. All wiring shall be designed and installed to meet the requirements of the NEC and NFPA 70.All necessary branch circuit conduit and wiring shall be installed, providing for a stub-up at designated location to which the turn-key FAST fueling system can be connected. Install FAST manufacturer provided specialty fuel system sub-panel (Model DSC-100) and emergency stop (ESO)to facilitate ease of installation. B. All electrical devices used with or located within 20' of the FAST shall conform to NFPA 70 Hazardous Locations.All electric conduits and wiring connected to the tank shall be explosion proof and in strict accordance with NEC Class-1, Division 1 or other local standards, whichever is stricter. C. Pumps and all other equipment and all other equipment used in the hazardous areas should be UL listed All wiring shall be designed and installed to meet the requirements of the NEC and NFPA 70. All necessary branch circuit conduit and wiring shall be installed as indicated on the Drawings. D. Pumps and all other equipment and all other equipment used in the hazardous areas should be UL listed. 3.3 FIELD QUALITY CONTROL A. Perform system inspection as outlined in manufacturer's installation manual. B. Test fueling distribution in accordance with NFPA 30 and other applicable codes. Properly dispose of any fuel generated in adherence to environmental regulations. C. Submit field installation inspection report to manufacturer Engineer. D. The final FAST System installation shall be inspected and approved by the manufacturer or its certified contractor. 3.4 SYSTEM ACTIVATION A. Prior to activating the FAST System flush system piping with grade of fuel to be used by Owner to remove any debris and foreign matter in piping prior to filling tank for the first time. B. Service all system filters and screens and dispose of fuel in accordance with EPA and NFPA regulations after flushing. C. Open valves to correct position for system operation. 3.5 ADJUSTING AND CLEANING Solid Waste Compost Facility, Project No. 20288 23 11 13 - 10 A. Touch-up any abraded areas with the application of same coating used by the manufacturer. Manufacturer to include sufficient quantity of touch-up paint for this purpose. B. Repair or replace damaged components. 3.6 OPERATIONAL TRAINING A. Perform training of owner's personnel per the materials included with the FAST system manufacturer's installation manual. The Installation Contractor shall be responsible for the review of, and compliance with local requirements for system inspection, reporting and registration, as well as administrative paperwork requirements. Solid Waste Compost Facility, Project No. 20288 23 11 13 - 11 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 26 01 26 ELECTRICAL TESTING 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, material, equipment and incidentals of a NETA certified independent testing agency. Testing shall be inclusive of all medium voltage and low voltage equipment including conductors for the pump station. Testing shall include all relay protective schemes and operation of the low and medium voltage equipment. 1.02 QUALITY ASSURANCE Independent testing agency shall be NETA certified. 1.03 SUBMITTALS Submittals shall be in accordance with Section 0133 00, "Document Management" and shall include: A. EQUIPMENT INSTALLATION REPORT A written report shall be submitted by the testing agency performing installation checks, operation and testing of the medium voltage equipment. This report shall certify that 1)the equipment has been properly installed, 2) is in accurate alignment, 3) meets the acceptance testing specifications of NETA and the equipment manufacturer, and 4) NETA certification of the testing agency. B. ASSESSMENT REPORT A written report shall be submitted by the testing agency performing maintenance checks, operation and testing of the electrical equipment. The report shall be performed, sealed and signed by a Registered Professional Engineer licensed in the State of Texas. The report shall summarize the results of the analysis and include recommendations of equipment repair or replacement. The report shall also establish a timeframe to repair/replace equipment by giving a target date. 1.04 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: American National Standards Institute (ANSI) American Standards for Testing and Materials (ASTM) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Manufacturers Association (NEMA) International Electrical Testing Association (NETA) Solid Waste Compost Facility, Project No. 20288 26 01 26- 1 3.00 EXECUTION 3.01 GENERAL A. Perform all testing identified in the latest edition of NETA Standard for Accepting Testing Specifications B. All testing shall be witnessed by the Owner's Representative. Types of equipment required to be tested by these specifications shall include but not be limited to the following: 1. Low voltage cables 2. Grounding C. All testing shall be in accordance with the manufacturer's recommendations for energization and start-up of the equipment. D. Testing shall include a complete functionality testing of electrical equipment under all the different operating parameters identified by the OWNER and ENGINEER. E. Testing shall be in accordance with NETA Standard for Acceptance Testing Specifications, latest edition. F. The following is a listing of the major equipment test to be performed. 1. Low Voltage Cables a. Insulation - resistance test. END OF SECTION Solid Waste Compost Facility, Project No. 20288 260126-2 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for complete and operational electrical systems, as specified herein. B. This Section, as well as Division 01, incorporate to all other Sections in Division 26, and shall be considered a part of each of those Sections as if written in their entirety. 1.02 QUALITY ASSURANCE A. Electrical Contractors' Qualifications: Use adequate numbers of skilled workmen,trained and experienced in their crafts, and who are familiar with the specifications and methods of performing the work in this Division. B. Workmanship: Work shall be performed in accordance with quality, commercial practices. The appearance of finished work shall be of equal importance with its operation. Materials and equipment shall be installed based upon the actual dimensions and conditions at the project site. Locations for materials or equipment requiring an exact fit shall be field measured. Conduit and motors shall be isolated to avoid unacceptable noise levels from objectionable vibrations from all systems. 1.03 SUBMITTALS A. Submittals shall be in PDF format with proposed items clearly marked. Unmarked submittals shall be rejected. Submittals shall include: 1. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 2. Component drawings showing dimensions, mounting, and external connection details. 3. Complete control schematics and point to point wiring diagrams. 4. Unless other additional information is required by the detailed equipment specifications,the following information shall be included for motors: a. Motor identification number and nomenclature as specified. b. Make and motor type. c. Brake horsepower of the motor. d. Locked rotor current at full load. e. Motor efficiency at full load (three-phase motors only). f. Starting torque. g. Method of insulating and impregnating motor coils (three-phase only). h. Speed of the motor at full torque. Solid Waste Compost Facility, Project No. 20288 26 05 00- 1 i. Full load current. j. Service factor. k. Number of poles I. Motor temperature rise measured by resistance over 40 C ambient. 1.04 STANDARDS A. Electrical work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the work. If the standards and codes conflict with each other,the most stringent shall apply. The applicable provisions of the following standard shall apply as if written here in their entirety: National Electrical Manufacturer Association (NEMA) American Society for Testing and Materials (ASTM) National Fire Protection Association (NFPA) National Electrical Safety Code (NESC) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Code (NEC) Underwriters Laboratories (UL) American National Standards Institute (ANSI) Uniform Building Code (UBC) Occupational Safety and Health Administration (OSHA) Local Utility Companies Local Electrical Ordinance Rural Electrification Association (REA) Insulated Power Cable Engineers Association (IPCEA) National Electrical Contractors Association (NECA) Association Edison Illuminating Companies (AEIC) B. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. C. Contractor shall submit the company names of the electrical contractor with the bid documents. 1.05 DELIVERY AND STORAGE A. Follow the Manufacturer's directions for the delivery, storage and handling of equipment and materials.Tightly cover equipment and materials and protect it from dirt,water, chemical or mechanical injury and theft. Equipment shall be stored at contractors warehouse until installation at site and Damaged equipment shall not be acceptable. Upon installation, protect the materials until the work is completed and accepted by the Owner. Solid Waste Compost Facility, Project No. 20288 260500-2 1.06 JOB CONDITIONS A. Permits, licenses and inspections shall be secured and paid for as required by law for the completion of the work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the work. B. The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the work is installed.The Contractor shall utilize approved manufacturer shop drawings for final layouts of equipment and raceways. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of work, or if equipment or accessories can be installed to a better advantage than the general arrangement of work on the plans, the Contractor shall before proceeding with the work prepare and submit plans of the proposed rearrangement for the Engineer's review and approval. D. Motor Horsepower ratings identified are anticipated ratings. If the actual equipment is a different size,the contractor shall provide the appropriate wiring, conduit, over current protection, starters and accessories for a complete and working system at no cost to the owner. E. All enclosures for equipment unless specifically identified otherwise shall be NEMA 4X, 304 Stainless Steel for exterior installations, NEMA 1 for indoor enclosures. 3.00 EXECUTION 3.01 INSTALLATION A. Maintain the waterproof integrity of conduit penetrations through the roof, exterior walls and floors. B. Submit location drawings and obtain Engineer approval prior to installing conduit penetrations through slabs, beams, and walls. The complete installation shall be watertight and the fire rating of penetrations through walls, floors and ceilings shall be maintained. C. Install steel reinforced concrete foundations, (housekeeping pads), below floor mounted switchboards, panelboards, motor control centers,transformers, and other floor mounted electrical equipment. Concrete foundations shall not be less than 4 inches high. Neatly chamfer top edges. Concrete foundations shall be 6 inches wider and 6 inches longer than the base of the equipment being installed. Concrete shall be in accordance with Division 03, and shall be reinforced with a minimum of 6-by-6-inch#6 welded wire mesh. 3.02 CUTTING AND PATCHING A. Provide adequate support during cutting operations to prevent any damage to the affected masonry. Where openings are cut through masonry walls, provide lintels or structural supports to protect the remaining masonry. The cutting of structural members shall not be permitted without the specific written approval of the Engineer. Solid Waste Compost Facility, Project No. 20288 260500-3 3.03 EXCAVATION,TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenching, notify the Owner's representative, utility companies and Owner's facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the Owner. B. Barricade open trenches and excavations for the entire duration of the project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. Protect all adjacent work, structures and properties. Damage to adjacent work, structures or properties shall be repaired, or the cost of repair reimbursed in full. D. All construction areas shall be finally graded as indicated on the contract documents or to the conditions of the site prior to construction. Grading shall bring the site back to the existing conditions as close as practical. Turfed areas shall be sodded, or hydro-mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, or plants as existed. The Contractor shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, contractor shall provide satisfactory arrangements to have turf and landscaping furnished and installed at the earliest opportunity thereafter. Provide a 90-day warranty on new turf and landscaping. 3.04 ELECTRICAL EQUIPMENT IDENTIFICATION A. The identification of electrical equipment shall be in accordance with Section 26 05 53 "Identification for Electrical Systems." Identify electrical equipment in accordance with the NEC,the local authorities, and as specified. B. Use laminated three-ply engraved plastic nameplates with black surface and white interior core, at least 1/16 inch thick. Engraved lettering shall be condensed gothic at least 1/4 inch high and properly spaced for legible and easy reading. Attach plates to equipment with stainless steel screws. Adhesive attachment is only acceptable on NEMA 4X enclosures. Identify the following items with engraved nameplates, located as follows: 1. Each switch/fuse unit or circuit breaker in each main panel and each distribution panel - adjacent to switch/fuse unit or circuit. Solid Waste Compost Facility, Project No. 20288 260500-4 2. Spares shall be labeled "Spare". 3. Each branch circuit panel -on panel trim cover immediately above panel door. 4. Each safety disconnect switch, relay cabinet, control panel -on outside of cover. 5. Each exhaust fan switch -custom engraved on outside of switch cover plate (high and low if required). 6. Instrument transmitters and sensors. 7. Each motor starter- on outside cover. 8. Each Variable Frequency Drive. 9. Outside light switches-custom engraved on outside of switch cover plate. 10. Any switch for load that cannot be seen from the control point-custom engraved on outside of switch cover plate. C. Branch circuit panelboard directories shall be completely and properly typewritten. Cover with plastic and attach to the inside of the cabinet door. Spares shall be labeled as "Spare." D. Refer to Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables" for conductor coding requirements. E. Install special custom engraved switch cover plates with engraving on the outside of the cover plate at outside light switches, and at any switch for equipment which is out of sight from the control point. F. Install same brand/manufacturer fittings throughout the project. Install UL listed products. Fasteners, anchor bolts, nuts, and washers shall be stainless steel. 3.05 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two keys per lock up to a quantity of 10 keys. Furnish locks to match the Owner's locking system. Key all locks alike. 3.06 ACCESS DOORS A. Wherever access is required in walls, ceilings, or soffits to concealed junction boxes, pull boxes or other electrical equipment, provide and install access doors. Install panels in locations approved by the Engineer. Paint as directed. B. Refer to Division 08 for access door requirements. 3.07 CLEAN AND ADJUST A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation. 3.08 TESTING Solid Waste Compost Facility, Project No. 20288 260500-5 A. See each section for particular testing requirements for each type of equipment. END OF SECTION Solid Waste Compost Facility, Project No. 20288 260500-6 26 05 19 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install 600-volt wires and cables. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.02 QUALITY ASSURANCE A. Testing: Megger test circuits for continuity and ground. Verify phasing at connection points. Torque test conductor connections and terminations to the Manufacturer's recommended values. B. Testing Agency Qualifications: Member Company of NETA and/or NRTL C. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing 1.03 SUBMITTALS A. Submittals shall be in accordance with Div 01 and shall include: 1. Product Data for each type of product 2. Field Test/Quality Control Reports 3. Qualification Data for Testing Agency 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. National Electrical Manufacturer Association (NEMA) Standards: NEMA WC-3 Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy NEMA WC-5 Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 1.05 DELIVERY AND STORAGE A. Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. 2.00 MANUFACTURED PRODUCTS 2.01 CONDUCTORS AND CABLES Solid Waste Compost Facility, Project No. 20288 260519- 1 A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Alcan Products Corporation;Alcan Cable Division 2. Alpha Wire 3. Belden Inc. 4. Encore Wire Corporation 5. General Cable Technologies Corporation 6. Southwire Incorporated 7. Okonite Company(Preferred) B. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658. C. Conductor Insulation: Comply with NEMA WC 70/ICEA 5-95-658 for Type THHN,Type THWN, and Type XHHW or as indicated on the drawings. D. Multiconductor Cable: Comply with NEMA WC 70/ICEA 5-95-658 for Tray Cable,Type TC with ground wire. E. Conductors: Soft-drawn, annealed copper with a conductivity of not less than that of 98 percent pure copper bearing the U.L. label. The minimal size shall be#12. F. Single Conductors: Conductor with thermoplastic insulation rated at 600 volts and insulated with type THHN/THWN or XHHW insulation. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. G. Ground Wire: Tinned, Class B stranded conductor without insulation H. Paired Shielded Cable: 18 gauge, 7/28 stranded, tinned copper conductors with 0.015-inch extruded PVC; 0.004-inch nylon insulation twisted into pairs, stranded into a core and enclosed by a non-hygroscopic core tape, 100 percent coverage, helically wound, aluminum foil shield, drain wire, and 0.045-inch minimum extruded PVC jacket. Pairs shall be black/red or black/white numbered. Cables shall be 600 volts in accordance with NEC-725 and IEEE 383. I. Triad Shielded Cable (RTD Cable): RTD cable shall have the following characteristics: 1. Eight triads each with three 18 AWG conductors 2. Triads shall each have individual shield and overall shield. 3. Each conductor insulated for 600 V and entire cable rated for 90 C. Primary Insulation 15 mils nominal; PVC; 4 mils nylon Number of Conductors 3 Color Code Black and white and red Group Identification Each triad numbered Solid Waste Compost Facility, Project No. 20288 260519-2 100%coverage; .35 mil aluminum x .5 mil Mylar tape and Pair Shield 20 gauge 7 strand tinned copper drain wire; shield tape to be applied to give a total shield isolation from all other triad shields. Cable Shield 100%coverage; 2.35 mil aluminum Mylar tape shield and an 18 gauge 7 strand tinned copper drain wire. Jacket Black 90 C FIR PVC J. Tray Cable: Type TC; multi-conductor cable specifically approved for the installation in cable trays, in accordance with NEC Article 340. Each cable conductor shall be insulated with THHN/THWN or XHHW type insulation rated at 600 volts. The individual conductors shall be twisted together and jacketed with a PVC outer covering containing a U.L. label and necessary identification, including the Manufacturer,the number of conductors, size, insulation type, sun-resistance, and other pertinent information. K. Telephone Wire: Telephone station wire conductors shall be bare solid, annealed copper, 22 AWG insulated with high density polyethylene. Insulated conductors shall be twisted and assembled in a weather and flame resistant compound of polyvinyl chloride. Color coding shall be one red, one green, one yellow, and one black. The wire shall comply with REA Specification PE-20. 2.02 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into Work include, but are not limited to,the following: 1. AFC Cable Systems, Inc. 2. Gardner Bender 3. Hubbell Power Systems, Inc. 4. Ideal Industries, Inc. 5. Ilsco; a branch of Bardes Corporation 6. NSi Industries LLC 7. O-Z/Gedney; a brand of the EGS Electrical Group 8. 3M; Electrical Markets Division 9. Tyco Electronics/ Raychem (Preferred) B. Description: Factory-fabricated connectors and splices of size, Ampacity rating, material, type and class for application and service indicated. 2.03 SYSTEM DESCRIPTION A. Electrical Components, Devices and Accessories: Listed and labeled as defined in NFPA 70 by a qualified testing agency and marked for intended location and application. B. Comply with NFPA 70. Solid Waste Compost Facility, Project No. 20288 260519-3 3.00 EXECUTION 3.01 PREPARATION A. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.02 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Stranded Copper B. Branch Circuits: Stranded Copper 3.03 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Service Entrance: Type XHHW single conductors in raceway B. Exposed Feeders:Type XHHW single conductors in raceway C. Feeders Concealed in Ceilings, Walls, Partitions and Crawlspaces: Type XHHW single conductors in raceway D. Feeders Concealed in Concrete, below Slabs-on-Grade and Underground: Type XHHW single conductors in raceway E. Feeders in Cable Tray: Tray Cable Type TC F. Exposed Branch Circuits: Type XHHW single conductors in raceway G. Branch Circuits Concealed in Concrete, below Slabs-on-Grade and Underground: Type XHHW single conductors in raceway H. Branch Circuits in Cable Tray: Tray Cable Type TC 3.04 INSTALLATION A. General: 1. Unless necessary for pulling purposes, conductors shall be continuous from terminal block to terminal block without splice. Condulet type fittings shall not contain splices. No splicing of conductors shall be performed in any below ground structure. 2. Splice only in junction or outlet boxes. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors into a raceway at the same time and use U.L. listed,wire pulling lubricant for pulling No. 4 AWG and larger wire. Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place. 3. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: a. Tags relying on adhesives or taped-on markers are not acceptable. b. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. Solid Waste Compost Facility, Project No. 20288 260519-4 c. Provide tags for cables and for conductors No. 8 AWG and larger consisting of permanent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. d. Tags shall be imprinted with panelboard and panelboard position number(e.g. LA3- 23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). e. Switchlegs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T" suffix. f. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). 4. Wire other than telephone station wire shall be stranded. The minimum size conductor permitted is#12 AWG, except as specifically indicated on the plans. Wire shall bear the approval of Underwriters Laboratories, Inc. Conductors terminated on a screw termination shall have a crimp on type spade connector applied on the wire end, Panduit PanTerm or approved equal. 5. Color coding of cables shall comply with the local city codes. In the absence of a local color coding requirement,the following shall be used: a. For 480/277-V, 3-phase wiring: Phase A Brown Phase B Orange Phase C Yellow Neutral Gray Equipment Grounding Conductor Green b. For 208/120 or 240/120-V, 3-phase wiring: Phase A Black Phase B Red Phase C Blue Neutral White Equipment Grounding Conductor Green c. For 240/120-V, 1-phase wiring: Leg A Black Leg B Red Neutral White Equipment Grounding Conductor Green Solid Waste Compost Facility, Project No. 20288 260519-5 6. Colored, vinyl marking tape shall be allowed only on conductors greater than 8 AWG. Under no condition shall conductors of a different color be spliced together. 7. Grouping conductors together into one conduit shall not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans shall be in its own conduit. B. Single Conductors: Conductors shall be continuous from outlet to outlet and no splices shall be made except at outlets. Sufficient wire shall be left at outlets to make connections to equipment without straining. C. Paired Shielded and Triad Shielded Cable: Ground paired shielded and triad shielded cables at the instrument panel end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded and triad shielded cable shall not be laced with or placed in the same conduit with power cables. Each termination of paired shielded or triad shielded cable shall be coated with silicone jelly after termination. The shield of pair shielded cable and triad shielded cable shall only be broken when the conductors are terminated on terminal strips. D. Ground Conductors: 1. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with National Electric Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections. Wire connections to the ground rods of the ground mat shall be of the fused type equal to the Cadweld process. 2. Ground metallic material, including but not limited to metallic raceway, metallic boxes and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor which it houses. Clean the metal surface under the grounding lug to bright metal. Connections to motors shall be to the grounding stud which shall be threaded into the stationary frame; Burndy KC Servit, or approved equal and not an end bell. The ground wire shall not be lugged to a mounting bolt. 3. Ground wire shall be uninsulated tinned copper sized as shown on the plans in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with insulation as specified for low voltage wire. END OF SECTION Solid Waste Compost Facility, Project No. 20288 260519-6 26 05 19.01 WIRE CONNECTIONS AND DEVICES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install wire connections and devices. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. 600-volt connectors shall comply with the specifications and the following Manufacturers will be acceptable: a. Burndy. b. Thomas & Betts. c. Ideal Industries. d. Ilsco e. Gould Shawmut f. Allen Bradley g. Minnesota Mining and Manufacturing. 1.03 SUBMITTALS A. Submittals shall be in accordance with Div 01 and shall include all applicable wire connectors and devices. 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. Connectors, Compression: For splicing and termination; 600-volt wiring; connectors for cable sizes 250 MCM and larger shall be the long barrel type for double indentation (soldered connections shall not be permitted). B. Connectors, 600-Volt Twist-On: Spring insulated, properly sized and resistant to vibration; may be used for No. 14 through No. 10 gauge conductors. C. Connectors, 600-Volt Terminal: Of the appropriate hole sizes and spacing which are in accordance with NEMA standards;two holes in the tongue for use on conductor sizes 250 MCM or larger; not required for connections to the circuit breakers in the lighting and/or receptacle panels. D. 600-Volt Plastic Tape: Minnesota Mining& Manufacturing Company, No. 35. Solid Waste Compost Facility, Project No. 20288 260519- 1 E. Wirenuts: Buchannan B-Cap, Ideal, ITT or Panduit spring wire connecting devices with plastic covering; shall be reusable after initial installation and removal. 3M Scotchloks shall not be installed on this project. F. Mechanical Set Screw Connector: Blackburn HIPS, ADR-ALCUL, GP or GT, Burndy or Ilsco; consisting of an aluminum body which has openings on opposite ends for insertion of the conductors. Conductors inserted into these holes shall each be clamped by two set screws. Connectors shall be suitable for use with copper conductors. G. Rubber Tape: Scotch 2210. H. Vinyl Tape: Scotch 88. I. Insulating Resin: Scotch 3576, 3577, or 3578. J. Power Distribution Blocks: Gould Shawmut, Ilsco or Allen Bradley; rated for 600 VAC and termination of copper conductors. Individual poles shall be constructed of tin plated aluminum and mounted on an insulating base. 3.00 EXECUTION 3.01 INSTALLATION A. Insulate connections made with non-insulated connectors with a minimum of three layers of plastic tape. Half-lap each layer. B. Splice 600-volt conductors in junction boxes or at outlets only. C. For No. 10 and smaller, connect conductors with a twist-on spring wirenut. If a splice or tap is below 3 feet above the final grade, fill the spring connectors with an electrical insulating resin so that conductor and spring materials are encapsulated by the resin. Conductor splices and taps inside the VFD's shall be on the terminal strips or power distribution blocks. D. For No. 8 and larger, connect conductors with a mechanical, set screw type connector. Wrap splices and taps with a single half-lapped layer or rubber tape followed by successive layers of vinyl tape until a vinyl tape layer thickness of twice the original conductor insulation thickness is achieved. If splice or tap is below 3 feet above the finished grade,the tape or splice shall have a final outer coating or insulating resin. E. Furnish and install power distribution blocks as shown on the plans for tapping conductors at their load connection point with conductors of smaller size. Install power distribution blocks with the number of poles and sizes needed for connecting the phase, neutral, and ground conductors. F. Pair shielded cable shield and triad shielded cable (RTD cable) shield shall be broken at terminal strips only. END OF SECTION Solid Waste Compost Facility, Project No. 20288 260519-2 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." 1.02 SUBMITTALS A. Submittal shall include: 1. Grounding materials, equipment and processes. 2. Product Data: For each type of product supplied. 3. Field quality-control test reports. 4. Grounding arrangements and connections for separately derived systems. 5. Grounding for sensitive electronic equipment. 1.03 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 for grounding and bonding materials and equipment. C. Testing Agency Qualifications: Member Company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. 1.04 JOB CONDITIONS A. Measure the ground grid resistance with the earth test megger and install additional ground rods and conductors as required until the resistance to the ground conforms to National Electrical Code requirements. Ground resistance measurement shall not exceed 5 ohms. 2.00 PRODUCTS 2.01 MATERIALS A. Ground Rods: Copper-clad, having a diameter of 3/4 inch and a minimum length of 10 feet. B. Ground Cables: Stranded, bare tinned copper of 98 percent conductivity and as specified in Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables." Solid Waste Compost Facility, Project No. 20288 26 05 26- 1 C. Conduit Ground Fittings: Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp.,type NE or Thomas& Betts No. 3951 series or approved equal. D. Ground Rod Boxes: Precast Box with cast iron lid. Lid shall read "ground rod" on lid. Brooks Precast Model. "3-RT" or approved equal. Ground rod boxes located in driveway areas shall have an AASHO H-20 rating. E. Ground Plate Electrodes: 20 gauge copper with terminated 2-foot welded pigtail connection. 2.02 PROCESSES A. All grounding system connections to building steel and ground rods shall be exothermically welded including all cable connections, and cable steel terminations. B. All materials involved must be from the same sources to insure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc. C. All welding materials used shall be Cadweld Materials—as manufactured by ERICO Products, Inc., or approved equal. 2.03 GROUNDING SYSTEM A. Provide a grounding system that includes all connections and the testing of ground rods, ground cables, ground buses, conduits,fittings, anchor supports, thermite process materials and equipment and other materials required for a complete installation. 3.00 EXECUTION 3.01 INSTALLATION A. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type connectors. 2. Underground Connections: Exothermically welded connectors, except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Exothermically welded connectors. 4. Connections to Structural Steel: Exothermically welded connectors. B. Ground electrical work in accordance with NEC Article 250 and local codes. C. Install ground cables in conduits above grade or directly buried in earth to a depth of not less than 12 inches below grade. Installation to provide sufficient mechanical protection so as not to break ground cables or connections. D. Install ground cables continuously between connections. Splices shall not be permitted, except where indicated on the plans. Where ground cables pass through floor slabs, Solid Waste Compost Facility, Project No. 20288 26 05 26-2 buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non- metallic materials. E. Install a green-colored, equipment grounding conductor in raceways. Size conductors in accordance with NEC Article 250. F. Where ground wire is directly buried in earth or concrete, use standard bare tinned copper cable, in all other cases install a green-colored insulation, equipment grounding conductor in accordance with Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables." Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. G. Metal conduits stubbed up into switchgear, motor control center or other electrical equipment shall be terminated with insulated grounding bushings and connected to the equipment ground bus. Size the grounding wire in accordance with applicable sections of the National Electrical Code. H. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. 1. Provide grounding and bonding jumpers as required per the NEC. 2. Bonding to Structure: Bond straps directly to basic structure,taking care not to penetrate any adjacent parts. 3. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment. 4. Use exothermic-welded connectors for outdoor locations, but if a disconnect-type connection is required, use a bolted clamp. I. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus,to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes, using a bolted clamp connector or by bolting a lug-type connector to a pipe flange, using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided-type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. 3. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. J. Bond metal air ducts to equipment grounding conductors of associated fans, blowers, electric heaters, and air cleaners. Install a copper bonding jumper to bond across flexible duct connections to achieve continuity. Solid Waste Compost Facility, Project No. 20288 26 05 26-3 K. Liquid tight flexible metal conduit in sizes 1 foot to 1 foot-2 inches or larger shall have bonding jumpers. Bonding jumpers shall be external, run in parallel (not spiraled) and fastened with plastic tie wraps. L. All equipment enclosures, motor and transformer frames, conduit systems, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. Provide grounding and bonding jumpers as required per the NEC. M. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250. N. Run a grounding cable the full length of each cable tray section and bond to each cable tray section. Provide#4/0 bare copper in cable tray. O. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and rod used. All bonds shall remain exposed for inspection of the Owner's Representative. P. Ground rod shall be installed such that the top of the ground rod is 6 inches below grade and enclosed by a ground rod box. Q. Install #4/0 AWG bare tinned copper ground cable that follows the route of the underground duct banks on top of the duct bank envelop, but in no case is embedded in the concrete. Run ground through the manholes. Tie ground cable to pump station main grounding system at both ends. R. At each convenience outlet, install a grounding clip attached to the outlet box and leave a sufficient length of#12 wire with green-colored insulation to connect to the grounding terminal at the receptacle. S. Signal and Communication Equipment: 1. For telephone, alarm, voice and data, and other communication equipment, provide No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet,wiring closet, and central equipment location. 2. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a 1/4-by-2-by-12-inch grounding bus. 3. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal. 3.02 INSPECTION A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent to measure resistance to ground of the system. Perform testing in accordance with the test instrument manufacturer's recommendation using the fall of potential method in accordance with IEEE 81. C. All test equipment shall be provided under this section and approved by the Engineer. Solid Waste Compost Facility, Project No. 20288 26 05 26-4 D. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than the following values: 1. Power and Lighting Equipment or System with Capacity of 500 kVA or less: 5 ohms. 2. Power and Lighting Equipment or System with Capacity of 500 to 1000 kVA: 5 ohms. 3. Power and Lighting Equipment or System with Capacity more than 1000 kVA: 3 ohms. 4. Power Distribution Units or Panelboards serving electronic equipment: 1 ohm. 5. Substations and Pad Mounted Equipment: 5 ohms. 6. Manhole Grounds: 10 ohms. H. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Owner's Representative promptly and include recommendations to reduce ground resistance. Provide additional ground rods and conductors as required to bring the resistance to required level. END OF SECTION Solid Waste Compost Facility, Project No. 20288 26 05 26-5 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install supporting devices. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." 1.02 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code—Steel". B. Comply with NFPA 70. 1.03 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases. Concrete, reinforcement and formwork requirements are specified together with Concrete Specifications. 1.04 SUBMITTALS A. Submittals shall be in accordance with Div 01 and shall include all applicable units, materials and appurtenances for the following: 1. Steel slotted support systems. B. Shop Drawings: Show fabrication and installation details and include calculations for the following: 1. Steel Slotted Channel Systems. Include Product Data for Components. 2. Equipment Supports. 2.00 PRODUCTS 2.01 SUPPORT,ANCHORAGE AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4,factory fabricated components for field assembly. For this project, all steel supports shall be 316 stainless steel or aluminum materials where approved. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. c. ERICO International Corporation. Solid Waste Compost Facility, Project No. 20288 26 05 29- 1 d. GS Metals Corporation. e. Thomas & Betts Corporation. f. Unistrut;Tyco International, Ltd. (Preferred) g. Wesanco, Inc. 2. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to MFMA- 4. 3. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane or polyester coating applied according to MFMA-4. 4. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-4. 5. Channel Dimensions: Selected for applicable load criteria. B. Raceway and Cable Supports: As described in NECA 1 and NECA 101. C. Conduit and Cable Support Devices: Stainless Steel and aluminum hangers, clamps and associated fittings designed for types and sizes of raceway or cable to be supported. D. Structural Steel for Fabricated Supports and Restraints: ASTM A 36A 36M, steel plates, shapes and bars; black and hot dipped galvanized. 2.02 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted, structural steel shapes, shop or field fabricated to fit dimensions and bare weight of supported equipment. 3.00 EXECUTION 3.01 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for RMC as scheduled in NECA 1, where its Table 1 lists maximum spacing less than stated in NFPA 70. Minimum rod size shall % Inch in diameter. C. Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. Secure raceways and cables to these supports with single-bolt conduit clamps or single bolt conduit clamps using spring friction action for retention in support channel. D. Spring-steel clamps designed for supporting single conduits without bolts may be used for 1- 1/2 inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.02 SUPPORT INSTALLATION Solid Waste Compost Facility, Project No. 20288 260529-2 A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in the Article. B. Raceway Support Methods: In addition to methods described in NECA 1, RMC may be supported by openings through structure members, as permitted in NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 2001b. D. Mounting and Anchorage of Surface Mounted Equipment Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. Instead of expansion anchors, powder-actuated driven threaded studs provided with lock washers and nuts may be used in existing standard weight concrete, 4 inches thick or greater. Do not use for anchorage to lightweight aggregate concrete or for slabs less than 4 inches thick. 6. To Steel: Beam clamps (MSS Type 19, 21, 23, 25 or 27) complying with MSS SP-69. 7. To Light Steel: Sheet metal screws. 8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers and other devices on slotted channel racks attached to substrate. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. 3.03 INSTALLATION OF FABRICATED METAL SUPPORTS A. Comply with installation requirements in Section (05 50 00 ?) "Metal Fabrications"for site fabricated metal supports. B. Cut, fit and place miscellaneous metal supports accurately in location, alignment and elevation to support and anchor electrical materials and equipment. C. Field Welding: Comply with AWS D1.1/D1.1M. 3.04 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than the supported unit and so anchors will be a minimum of 10 bolt diameters from the edge of the concrete base. Solid Waste Compost Facility, Project No. 20288 260529-3 B. Use 3000-psi (20.7-MPa) 28-day compressive strength. Install concrete materials, reinforcement and placement requirements as per drawings and details. C. Anchoring Equipment to Concrete Base: 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings,templates, diagrams, instructions and directions furnished with items to be embedded/mounted. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts in accordance with anchor bolt manufacturer's written instructions. 3.05 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching-up field painted surfaces. 1. Apply paint by brush or spray to provide a minimum dry film thickness of 2.0 mils. B. Galvanized Surfaces: Clean welds, bolted connections and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780. END OF SECTION Solid Waste Compost Facility, Project No. 20288 26 05 29-4 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Metal conduits,tubing, and fittings. 2. Nonmetal conduits, tubing, and fittings. 3. Nonmetal wireways and auxiliary gutters. 4. Surface raceways. 5. Boxes, enclosures, and cabinets. 6. Handholes and boxes for exterior underground cabling. B. Related Requirements: 1. Section 26 05 43 "Underground Ducts and Raceways for Electrical Systems"for exterior ductbanks, and underground utility construction. 1.03 DEFINITIONS A. ARC: Aluminum rigid conduit. B. RGS: Galvanized rigid steel conduit. C. EMT: Electrical Metalic Tubing. D. RNC: Rigid Non Metallic conduit. E. LFMC: Liquidtight flexible metal conduit F. FMC: Flexible Metal Conduit 1.04 ACTION SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, standard floor boxes, standard hinged-cover enclosures, and standard cabinets. B. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details. 1.05 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of items involved: 1. Structural members in paths of conduit groups with common supports. Solid Waste Compost Facility, Project No. 20288 26 05 33- 1 B. Qualification Data: For professional engineer. C. Source quality-control reports. 2.00 PRODUCTS 2.01 METAL CONDUITS,TUBING,AND FITTINGS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc. 2. Allied Tube & Conduit; a Tyco International Ltd. Co. 3. Anamet Electrical, Inc. 4. Electri-Flex Company. 5. O-Z/Gedney; a brand of EGS Electrical Group. 6. Picoma Industries, a subsidiary of Mueller Water Products, Inc. 7. Republic Conduit. 8. Robroy Industries. 9. Southwire Company. 10. Thomas & Betts Corporation. 11. Western Tube and Conduit Corporation. 12. Wheatland Tube Company; a division of John Maneely Company. 13. Approved Equal B. Listing and Labeling: Metal conduits,tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. RGS: Comply with ANSI C80.1 and UL 6. D. ARC: Comply with ANSI C80.5 and UL 6A. E. IMC: Comply with ANSI C80.6 and UL 1242. F. PVC-Coated Steel Conduit: PVC-coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch (1 mm), minimum. 3. EMT: Comply with ANSI C80.3 and UL 797. G. FMC: Comply with UL 1; zinc-coated steel or aluminum. H. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. I. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. Solid Waste Compost Facility, Project No. 20288 260533-2 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70. 2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. 3. Coating for Fittings for PVC-Coated Conduit: Minimum thickness of 0.040 inch (1 mm), with overlapping sleeves protecting threaded joints. J. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 2.02 NONMETALLIC CONDUITS,TUBING,AND FITTINGS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc. 2. Anamet Electrical, Inc. 3. Arnco Corporation. 4. CANTEX Inc. 5. CertainTeed Corp. 6. Carlon 7. Electri-Flex Company. 8. Kraloy. 9. Lamson & Sessions; Carlon Electrical Products. 10. Niedax-Kleinhuis USA, Inc. 11. RACO; a Hubbell company. 12. Thomas & Betts Corporation. 13. Approved equal. B. Listing and Labeling: Nonmetallic conduits,tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. ENT: Comply with NEMA TC 13 and UL 1653. D. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. E. LFNC: Comply with UL 1660. F. Rigid HDPE: Comply with UL 651A. G. Continuous HDPE: Comply with UL 651B. H. Coilable HDPE: Preassembled with conductors or cables, and complying with ASTM D 3485. Solid Waste Compost Facility, Project No. 20288 260533-3 I. RTRC: Comply with UL 1684A and NEMA TC 14. J. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. K. Fittings for LFNC: Comply with UL 514B. L. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24). M. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 3.00 EXECUTION 3.01 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit: Rigid Aluminum. 2. Concealed Conduit,Aboveground: Rigid Aluminum. 3. Underground Conduit: RNC,Type EPC-40-PVC, concrete encased. 4. Underground Conduit Stub-ups to Equipment Pads, Concrete Floors or Other: Utilize Long Radius Sweeps for transition from underground ductbank to above ground. 5. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC. 6. Boxes and Enclosures, Aboveground: NEMA 250,Type 4X SS as indicated. B. Minimum Raceway Size: 3/4-inch (21-mm) trade size except for lighting circuit taps not longer than 72". C. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid Aluminum Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. 2. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. D. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve. E. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. F. Install surface raceways only where indicated on Drawings. Solid Waste Compost Facility, Project No. 20288 260533-4 3.02 INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot- water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. D. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for hangers and supports. E. Arrange stub-ups so curved portions of bends are not visible above finished slab. F. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits,for which fewer bends are allowed. Support within 12 inches (300 mm) of changes in direction. G. Conceal conduit within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines. H. Support conduit within 12 inches (300 mm) of enclosures to which attached or as otherwise dictated by Code. I. Raceways Embedded in Slabs: 1. Run conduit larger than 1-inch (27-mm)trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maximum 10-foot (3-m) intervals. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Arrange raceways to keep a minimum of 1 inch (25 mm) of concrete cover in all directions. 4. Do not embed threadless fittings in concrete unless specifically approved by Engineer for each specific location. 5. Change from ENT to PVC coated RGS or Rigid Aluminum as per conditions before rising above floor. J. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. K. Coat field-cut threads on PVC-coated raceway with a corrosion-preventing conductive compound prior to assembly. L. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No.4 AWG. M. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch (35mm)trade size and Solid Waste Compost Facility, Project No. 20288 260533-5 insulated throat metal bushings on 1-1/2-inch (41-mm)trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. N. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more. O. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. P. Cut conduit perpendicular to the length. For conduits 2-inch (53-mm)trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. Q. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb (90-kg)tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. R. Surface Raceways: 1. Install surface raceway with a minimum 2-inch (50-mm)radius control at bend points. 2. Secure surface raceway with screws or other anchor-type devices at intervals not exceeding 48 inches (1200 mm) and with no less than two supports per straight raceway section. Support surface raceway according to manufacturer's written instructions. Tape and glue are not acceptable support methods. S. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70. T. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Where otherwise required by NFPA 70. U. Comply with manufacturer's written instructions for solvent welding RNC and fittings. V. Expansion-Joint Fittings: 1. Install in each run of aboveground aluminum that is located where environmental temperature change may exceed 30 deg F (17 deg C) and that has straight-run length that exceeds 25 feet (7.6 m). Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: a. Revise list below to include all locations in Project with environmental conditions that require considering expansion-joint fittings in conduit runs. For each Project, consider only locations with PVC conduit with straight-run length exceeding 25 feet (7.6 m) or metal conduit in lengths over 100 feet(30 m). Also revise temperature Solid Waste Compost Facility, Project No. 20288 260533-6 change for each location so it safely represents conditions anticipated. Temperature-change figures below are examples of maximum total swings from the lowest to the highest environmental temperatures at the indicated types of locations and must be revised to represent temperature swings or changes that may occur at Project locations. b. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F (70 deg C) temperature change. c. Outdoor Locations Exposed to Direct Sunlight: 155 deg F (86 deg C)temperature change. 2. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F (0.06 mm per meter of length of straight run per deg C) of temperature change for PVC conduits. Install fitting(s)that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F (0.0115 mm per meter of length of straight run per deg C) of temperature change for metal conduits. 3. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 4. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. W. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. X. Locate boxes so that cover or plate will not span different building finishes. Y. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. Z. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. 3.03 INSTALLATION OF UNDERGROUND CONDUIT A. Duct Bank—Install duct bank per drawing and details. B. Direct-Buried Conduit: Not Permitted for this Project 3.04 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.5-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch (25 mm) above finished grade. Solid Waste Compost Facility, Project No. 20288 260533-7 D. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables but short enough to preserve adequate working clearances in enclosure. E. Field-cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. 3.05 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 26 05 44 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3.06 PROTECTION A. Protect coatings, finishes, and cabinets from damage and deterioration. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION Solid Waste Compost Facility, Project No. 20288 260533-8 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Conduit, ducts, and duct accessories for concrete-encased duct banks. 2. Handholes and boxes. 1.03 DEFINITION A. RNC: Rigid nonmetallic conduit. 1.04 ACTION SUBMITTALS A. Product Data: For the following: 1. Duct-bank materials, including separators and miscellaneous components. 2. Ducts and conduits and their accessories, including elbows, end bells, bends, fittings, and solvent cement. 3. Accessories for manholes, handholes, boxes, and other utility structures. 4. Warning tape. 1.05 INFORMATIONAL SUBMITTALS A. Duct-Bank Coordination Drawings: Show duct profiles and coordination with other utilities and underground structures. 1. Include plans and sections, drawn to scale, and show bends and locations of expansion fittings. 2. Drawings shall be signed and sealed by a qualified professional engineer. B. Product Certificates: For concrete and steel used in precast concrete manholes and handholes, as required by ASTM C 858. C. Qualification Data: For professional engineer and testing agency. D. Source quality-control test reports. E. Field quality-control test reports. 1.06 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated. B. Comply with ANSI C2. Solid Waste Compost Facility, Project No. 20288 260543- 1 C. Comply with NFPA 70. 1.07 DELIVERY, STORAGE,AND HANDLING A. Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to prevent bending,warping, and deforming. 1.08 PROJECT CONDITIONS A. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than 7 days in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Owner's written permission. 1.09 COORDINATION A. Coordinate layout and installation of ducts, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field. B. Coordinate elevations of ducts and duct-bank entrances into handholes, and boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct runs drain to and handholes, and as approved by Architect. 1.10 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. B. Furnish cable-support stanchions, arms, insulators, and associated fasteners in quantities equal to 5 percent of quantity of each item installed. 2.00 PRODUCTS 2.01 CONDUIT A. As per section 26 05 33 "Raceway and Boxes for Electrical Systems". 2.02 HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Description: Comply with SCTE 77. 1. Color: Green. 2. First option in first subparagraph below facilitates bottom duct entry. Second option may be provided by a separate slab placed in the excavation under an open-bottom enclosure;third option is obtained by molding or fabricating the bottom integrally with the body of the unit. Solid Waste Compost Facility, Project No. 20288 260543-2 3. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated. 4. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. 5. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 6. Cover Legend: Molded lettering, "ELECTRIC." Or as indicated for each service. 7. Direct-Buried Wiring Entrance Provisions: Knockouts equipped with insulated bushings or end-bell fittings, selected to suit box material, sized for wiring indicated, and arranged for secure,fixed installation in enclosure wall. 8. Duct Entrance Provisions: Duct-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall. B. Polymer Concrete Handholes and Boxes with Polymer Concrete Cover: Molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. c. CDR Systems Corporation. d. NewBasis. e. Approved equal. C. Fiberglass Handholes and Boxes with Polymer Concrete Frame and Cover: Sheet-molded, fiberglass-reinforced, polyester resin enclosure joined to polymer concrete top ring or frame. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. c. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast. e. Approved equal. D. Fiberglass Handholes and Boxes: Molded of fiberglass-reinforced polyester resin, with covers of fiberglass. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: Solid Waste Compost Facility, Project No. 20288 260543-3 a. Carson Industries LLC. b. Christy Concrete Products. c. Nordic Fiberglass, Inc. d. Approved equal. 2.03 SOURCE QUALITY CONTROL A. Test and inspect precast concrete utility structures according to ASTM C 1037. B. Nonconcrete Handhole and Pull-Box Prototype Test: Test prototypes of manholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. 1. Tests of materials shall be performed by a independent testing agency. 2. Strength tests of complete boxes and covers shall be by either an independent testing agency or the manufacturer. A City provided qualified registered professional engineer shall certify tests by manufacturer. 3. Testing machine pressure gages shall have current calibration certification complying with ISO 9000 and ISO 10012, and traceable to NIST standards. 3.00 EXECUTION 3.01 UNDERGROUND DUCT APPLICATION A. Ducts for Electrical Cables Over 600 V: RNC, NEMA Type EPC-40-PVC, in concrete-encased duct bank, unless otherwise indicated. B. Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC-40-PVC, in concrete- encased duct bank, unless otherwise indicated. C. Underground Ducts for Telephone, Communications, or Data Utility Service Cables: RNC, NEMA Type EPC-40-PVC, in concrete-encased duct bank, unless otherwise indicated. D. Underground Ducts Crossing paved paths,walks, driveways, roadways or railroads: RNC, NEMA Type EPC-40-PVC, encased in reinforced concrete. 3.02 UNDERGROUND ENCLOSURE APPLICATION A. Handholes and Boxes for 600 V and Less, Including Telephone, Communications, and Data Wiring: 1. Units in Roadways and Other Deliberate Traffic Paths: Precast concrete. AASHTO HB 17, H-20 structural load rating. 2. Units in Driveway, Parking Lot, and Off-Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Polymer concrete, SCTE 77,Tier 15 structural load rating. 3. Units in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Polymer concrete units, SCTE 77,Tier 8 structural load rating. Solid Waste Compost Facility, Project No. 20288 260543-4 4. Units Subject to Light-Duty Pedestrian Traffic Only: Fiberglass-reinforced polyester resin, structurally tested according to SCTE 77 with 3000-Ibf(13 345-N)vertical loading. 3.03 EARTHWORK A. Excavation and Backfill: Do not use heavy-duty, hydraulic-operated, compaction equipment. B. Restore surface features at areas disturbed by excavation and reestablish original grades, unless otherwise indicated. Replace removed sod immediately after backfilling is completed. C. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling,fertilizing, liming, seeding, sodding, sprigging, and mulching. 3.04 DUCT INSTALLATION A. Slope: Pitch ducts a minimum slope of 1:300 down toward manholes and handholes and away from buildings and equipment. Slope ducts from a high point in runs between two manholes to drain in both directions. B. Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use manufactured long sweep bends both horizontally and vertically, at other locations, unless otherwise indicated. C. Joints: Use solvent-cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane. D. Duct Entrances to Concrete and Polymer Concrete Handholes: Use end bells, spaced approximately 10 inches (250 mm) o.c.for 5-inch (125-mm) ducts, and vary proportionately for other duct sizes. 1. Begin change from regular spacing to end-bell spacing 10 feet (3 m)from the end bell without reducing duct line slope and without forming a trap in the line. 2. Direct-Buried Duct Banks: Install an expansion and deflection fitting in each conduit in the area of disturbed earth adjacent to manhole or handhole. 3. Grout end bells into structure walls from both sides to provide watertight entrances. E. Building Wall Penetrations: Make a transition from underground duct to rigid steel conduit at least 10 feet (3 m) outside the building wall without reducing duct line slope away from the building, and without forming a trap in the line. Use fittings manufactured for duct-to- conduit transition. Install conduit penetrations of building walls as specified in F. Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least 15-psig (1.03-MPa) hydrostatic pressure. G. Pulling Cord: Install 100-Ibf- (445-N-)test nylon cord in ducts, including spares. H. Concrete-Encased Ducts: Support ducts on duct separators. Solid Waste Compost Facility, Project No. 20288 260543-5 1. Separator Installation: Space separators close enough to prevent sagging and deforming of ducts,with not less than 4 spacers per 20 feet (6 m) of duct. Secure separators to earth and to ducts to prevent floating during concreting. Stagger separators approximately 6 inches (150 mm) between tiers. Tie entire assembly together using fabric straps; do not use tie wires or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups. 2. Concreting Sequence: Pour each run of envelope between manholes or other terminations in one continuous operation. a. Start at one end and finish at the other, allowing for expansion and contraction of ducts as their temperature changes during and after the pour. Use expansion fittings installed according to manufacturer's written recommendations, or use other specific measures to prevent expansion-contraction damage. b. If more than one pour is necessary, terminate each pour in a vertical plane and install 3/4-inch (19-mm) reinforcing rod dowels extending 18 inches (450 mm) into concrete on both sides of joint near corners of envelope. 3. Pouring Concrete: Spade concrete carefully during pours to prevent voids under and between conduits and at exterior surface of envelope. Do not allow a heavy mass of concrete to fall directly onto ducts. Use a plank to direct concrete down sides of bank assembly to trench bottom. Allow concrete to flow to center of bank and rise up in middle, uniformly filling all open spaces. Do not use power-driven agitating equipment unless specifically designed for duct-bank application. 4. Reinforcement: Reinforce concrete-encased duct banks where they cross disturbed earth and where indicated. Arrange reinforcing rods and ties without forming conductive or magnetic loops around ducts or duct groups. 5. Forms: Use walls of trench to form side walls of duct bank where soil is self-supporting and concrete envelope can be poured without soil inclusions; otherwise, use forms. 6. Minimum Space between Ducts: 3 inches (75 mm) between ducts and exterior envelope wall, 2 inches (50 mm) between ducts for like services, and 4 inches (100 mm) between power and signal ducts. 7. Depth: Install top of duct bank at least 24 inches (600 mm) below finished grade in areas not subject to deliberate traffic, and at least 30 inches (750 mm) below finished grade in deliberate traffic paths for vehicles, unless otherwise indicated. 8. Stub-Ups: Use manufactured duct elbows for stub-ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Extend concrete encasement throughout the length of the elbow. 9. Stub-Ups: Use manufactured rigid steel conduit elbows for stub-ups at poles and equipment and at building entrances through the floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches (75 mm) of concrete. b. Stub-Ups to Equipment: For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches (1500 mm)from edge of base. Install insulated grounding bushings on terminations at equipment. Solid Waste Compost Facility, Project No. 20288 260543-6 10. Warning Tape: Bury warning tape approximately 12 inches (300 mm) above all concrete-encased ducts and duct banks. Align tape parallel to and within 3 inches (75 mm) of the centerline of duct bank. Provide an additional warning tape for each 12-inch (300-mm) increment of duct-bank width over a nominal 18 inches (450 mm). Space additional tapes 12 inches (300 mm) apart, horizontally. 3.05 INSTALLATION OF, HANDHOLES, AND BOXES A. Precast Concrete Handhole Installation: 1. Comply with ASTM C 891, unless otherwise indicated. 2. Install units level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. 3. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1-inch (25-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth. 3.06 INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. Use box extension if required to match depths of ducts, and seal joint between box and extension as recommended by the manufacturer. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.7-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas and trafficways, set so cover surface will be flush with finished grade. Set covers of other handholes 1 inch (25 mm) above finished grade. D. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure. E. Field-cut openings for ducts and conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. F. For enclosures installed in asphalt paving or earth and subject to occasional, nondeliberate, heavy-vehicle loading,form and pour a concrete ring encircling, and in contact with, enclosure and with top surface screeded to top of box cover frame. Bottom of ring shall rest on compacted earth. 1. Concrete: 3000 psi (20 kPa), 28-day strength, complying with Section 033000 "Cast-in- Place Concrete," with a troweled finish. 1. Dimensions: 10 inches wide by 12 inches deep (250 mm wide by 300 mm deep). 3.07 GROUNDING Solid Waste Compost Facility, Project No. 20288 260543-7 A. Ground underground ducts and utility structures according to Section 260526 "Grounding and Bonding for Electrical Systems." 3.08 FIELD QUALITY CONTROL A. Perform the following tests and inspections and prepare test reports: 1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures. 2. Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out-of-round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indicated, remove obstructions and retest. 3. Test manhole grounding to ensure electrical continuity of grounding and bonding connections. Measure and report ground resistance as specified in Section 260526 "Grounding and Bonding for Electrical Systems." B. Correct deficiencies and retest as specified above to demonstrate compliance. 3.09 CLEANING A. Pull leather-washer-type duct cleaner,with graduated washer sizes,through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts. B. Clean internal surfaces of manholes, including sump. Remove foreign material. END OF SECTION Solid Waste Compost Facility, Project No. 20288 260543-8 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground-line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.02 SUBMITTALS A. Product Data: For each electrical identification product indicated. 1.03 QUALITY ASSURANCE A. Comply with ANSI A13.1. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, are not acceptable. 2.00 PRODUCTS 2.01 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: Solid Waste Compost Facility, Project No. 20288 260553- 1 1. Tags relying on adhesives or tapes-on markers are not acceptable. 2. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. 3. Provide tags for cables and for conductors No. 8 AVWG and larger consisting of perma- nent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. 4. Tags shall be imprinted with panelboard and panelboard position number(e.g. LA3-23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). 5. Switchlegs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T" suffix. 6. Where more than one neutral is present with a group of conductors, a tag shall be ap- plied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). 2.02 CONDUCTOR IDENTIFICATION MATERIALS A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by Ito 2 inches wide. 2.03 UNDERGROUND-LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when ex- posed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE 2.04 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive adhesive la- bels, configured for display on front cover, door, or other access to equipment unless oth- erwise indicated. Solid Waste Compost Facility, Project No. 20288 260553-2 C. Baked-Enamel Warning Signs: 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal size, 7 by 10 inches. D. Warning label and sign shall include, but are not limited to,the following legends: 1. Multiple Power Source Warning: "DANGER- ELECTRICAL SHOCK HAZARD- EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING -OSHA REGULATION -AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." 2.05 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark-gray background. Minimum letter height shall be 3/8 inch. 3.00 EXECUTION 3.01 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient view- ing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with stainless steel mechanical fasteners appropriate to the location and substrate. F. Underground-Line Warning Tape: During backfilling of trenches install continuous under- ground-line warning tape directly above line at 6 to 8 inches below finished grade. Use mul- tiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. G. Painted Identification: Comply with requirements in Division 09 painting Sections for sur- face preparation and paint application. 3.02 IDENTIFICATION SCHEDULE Solid Waste Compost Facility, Project No. 20288 260553-3 A. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color-coding conductor tape to identify the phase. 1. Color-Coding for Phase Identification, 600 V or Less: Use colors listed below for un- grounded service,feeder, and branch-circuit conductors. a. Color shall be field applied for sizes larger than No. 8 AWG b. Colors for 208/120-V Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral: White c. Colors for 480/277-V Circuits: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. d. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a mini- mum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwind- ing. Locate bands to avoid obscuring factory cable markings. B. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Limit use of underground-line warning tape to direct-buried cables. 2. Install underground-line warning tape for both direct-buried cables and cables in race- way. C. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equip- ment including, but not limited to,the following: a. Power transfer switches. b. Controls with external control power connections. D. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. Solid Waste Compost Facility, Project No. 20288 260553-4 E. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations,terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems un- less equipment is provided with its own identification. 1. Labeling Instructions: a. Indoor Equipment: stainless steel screws and nuts, engraved and laminated name- plates. Unless otherwise indicated, provide a single line of text with 1/2-inch high letters on 1-1/2-inch high label; where two lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment, fasten labels with appro- priate mechanical fasteners that do not change the NEMA or NRTL rating of the en- closure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panel- board manufacturer. Panelboard identification shall be laminated acrylic or mela- mine label and placed in a clear plastic sleeve. b. Enclosures and electrical cabinets. c. Switchgear. d. Switchboards. e. Transformers: Label that includes tag designation shown on Drawings for the trans- former, feeder, and panelboards or equipment supplied by the secondary. f. Motor-control centers. g. Enclosed switches. h. Enclosed circuit breakers. i. Enclosed controllers. j. Push-button stations. k. Contactors. I. Monitoring and control equipment. m. UPS equipment. n. Junction and Pull Boxes. Solid Waste Compost Facility, Project No. 20288 260553-5 END OF SECTION Solid Waste Compost Facility, Project No. 20288 260553-6 26 24 16 PANELBOARDS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Distribution panelboards. 2. Lighting and appliance branch-circuit panelboards. 3. Load centers. 4. Electronic-grade panelboards. 1.03 DEFINITIONS A. SVR: Suppressed voltage rating. B. TVSS:Transient voltage surge suppressor. 1.04 ACTION SUBMITTALS A. Product Data: For each type of panelboard, switching and overcurrent protective device, transient voltage suppression device, accessory, and component indicated. Include dimensions and manufacturers'technical data on features, performance, electrical characteristics, ratings, and finishes. B. Shop Drawings: For each panelboard and related equipment. 1. Include dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. 2. Detail enclosure types and details for types other than NEMA 250,Type 1. 3. Detail bus configuration, current, and voltage ratings. 4. Short-circuit current rating of panelboards and overcurrent protective devices. 5. Include evidence of NRTL listing for series rating of installed devices. 6. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 7. Include wiring diagrams for power, signal, and control wiring. 8. Include time-current coordination curves for each type and rating of overcurrent protective device included in panelboards. Submit on translucent log-log graft paper; include selectable ranges for each type of overcurrent protective device. 1.05 INFORMATIONAL SUBMITTALS Solid Waste Compost Facility, Project No. 20288 26 24 16- 1 A. Qualification Data: For qualified testing agency. B. Field Quality-Control Reports: 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. C. Panelboard Schedules: For installation in panelboards. Submit final versions after load balancing. 1.06 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following: 1. Manufacturer's written instructions for testing and adjusting overcurrent protective devices. 2. Time-current curves, including selectable ranges for each type of overcurrent protective device that allows adjustments. 1.07 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Keys:Two spares for each type of panelboard cabinet lock. 2. Circuit Breakers Including GFCI and Ground Fault Equipment Protection (GFEP)Types: Two spares for each panelboard. 3. Fuses for Fused Switches: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 4. Fuses for Fused Power-Circuit Devices: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 1.08 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. B. Source Limitations: Obtain panelboards, overcurrent protective devices, components, and accessories from single source from single manufacturer. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for panelboards including clearances between panelboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. Solid Waste Compost Facility, Project No. 20288 262416-2 D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. E. Comply with NEMA PB 1. F. Comply with NFPA 70. 1.09 DELIVERY, STORAGE,AND HANDLING A. Remove loose packing and flammable materials from inside panelboards; install temporary electric heating (250 W per panelboard)to prevent condensation. B. Handle and prepare panelboards for installation according to NEMA PB 1. 1.10 PROJECT CONDITIONS A. Environmental Limitations: 1. Do not deliver or install panelboards until spaces are enclosed and weathertight, wet work in spaces is complete and dry, work above panelboards is complete, and temporary HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. 2. Rate equipment for continuous operation under the following conditions unless otherwise indicated: a. Ambient Temperature: Not exceeding 23 deg F (minus 5 deg C)to plus 104 deg F (plus 40 deg C). b. Altitude: Not exceeding 3300 feet (2000 m). B. Service Conditions: NEMA PB 1, usual service conditions, as follows: 1. Ambient temperatures within limits specified. 2. Altitude not exceeding 3300 feet(2000 m). C. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Owner no fewer than seven days in advance of proposed interruption of electric service. 2. Do not proceed with interruption of electric service without Owner's written permission. 3. Comply with NFPA 70E. 1.11 COORDINATION A. Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and Solid Waste Compost Facility, Project No. 20288 262416-3 adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete. 1.12 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace transient voltage suppression devices that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. 2.00 PRODUCTS 2.01 GENERAL REQUIREMENTS FOR PANELBOARDS A. Enclosures: Surface-mounted cabinets. 1. Rated for environmental conditions at installed location. a. Indoor Dry and Clean Locations: NEMA 250,Type 1. b. Outdoor Locations: NEMA 250,Type 4X 316 grade SS. c. Corrosive Locations: NEMA 250,Type 4X, 316 grade SS. d. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: NEMA 250,Type 12. 2. Front: Secured to box with concealed trim clamps. For surface-mounted fronts, match box dimensions; for flush-mounted fronts, overlap box. 3. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. 4. Skirt for Surface-Mounted Panelboards: Same gage and finish as panelboard front with flanges for attachment to panelboard, wall, and ceiling or floor. 5. Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral with enclosure body. Arrange to isolate individual panel sections. 6. Finishes: a. Panels and Trim: Steel,factory finished immediately after cleaning and pretreating with manufacturer's standard two-coat, baked-on finish consisting of prime coat and thermosetting topcoat. b. Back Boxes: Same finish as panels and trim. c. Fungus Proofing: Permanent fungicidal treatment for overcurrent protective devices and other components. 7. Directory Card: Inside panelboard door, mounted in transparent card holder. Card to be type written with circuit service. Hand written legends are not allowed. Solid Waste Compost Facility, Project No. 20288 262416-4 B. Incoming Mains Location:Top and bottom. C. Phase, Neutral, and Ground Buses: 1. Material:Tin-plated aluminum. 2. Equipment Ground Bus:Adequate for feeder and branch-circuit equipment grounding conductors; bonded to box. 3. Isolated Ground Bus: Adequate for branch-circuit isolated ground conductors; insulated from box. 4. Extra-Capacity Neutral Bus: Neutral bus rated 200 percent of phase bus and UL listed as suitable for nonlinear loads. 5. Split Bus:Vertical buses divided into individual vertical sections. D. Conductor Connectors: Suitable for use with conductor material and sizes. 1. Material: Hard-drawn copper, 98 percent conductivity. 2. Main and Neutral Lugs: Mechanical type. 3. Ground Lugs and Bus-Configured Terminators: Mechanical type. 4. Feed-Through Lugs: Mechanical type, suitable for use with conductor material. Locate at opposite end of bus from incoming lugs or main device. 5. Extra-Capacity Neutral Lugs: Rated 200 percent of phase lugs mounted on extra-capacity neutral bus. E. Service Equipment Label: NRTL labeled for use as service equipment for panelboards or load centers with one or more main service disconnecting and overcurrent protective devices. F. Future Devices: Mounting brackets, bus connections,filler plates, and necessary appurtenances required for future installation of devices. G. Panelboard Short-Circuit Current Rating: Rated for series-connected system with integral or remote upstream overcurrent protective devices and labeled by an NRTL. Include size and type of allowable upstream and branch devices, listed and labeled for series-connected short-circuit rating by an NRTL. H. Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. 2.02 PERFORMANCE REQUIREMENTS A. Surge Suppression: Factory installed as an integral part of indicated panelboards, complying with UL 1449 SPD Type 1. 2.03 DISTRIBUTION PANELBOARDS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. Solid Waste Compost Facility, Project No. 20288 262416-5 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. 3. Siemens Energy&Automation, Inc. 4. Square D; a brand of Schneider Electric. (Preferred) 5. Approved equal B. Panelboards: NEMA PB 1, power and feeder distribution type. C. Doors: Secured with vault-type latch with tumbler lock; keyed alike. 1. For doors more than 36 inches (914 mm) high, provide two latches, keyed alike. D. Mains:As indicated. E. Branch Overcurrent Protective Devices for Circuit-Breaker Frame Sizes 125 A and Smaller: Bolt-on circuit breakers. F. Branch Overcurrent Protective Devices for Circuit-Breaker Frame Sizes Larger Than 125 A: Bolt-on circuit breakers; plug-in circuit breakers where individual positive-locking device requires mechanical release for removal. 2.04 LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS A. Manufacturers: Subject to compliance with requirements available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. 3. Siemens Energy&Automation, Inc. 4. Square D; a brand of Schneider Electric. (Preferred) 5. Approved equal. B. Panelboards: NEMA PB 1, lighting and appliance branch-circuit type. C. Mains: Circuit breaker. D. Branch Overcurrent Protective Devices: Bolt-on circuit breakers, replaceable without disturbing adjacent units. E. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. F. Column-Type Panelboards: Narrow gutter extension, with cover,to overhead junction box equipped with ground and neutral terminal buses. 2.05 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. Solid Waste Compost Facility, Project No. 20288 262416-6 3. Siemens Energy&Automation, Inc. 4. Square D; a brand of Schneider Electric. (Preferred) 5. Approved equal. A. Molded-Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity to meet available fault currents. 1. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. 2. Adjustable Instantaneous-Trip Circuit Breakers: Magnetic trip element with front- mounted, field-adjustable trip setting. 3. Electronic trip circuit breakers with rms sensing; field-replaceable rating plug or field-replicable electronic trip; and the following field-adjustable settings: a. Instantaneous trip. b. Long- and short-time pickup levels. C. Long- and short-time time adjustments. d. Ground-fault pickup level, time delay, and 12t response. 4. Current-Limiting Circuit Breakers: Frame sizes 400 A and smaller; let-through ratings less than NEMA FU 1, RK-5. 5. GFCI Circuit Breakers: Single- and two-pole configurations with Class A ground- fault protection (6-mA trip). 6. Ground-Fault Equipment Protection (GFEP) Circuit Breakers: Class B ground-fault protection (30-mA trip). 7. Arc-Fault Circuit Interrupter (AFCI) Circuit Breakers: Comply with UL 1699; 120/240-V, single-pole configuration. 8. Molded-Case Circuit-Breaker (MCCB) Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Lugs: Mechanical style,suitable for number,size,trip ratings,and conductor materials. C. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high- intensity discharge (HID) lighting circuits. d. Zone-Selective Interlocking: Integral with electronic trip unit; for interlocking ground-fault protection function with other upstream or downstream devices. Solid Waste Compost Facility, Project No. 20288 262416-7 e. Multipole units enclosed in a single housing or factory assembled to operate as a single unit B. Fused Switch: NEMA KS 1,Type HD; clips to accommodate specified fuses; lockable handle. 1. Fuses, and Spare-Fuse Cabinet: Comply with requirements specified in Section 262813 "Fuses." 2. Fused Switch Features and Accessories: Standard ampere ratings and number of poles. 3. Auxiliary Contacts:Two normally open and normally closed contact(s) that operate with switch handle operation. 2.06 ACCESSORY COMPONENTS AND FEATURES A. Accessory Set: Include tools and miscellaneous items required for overcurrent protective device test, inspection, maintenance, and operation. B. Portable Test Set: For testing functions of solid-state trip devices without removing from panelboard. Include relay and meter test plugs suitable for testing panelboard meters and switchboard class relays. 3.00 EXECUTION 3.01 EXAMINATION A. Receive, inspect, handle, and store panelboards according to NEMA PB 1.1. B. Examine panelboards before installation. Reject panelboards that are damaged or rusted or have been subjected to water saturation. C. Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install panelboards and accessories according to NEMA PB 1.1. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards. C. Mount top of trim 72 inches (1828 mm) above finished floor unless otherwise indicated. D. Mount panelboard cabinet plumb and rigid without distortion of box. E. Install overcurrent protective devices and controllers not already factory installed. 1. Set field-adjustable, circuit-breaker trip ranges. F. Install filler plates in unused spaces. G. Arrange conductors in gutters into groups and bundle and wrap with wire ties. H. Comply with NECA 1. 3.03 IDENTIFICATION Solid Waste Compost Facility, Project No. 20288 262416-8 A. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs complying with Section 260553 "Identification for Electrical Systems." B. Create a directory to indicate installed circuit loads; incorporate Owner's final room designations. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable. C. Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems." D. Device Nameplates: Label each branch circuit device in distribution panelboards with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems." 3.04 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. C. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. D. Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. E. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3. Perform the following infrared scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each panelboard. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each panelboard 11 months after date of Substantial Completion. c. Instruments and Equipment: 1). Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. Solid Waste Compost Facility, Project No. 20288 262416-9 F. Panelboards will be considered defective if they do not pass tests and inspections. G. Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.05 ADJUSTING A. Adjust moving parts and operable component to function smoothly, and lubricate as recommended by manufacturer. B. Set field-adjustable circuit-breaker trip ranges as indicated. C. Load Balancing:After Substantial Completion, but not more than 60 days after Final Acceptance, measure load balancing and make circuit changes. 1. Measure as directed during period of normal system loading. 2. Perform load-balancing circuit changes outside normal occupancy/working schedule of the facility and at time directed. Avoid disrupting critical 24-hour services such as fax machines and on-line data processing, computing,transmitting, and receiving equipment. 3. After circuit changes, recheck loads during normal load period. Record all load readings before and after changes and submit test records. 4. Tolerance: Difference exceeding 20 percent between phase loads,within a panelboard, is not acceptable. Rebalance and recheck as necessary to meet this minimum requirement. 3.06 PROTECTION A. Temporary Heating:Apply temporary heat to maintain temperature according to manufacturer's written instructions. END OF SECTION Solid Waste Compost Facility, Project No. 20288 26 24 16-10 26 27 26 WIRING DEVICES 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Receptacles, receptacles with integral GFCI, and associated device plates. 2. Weather-resistant receptacles. 1.03 DEFINITIONS A. EMI: Electromagnetic interference. B. GFCI: Ground-fault circuit interrupter. C. Pigtail: Short lead used to connect a device to a branch-circuit conductor. D. RFI: Radio-frequency interference. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Receptacles for Owner-Furnished Equipment: Match plug configurations. 2. Cord and Plug Sets: Match equipment requirements. 1.05 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: List of legends and description of materials and process used for pre- marking wall plates. 1.06 INFORMATIONAL SUBMITTALS A. Field quality-control reports. 1.07 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing-label warnings and instruction manuals that include labeling conditions. 2.00 PRODUCTS 2.01 MANUFACTURERS Solid Waste Compost Facility, Project No. 20288 262726- 1 A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles: 1. Cooper Wiring Devices; Division of Cooper Industries, Inc. (Cooper). 2. Hubbell Incorporated; Wiring Device-Kellems (Hubbell). 3. Leviton Mfg. Company Inc. (Leviton). 4. Pass&Seymour/Legrand (Pass &Seymour). B. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. 2.02 GENERAL WIRING-DEVICE REQUIREMENTS A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. C. Devices that are manufactured for use with modular plug-in connectors may be substituted under the following conditions: 1. Connectors shall comply with UL 2459 and shall be made with stranding building wire. 2. Devices shall comply with the requirements in this Section. 2.03 STRAIGHT-BLADE RECEPTACLES A. Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, and FS W-C-596. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. Cooper; 5351 (single), CR5362 (duplex). b. Hubbell; HBL5351 (single), HBL5352 (duplex). c. Leviton; 5891 (single), 5352 (duplex). d. Pass&Seymour; 5361 (single), 5362 (duplex). 2.04 GFCI RECEPTACLES A. General Description: 1. Straight blade, non-feed-through type. 2. Comply with NEMA WD 1, NEMA WD 6, UL 498, UL 943 Class A, and FS W-C-596. 3. Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection. B. Duplex GFCI Convenience Receptacles, 125 V, 20 A: 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: Solid Waste Compost Facility, Project No. 20288 262726-2 a. Cooper;VGF20. b. Hubbell; GFR5352L. c. Pass&Seymour; 2095. d. Leviton; 7590. C. GFCI Non-Feed -Through Type, Convenience Receptacles: Square face, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, UL 498, and UL 943 Class A. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. Cooper;VGF15. b. Hubbell; GF15LA. c. Leviton; 8599. d. Pass&Seymour; 1594. D. GFCI,Tamper-Resistant and Weather-Resistant Convenience Receptacles: Square face, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, UL 498, and UL 943 Class A. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. Cooper;TWRVGF15. b. Hubbell; GFTR15. c. Pass&Seymour; 1594TRWR. 2. Description: Labeled to comply with NFPA 70, "Receptacles, Cord Connectors, and Attachment Plugs (Caps)" Article, "Tamper-Resistant Receptacles in Dwelling Units" Section. 2.05 FINISHES A. Device Color: 1. Wiring Devices Connected to Normal Power System: As selected by Engineer otherwise indicated or required by NFPA 70 or device listing. B. Plate Color: For plastic covers, match device color. 3.00 EXECUTION A. INSTALLATION B. Comply with NECA 1, including mounting heights listed in that standard, unless otherwise indicated. C. Coordination with Other Trades: 1. Protect installed devices and their boxes. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of boxes. Solid Waste Compost Facility, Project No. 20288 262726-3 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. D. Conductors: 1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose.Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted, provided the outlet box is large enough. E. Device Installation: 1. Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches (152 mm) in length. 5. When there is a choice, use side wiring with binding-head screw terminals. Wrap solid conductor tightly clockwise,two-thirds to three-fourths of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15-or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device-mounting screws in yokes, allowing metal-to-metal contact. F. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles down, and on horizontally mounted receptacles to the left. Solid Waste Compost Facility, Project No. 20288 26 27 26-4 G. Device Plates: Do not use oversized or extra-deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. 3.02 GFCI RECEPTACLES A. Install non-feed-through-type GFCI receptacles. 3.03 IDENTIFICATION A. Comply with Section 26 05 53 "Identification for Electrical Systems." B. Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, or engraved machine printing with black-filled lettering on face of plate, and durable wire markers or tags inside outlet boxes. 3.04 FIELD QUALITY CONTROL A. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is unacceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip:Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug,verify that the device and its outlet box are securely mounted. 6. Tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. B. Wiring device will be considered defective if it does not pass tests and inspections. C. Prepare test and inspection reports. END OF SECTION Solid Waste Compost Facility, Project No. 20288 262726-5 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Circuit Breakers 2. Enclosures. 1.03 DEFINITIONS A. NC: Normally closed. B. NO: Normally open. C. SPDT: Single pole, double throw. 1.04 ACTION SUBMITTALS A. Product Data: For each type of enclosed switch, circuit breaker, accessory, and component indicated. Include dimensioned elevations, sections, weights, and manufacturers'technical data on features, performance, electrical characteristics, ratings, accessories, and finishes. 1. Enclosure types and details for types other than NEMA 250,Type 1. 2. Current and voltage ratings. 3. Short-circuit current ratings (interrupting and withstand, as appropriate). 4. Include evidence of NRTL listing for series rating of installed devices. 5. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices, accessories, and auxiliary components. 1.05 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified testing agency. B. Field quality-control reports. 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. 1.06 MAINTENANCE MATERIAL SUBMITTALS Solid Waste Compost Facility, Project No. 20288 26 28 16- 1 A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 2. Fuse Pullers:Two for each size and type. 1.07 QUALITY ASSURANCE A. Source Limitations: Obtain enclosed switches and circuit breakers, overcurrent protective devices, components, and accessories, within same product category,from single source from single manufacturer. B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for enclosed switches and circuit breakers, including clearances between enclosures, and adjacent surfaces and other items. Comply with indicated maximum dimensions. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. D. Comply with NFPA 70. 1.08 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Not less than minus 22 deg F (minus 30 deg C) and not exceeding 104 deg F (40 deg C). 2. Altitude: Not exceeding 3300 feet (2010 m). B. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Owner no fewer than seven days in advance of proposed interruption of electric service. 2. Indicate method of providing temporary electric service if required. 3. Do not proceed with interruption of electric service without Owner's written permission. 4. Comply with NFPA 70E. 1.09 COORDINATION A. Coordinate layout and installation of switches, circuit breakers, and components with equipment served and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. 2.00 PRODUCTS Solid Waste Compost Facility, Project No. 20288 262816-2 2.01 MOLDED-CASE CIRCUIT BREAKERS A. Manufacturers: Subject to compliance with requirements available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. 3. Siemens Energy&Automation, Inc. 4. Square D; a brand of Schneider Electric. B. General Requirements: Comply with UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents. C. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. D. Adjustable, Instantaneous-Trip Circuit Breakers: Magnetic trip element with front-mounted, field-adjustable trip setting. E. Electronic Trip Circuit Breakers: Field-replaceable rating plug, rms sensing, with the following field-adjustable settings: 1. Instantaneous trip. 2. Long-and short-time pickup levels. 3. Long-and short-time time adjustments. 4. Ground-fault pickup level,time delay, and Izt response. F. Current-Limiting Circuit Breakers: Frame sizes 400 A and smaller, and let-through ratings less than NEMA FU 1, RK-5. G. Integrally Fused Circuit Breakers: Thermal-magnetic trip element with integral limiter-style fuse listed for use with circuit breaker and trip activation on fuse opening or on opening of fuse compartment door. H. Features and Accessories: 1. Standard frame sizes,trip ratings, and number of poles. 2. Lugs: Mechanical type, suitable for number, size,trip ratings, and conductor material. 3. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high-intensity discharge lighting circuits. 4. Ground-Fault Protection: Where required by code Comply with UL 1053; integrally mounted, self-powered type with mechanical ground-fault indicator; relay with adjustable pickup and time-delay settings, push-to-test feature, internal memory, and shunt trip unit; and three-phase, zero-sequence current transformer/sensor. 5. Undervoltage Trip: Set to operate at 35 to 75 percent of rated voltage without intentional time delay. Solid Waste Compost Facility, Project No. 20288 262816-3 6. Auxiliary Contacts: [One SPDT switch] [Two SPDT switches] with "a" and "b" contacts; "a" contacts mimic circuit-breaker contacts, "b" contacts operate in reverse of circuit- breaker contacts. 7. Alarm Switch: One NC contact that operates only when circuit breaker has tripped. 8. Key Interlock Kit: Externally mounted to prohibit circuit-breaker operation; key shall be removable only when circuit breaker is in off position. 9. Electrical Operator: Provide remote control for on, off, and reset operations. 2.02 ENCLOSURES A. Enclosed Switches and Circuit Breakers: NEMA AB 1, NEMA KS 1, NEMA 250, and UL 50,to comply with environmental conditions at installed location. 1. Indoor, Dry and Clean Locations: NEMA 250,Type 1. 2. Outdoor Locations: NEMA 250,Type 4X SS. 3. Other Wet or Damp, Indoor Locations: NEMA 250,Type 4X SS. 4. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: NEMA 250,Type 12. 3.00 EXECUTION 3.01 EXAMINATION A. Examine elements and surfaces to receive enclosed switches and circuit breakers for compliance with installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install individual wall-mounted switches and circuit breakers with tops at uniform height unless otherwise indicated. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. C. Install fuses in fusible devices. D. Comply with NECA 1. 3.03 IDENTIFICATION A. Comply with requirements in Section 26 05 53 "Identification for Electrical Systems." 1. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each enclosure with engraved metal or laminated-plastic nameplate. 3.04 FIELD QUALITY CONTROL Solid Waste Compost Facility, Project No. 20288 262816-4 A. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. B. Enclosed switches and circuit breakers will be considered defective if they do not pass tests and inspections. 3.05 ADJUSTING A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. END OF SECTION Solid Waste Compost Facility, Project No. 20288 262816-5 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 APPENDICES Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 APPENDIX 1 SOIL AND LINER QUALITY CONTROL PLAN Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 CITY OF CORPUS CHRISTI SOLID WASTE FACILITY NUECES COUNTY, TEXAS PERMIT APPLICATION NO. 2269 PART III SITE DEVELOPMENT PLAN ATTACHMENT 10 SOIL AND LINER QUALITY CONTROL PLAN Prepared for City of Corpus Christi, Texas Solid Waste Services September 1997 Revised February 1998 E of TFjIs ,,,,�Q i�irrr '•;� ,r� Revised May 1998 W. WIKEN /• N.N.1N..N.NN.. / Technically Complete August 1998 / •,� 69417 c4. pO S •NN''' G �, ��'�00VA1. S Prepared by EMCON 5701 East Loop 820 South Fort Worth, Texas 76119 817/478-8254 Project 62789-002.100 OF rr y %s � . WIKEN! 69417 V�O a 'k. .� CONTENTS 1 INTRODUCTION 1 2 CLAY SOIL LINER CONSTRUCTION 3 2.1 Site Preparation 3 2.2 Soil Liner Material Verification Tests 4 2.3 Soil Liner Construction Criteria 5 2.4 Soil Liner Quality Control Testing 7 2.5 Liner Construction Below the Groundwater Table 8 2.5.1 Applicability 8 2.5.2 Temporary Dewatering Controls 8 2.5.3 Required Ballast Thickness 13 2.6 Verification of Liner Stability 14 2.6.1 Survey During Construction 15 2.6.2 Observation for Indication of Seepage 15 2.6.3 Soil Ballast Construction 15 2.6.4 Groundwater Elevations 16 2.6.5 Waste Ballast Placement 16 2.6.6 Documentation 16 2.7 SLER Submittal Process 16 3 GEOSYNTHETIC CLAY LINER CONSTRUCTION 19 3.1 Applicability 19 3.2 Material Requirements 19 3.3 GCL Installation 20 3.3.1 Subgrade Preparation 21 3.3.2 Deployment 21 3.3.3 Patching 22 3.4 GCL Protection 22 4 GEOMEMBRANE LINER CONSTRUCTION 23 4.1 General 23 4.2 Contractor Submittals 23 C:\WINDOWS\TEMP\CCATrlO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-ii "�►�V_ OFAl P •••••••••... ���p • IKEN o^ �O Op00•N•••�•••N•N2en aai'/k/ 69417 j�o�` CONTENTS (Continued) 4.3 Installation Precautions 25 4.4 Geomembrane Testing Requirements 26 4.5 FMLER Submittal Process 29 4.6 Leachate Collection System 30 4.7 Protective Cover 30 4.8 Ballast Evaluation Report 31 APPENDIX l0A Construction Below the Water Table APPENDIX 10B Waste-For-Ballast Placement Record APPENDIX 10C Liner and Leachate Collection System Details C:\WINDOWS\TEMP\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10—iii 1 INTRODUCTION This attachment describes the requirements for the contractor/manufacturer's quality control/quality assurance (QC/QA) programs, and general activities to be used during the construction of a composite liner system to provide assurance of the quality of construction and to provide the required documentation for submittal to the Texas Natural Resource Conservation Commission (TNRCC) for approval of the liner for receipt of municipal solid waste. The composite liner will consist of: • A minimum of 24 inches of compacted soil liner (or a geosynthetic clay liner [GCL]) or 36 inches of compacted soil liner for areas underlying Class 1 nonhazardous industrial solid waste overlain by • A 60-mil-thick HDPE geomembrane liner. This attachment describes, in part, requirements for construction of the soil liner and geomembrane liner. However, this document shall not replace site-specific drawings and specifications that may describe more detailed requirements. The City of Corpus Christi (City) will contact the local TNRCC office at least 48 hours prior to liner construction to provide the TNRCC staff an opportunity to view the construction activities. The geotechnical consultant shall provide a project engineer or his representative whose responsibility will include the supervision of the field testing and inspection, continuous on-site inspection of construction activities, direction of field and laboratory testing, and completion of the Soil and Liner Evaluation Report (SLER), Flexible Membrane Liner Evaluation Report (FMLER), and Ballast Evaluation Report (BER) documents for submittal to the TNRCC. The geotechnical consultant will be an independent third-party professional engineer, registered in Texas, who is experienced in geotechnical engineering and/or engineering geology. The City shall designate a project manager who shall oversee and coordinate all aspects of the project and shall make independent observations of the work and to whom the geotechnical consultant will report. These quality assurance activities are in addition to those of the manufacturer and contractor required through their own QC/QA programs and/or as described herein. The limits of all constructed liners must be clearly marked. These SLER/FMLER markers and other horizontal location coordinates must be referenced to the landfill grid marker system. The SLER/FMLER markers must not penetrate the liner itself but must be readily discernible by site workers and inspectors. SLER/FMLER markers should not I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-1 be removed from active disposal areas except as needed to facilitate operations upon approval of subsequent liner areas. The landfill grid markers should be clearly posted at intervals not exceeding 100 feet. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August1998 Attachment 10 10-2 2 CLAY SOIL LINER CONSTRUCTION 2.1 Site Preparation 2.1.1 General The sector area to receive liner shall be excavated to the lines and grades as shown by construction drawings prepared specifically for the subject sector and in accordance with the permitted bottom elevation grading plan and/or other permit provisions relating to depth of operation. The excavated soils that are suitable liner material (CL-CH clays) shall be stockpiled separately from unsuitable soils (sands). The side and bottom elevations shall be checked by survey to verify that the proper lines and grades have been reached. This data shall serve as the initial elevation check that will later be used with the final elevation survey check for verification of soil liner thickness. The bottom area shall be proof-rolled in preparation for the initial lift of clay liner material. Any loose, soft, and/or wet areas shall be overexcavated and replaced with compacted soil to provide a firm, non-yielding subgrade. 2.1.2 Proposed Lined Areas Below the Groundwater Table The proposed landfill excavation varies from a few feet to approximately 34 feet below the existing natural grade. As outlined in Appendix 1OA, portions of the landfill excavation will extend below the highest measured water levels (groundwater table) across the site. In accordance with 30 TAC § 330.203, liners must be designed such that the landfills liner system will not undergo due to the potential hydrostatic uplift forces created by the observed groundwater level being above the excavation elevation. For this site, there are two design options for areas where the landfill construction will be below the highest measured water level surface: 1. Incorporating an active and/or passive dewatering system in the liner design to reduce upward or inward forces on the liner by a factor of 1.2 and by providing calculations satisfactory to the executive director of the TNRCC that the dewatering system will perform to adequately reduce those forces [30 TAC § 33O.2O3(a)(2)]; or I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-3 2. Providing evidence satisfactory to the executive director of the TNRCC that the soil surrounding the landfill is so poorly permeable that groundwater can not move sufficiently to exert force that would damage the liner [30 TAC § 330.203(a)(3)] Long-term protection of liner uplift will be provided by the weight (ballast) of the compacted waste and/or soil placed above the liner system [30 TAC § 330.203(f)]. The design and construction recommendations for liner construction below the groundwater table are outlined in section 2.5 following. However, it is important to note that if design option 2 is desired (demonstration of so poorly permeable), the site preparation must include temporary piezometers installed within each future cell area, at least 60 days prior to excavation. Details of temporary piezometers, and analyses required prior to site excavation are provided in Section 2.5.2 of this SLQCP. 2.2 Soil Liner Material Verification Tests Samples of the stockpiled clay soil proposed to be used as clay liner material shall be taken by the geotechnical consultant for testing and verification of the materials soil classification, permeability and compaction characteristics. The tests must be conducted well in advance of the actual liner construction due to the time required for the testing. Each different soil type proposed as clay liner material shall be subjected to the following tests: Coefficient of Permeability -- U.S. Army Corps of Engineers Manual EM-1110-2-1906, 30 November 1970 Appendix VII, Falling-Head Test (or) ASTM D 5084-90, Measurement of Hydraulic Conductivity of Saturated Porous Materials Using a Flexible Wall Permeameter Soil Classification Tests -- ASTM D 4318 Atterberg Limits ASTM D 422 Percent Passing#200 Sieve, only Moisture-Density Relationship-- ASTM D 1557 Modified Proctor (or) ASTM D 698 Standard Proctor ASTM D 2216 Moisture Content Note: The selection of the specific compaction method (i.e., ASTM D698 or ASTM D1557) will be determined by the geotechnical consultant based on his I:\CORPUS\62789\002\TECHCOM\CCAMO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-4 evaluation of the most appropriate method by which clod destruction and low permeability characteristics can best be achieved, and attempting to match field compaction equipment and the energy it imparts to that of the laboratory compaction test. The proposed soil liner material will be judged to be acceptable provided that it meets the following minimum criteria: • Liquid limit not less than 30 • Plasticity index not less than 15 • Percent passing no. 200 sieve not less than 30 percent • Coefficient of permeability tested in the laboratory not greater than 1 x 10-7 cm/sec As indicated in Appendix 10A, if the soil liner is constructed below the seasonal high groundwater table, and no dewatering system is proposed to control the potential short - term hydrostatic pressures on the liner, the coefficient of permeability tested in the laboratory may not be greater than 2 x 10-8 cm/sec. 2.3 Soil Liner Construction Criteria The geotechnical consultant will determine the specific compaction criteria for the proposed soil liner materials based on the results of the liner material verification testing. As a minimum, the following criteria will be followed: • When using ASTM D698 method, the soil liner material must be compacted to not less than 95 percent of maximum density at a moisture content at optimum to 4 percentage points above optimum. • When using ASTM D1557 method, the soil liner material must be compacted to not less than 90 percent of maximum density at a moisture content at optimum to 4 percentage points above optimum. The intent of the soil liner compaction process is to achieve a homogeneous soil liner having low permeability through destruction of soil clods and lift interfaces, and through proper control of moisture, density, lift thickness, and material processing. The destruction of soil clods and lift interfaces is very important and requires a combination of proper scarification and liner material processing, adding moisture as necessary to soften the soil, and then compaction under the effort of heavy equipment. Clod size reduction can be achieved through disking, pulverizing, and/or screening. Heavy-duty equipment is required to achieve the proper clod size reduction. The soil liner should contain no rocks greater than 1" in diameter or that total more than 10 percent by weight. One-hundred percent of the material used in the soil liner must pass I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-5 the 1-inch screen-sieve. Water is usually also required to soften the clay soil such that the compaction process will intimately mold the clay soil into a homogeneous mass. Additional disking is necessary during the moisture adjustment to obtain uniform water distribution. Water used on liner construction must be clean water. Water that has come into contact with waste will not be used for liner compaction. All constructed soil liners must be compacted with a pad-footed roller or prong-footed roller. Bulldozers, track-type vehicles, or pneumatic rollers are not acceptable for liner compaction. The minimum weight of the compaction should be 1,500 pounds per linear foot of drum length. The lift thickness shall be controlled so that there is complete penetration through the loose lift under compaction into the top of the previously compacted lift; therefore, the compacted lift thickness must not be greater than the pad or prong length. The top of each lift shall be kept moist between lifts and shall be roughened or otherwise prepared to receive the next lift of soil liner material. Any lift which has dried shall be scarified, rewetted, and recompacted, then retested before addition of the next lift. The "tie-in" of the new soil liner to the old soil liner areas should be accomplished using a "stair-step" approach versus butting one liner to another. The old liner should be cut back to expose firm, moist liner. It should then be scarified and moistened prior to placement of the new liner soil. The entire mass should then be melded together using a pad-footed or prong-footed compactor with feet that fully penetrate the loose soil lift. This process would then be continued for each new lift. The top surface of the completed soil liner should be bladed and/or rolled with a flat wheel roller to produce a smooth surface for receipt of the geomembrane liner. The final surface must be free of sharp-edged rocks or other materials that might puncture the geomembrane. The final surface must be kept moist or otherwise protected to prevent desiccation cracking. Soil liner construction should proceed in a systematic and timely fashion without delays in construction except as may be incurred due to weather delays. Records should be maintained to document delays and measures taken to protect and/or otherwise repair the liner if damaged by weather delays. 2.4 Soil Liner Quality Control Testing The soil liner construction activities should be observed by the City and the City's geotechnical consultant for compliance with the construction documents. The soil technician, under the direction of the geotechnical consultant, should conduct moisture- density tests of each compacted lift to determine whether the proper moisture and density have been achieved. The contractor may not place additional liner material until approval I:\CORPUS\62789\002\TECHCOM\CCATrIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-6 based on acceptable field moisture and density tests. In addition, the soil technician should take bulk samples of the liner material for soil classification testing and undisturbed specimens for laboratory permeability tests. The testing frequency shall be determined based on the following minimum guidelines for parallel lifts: a. Field Moisture-Density Tests (ASTM D 2922 and ASTM D 3017). One test per 8,000 square feet, or less, per 6 inches depth is required, but no less than three tests per 6-inch lift. Note: All density probe holes must be filled with bentonite. Larger holes dug for sampling purposes may be filled with bentonite-soil mixtures or may be scarified, wetted and filled with soil liner material during the subsequent lift placement. b. Soil Classification Tests. These tests shall include Atterberg limits and sieve analysis (percent passing #200 sieve) and shall be conducted at a frequency of a minimum of one test per 100,000 square feet, or less, per 6 inches depth. Additional tests should be conducted by geotechnical consultant or his representative in the event that the material visually appears to change and/or if the stockpiled liner material is not expected to be consistent. If either the liquid limit (LL) or the plasticity index (PI) vary by 10 or more points when compared against the appropriate moisture density curve used for that borrow source, the soil is considered to be from a separate soil borrow source. A new test series (including moisture/density compaction relationship, sieve analysis, and coefficient of permeability) should be determined for the separate borrow source, and these results used for construction control. C. Coefficient of Permeability. A minimum of one test per 100,000 square feet, or less, per 6-inch depth is required. d. Thickness Verification. The constructed soil liner thickness must be verified by instrument survey methods. Probe holes through the liner are not acceptable for this purpose. The initial survey, as described earlier, and a final survey after completion of the liner construction shall be used to determine the as-built thickness of the liner. A minimum of one verification point per 5,000 square feet of surface area is required. The survey data must be tabulated in such a manner that the minimum thickness can be readily verified for each verification point. The verification points should be tied into the landfill grid marker system. The final surface should not be punctured with construction stakes unless they will be filled with bentonite. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-7 2.5 Liner Construction Below the Groundwater Table 2.5.1 Applicability The majority of the landfill footprint is generally founded within the upper clay stratum across the site. By founding the landfill in the upper clay and minimizing the depth that the excavation extends below the highest measured groundwater table, only certain areas of the landfill will extend below the groundwater table. A detailed discussion and characterization of potential hydrostatic uplift pressures due to the presence of groundwater is provided in Appendix 10A attached. As outlined in Appendix 10A and illustrated on Figure 10A.3, the landfill excavation has been divided into areas which remain above the highest measured water level across the site and areas which will extend below the highest measured water level across the site. For those areas of the excavation which extend below the highest measured groundwater table, the excavation may only extend to a depth to which the bottom will remain stable (without heaving due to the hydrostatic uplift pressures). To proceed with excavation below the predicted depth at which the bottom may heave will require active dewatering (lowering of the groundwater table) prior to excavation. 2.5.2 Hydrostatic Pressure Controls During Construction and Filling Applicability In accordance with 30 TAC § 330.203, the liner design for liners constructed below the groundwater table must be designed such that the liner system will not undergo uplift due to the potential hydrostatic uplift forces created by the observed groundwater level being above the excavation elevation. For this site, there are two design options for controlling potential hydrostatic pressures during liner construction, waste filling and soil ballast placement (as applicable): 1. Incorporating an active and/or passive dewatering system in the liner design to reduce upward or inward forces on the liner by a factor of 1.2 and by providing calculations satisfactory to the executive director of the TNRCC that the dewatering system will perform to adequately reduce those forces [30 TAC § 330.203(a)(2)]; or 2. Providing evidence satisfactory to the executive director of the TNRCC that the soil surrounding the landfill is so poorly permeable that groundwater can not move sufficiently to exert force that would damage the liner [30 TAC § 330.203(a)(3)]. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-8 Long-term protection of liner uplift will be provided by the weight (ballast) of the compacted waste and/or soil placed above the liner system [30 TAC § 33O.203(f)]. Ballast placement recommendations are provided in Section 2.5.3. 30 TAC § 330.203(a)(2) Demonstration (Temporary Dewatering Systems) For all areas of the excavation which are predicted to extend below the highest measured groundwater table, the liner system must be protected from potential hydrostatic uplift pressures until enough ballast (weight of additional soil or waste) can be placed above the liner system to counteract the potential hydrostatic uplift pressure. A temporary dewatering system consisting of a geocomposite drainage blanket (underdrain) and gravel-filled collection trenches will be installed below the liner system to dissipate any potential buildup of hydrostatic pressures where: 1. No preconstruction testing is performed in the proposed cell area to confirm and demonstrate that the subgrade is so poorly permeable that the groundwater can not move sufficiently to exert force that would damage the liner within the time frame that the liner could be constructed and the ballast placed over the liner; or, 2. Preconstruction testing using piezometers indicates the exposed subgrade will produce seepage forces on the clay liner during liner construction and filling of ballast, or 3. After excavation of a cell area, the GP observes seepage and requires a temporary dewatering system to cover the seepage area(s) designated by him. The down-gradient end of the drainage blanket must discharge to an open area or gravel filled trench which will then take the collected water to a sump or unlined area for removal. The geocomposite drainage blanket design and performance specifications are provided in Appendix 10A. The geotechnical professional will provide documentation and designs to control groundwater seepage in the SLER. In addition to the underdrain geocomposite dewatering system, areas of the excavation which will (a) extend below the depth at which bottom heave is expected (due to the hydrostatic pressures), or(b) the seepage rate from the exposed subgrade is too large to be managed by a geocomposite, will have the groundwater table lowered using dewatering wells. The groundwater table will remain lowered in these areas (using surrounding dewatering wells and underdrains as applicable) until enough ballast has been placed above the liner system to counteract the potential hydrostatic pressures from the highest measured groundwater table. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-9 It is important to note that the dewatering calculations provided in Appendix 10A (step 6) demonstrate that standard dewatering using pumped wells is feasible for the entire area requiring dewatering to control the short-term hydrostatic heave pressures. The dewatering system, however, will be developed in stages as needed during landfill development, and the entire area shown on Figure 10A.5 will not be dewatered at one time. For example, the dewatering may initially be required only for a 5- to 10-acre area depending on the site development needs. The dewatering system will be designed for this 5- to 10-acre area, and this area will be dewatered using pumping wells, which begin pumping at a designed time interval in advance of the planned excavation in that area. As this area is being excavated, the next area to be lined will be designed for dewatering and begin dewatering operations. When the initial area is lined, the dewatering wells in that area will be removed and replaced with underdrains below the installed liner system. Once the area being lined has sufficient waste and/or soil ballast above it to counteract the potential hydrostatic uplift pressures without dewatering, the underdrains may be decommissioned (with approval from the TNRCC). During this same time frame, the adjacent cell is being constructed with underdrains below it, and the cells area adjacent to that will be dewatered using pumped wells. This cycle of phased development will continue until the waste in the areas that require dewatering have reached the design ballast height. This phased process of dewatering as needed for landfill construction is shown in Part III, Attachment 1, Figures 1.17 and 1.18. By phasing the dewatering system, the volume of dewatering discharge water will be minimized and the required number of dewatering wells will be optimized. As a result, the volume of dewatering discharge will be a fraction of the total dewatering discharge predicted for the whole area and will be dependent on the specific development plans for the areas requiring dewatering in the future. Water collected from the dewatering operations will be disposed of by one of the following methods: • Discharge to the perimeter stormwater system to the offsite ditch with prior approval of a discharge permit from the TNRCC. • Treated on-site • Pumped to storage tanks to be handled off-site for treatment or disposal • Injection into deep wells after prior approval from the Texas Railroad Commission. • Pumped to on-site evaporation ponds Additional information on these disposal options is provided in Attachment 4 - Geology and Geotechnical Report. The groundwater disposal option will be based on the economics of each option once dewatering operations are required. 1•\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-10 30 TAC § 330.203(a)(3) Demonstration ("So Poorly Permeable") The geologic and geotechnical investigation for this permit application indicates that it may be feasible in some areas to construct of a liner system below the groundwater table without a dewatering system. The analyses is provided in Appendix 10A to this SLQCP. The subgrade soils in some areas may be of such low permeability that liner and liner ballast can be constructed at a faster rate than the potential hydrostatic uplift pressure can build on the liner. In other words,by the time the hydrostatic pressure does impart its full force on the liner system, an adequate thickness of ballast (weight) is in place above the liner to counteract this pressure. To confirm this analyses, the site preparation for each cell area constructed must include installation of temporary piezometers at least 60 days prior to excavation. These temporary piezometers will be used to perform a preliminary foundation evaluation of the excavation subgrade in accordance with 30 TAC § 330.203(d). The stability and settlement portion of the foundation evaluation have been provided for the entire landfill, and are included in Attachment 4 - Geology and Geotechnical report of the permit application. The constructibility issue is based on the actual in-situ permeability of the exposed clays in the landfill excavation, and will be verified by installing the temporary piezometers within each proposed lined area. A minimum of one temporary piezometer per 100,000 square feet of proposed new lined area will be required. These temporary piezometers will be installed with a 5-foot screen zone extending 1 foot above and four feet below the proposed excavation elevation at the point of the piezometer. The temporary piezometers will be sealed with bentonite from the top of the screen to the ground surface. Slug tests will be performed within each of the temporary piezometers to derive the in-situ permeability of the proposed new cell subgrade. The GP will then prepare a preconstruction report to the TNRCC which summarizes the results of the preliminary foundation investigation. The GP will also make a recommendation as to the need for a temporary dewatering system within the proposed cell area. If it is concluded that temporary dewatering system is not required, the GP must provide detailed, cell specific calculations including: 1. A contour plan to scale showing the proposed cell excavation elevations. 2. The highest measured water levels over the subject area interpolated from Figure 10A.1 in Appendix 10A and supplemented with actual water level readings in monitor wells in the vicinity of the proposed cell obtained during the foundation investigation. If the water levels in the monitor wells are higher than that shown on Figure 10A.1, the groundwater level provided on Figure 10A.1 must be adjusted upward as all seepage and ballast calculations must be based on the highest measured groundwater table at the site. The temporary I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-11 piezometers are to be used soley for the purpose of slug testing and will not be used for water level measurements. 3. The slug test locations and results. Including details of the temporary piezometers. Based on the calculations provided in Appendix 10A, the slug tests derived permeability should be no higher than 1 x 10-7 cm/sec such that the compacted clay liner will not be lifted within the time frame for construction of the liner and ballast. 4. The required maximum installed permeability of the compacted soil liner based on laboratory testing (as described in Section 2.2). Based on the calculations provided in Appendix 10A, this value should be no higher than 2 x 10-8 cm/sec to allow for reasonable construction time of the liner and ballast. 5. The potential for seepage and the time frame required to uplift the clay liner based on items 1 through 4 above. Example calculations are provided in Appendix 10A. 6. The calculated minimum time frame required for the wetted front to migrate through the clay liner and impart hydrostatic pressure on the geomembrane liner. Example calculations are provided in Appendix 10A. These calculations and preconstruction report must be submitted to the groundwater protection and monitoring section of the municipal solid waste division of the TNRCC for approval prior to cell excavation below the groundwater table. Once the preconstruction report for construction below the water table is approved by the TNRCC, excavation may begin which will result in the elimination of the temporary piezometers. At completion of the excavation and prior to liner construction, the geotechnical consultant preparing the SLER must evaluate the entire excavation for indications of seepage. As suggested in the TNRCC guidance document for construction of liner below the seasonal high water table, typical criteria which may be used in this evaluation include: • No seepage over a time period of at least a week; • No softening of the excavation surface; • No softness or sheen within secondary features; and If the subgrade meets the site-specific criteria described above, the liner construction may proceed as designed with no temporary dewatering controls below the liner. If one or more of these criteria are not satisfied, a geocomposite drainage blanket must be installed below the clay liner system over the seepage area delineated by the geotechnical I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-12 professional as outlined in the previous section entitled "30 TAC § 330.203(a)(2) Demonstration (Temporary Dewatering Systems)" It is important to note that if the installation of the temporary piezometers and preparation of the preconstruction report is not performed, it must be assumed that dewatering systems are required below the portion of the liner system which extends below the highest measured groundwater table. The above procedure for demonstrating the subgrade is so poorly permeable will generate historical data for the site. Considering the accumulated data, the City may wish to modify the above procedures for demonstrating the subgrade is so poorly permeable with written approval of TNRCC. 2.5.3 Required Ballast Thickness Liner protection against long-term hydrostatic uplift pressures will be provided by the counteracting weight of the materials placed above the geomembrane liner in accordance with §330.203. This counteracting weight of materials over the geomembrane liner, or ballast, includes the weight of the leachate collection system, protective cover, additional soil (if used) and compacted waste. The ballast calculations do not include the weight of the soil liner as the soil liner will saturate with time and the hydrostatic pressure of the groundwater will be transferred to the relatively impermeable geomembrane. Example calculations for determining the height of compacted waste or additional protective cover soil above the liner system are provided in Appendix 10A. Once the calculated height of ballast has been achieved for each cell area, the temporary trench drains below the liner no longer need to remain operational and the groundwater can be allowed to rebound against the bottom of the liner system. A ballast evaluation report (BER) must be prepared and submitted to the TNRCC to (1) document that the adequate ballast height has been achieved to offset potential hydrostatic pressures for each lined area, and (2) to request that the temporary dewatering trench operations be discontinued. Once the BER is accepted by the TNRCC, operation of the temporary hydrostatic pressure relief trench below the area specified may be discontinued. For each cell in which liner is constructed below the highest measured groundwater table, the procedure to be followed for determining the ballast thickness required is as follows: • The geotechnical consultant will review the most recent available data on groundwater elevations (from the most recent shallow piezometer reading within the proposed excavation area and adjacent monitoring wells) and determine if a new highest measured water table contour map is necessary. If new data indicate groundwater in any monitoring well or shallow piezometer to be higher I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-13 than presented on Figure 10A.2 in Appendix 10A, modifications to the highest measured water table contours will be necessary. • The City and geotechnical consultant will determine whether soil or waste will be used in the cell to ballast against hydrostatic head. • Utilizing the appropriate highest measured groundwater table contours and procedures provided in Appendix 10A, the geotechnical consultant will calculate the required thickness of ballast material needed for the cell. These calculations will be included as part of the FIVILER to provide adequate review time by the TNRCC before placement of ballast must begin. The unit weight for waste used as ballast will be 37 pounds per cubic foot (1000 pounds per cubic yard). A factor of safety of 1.5 will be required for ballasting with waste while a factor of safety of 1.2 will be used for soil ballast. Appendix 10A describes the use of the unit weight and factor of safety for waste. Calculations for soil will be similar, substituting the appropriate unit weight and factor of safety. 2.6 Verification of Liner Stability The foundation stability for areas of the landfill extending below the highest measured groundwater table is provided in Appendix 10A. This foundation stability analyses include slope stability, settlement and constructibility. The geotechnical consultant shall verify however, that the ballast meets the established criteria and uplift of the liner system did not occur during construction. The verification shall be documented in the BER which will be submitted to TNRCC for approval. 2.6.1 Survey During Construction To document that short-term uplift has not occurred during construction of the liner, the geotechnical consultant shall verify that the elevations of the soil liner (or GCL) are consistent with the soil liner elevations shown on the construction drawings. The geotechnical consultant shall also verify that the protective cover elevations have not increased from those submitted with the FMLER. The protective cover elevations will be taken immediately before placement of the waste. Survey measurements to check against uplift will be taken at a minimum frequency of 1 measurement per 10,000 square feet. 2.6.2 Observation for Indication of Seepage The geotechnical consultant or his representative shall observe the liner subgrade and soil (or GCL) liner for the presence of seepage during construction. If seepage is noted, the I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-14 seepage areas will be drained (as noted in Section 2.5.2) and the liner repaired. Any areas where seepage is noted will be monitored visually and by survey elevation checks throughout liner construction and ballast placement to verify that seepage does not continue and uplift does not occur. An area (30 to 50 feet wide and at the same bottom-of-liner elevation) immediately adjacent to the cell construction shall also be monitored for evidence of seepage. This monitoring will include the installation of shallow piezometers installed to be screened two feet below the current excavation. To document that short-term uplift has not occurred during ballast placement, the geotechnical consultant shall provide documentation that all seepage, if any, has been controlled. 2.6.3 Soil Ballast Construction The in-place thickness and density of the protective cover will be monitored during construction and compared with the values used to calculate the required ballast thickness. The quality assurance moisture/density tests will be taken after protective cover placement at frequency of at least 1 test per 10,000 square feet with a minimum of 5 tests per liner area. If survey or density tests indicate the soil ballast criteria are not met, additional ballast will be placed to compensate for the difference to provide the required factor of safety against uplift. 2.6.4 Groundwater Elevations The landfill monitoring well system and shallow piezometers adjacent to the liner construction will be monitored during construction of liner areas which extend below the highest measured water table. The shallow piezometers adjacent to the liner will be used to determine the in-place permeability of the foundation materials and the rate of seepage into the excavation. In accordance with 30 TAC §330.203(a)(3), this information could be used to show that the soils below the liner are so poorly permeable that the seepage cannot build up at a fast enough rate to potentially damage the liner system during construction. If the observations indicate the groundwater level is higher than the previously determined highest measured water table in the liner area, the design highest measured water table will be adjusted upward and the thickness of ballast will be increased accordingly. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-15 2.6.5 Waste Ballast Placement Landfill personnel working under the supervision of the landfill superintendent will be on site full time during placement of the first 5 feet of waste over the liner system. They will verify and document that this lower 5 feet of waste does not contain large bulky items that could damage the liner system or that cannot be compacted to the required density. The landfill superintendent will also document that the waste for ballast has been compacted with compaction equipment which weighs in excess of 40,000 pounds. The landfill superintendent will use the "Waste-For-Ballast Placement Record" form or equivalent provided in Appendix 10B to document the items above. This documentation will be placed in the site operation record and also attached to the BER. The geotechnical consultant will verify the compacted waste height using survey procedures with minimum of 1 survey point every 10,000 square feet of top area. 2.6.6 Documentation The calculations for the constructed liner ballast weight and thickness will be submitted with the BER for TNRCC approval. Once all the ballast is in place, the as-built documentation will be provided in the BER. The BER will contain the documentation substantiating that the appropriate depth of ballast has been placed over the liner system as discussed in Section 4.8. 2.7 SLER Submittal Process The geotechnical consultant must submit a SLER performed in accordance with this SLQCP to the TNRCC upon completion of the soil liner construction and verification testing. The SLER will contain: 1. A summary of soil stratigraphy and soil properties exposed on the bottom and sidewalls of the areas being lined. This will include a visual observation of the subgrade to evaluate the presence of seepage or soft areas (as discussed in Section 2.5.2) and documentation of corrective measures and/or design of a seepage controls. All subgrade acceptance documentation shall be submitted. 2. Current seasonal high water table for the area being constructed based on Figure 10A.1 in Appendix 10A and readings during construction in adjacent monitor wells and piezometers. Adjust the seasonal high water table upward if necessary. If the most recent monitor well and piezometer readings are lower than that shown on figure 1OA.1, use the contours in figure 1OA.I for the design of the liner below the groundwater table (including dewatering and ballast design). The highest measured groundwater contours may not be adjusted to lower elevations than those shown on Figure IOA.1. I:\CORPUS\62789\002\TECHCOM\CCAT7IO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-16 3. All calculations and design to mitigate potential hydrostatic pressures on the specific liner area being constructed. These calculations may include (a) the rate of hydrostatic buildup being exceeded by the rate of ballast construction for low permeability subgrade conditions, (b) design of a drainage geocomposite and collection system under the liner to control seepage, or (c) the design of an active dewatering system to temporarily draw down the water table to allow for liner and ballast construction. General calculations for each of these designs is provided in Appendix 10A. 4. If applicable, a scaled plot of the drainage geocomposite panel layout used to control seepage under the soil liner. This as-built layout should include survey location of the panels, panel numbers, seam locations and number, repair locations, and destructive test locations. This plot will contain locations and identification number for all tests conducted on the drainage geocomposite. If necessary, multiple plots will be provided. The site grid system will be overlain on the plot. A North arrow and bar scale will be provided on each plot. 5. Drainage geocomposite manufacturers quality control test results and additional conformance test results as applicable. Summary tables will be provided for test results as appropriate. 6. A construction log which provides dates, stage of construction and weather conditions. 7. A scaled plot for each 6-inch compacted lift of soil liner. This plot will contain locations and identification numbers for all tests conducted on a particular lift and sample locations. For clarity, multiple plots for the same 6-inch-compacted lift may be provided (i.e. one plot for field density/moisture tests and another plot for sampling locations). The location for all soil tests (passing and failing) will be recorded. Each plot will contain the site grid system, North arrow, and a graphic scale. 8. Summary tables will be provided for soil liner test results. At a minimum, test and/or sample number, grid location and result will be reported. Where appropriate, laboratory test numbers will cross-reference corresponding field density moisture tests. Cross-references will be provided between non- conforming tests and subsequent passing retests. 9. Permeability test results will be provided on summary tables and test data calculations will be provided for all permeability test results. 10. A site layout plan indicating the area of liner construction covered by the submittal, filled areas, active area, site grid plan, graphic scale, North arrow, I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-17 and other pertinent information. This site layout will show the location of areas covered by previous submittals as well as the approval dates. 11. All elevation calculations necessary for soil liner thickness determination. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-18 3 GEOSYNTHETIC CLAY LINER CONSTRUCTION 3.1 Applicability A GCL may be placed within the composite liner system underlying the leachate collection sumps, or as an alternative to a compacted clay liner. An analysis of the composite liner system with a GCL liner including calculation of anchor trench runout lengths, stress on the liner components, and infinite slope stability analysis is included in Part III, Attachment 4 - Geology and Geotechnical Report. 3.2 Material Requirements 1. The GCL shall consist of bentonite, with a free swell (test method USP-NF-XVII) of at least 18 ml, and a fluid loss (test method API Spec 13A/13B) no greater than 18 ml. A certificate of analysis for each clay lot shall be submitted as part of the quality control documentation. The finished GCL must contain a minimum of 0.8 lbS/ft2 dry bentonite (oven dried at 150°C basis) and have a permeability no greater than lx10-9 cm/sec. The manufacturer shall provide recommended seaming procedures and supporting test documentation showing the GCL seams are no more permeable than the GCL itself at a confining pressure anticipated in the field. The minimum shear strength of a hydrated GCL will be verified by the manufacturer to have a minimum cohesion of 100 psf and a minimum internal angle of friction of 8 degrees. 2. The GCL shall be shipped in rolls that are wrapped individually in relatively impermeable and opaque protective covers. The rolls may be stacked only as allowed by manufacturer's recommendations. The GCL rolls must be stored above ground (i.e., wooden pallets) and covered with a waterproof tarpaulin. 3. GCL testing will be performed by the supplier, manufacturer and the third-party independent laboratory. The geotechnical consultant will review the manufacturer's certification (quality control certificate) and verify that the GCL meets the values given in the plans or specifications for those tests listed in Table 10-3.1. All required quality control documentation shall be submitted to the geotechnical consultant a minimum of 7 days prior to deployment of any GCL. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001,100 August 1998 Attachment 10 10-19 4. The geotechnical consultant or his representative may perform verification testing as required by additional detailed construction specifications or as required in the judgment of the geotechnical consultant or his representative. Table 10-3.1 Standard Tests on GCL Material Standard Test Tester Test Type of Test Method Frequency of Testing Supplier or GCL Manufacturer BentoniteA Free Swell USP-NF-XVII per 50 tons and every truck or railcar Fluid Loss API Spec 13A/13B Geomembrane Mass/Unit Area ASTM D5261 per 100,000 ft3 Thickness ASTM D5199 per 200,000 W Tensile Properties ASTM D638 GCL Manufacturer GCL Product Clay Mass/Unit Area ASTM D5261 per 40,000 ftz Bentonite Moisture ASTM D2216 or Content D4643 Grab Tensile Strength ASTM D4632 per 200,000 ftz Permeability GRI GCL-2 or per week for each ASTM D5084 production linec Independent GCL Product Clay Mass/Unit Area ASTM D5261 per 40,000 ft2 Laboratory (Conformance Testing) Permeability$'D GRI GCL-2 or per 100,000 ftZ ASTM D5084 Direct ShearD E ASTM D 5321 per GCL/adjoining material type Notes: A Tests to be performed on bentonite before incorporation into GCL. B Not applicable for geomembrane-backed GCL. Manufacturer of geomembrane-backed GCL must,however, certify that product will meet required permeability standards based on prior testing. C Report last 20 permeability values,ending on production date of supplied GCL. D Test at confining/consolidating pressures simulating field conditions. E Not applicable for slopes of 7H:1V or flatter. Testing must be in hydrated state unless GCL is to include geomembrane on both sides of GCL. 3.3 GCL Installation All installation of GCL shall have continuous on-site monitoring during construction by the geotechnical consultant or technician under his direct supervision. The installer shall I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-20 provide a panel layout plan, which will be reviewed by the geotechnical consultant prior to any material deployment. 3.3.1 Subgrade Preparation The subgrade surface for the GCL installation will be smooth and free of foreign and organic material, sharp objects, exposed soil or aggregate particles greater than 3/8 inch, or other deleterious materials. Standing water on the subgrade will not be allowed. Prior to GCL installation, the geotechnical consultant will verify the following: • The grades below the GCL have been verified and accepted by the contractor • Required documentation for constructed layers, if any, and subgrade preparation below the GCL have been completed and are acceptable. • The supporting surface has been rolled to provide a smooth surface and does not contain materials which could damage the GCL or adjacent layer. 3.3.2 Deployment Equipment used to deploy GCL over soil must not cause excessive rutting of the subgrade. GCL placed over geosynthetics (i.e., geomembrane or geotextile) must be placed by hand or using light equipment with low contact-pressure rubber tires. The geomembrane-backed GCL shall be deployed with the bentonite side facing up. Deployed GCL panels should contain no folds or excessive slack. Generators, gasoline or solvent cans, tools, or supplies must not be stored directly on GCL. Installation personnel must not smoke or wear damaging shoes when working on GCL. GCL on sideslopes must not be unrolled in a direction perpendicular to the direction of the slope. GCL should be anchored at the top of the slope and then unrolled working down so as to keep the material free of wrinkles and folds. No horizontal seams will be allowed on slopes. The geotechnical consultant or his representative shall observe the GCL as it is deployed for even bentonite distribution, thin spots, or other panel defects. The geotechnical consultant or his representative will record all defects and the disposition of the defects (panel rejected, patch installed, etc.). All repairs are to be made in accordance with the specifications at the discretion of the geotechnical consultant. The geotechnical consultant will verify that only panels which can be covered in 1 day are deployed and that the GCL panels are not placed during wet, rainy weather. In accordance with the construction specifications, the geotechnical consultant shall also verify the following 1:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-21 • Proper GCL deployment techniques • Proper overlap during deployment • Seams between GCL panels are constructed per manufacturer's recommendations. • The bentonite does not exceed the specified amount of hydration prior to covering • Defects are patched and overlapped properly • On sideslopes, the GCL is anchored at the top and then unrolled The geotechnical consultant shall observe the GCL for premature hydration visually and by walking over the GCL to locate soft spots. All GCL that has prematurely hydrated (as defined by the manufacturer's specifications) shall be removed and replaced with new GCL. These observations will be documented in the FMLER. 3.3.3 Patching • Patches are to be constructed in accordance with the manufacturer's recommendations. • Patches will extend at least 12 inches beyond the extent of damage. 3.4 GCL Protection Construction equipment on the GCL (or composite liner system) will be minimized to reduce the potential for damage or puncture. The CQA monitor will verify that small equipment such as generators are placed on scrap FML material (rub sheets). Aggregate drainage covers and/or protective cover will be placed using low ground pressure equipment. The geotechnical consultant or his representative will verify that the GCL (or overlying geosynthetics) are not displaced while overlying materials are being placed. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-22 4 GEOMEMBRANE LINER CONSTRUCTION 4.1 General The geomembrane must be high-density polyethylene (HDPE) of 60-mil nominal thickness. The specific liner material must be specified in the City's construction documents and at a minimum must meet the latest NSF 54 International Standard- Flexible Membrane Liners. The geomembrane must be placed on a prepared surface of clay soil liner or GCL as described previously. The geomembrane must be furnished by a reputable manufacturer of geomembrane products manufactured and intended for use in solid waste disposal applications. The manufacturer must maintain an acceptable quality control and quality assurance program (QC/QA), and must submit a copy of the program description to the City. Similarly, the Contractor must maintain an acceptable QC/QA program for the installation phase of the geomembrane construction and must submit a copy to the City. In the event that these submittals are found to be incomplete, the City shall delay construction until the deficiencies in the QC/QA program are resolved. This document describes, in part, requirements for construction, testing and documentation of the geomembrane liner construction based on current practice. This document should not replace site-specific drawings and specifications that may describe more current and possibly more detailed requirements. 4.2 Contractor Submittals The Contractor shall submit a written certification from the Manufacturer of the proposed geomembrane liner material that certifies the acceptability of the material for use as a solid waste containment liner and that demonstrates that the Manufacturer has produced a minimum of 10 million square feet of the specified liner material for similar applications. Similarly, the Contractor (or his installation Subcontractor) must certify the successful installation of at least 10 million square feet of the specified liner material. The Contractor and Manufacturer shall each submit a complete description of their QC/QA program. The program shall include, as a minimum, a description of the procedures through which quality is assured in the manufacturing, handling, installation, testing, repairing and protection required to provide a completed geomembrane. This submittal must include the identification of the resin supplier, product identification technique, I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-23 acceptance testing procedures, fabrication and production testing methods, installation procedures and testing verification, and procedures for repairs, retests and acceptance. The installation procedures must include a complete description of the welding equipment, methods and procedures for making both field seams and repairs, and testing methods and procedures. The essential elements of the Manufacturer's QC/QA program are outlined below: a. Organizational chart showing the individuals responsible for QC/QA in each phase of the manufacturing, shipping and installation. of the geomembrane product. b. Manufacturing QC/QA activities description which addresses the delivery and acceptance procedures for raw materials, the extrusion process and associated QC procedures, roll handling, testing methods and acceptance standards, and documentation records. The essential elements of the material installation and construction QC/QA program include: a. Statement and description of qualifications of the Contractor's QA personnel. b. Requirements for preconstruction and daily progress meetings and topics of discussion. c. Procedures for transportation, delivery, on-site storage and protection of geomembrane products. d. Special requirements for subgrade preparation and anchor trench construction. e. Description of geomembrane layout, seaming methods and procedures, and field seam testing. f. Requirements of seaming equipment and welding personnel. g. A description of the hot wedge welding method including applicable use, liner preparation, acceptable weather conditions, equipment preparation, test seam procedures and acceptance criterion. h. A description of the extrusion fillet welding method including applicable use, liner preparation, acceptable weather conditions, equipment preparation, test seam procedures and acceptance criterion. i. Minimum seam values and acceptance criteria. j. Description of nondestructive seam testing methods, equipment and procedures, acceptance criteria and repair of defects procedures. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-24 k. Description of destructive seam testing including sampling procedures, frequencies, size, replicate sample distribution, and test procedures. 1. Procedures for evaluating defects and repairs. in. Requirements for anchor trenches, pipe penetrations and other construction details. n. Preparation of"as-built" drawings and final acceptance procedures. o. Construction documentation, forms required, and record storage procedure. p. Example warranties for materials and workmanship. q. Safety and health considerations. The Contractor shall submit prior to construction installation drawings indicating the proposed sheet layout and numbering scheme, sequence of sheet placement, and location of all field seams. These drawings shall also show typical details for securing the geomembrane at its perimeter and for other details applicable to the project. The geomembrane Manufacturer shall furnish a written warranty (for a period to be specified in the City's contract documents) that provides a guarantee against manufacturing defects or workmanship and against deterioration due to oxidation, ultraviolet light or other weather-related aging. The Manufacturer shall agree to replace any liner made necessary by defects in materials or workmanship which become evident during the warranty period. The repairs shall be made promptly and to the Owner's satisfaction. The warranty period begins upon final acceptance of the work by the Owner. The Contractor shall furnish a written warranty for a period to be specified in the City's contract documents that warrants that the geomembrane was constructed to be free of defects in materials and workmanship. The Contractor shall agree to replace any liner and/or make repairs made necessary by defects in materials or workmanship that become evident during warranty period. The repairs shall be made promptly and to the Owner's satisfaction. The warranty period begins upon final acceptance of the work by the Owner. 4.3 Installation Precautions The installation of the geomembrane shall proceed in accordance with this SLQCP, specific construction documents, accepted industry standards of practice, and the Manufacturer's and Contractor's QC/QA program. The following items are some, but not necessarily all, items to be addressed: a. All HDPE liner material shall be delivered in rolls. Folded sections of panels (which are not a normal part of the manufacturing process or packaging processes) are not acceptable and shall not be used in HDPE liner construction. Creased sections of panels (which are not a normal part of the manufacturing I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-25 process) are not acceptable and shall not be used in FML liner construction. Liner materials shall be inspected by the geotechnical consultant or his qualified representative as they are unrolled for evidence of defects or flaws. The Contractor shall be completely responsible for shipment, proper storage, handling and installation of all lining materials. b. Workmen shall be fully instructed in accordance with the QC/QA program of those measures required to avoid damage to the geomembrane during its installation. Smoking is not permitted in the liner area. Gasoline and other solvents must not be placed on the liner. Only smooth-soled shoes are allowed, and no vehicular traffic is allowed directly on the geomembrane. c. The Contractor shall protect the geomembrane against wind and other weather- related damage. Sand bags may be used to hold the lining material during installation provided that the bags are tight and secure, and do not allow loose sand onto the liner. Paper bags or wire ties are not allowed. d. Liner installation shall not be allowed when it is raining or following rainfall before the liner is dry, or when the relative humidity is excessive creating difficulty with the welding process. e. Liner installation shall not be allowed during high wind conditions or during adverse temperature extremes, defined as air temperature less than 5°C (41°F) (unless the geomembrane is preheated) or greater than 40°C (104°F). f. No folds, wrinkles, or fish mouths shall be allowed within the seamed area. The QC/QA program shall describe the repair and testing/documentation procedure. 4.4 Geomembrane Testing Requirements Testing of the geomembrane should follow the Manufacturer's QC/QA program, any special requirements of the TNRCC's' FMLER and should include the minimum requirements as described below: a. Verification that the geomembrane meets the required specifications will be performed prior to the acceptance for placement of the geomembrane. A geomembrane sample shall be collected and tested for every 100,000 ft2 and/or every resin lot supplied. Geomembrane testing shall be performed as outlined in Table 10-4.1. The material thickness shall be checked by the geotechnical consultant or his qualified representative using a micrometer at 5-foot increments along the leading edge of each roll. A minimum of five measurements shall be taken. No single reading shall be less than 10 percent of the nominal thickness of the material. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-26 b. Each day prior to commencing field seaming, test seams shall be made on fragment pieces of the geomembrane to verify that seaming conditions are adequate. Test seams shall be made at the beginning of each seaming period (when seaming apparatus is turned off for significant period of time or different environmental conditions, or when seaming different FMLs) and at least once every 4 hours for each seamer and seaming apparatus used that day. The geotechnical consultant or his qualified representative shall observe test seam procedures and field testing and maintain documentation of the results. TABLE 10-4.1 STANDARD TESTS ON HDPE FML MATERIAL STANDARD TEST TEST TYPE OF TEST METHOD FREQUENCY OF TESTING Resin Specific ASTM D 1505 per 100,000 ft2 and every resin lot Gravity/Density Melt Flow Index ASTM D 1238 per 100,000 ft2 and every resin lot Manufacturer's Thickness ASTM D 5199 per manufacturer's quality control Quality Control (smooth)or D 1593A specs. (textured) Specific Gravity/Density ASTM D 1505 per 100,000 ft2 and every resin lot Carbon Black Content ASTM D 1603 per 100,000 ft2 and every resin lot Carbon Black ASTM D 3015B per 100,000 ft2 and every resin lot Dispersion Tensile Properties ASTM D 638C per 100,000 ft2 and every resin lot Tear ASTM D 1004 per 100,000 ft2 and every resin lot Puncture F17M Std. 101C per 100,000 ft2 and every resin lot Method 2065 Dimensional Stability ASTM D 1204 NSF per 100,000 ft2 and every resin lot (Shrinkage) 54 Modified Conformance Thickness ASTM D 5199 per 100,000 ft2 and every resin lot Testing by 3rd Party (smooth)or D 1593A Independent.Lab. (textured) Specific ASTM D 1505 per 100,000 ft2 and every resin lot Gravity/Density Carbon Black Content ASTM D 1603 per 100,000 ft2 and every resin lot Carbon Black ASTM D 3015B per 100,000 ft2 and every resin lot Dispersion Tensile Properties ASTM D 638c per 100,000 ft2 and every resin lot Destructive Seam Shear&Peel ASTM D 4437 varies for field,lab,and archive Field Testing Nondestructive Air Pressure GRI GM6 all dual-track fusion weld seams Seam Field Testing A - For textured liners acceptable alternative procedure is to use micrometer with 1/32"radius points B - NSF 54 Modified C - NSF 54 Modified with 2" initial gauge length assumed for elongation at break I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-27 D - Field thickness measurements will be performed for each panel using ASTM D374. and perform one series of measurements along the leading edge of each panel,with individual measurements no greater than 5 feet apart. No single measurement shall be less than 10%below the required nominal thickness in order for the panel to be acceptable. The test seam shall be at least 3 feet long by 1 foot wide. Six adjoining 1-inch- wide specimens must be die-cut from the test seam sample. These specimens will be tested in the field for shear and peel (three each). Dual track fusion welding requires, where possible, both inside and outside track peel testing. These test specimens must not fail in the seam and must exhibit a film tear bond. If one test seam fails, the entire test series must be repeated. If additional failures occur, the cause of the failures must be investigated and corrected. Once the problem is resolved, a new set of specimens must be tested for verification. No welding can commence until all test seams are passing. c. Continuous, nondestructive testing shall be performed on all field seams. Air pressure testing (standard test method GRI GM6) on double-fusion seams and vacuum box (ASTM D 4437) testing are acceptable methods. All seam failures must be repaired for at least 6 inches on each side of the failed area. All repairs must be successfully tested. The Manufacturer's QC/QA program must fully describe the test methods and acceptance criteria. When using the vacuum box for testing, 3 to 5 inches of vacuum shall be applied to the area being tested and observation for leaks shall be made for a period of no less than 10 seconds. When using the air pressure test method for double-fusion seams, the following procedure shall be used as the minimum criteria for acceptance. The air space shall be pumped to 30 psi and held for 5 minutes. If the pressure does not stabilize or loses more than four psi pressure, the faulty area must be located, repaired and retested. All pressure-feed device locations must be sealed. d. Destructive testing shall be performed at a minimum of once every 500 linear feet of seam at stratified locations. Sufficient amount of material shall be taken to allow testing two samples in the field for shear and peel (both seams must be tested if possible for peel from dual-track welds), testing five samples by the geotechnical consultant in the laboratory in peel and shear (both seams must be tested if possible for peel from dual-track welds), and archiving five samples. Destructive seam-testing locations shall be capped and the cap completely seamed to the FML. Cap sections shall be non-destructively tested. Additional destructive test samples may be taken if deemed necessary by the geotechnical consultant. All field-tested specimens from a destructive test location must be passing in both shear and peel for the seam to be considered passing. Field test samples shall be considered passing if the specimen tested in peel failed in a film tear bond and all test samples meet I:\CORPUS\62789\002\TECHCOM\CCAT7IO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-28 the criteria listed below. The independent laboratory testing must confirm these field results. Laboratory test samples shall be considered passing if: 1. All peel test samples failed in a film tear bond. 2. At least four of the five samples from the peel and shear determination meet the minimum specified value. 3. The average value from all five samples from peel and shear determination must meet the minimum specified value. The above criteria apply to both tracks from each dual-track fusion welded seam before it is considered passing. 4. The shear strength must be at least 95 percent of manufacturer's parent sheet strength (but not less than 120 pounds per inch). 5. The peel strength must be at least 62 percent of manufacturer's parent sheet strength(but not less than 78 pounds per inch). 4.5 FMLER Submittal Process The geotechnical consultant must submit a FMLER to the TNRCC upon completion of the geomembrane liner construction. This submittal is intended to provide documentation of the construction and quality control testing in accordance with this SLQCP and specific sector construction documents. The FMLER will include: 1. A scaled plot indicating the panel layout, seam locations and number, repair locations, and destructive test locations. This plot will contain the locations and identification number for all the tests conducted. If necessary, multiple plots will be provided. The scaled plot will also include the site grid system, north arrow and graphic scale. 2. Manufacturer quality control tests results and conformance test results. 3. Documentation tables for trial welds, nondestructive tests, and destructive test results. At a minimum, tests and/or sample number, grid location and result will be reported. Cross-references will be provided between non conforming tests and subsequent passing retests. 4. Summary tables, as appropriate for all test results. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-29 5. A site layout plan indicating the area of flexible membrane liner, construction, leachate collection system and protective cover described in the submittal, filled areas, active area, site grid plan, graphic scale, North arrow, and other pertinent information. 6. As-built drawings showing the top of the leachate collection system, top of the protective cover system, location of the collection lines, sump, and cleanouts. Multiple plots will be used as necessary and will be derived form survey grid and elevations indicating the extent of the flexible membrane liner, leachate collection, and protective cover installation. The drawings will include the site grid system, North arrow, graphic scale and other pertinent information. 7. A construction log indicating dates, stage of construction, and weather conditions. The evaluated area may not be used for receipt of solid waste until the TNRCC has provided confirmation of its acceptance. 4.6 Leachate Collection System The placement of the drainage layer, collection pipes associated items to the leachate collection system, and liner protective cover shall begin immediately following the FML installation and as-built details shall be part of the FMLER submittals. The specific details of the leachate collection system are provided in Appendix IOC and shall be described in detail for each new sector through construction drawings and specifications. Thickness of the drainage layer and protective cover shall be verified by survey measurement. 4.7 Protective Cover Protective cover will be placed over the drainage layer in accordance with the project plans and specifications. The geosynthetics of the composite liner system will be covered with a minimum of 2 feet of protective cover (including drainage aggregate where applicable). The protective cover shall be free of organics, angular rocks, foreign objects, or other deleterious materials. The protective cover layer will be placed using low ground-pressure equipment. The protective cover shall be placed by spreading in front of the spreading equipment with a minimum of 12 inches of soil between the spreading equipment and the installed geosynthetics. Under no circumstances shall the construction equipment come in direct contact with the installed geosynthetics. I:\CORPUS\62789\002\TECHCOM\CCATrlO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-30 The thickness of the protective cover shall be verified with surveying procedures of a minimum of 1 survey point per 5,000 square feet of constructed area. A minimum of two survey points shall be used for all constructed areas regardless of size. The test results for the protective cover will be included in the FMLER. Tire chips may be used as the second foot of protective cover. The tire chips shall have a nominal size of 2 to 4 inches and shall be free of organics, angular rocks, foreign objects, or other deleterious materials. Steel strands extending from the tire chips shall be no greater than six inches. The physical characteristics of the tire chips shall be evaluated through visual observation before and during construction. The thickness of the tire chips shall be verified with surveying procedures at a minimum of one survey point per 5,000 square feet of constructed area. A minimum of two survey points shall be used for all constructed areas regardless of size. Surveying will verify that the finished tire chip layer minimum thickness is as specified in the permit. The survey results for the tire chip layer will be included in the FMLER. During construction the CQA monitor will: • Verify that grade control construction staking is performed prior to work. • Verify that underlying geosynthetic installations are not damaged during placement operations. Mark damaged geosynthetics and verify that damage is repaired. • Monitor haul road thickness over geosynthetic installations and verify that equipment hauling and materials placement meet equipment specifications. • Coordinate with the project surveyor to perform a thickness verification survey of the protective cover materials upon completion of placement operations. Verify corrective action measures as determined by the verification survey. 4.8 Ballast Evaluation Report If part of the liner extends below the highest measured water table and soil is used as ballast, the ballast information will be included in the FMLER. However, if waste is used as ballast, a BER will be completed and filed with the TNRCC documenting that enough waste ballast has been placed in a lined area to offset the potential hydrostatic uplift forces which may exist below the liner system. At a minimum, the information listed below will be included, as applicable, with the BER. 1:\CORPUS\62789\002\TECHCOM\CCAT7IO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-31 1. A summary of in-place moisture/density test results and survey measurements to verify that the material above the HDPE liner (leachate collection system/protective cover) weights met or exceeded the initial assumed values. 2. The top of protective cover elevations immediately after construction compared to the elevations just prior to waste placement, to document that liner did not undergo uplift prior to placement of waste. 3. The weight of the compaction equipment being used to compact the waste ballast is no less than 40,000 pounds, and certification from the landfill superintendent that this compaction equipment was utilized during the entire period of placing waste ballast. The certification form is provided in Appendix 10B. This documentation will also include observations by the landfill superintendent to assure that the initial 5 feet of waste used for ballast on the liner system is free of large bulky items, which could damage the liner system or cannot be compacted to the required density. 4. Survey of the top of the ballast to document that the required ballast thickness has been placed. 5. Water level measurement taken in the site monitoring well and shallow piezometer system adjacent to the liner construction area to verify that the groundwater level has not exceeded the design highest measured water table. 6. Final ballast thickness calculation and the as-built minimum densities and thicknesses for each component. All ballast QA/QC testing must be performed in conformance with the SLQCP as required by the MSWR. The data will be submitted in the FMLER for soil ballast or as a BER for waste placed as ballast. The ballast placement and BER will not be considered accepted until the TNRCC has given confirmation of its acceptance, or 14 days from the date of arrival of the BER at the Municipal Solid Waste Division, TNRCC have lapsed. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001,100 August 1998 Attachment 10 10-32 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 APPENDIX 2 GEOLOGIC CROSS SECTIONS & SOIL BORING LOGS Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 :i x�a ie ww xas�o vvvva lY M' t� dYM X30NI N01133S SSWD 31001030 �--- M111JMJf10 YYO A]I g 8 U0)w3 44Q O '*8 6.LNVd7I16NQ0+6N33NI0N3 8[L O3 �w ssyn�ossr oxv jo S}Fo urnavJ 315YM anos A37360R'tl3NIH6 us1aHJ sndaoo AO'AID AINO S3SOdsnd 0NIILIPINU HOA ol 6 � •i Z O �QZ \\er 00 0 U Z a° W ' I 10 � L is _ k —it n I � m L Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 _ .eam—sw A. .8-9 N01103S SS0210 0100103`0 M 08 sue. .e aw a �e rwa nsi ao era I}BI qoo ie ear wuawsx nra nw UO�W3 6RdS0J U 6,LNY.L7(16N9�i b'tl38111DN3 7 otlt sa.vl�ossr mn ;O �7i0 AllllOtl! d8OD OI KLI I.S.'aadtns IlSI?JHO Sf1diJ00 d0 AllO NO! -ISW 3A08V 1333 NI SNOIldA3l3 AlNO S350dilfld JNIllIWtl3d O O O p p O F p p m cu m v In .o �z a QIn v m cu I I I I I I I o W o p w w0z avFi z 1=— m mOF- �w O¢O WO 0 z��a gx to ;3 w0 zza m<moo 0 FAN=w ��v a mw�o ova p a mw vwiaa aoo z� oz� 0 zw� O a00 ¢vlwl- J 3�mv� ao� z N O W K W W _ Of Wee O 0 Q Y � =3 �aFW- u.a? 0 J N W a m " ID-d --------------—ANVONf10B ifflOd w ------- z l7 O � Q U V1 3 a N N U VI ............................. .................... .U.. U Q oI ......... J o = ......................... .................... g s o n N Z Z � U U Q J N z M g a a Q U VI V7 V7 U p = v] S U U U U 3 g W 0 U U N V) U `` a ®®®®®Ckf (n N U Q J Q ~ J tir-d o u K ~ 8 w S N I Y 1 F I J U 0 m Z w1 p- J---------------------AavONnoe iiwa3d F 1 = Cif N (7 V II] �D - lfl - Z SSW 3A08V 1333 NI SNOIlb'A3 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 -gT=+e sa ae n I}SISLtJ '� .0-0 MIMS SS0110 01901035 08 as ear _raumuxna ura eer UC)U!3® G 6.4NY17fI6N97+6a88NIDN8 SiId.IO'J owxaasunsaaN�ea jo d}t0 A11119tld 315tlM Of105 d „ I15RIHO SndaOD d0 1U.1D 1SW 3AOOV 1333 NI SNOIIVA3-13 -T0 S3Sodand ONILLIM13d and o t I I I I N to a N ID0. vi N d. m N o I I I I 00 a FJ o Oaw QV U mc0 w Ina In wz 1 a 3 N G o x N 0 W 4m JO �Q O zo¢}mow z3 01a• =N MZIn ln Q�wKO 'O< wed mw vwia°- aoo z 0 z X I^ 000 mw= 0 Z � N O W K 7 C'1 O- � 0� F J 2� OfLj1 a 0 o_ m p AatlONnoe 111040d .............. .................... Q } N U a o ut r p g z Z P•) N FA VI to g H8N 11 m. U 9E-MW - J } o N g Z U W\ Z U U < g Q z Q J U VI cn , O O U z N II 5 X N g a Ln S J v v v W � mZg 5...... ............................. 2 J mwmma o ZX II U U to En U lwo ®®®®® i J 6 ZO Q \ N U Of =O j l7 02-MW N m15 U Z g Nir u N U Q 8 o � o x F-1 z O 1 � I a U O 9I-dMoorms J ,o ........ ............... I Z r ........ ............... O LLJ3 �I AatlONnoe llw83d = I w Of U o o N M a N O z ISW 3A08H 1333 NI SNOI1dA3-' Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 .S-S N01103S SSONO 31001039 O g t1scitlO N g s UO,w3® S4NY37I16NQ&+6N33N1. snda0� oNI A373Wo)o ONs j0 A111 A1nw-i 31SVM OIIOS U us18HO snd800 8o AiI3 d' 1SW 3A09V 1333 NI SNOIIVA313 A1NO Modund ONILLIMU3d 803 F o 0 0 0 0 o cou rmi < In �z a Qvim' I1 ' I' LJ FQ �o Z wa4da 3N N � O 6mpp ozd fy F ti I zOa�w 23 O�i�=1n ��V1 rgdh owa a amw N.R ¢OD z OzK }zDm wm ov�H R'<Ooo ¢wJ z N M .................... O 1 � N o Ed m 1 z Z gI N N N wrc �w> U Q Jaw �i x3 wd? O 1 N w ✓1 a I Z W N z m o \ o a Q a N VI z \ VI In U V1 l U 2 J \ Z 3 U U Z< uj I g a a a W I U N VI VI (7 m Z I i C o_ N> U a cai I U It x Ww .p / .. . ...... ......... v v W w J U O p a}a } I U U U U ?i J J U !I U U (n V7 U � I I 1 J zZ Q � � U o K a M U � O W 2 > 8 R G \ 8 r 2Z-MW m I w I Z L(p11' I O I F S6V-d J OJ U 6V-d N F - ................... - I z to ................... ........... . 3 a kW(]Nn09 IINN3d I U FF-- Ul oI ' o 0 o I (L% � o o N O -- -- N 1SN 3A08V 1333 NI SNOIIVA3' Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 e arr AeAe W�- dVP1 NOIIVOOI MB rra n ter-nva G`r^�1 t7g i� 8313VIOUld ONV ONIHOB N S �`"" •� UA)UJ3 N - endioI"' A +306v AMN UM Io Sim ),inlOVj 31SVM OIIOS9 uSINHO SndaOO AO uiO AINO S3SOdand ONI.LUMH3d 80.1 s = - m � m o oS I 0 S W4 �Ya rn 1.4 t.. z z �� ����� ram• , —\� - o Q z I- _r-tea,: =0� < C a XccLL I\ i / o d U Z co -o 4 a �^ O 1 0 0 0 !� r ��11 1 • \• I - - - - - - - - - - - - - ��i—,-�-I_J — 7 '� —•�y i t3-1A <d w^ me u- ,00�n�m,rrv.Arw Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. G- 1 Project Description: CITY OF CORPUS CMUSTI SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 11922.6 N 7521.2 u Surface El.: 45.0' N SL I oi• y HE C O Be N b'e C 00> w u o u E E °w .m wo p E a. u o `� Cti a yN V V a Z° "`n 'a � MATERIAL DESCRIPTION x CLAY(CI),dark gray, silty 5 40.0 -► SANDY CLAY(CL),tan,w/some fine-grained sand 10 35.0 2 SAND(SP),tan,medium dense to very 12 dense,very fine to fine-grained,w/some silt &manganese stains 15 -3 23 20 -4 ::... 25 _5 23 46 30 35 -7 ::::: 28 40 8 :. . 45 9 71 50 .... Completion Depth: 66.5 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged Date Boring Started: 6/7/% completion using bentonite grout slurry&capped w/a 2' thick cement plug Date Boring Completed: 6/7/% ground surface. Engineer/Geologist: RLA Project No.: 62789-002.100 Continued Next Page EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.71 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 i i LOG OF BORING NO. G- 1 Project Description: CITY OF CORPUS CMUSTI SOLID WASTE FACILJTY Corpus Christi, Texas 00 Location: E 11922.6 N 7521.2 V � U Surface EL: 45.0' MSL v, H E u� 'e mu � .H. u - n a U. �w u C = 3 a :E = yin ar m 3 cU a o �,� u �' m$ E U u a'm aG U ::1 a. z in MATERIAL DESCRIPTION x -10 SAND(SP),continued 49 55 -11 .. 60 -12 ::. 43 -clay seam at 61 R. 65 _13 clay&sand interbedded,light gray clay, tan,medium-grained sand, iron stains, -21.5 calcareous nodules 70 75 80 85 90 95 00 Completion Depth: 66.5 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged(� - Date Boring Started: 6/7/96 completion using bentonite grout slurry&capped w/a 2' thick cement plug a Date Boring Completed: 6/7/96 ground surface. Engineer/Geologist: RLA Project No.: 62789-002.100 EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.71 Cont. Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. G- 2 Project Description: CITY OF CORPUS CI RISTI SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 10842.4 N 7522.2 Surface El.: 46.1' MSL o m > I.y H H E U - o, u. Cd y 3 J y y v' as aF e 3 0 oaGa�8 U c c A H Io 4� 20 cc U �Z° I �cif A is MATERIAL DESCRIPTION s CLAY(CH),dark gray,moist,w/some calcareous nodules 5 41.1 1 CLAY WITH SAND(CH),gray&tan 21.4 103.9 53 I 24 29 72 3.2 mottled,hard 10 2 15 -3 20 4 29 2s -5 16.1 30 -6 SANDY CLAY(CL),light brown to tan, w/fine-grained sand, slightly moist,w/some calcareous nodules 11.1 35 -7 CLAY(CH),gray to reddish brown, slightly moist,w/some calcareous nodules 6.1 40- -8 CLAYEY SAND(SC),gray to tan,dense, fine-grained,w/some silt 45 -9 35 -0.9 50 Completion Depth: 47.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged Date Boring Started: 6/12/% completion using bentonite grout slurry&capped w/a 2'thick cement plug a Date Boring Completed: 6/12/% ground surface. Engineer/Geologist: JK Project No.: 62789-002.100 The stratification lines represent approximate strata boundaries. EMCON In situ,the transition may be gradual. 4B.72 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. G- 3 Project Description: CITY OF CORPUS CIMSTT SOLID WASTE FACILITY Corpus Christi, Texas 0 Location: E 9762.3 N 7521.7 0 u Surface El.: 49.5' MSL h �p U. cy o � C H aE. 4� e 3 o A� y "u 40 0 u o N y am x u .. & o � � 9 � MATERIAL DESCRIPTION x z SILTY CLAY(CH),dark gray,w/some fine-grained sand 5 10 -1 39.5 SANDY CLAY(CL),light brown to gray, slightly moist,w/some manganese staining &calcareous nodules 15 -2 20 -3 17.4 37 20 17 59 25 � 24.5 SAND(SP),light brown,very dense, fine-grained 30 5 8/.5' 35 -6 45 -7 -light brown to gray,very fine-grained 50/3' 45 -8 CLAY C 4.5 ( In,reddish brown,hard,w/some 27 manganese stains 50 mpletion Depth: 72.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged(� .te Boring Started: 6/11/% completion using bentonite grout slurry&capped w/a 2' thick cement plug(� Date Boring Completed: 6/11/% ground surface. Engineer/Geologist: JK Project No.: 62789-002.100 Continued Next Page EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.73 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. G- 3 Project Description: CITY OF CORPUS CHRISTI SOLID WASTE FACILPTY Corpus Christi, Texas 00 Location: E 9762.3 N 7521.7 u H Surface El.: 49.5' MSL ;, o s K •? N 9 N•.•. c o o u E E u :5 4yN o eF y c a 3 C .p o Cam.cv o c E a u o <i o Ca o- V bR MATERIAL DESCRIPTION x 9 :: SAND(SP),light brown to tan,very dense, very fine-grained clayey,tan to gray,dense 5015" 65 -12 :: -gray 70 -20.5 13 CLAY(CH),reddish brown,hard 61 -22.5 75 80 85 90 95 00 Completion Depth: 72.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged a Date Boring Started: 6/11/% completion using bentonite grout slurry&capped w/a 2' thick cement plug 0 Date Boring Completed: 6/11/96 ground surface. Engineer/Geologist: JK Project No.: 62789-002.100 EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.73 Cont. Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. G- 4 Project Description: CITY OF CORPUS CEIRISTT SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 8682.1 N 7522.0 � u Surface El.: 45.0' MSL .y` c o.2 u c 3� .a .� y 'y H 4z c Q a V H E � ago i; � ° A. Q. H Q. a u :� a a �z Uh MATERIAL DESCRIPTION x CLAY(CH),dark gray,w/some fine-grained sand 41.0 5 CLAY(CH), light brown to tan,w/trace of -1 manganese stains,slightly moist 10 -2 -becoming silty 15 _3 -becoming brown to tan,slightly moist, slightly silty own,w/some manganese,interbedded w/sand,very fine-grained lenses approximately I-inch thick 5 20.0 5 CLAYEY SAND(SC),light brown,very 97 dense to dense, fine-grained 30 35 -7 33 42 -40 5.0 8 CLAY(CH),light brown to tan 4.0 CLAYEY SAND(SC),light brown, fine-grained 0.0 45 _9 CLAY(CH),light brown to tan, interbedded w/fine-grained sand lenses -2.0 50 Completion Depth: 47.0 ft. . Remarks: Drilled using mud rotary techniques from the surface. Plugged 0 Date Boring Started: 6/11/% completion using bentonite grout slurry&capped w/a 2'thick cement plug a Date Boring Completed: 6/11/% ground surface. Engineer/Geologist: RF/JK Project No.: 62789-002.100 EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.74 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. G- 5 Project Description: CITY OF CORPUS CHRISTI SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 7716.5 N 7521.7 u Surface El.: 46.1' MSL r .. .. '- u • c n U. c m c CF y o oaG o " �� t ° u a".g C CaE A. z a � MATERIAL DESCRIPTION x CLAY(CH),dark gray,w/some fine-grained sand 5 41.1 -i CLAY WITH SAND(CH),light brown to 2.5 tan,firm 10 -2 2.5 15 -3 -grading into a sandy clay 2.5 26.1 20 -4 CLAYEY SAND(SC),light brown to tan, 2.5 w/some manganese staining 22.6 SAND(SP),tan,very dense, medium to 25 -5 fine-grained 95/7' 30 15.6 CLAY(CH),tan,very stiff,blocky, w/some iron&manganese stains 35 -7 4.5 29.0 97.1 76 27 49 92 40 6.1 -8 CLAYEY SAND(SC),tan,stiff,moist 2.5 i.t 45 -9 ; SAND(SP),tan,very dense,very fine-grained 50 Completion Depth: 72.0 ft. Remarks: Drilled using mud rotary techniques. Plugged at completion Date Boring Started: 6/10/96 w/bentonite grout slurry. Date Boring Completed: 6/10/96 Engineer/Geologist: RF Project No.: 62789-002.100 Continued Next Page EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.75 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. G- 5 Proj&ct Description: CITY OF CORPUS CMUSTI SOLID WASTE FACILITY ■ Corpus Christi, Texas Location: E 7716.5 N 7521.7 U Surface EL: 46.1' MSL r � � x „ u o c o ;; u E E � c tr, 'mw Z' A B 3 h m g E s u 0. 0 o c _ U H 400 OG U �Z ey MATERIAL DESCRIPTION x 10 : SAND(SP),continued 55 11 ::::: 5018• 12 0/10' 65 _13 . -19.4 SANDY CLAY(CL),light tan to gray 70 -23.9 -14 CLAY(CH),light brown to tan,very blocky,w/some manganese stains -25.9 75 80 85 90 95 00 Completion Depth: 72.0 ft. Remarks: Drilled using mud rotary techniques. Plugged at completion Date Boring Started: 6/10/% w/bentonite grout slurry. Date Boring Completed: 6/10/96 Engineer/Geologist: RF Project No.: 62789-002.100 EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.7.5 Cont. Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. H- 1 Project Description: CITY OF CORPUS CMUSTI SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 11920.6 N 8599.2 u Surface El.: 46.V MSL ;, y o °o " E E _Aa a i �g E m �N U c Na'm a u a �z MATERIAL DESCRIPTION x CLAY(CH),dark brown, moist 5 41.1 1 SANDY CLAY(CH),tan&gray,very 3.75 stiff,w/some manganese stains,calcareous nodules,&iron stains -becoming more sandy w/depth 36.1 10 -2 SAND(SP),tan,medium dense to very dense,fine-grained -slightly clayey from 10 to 11 ft. 15 -3 -scattered calcareous nodules present from 19 15 to 16.5 ft. 20 4 :.... 27 25 �-5 :: :: 36 30 83 .... 12.1 35 CLAY(CH),tan 11.1 -7 SAND(SP),tan,very dense,fine-grained $ :.... 53 3.1 CLAY(CH),tan&gray, hard,w/some 45 fine grained sand,calcareous nodules, 0.6 9 manganese&iron stains SAND(SP),tan,very dense,fine-grained 50 Completion Depth: 51.5 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged(g Date Boring Started: 6/4/% completion using bentonite grout slurry&capped w/a 2' thick cement plug(g Date Boring Completed: 6/4/96 ground surface. Engineer/Geologist: TES Project No.: 62789-(}02.100 Continued Next Page EMCON The stratification lines represent approximate strata boundaries. 4B .�.� In situ,the transition may be gradual. Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. H- 1 Project Description: CITY OF CORPUS CHRISTI SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 11920.6 N 8599.2 u Surface El.: 46.1' MSL 0 8e y ti E ° ° �� o E E_ =•u l L o V c > Q GO CL U to 4 Z ° MATERIAL DESCRIPTION 10 SAND(SP),continued 5 4 51 55 60 65 70 75 80 85 90 95 L01 Completion Depth: 51.5 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged a Date Boring Started: 6/4/% completion using bentonite grout slurry&capped w/a 2' thick cement plug(g Date Boring Completed: 6/4/96 ground surface. Engineer/Geologist: TES Project No.: 62789-002.100 EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.77 Cont. Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. H- 2 Project Description: CITY OF CORPUS CHRISTI SOLID WASTE FACUATY Corpus Christi, Texas 00 Location: E 10840.8 N 8599.4 U Surface El.: 50.9' MSL ., v u c U. �' A s � 3� :'a :.i •H N as 0 oG o " �� E w u o 3 � o A� o U y a a U Z c`n MATERIAL DESCRIPTION x SILTY CLAY(CIT),dark gray,slightly moist,calcareous 5 -1 10 40.9 -2 SILTY SAND(SM),light brown to tan, 13.2 30 15 15 41 dense to very dense,very fine-grained, moist,w/some calcareous nodules 15 -3 31 20 4 52 25 5 7g 30 73 35 � 10.9 -g CLAY(CI),gray to reddish brown,hard, slightly moist,w/some manganese and calcareous nodules 45 -9 28 50 Completion Depth: 77.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged Date Boring Started: 6/12/% completion using bentonite grout slurry&capped w/a 2' thick cement plug(� Date Boring Completed: 6/12/% ground surface. Engineer/Gcologist: JK e Continued Next Pa Project No.: 62789-002.100 S EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.78 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. H- 2 Project Description: CTTY OF CORPUS CEMISTI SOLID WASTE FACII.TTY Corpus Christi, Texas 00 Location: E 10840.8 N 8599.4 u � u c� Surface El.: 50.9' MSL E c $ u 6E E o eo H o E c•- u a acil" 3 c GL o ire ag o c A E a uo ai � o C? v U `: a °"m x U •� , a s �Z° dvn MATERIAL DESCRIPTION a °' � 10 CLAY(CH),continued 55 -4.i -tl SAND(SP), light brown to tan,very dense, 4/11• very fine-grained 65 -19 93 -wet 70 75 -24.1 -14 CLAY(CH),reddish brown,hard -26.1 35 I 80 85 90 95 00 Completion Depth: 77.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged a Date Boring Started: 6/12/% completion using bentonite grout slurry&capped w/a 2' thick cement plug(g� Date Boring Completed: 6/12/96 ground surface. Engineer/Geologist: JK Project No.: 62789-002.100 EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.78 Cont. Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. H- 3 Project Description: CITY OF CORPUS CHRISM SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 9760.2 N 9602.3 U Surface El.: 52.6' MSL o .. a o oa U. �? a E �� LL o oa6 0 0 Z`� o �' m E g c to E a w o 3 o Q= m o .a.N U y °'m a �Z �y MATERIAL DESCRIPTION x SILTY CLAY(CH),dark gray,w/some fine-grained sand 49.6 -1 CLAY(CH),tan&gray,hard,w/some 19.5 109.3 69 23 46 86 7.8 5 fine-grained sand _2 -becoming sandy 44.6 SANDY CLAY(CH),tan,w/very 10 fine-grained sand,moist 3 15 -4 -increased sand 20 29.6 5 ...... SAND(SP),tan,dense,very fine-grained 25 w/some silt,wet 6 40 30 -7 41 35 -reddish brown clay seams 8 40 -fine to medium-grained below 40 ft. 9 150/8" 45 10 w/interbedded clayey sand,tan,fine to 48 50 medium-grained Completion Depth: 55.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged Date Boring Started: 6/12/% completion using bentonite grout slurry&capped w/a 2' thick cement plug 0 Date Boring Completed: 6/12/% ground surface. Engineer/Geologist: RLA Project No.: 62789-002.100 Continued Next Page EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.79 Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. H- 4 Project Description: CITY OF CORPUS CEIRISTI SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 8917.1 N 8726.1 U Surface El.: 51.9' MSL E O o 0� E i eou MATERIAL DESCRIPTION SILTY CLAY(CH),dark gray 48.9 1 CLAY(CH),dark gray&tan mottled,very 4.0 5 stiff 43.9 2 SANDY CLAY(CH),tan,stiff to firm, 3.0 10 w/fine-grained sand 3 -less sand, manganese stains,calcareous 3.25 I5 nodules 4 -increased sand,some gray 1.5 20-1 31.9 SANDY CLAY(CL),tan, firm to hard, w/fine-grained sand&silt -4ti 5 1.5 33 18 15 70 25 S_6 45 30 -7 71 35 -some clay mixed in nodules 13.9 8 CLAYEY SAND(SC),tan,very dense to 69 dense, fine-grained 9 34 I 45 -10 50 Completion Depth: 80.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged fg Date Boring Started: 6/11/% completion using bentonite grout slurry&capped w/a 2' thick cement plug Date Boring Completed: 6/11/96 ground surface. Engineer/Geologist: RLA e Continued Next Pa Project No.: 62789-002.100 g EMCON The stratification lines represent approximate strata boundaries. 4B.8O In situ,the transition may be gradual. Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. H- 4 Project Description: CITY OF CORPUS CHRISTI SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 8917.1 N 8726.1 - u Surface El.: 51.9' MSL otR u c oto E .E s y uy �� A 3 z z �H E CY _ :: _ L. �E. 3 0 oG o a AU N u o.g U c C .. v m gE a a.m a �v � ::t n. a z �Vn MATERIAL DESCRIPTION CLAYEY SAND(SC),continued 11 -becoming coarse-grained 46 55 12 60 -11.1 -13 SANDY CLAY(CL),tan,hard,w/some 65 iron stains,wet -14 94 70 75 -23.1 15 CLAY(CH), reddish brown&gray,hard, 4.5+ calcareous -25.1 80 85 90 95 00 Completion Depth: 80.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged 0 Date Boring Started: 6/11/% completion using bentonite grout slurry&capped w/a 2' thick cement plug(g Date Boring Completed: 6/11/% ground surface. Engineer/Geologist: RLA Project No.: 62789-002.100 EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.80 Cont. Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 LOG OF BORING NO. H- 5 Project Description: CITY OF CORPUS CEIRISTI SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 7839.9 N 8722.7 I u Surface El.: 47.7' MSL " I r ' y cn E c °o o CQ •� E v eo u W d o g r a � � H e 3� �..� J y "�� ct h 8F. e 3 c O o Z'� `-' o am.g I o e 0 E a. Uo U a °�m a U Z I U in x I� MATERIAL DESCRIPTION � SILTY CLAY(CH),dark gray,stiff 1 43.7 2.0 $ CLAY(CH),dark gray&tan mottled,stiff, w/some manganese stains,calcareous nodules -2 3.0 10 34.7 3 SANDY CLAY(CH),tan, firm to hard, 1.0 15 w/fine-grained sand&some silt 4 4.5+ 52 15 37 74 20 -less sand I 24.7 .U-5 SAND(SP),tan,very dense to dense, i - fine-grained w/some clay,wet I S-6 fine to medium,wet 52 30~ :.. I $7 62 35—{ 8 39 40 q 43 1 45 U-10 ...... 50 Completion Depth: 49.5 k. Remarks: Drilled using mud rotary techniques from the surface. Plugged 0 Date Boring Started: 6/11/% completion using bentonite grout slurry&capped w/a 2' thick cement plug(� Date Boring Completed: 6/11/% ground surface. Engineer/Geologist: RLA Project No.: 62789-002.100 EMCON The stratification lines represent approximate strata boundaries. 4B.g I In situ,the transition may be gradual. Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 _ LOG OF BORING NO. I- 1 Project Description: CITY OF CORPUS CHRISTI SOLID WASTE FACII.PTY Corpus Christi, Texas 00 Location: E 11924.8 N 9686.3 U Surface EL: 46.7' N1SL y H C O Se 00 d � w�... E 8e y u Z 0. �t1. mw d 0 y C 3 4 ..I 15 CY ° u G g ° e U •� :� a. o in m CL Z MATERIAL DESCRIPTION 10 :::::: SAND(SP),tan,very dense,saturated, fine-grained 55 8/11" -sandy clay seams present from 58 to 61.5 ft.w/calcareous nodules&slightly more -12 :... coarse sand 65 .13 50/5" 70 -14 92 75 _t5 -29.3 50/6" 80 85 90 95 00 Completion Depth: 76.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged O Date Boring Started: 6/5/96 completion using bentonite grout slurry&capped w/a 2' thick cement plug(g Date Boring Completed: 6/5/96 ground surface. Engineer/Geologist: TES Proiect No.: 62789-002.100 EMCON The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. 4B.83 Cont. Page Intentionally Left Blank Solid Waste Compost Facility, Project No. 20288 saoln.ra 6uuaaul5 o uaw oda is l,l.r I�zaaai S 3 { 3 p 0 p saoz/so/ao y__ llbBL s 1 ] 4�sntlio 7 CN N ° SVX31 133HS a3AOD q N s aae4 00�last 42 s �NI say tias IeNo �o,d NosN�N IlSRIHO S(id2100 JO A110 gtlzar l s z ��.a,as ioaos,-aao,a aanoa w u.oo® a W ti4 � LIlI0V3 1506W00 31SVM 01705 m k�,�'.i,',1 `P NOSNdH 771dONV7 V73nzN3wA '} 3430CL n s NOLLdIN090 AB 31tl0 'ON N0I7 NOI1dIM3S30 AB 3LV0 ON NOISMN O W Z Lo m d - J W cm .Z _ W o a Z V O o o o o oLLJ 3 w cc pg W ()W g ` — — — w—w a w ¢ gw LU Z a G —z o W rj a [� [� P-——--- o 0 0 0 o w w w w w w Z Z _ UUQ �Z — — —— o0 U ¢O]p W~ U O WO z �U Lij W 2 N V Uu WZOD / O b cc � �I W 2 Q ci L Q m 0 i Qc LL � N > 2 s� o o fn CO U !0 W Z al r— m h o W cu O XLL w LZ z N O ; w Q y � T z N > o LQ - o o w V eaWa a R O K Q, O .� Ow yam W , U = O U w L" to 00(J)LL Q II11,, � p wCD N _ W Q O m m O M v 4 o � � 0 0 w m GZOZ/CO/ZOI OOC 1 3M3N3N zrna 133u5a3ml\133us\nrv3\avJ\ao�29lm[a\Seoria\'i SZOZ ED ZO 10 NMiMO sae iaaaaoi wd ess scoa ro.eaj oIgza/co/zol 10 I illayl 8 3'6I ' ,ei<<o 3i�.. soon ag 5uuaau!5u3 {o ;uaw�odaa o m smz�az�eo "- �roaz se i is NO sndiop SVX31 S31ON Wa3N30 ONV t N o y Pa NuD� osa 3AW .IbVWWns S31111NVn0 031VWI1S3 w g H '';��� roulsaoinwgleuoissa;o�duosueH IIS18HO snddo0 !O d110 � N p o NC H ,unaV3 ls0dw00 31sVM G1 W � CC)� Y+s _ 33134NV' vunZN3WA '3 3330 FE FE NOLLNmma a 7. 17 NDISN3N NOUINOS30 a MV0 'DN NDISIM3N 3—w ,Nns s31NI—M a3ivH—as 1i awr szoz/oz/m 0 a - i May Ri w 1 MIN 1 quip, s gi f"WA monSHIA4 Civil YOU is no 30 - gr _- - - - oon if 3 3 B �o zZrw w Z 11 to zgz _ 'Am, ��aa 2 ~ - o3a �Z Z m - - o - G - op> Pigs - _ ry - SK - V�>0 5 - _ - 11g, _ IRS - _ w - w __ - �oQo - 1 436 wM261 Jowo 5 - g,=Qz o3gFw��w Eil ASa w10 - - - - - Raw - _ f _ _ RawjJa[wi w� groo - w - - - IHtAs Ow w�rpwr¢i�3m'm - LL y3 - -yj An - =go - - suW - - - In 980 a ins toA K not jgfo K V3 E 9W WAIN I_ Ag Ins! ojwo 12- - also :10 �.50 - all Vg3 - ON 0pmz TIS By LL09 An so! -IN _ - i3p�� - _vrgwaWNN3Qoz wg_?�`a WNW8 so; 0 g¢ a3o - - - - - _ r - - i030 an! - - - - - 1. lessKyj - - O 5 - - __ _ - ��wo - - 3¢zwcwi Z = zoME _ - J - - off= -o - - - - gwz �30 Q - p3o _ - _ - ao - _ _ - - W _ - 5� - _ a =�opFx aV�a ish 11105 �� Sao v,wo_,wozw¢a¢ 30� w �,o¢ ¢ _ M < C _ _ Z U F H Q W Z a s a �� p - W m � a 6DZ/M/zo DDf 11 03M31A38 ama I oN aav-s3mN-IN3s sa-1-0 1 ON ta I aw sry aN3aw i -v aor SZDZ£0 Z 10 NMYNO aaeoaio3aaoa ssoa5'oi avry SZDZ£D Z 10 ll1oAY1 '�& "ai sao!n as 5uuaau16u3 {o ;uawyodap p w C sao isoiao <<taZ s i No-W.0 SV X31 v S1NIOd 70a1N00 s I uo9 Lost N s �Ni say tias ieNo JO,d N..N.N IIS18HO sndaoO JO AlIJ g � rzar �a rt;...y szoz����tias io�os,-a�o,a�osvoH iu u,oo® =• "�� U�' W 4 LIlI0V3 150dW00 31SVM 0170S m 4 NOSNV w� t p 77130NV7 V73nzN3wA '3 3331 ='1 Cl— 8 N00dIN0530 AB 31tl0 'ON NOISI 8 NOUIN3S30 AB I MV0 'ON NOISVaN w o 0 3 3 O 3 3 O 3 3 � O \\o - CL v 3 � � O O w w U 4 - J z Q K U 0 z C V Lu a > z - z 0 �< 5 Qa J o Q O O K _ �o oJ zt U F w o o a Z - u _ z a U w a° - z a r w 'o a Z x a° SZOZ/CO/ZO OOf 03M3N3N —9NImMD-ad-rmd3us\IIIHS\ANI\OVJ\ao�29�m[a\Seoriz\'i SZOZ f0 ZO 10 NMiMO sae ia3aaoi wd a[s szoa 1 e SZOZ CO ZO 10 inavl '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/co/ao _ l IbBL S 1 ] 4o-W.0 4R2 t e SV'X31 NV7d 311S — SNO1110N00 ONIISIX3 s I uo9 post s >� �Ni say tias ieNo JOId N..N.H IIS18HO sndao0 J0 A1I0 g � rzar �a rt;...y szoz����tias io�os,-a�o,a�osvoH iu u,oo® =• y,� I ti /L��` t,.1��■v,7 A11710V3 1SOdW00 31SVM 0170S m 4 NOSNV y� t��1 77130NV7 V7311ZN3wA '3 3331 = cl- NOUIN0530 AB Rva 'ON NOISI 8 NOUIN3S30 a 7V0 -ON NOISMN .y w Ua oa 0 waa m w _ d _ d -- - is avow unrroo— -�, X ax m —---�a;o �� X _ aec _ x , pXk - ''` x w '^ /-gym o itSm %� � _- - 'x �xh �a�.�x Iwm,� x�a a ax x x ax y X px x ` x 'x XX x � o x x ax x x �x x "x� max` �? ti x Nn"xz x !/ x �x x � x ---- - / - 'x - x �`°� " , �x N x� x ; �x ix x I m /,c J N�k� /' x' // •7'�;, - / max, x 0 o � x n A' a� - / � a\ %xi x u'; A^ a \ �X X o X1 - ��`x --I �x �x 4 X �x �xx o �x os-� o x �x -- 1 i M a pZS—_ N x X ----- 7x xrs, - _ ax �=e 0 0 x,a szoz/m/z0 00f 03M3N3N ,ua'x3-M/Id311SVH3usVnrv3VabJAao�29lN a\Seor2Va Vol.ZO 10 NMiMO sae ia3aaoi wd ars szoa ro e3i SZOZ CO ZO 10 1NOAtlI ICI '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w sao co/ao 1 tags i No s a,o0 SV'X31 NV7d 31IS 03SOdOad `4� � s I uo9 post — N s �NI say tias IeNo JOId N..N.N IISI8HO sndao0 J0 AllOID g � rzar I rt;...y szoz����tias io�os,"a�o,a�osvoa w u.oo® =• �� UI' 4 ),L/TJV3 1SOdW00 31SVM 0170S m NOSNV 77130NV7 V73nzN3wA '3 3330 = Cl— N00dIN0530 AB 31tl0 'ON NOISI 8 NOUIN3S30 a 3LV0 -ON NOISI/aN Sp E �z - Ai allo ao w w� za a , _ - — - — — — --- -- - »_ ----- O� o i c _ 79 — N Ij _ a Z n o�-+�', - 9; ,d _" �', ij o�V/ /o- b /?-� ♦ za.i> w,dz � IN w k as 0 ���� _ �✓/ �� � r< I ski IJ - RE ------------------ — // ;H II II 99 1 / rc I I s ti 0 SZOZ/CO/ZO OOf l 03MWO ...... d3us\133us\nrv3\av\ao� 9�0�i\Seoriz\'i SZOZ FO ZO 10 NMiMO sae ia3aaoi wd�[s s oa ro e3i Igm/co/zol10 1 inavl 1�1 '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/so/ao _ llbBL S 1 ] 4o-W.0 7 N s I uo9last SV'X31 dVW A3>1 - oNIOVaD o3Sodobd s V �NI say tias IeNo JO,d N..N.N IISI8Ho Sndaoi J0 A1I0 g � rzar 1 rt;...y szoz����tias io�os,-a�o,a�osvoH iu u,oo® =• �� UI' W 4 A11710V3 1SOdW00 31SVM 0170S m 4 NOSNV 77130NV7 V73nzN3wA '3 3330 = Cl— N00dIN0530 AB I 31tl0 'ON NOISI 8 NOUIN3S30 AB I 3LV0 'ON NOISMN oa p D kst —,------_P_=———--- -__ — _ ---- _ o. i a i �a_ 6 i�� "_ - 3' �•'� � oua xa oi `.. w �e- z. �o11 �� -01 .5 1 '0 °sue ' �0 o �F I 1 11 Ul LU N 'v e _ - b o r - S101/10/ZO OOf I 03MWOH 9Ma'dtlw;,3a-ad-rmd3us\133us\nrv3\avJ\ao�29�m�a\Seoriz\'i SZOZ CO ZO 10 NMiMO sae ia3aaoi wd ors szoa ro e3i lgzoz/co/zol10 1 mayl '�& "ai sao!n as 6uuaau16u3 {o ;uawyodap p w saoz/so/ao _ l IbBL S 1 ] 4o-W.0 4R2 C SV'X31 Z 30 I — NV7d NOIIVAVOX3 s I uo9last s ,� �Ni say tias ieNo JO,d N..N.N IISI8HO sndaoO JO AlIO D g � bzar I rt;...y szoz r�s�tias loos,-a�o,a�osvoH iu u,oo® =• ry� UI' W 4 A11710V3 1SOdWO,7 31SVM 0170S m 4 NOSNV 77130NV7 V73nzN3wA '3 3330 = Cl— NOUIN0530 AB 31tl0 'ON NOISI 8 NOUIN3S30 a MV0 -ON NOISVaN (8 133HS 33S) 3NIIHO1VW 0 ------ —— 00a, h� 0005— 0066 00'Og �I 00 96 00 86 006, I 5ti 0p.� 60S'0 00(b IR 5§ i I 6 6b I W 1 N O � O J LL 0 --------------- a 006y`K 0066 i52p0/ Og � L0094 0084 00" % 609'0 00" n 00 is ._- ..�...—...�...�o. .Z ..—...�..._... ...—.�...—... ... - ...�...—... .� 00'Lb M 2 00 Rb 009§� p05t /� LLJ 0 i ae n 00 b§ i I / Z n 2 00'Cd—ee 00 9 00 80 /! 'LOS'0 00' Yi S m i I 3 a; _ _____ 0 h % _ _ �0 _, �00'6b,/0 0 � I D -------------------------- _I p0 Bb : 00'8� ----------------------------------------------------------- 0 O 1 0 s� ------ ®z --_------------90 9b 1A Y P I � I i i IGZOZ/CO/ZOI OOf I 03MMA38 I 5Ma3 dO8A5 Nlm —ad--dhS\133us\nrv3\avJ\ao�29�m[a\Seoriz\'i SZOZ CO ZO 10 "M a sae ia3aaoi wd ors szoa ro e3j SZOZ CO ZO 10 1f10Atll ICI '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/so/ao _ lIbBL S 1 ] 4o s d,.0 4R2 C SV'X31 Z 30 Z — NV7d NOIIVAVOX3 s I uo9last s ,� �NI say tias IeNo JO,d N..N.N IISI8HO sndaoO JO AlIO D g � rzar I rt;...y szoz����tias io�os,-a�o,a�osvoH iu u,oo® =• °j� UI' 4 A11710V3 1SOdW00 31SVM 0170S m 4\ NOSNV 77130NV7 V73nzN3wA '3 3330 = Cl— NOUIM0530 AB 31tl0 'ON NOISIA38 NOUMOS30 AB 3Ltl0 'ON NOISI/aM ®Z I� N i N Z Sa f Ld o � ----- v { 1 I � oo. _ EN33RPRvsE aRoo 6�s 31O PPN02E0 1 a I a _ 'XY11 I�01 006 i B 00 S e n I 6066 �00'St� I 00 CG;.g 0.05 I ti W CJ 00 8D W 1 6'8q 00 N Z J p0'S4 I 2 m Op La+ 0 0 00, a p0 6b 008§ lu Q p0 g6 Q R' OO l9 1 / / Q J 500� 0g� �—.,o m m m i n vni €O 006d 3 t o� ooZS sS I 'n �o ^ �QO. _ 00 gb 'C 8d 0066 1 �'St YOS'0 00Cb pp Si 3 0 00 L< I II o0 9b o06ti x 5ti I 0o t,—q b 00'969 00 6 1 �5 1 ll 133HS 33S 3NnHD1VY4 !GZOZ/CO/ZOI OOf 1 03M3N3M OMa3aVa9ens�NimM9-ad-rmd3us\133us\nrv3\avJ\ao�29�m[a\seoriz\'i SZOZ CO ZO 10 NMYMO sae ia3aaoi wd zrs szoz ro.e3j SZOZ CO ZO 10 NOAtlI '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/so/ao _ l IbBL S 1 ] 4O-W.0 4R2 C SVX31 Z 30 L — NV7d a3N17 AV70 40 d01 s I uo9 Lost s ,� �Ni say tias ieNo JO,d N..N.N IISI8HO sndao0 JO AllO D g � rzar �3 rt;...y szoz����tias io�os,-a�o,a�osvoH iu u,oo® =• rn� UI' W 4 A11710V3 1SOdW00 31SVM 0170S m 4 NOSNV 77130NV7 V73nzN3wA '3 3330 = Cl— NOUIN0530 AB 31tl0 'ON NOISIA38 NOUIMOS30 a 3LV0 -ON NOISVaN (01 133HS 33S) 3NnHO1VW ooz �0S 00 ZS 00£S O0 S 0065�tt Oq zs Op ps O 00'84 00-15 00 Cb 'LOS'0 00-61 Yi 00'Lb I 066b I 1 008N 09 00 S o O 00 Z5 a oo�s Lu a oo'ts O O m; a oo'zs as \O v 6p. 00'6b_x �s 00'ZS i LZ' 'LOS'0 006, 00 LyLLJ 00 6b OS w Op Bb 0p•p5 OO Na' �, N W Op 6V�N N p0 lS W g / Z 0p'05 / J OOZS � U l r Q 0S 00 ZS, i 00'61— /0p s 10 OOg '0$' / oolb %0S'0 o-oo, ooa —, ----------- -006ti/ _ o ----------------------------- IiN ; 00� i - 00 _I _ --_- —— o-PO p o \ _—'.- s� ------ ®Z ----------------606b Y P I � I i i IGZOZ/CO/ZOI DOf I 03MMA38 I 0Maa3NIWO-6NlmMD-ad-rmd3us\133us\nrv3\avJ\ao�29�m[a\Seoriz\'i SZOZ CO ZO 10 " I sae ia3aaoi wd zrs szoz ro e3j Igm/co/Zol10 IN. '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/so/ao _ l IbBL S 1 ] 4o-W.0 4R2 C SV'X31 Z 30 Z — NV7d a3N17 AV70 40 d01 s aae43o9 Lost s ,� �Ni say tias ieNo JO,d N..N.N IISI8HO sndao0 J0 AllO g � rzar �3 rt;...y szoz����tias io�os,-a�o,a�osvotl iu u.oo® =• o� UI' 4 AlIlI0V3 150dW00 31SVM 0170S m 4 NOSNdH* t��1 77130NV7 V73nzN3wA '3 3331 = C ` v ���%// cn s N00dIM0530 AB 31tl0 'ON NOISIA38 NOUMOS30 a 7V0 -ON NOISMN ®Z I� gj • -__€ 41 N Ld 000 N Ld Z_ obel v'- { i 30'PP NO2E0 00 Lbw !I5 -'�� '%YIY 1:01 'XtlIY IAl b$p0" I Dp 0'OS zs 00" O 0019 00'6G�te O0'ZS a I g 00'85 00,S W N o0Lb Y09'0 pD'en to W Z p0 Lb 00 64 = H - I pp 8b 'D5 p015 � 0064�ri p0 S p0Z5 W a, p015 0p£5 f~!t O Q J d LL 00 ZS 0s` 006d�to¢ 00IS 00.e9 0 os 00Bd Wsg 0p.1 e 00/d %0s 0 °ps> as 00 L4 00 b4 hoo 008b OO l5 pp 6§�N OO Z5 00 IS S ll 133HS 33S 3NnHD1VY4 !GZOZ/CO/ZOI OOf 03M3N3M B O'd3NIU 3O NlNMD-dd-N/ld311s\133NSVAN3VabJAao�29lm-ASe0,M,l SZOZ CO ZO 10 NMYMO eaeia3aaoi wd zrs szoz ro.e3j SZOZ CO ZO 10 —M. ICI '�& "ai sao!n as 5uuaaut5u3 {o ;uawyodap p w saoz/co/ao _ l IbBL S 1 ] 4o-W.0 7 i N e SVX31 Z 30 I — NV' cl 83AOD TOS 3AI10310ad s I uo9lost s >� �NI say tias IeNo Jo,d N..N.N IISI8HO sndaoO JO AlIO � g � tlzar !a rt;...y szoz��s�tias loos,-a�o,a�osvoH iu u.oo® =• � U�' W 4 ),L/TJV3 1SOdW00 31SVM OIIOS m 4! NOSNVH* t��1 77130Nb7 V73lZN3lV '3 3330 ` v ���%// cn s NOUIM0530 AB 3. 1'ON NO77M NOUMOS30 M 11 3LV0 'ON NOISMN (ll 133HS 33S) 3NnHO1VW I OOL �yy I of I g n n ots I o l Op£s I 1 I 00 ZS 00 9, %aS'0 00'OS °p N G3 �I I � a I p61S � 00 S3j p0£S ti I LU / OZS OO tiS II oolS <a o'ts I �I NO ODD N d LL 00' DO'SS r 00Is a,09 5ti oa 00" r 00'6> g / 00 Zs o Op as %as'a 00 3 n r - r n � /00'96'• .00'b_00'Lb 00'Bb � e yy 0oc;zg0'Lb / rrrLi (n yl � oobv l5 /r W g � W 0015i r /r a!Lj J 00£S n ttn U 00 00'S �� /? ca✓w -`s w °0 sti /i %OS'0 00'O9 00'6bJ ` I N rr r ✓i n n / 00'OS m - _ \__ _/ = o� f- B _ __ BOO Lb ------------- ----- e -- po \ tis /0 1 i o i a � i IGZOZ/CO/ZOI OOf I 03M3N38 I —9NI-D-ad--dhS\133us\nrv3\avJ\ao�29�m[a\Seoriz\'i SZOZ CO ZO la " I sae ia3aaoi wd[rs szoa ro.e3j lgzoz/co/zolla IN., ICI '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/co/ao _ l IbBL S i ] 4o-W.0 7 i N 4R2 e SV'X31 Z 30 Z — NV'7d 83AOD TOS 3AI10310ad s aae5 uo9 last s >� �NI say tias IeNo JO,d N..N.H IISI8HO sndaoO J0 AlIO g � rzar I rt;...y szoz����tias io�os,-ao,a�osvoH iu u,oo® =• c�I� ID4I 4 AlIlI0V3 150dW00 31SVM 0170S m 4 NOSNdH* t��1 77130NV7 V73nzN3wA '3 3331 = Cl— ` v ���%// cn s NOUIN0530 AB 31tl0 'ON NOISM8 NOUIN3S30 a 7V0 -ON NOISMN N W — (n Ld 0o i S z 5� z s r / Z W J C d r i �Za u _ o — ---- 0005 ! ----00ros— xvN roe -- 'X'M t'Al vni 1 I i — ------ 'XVW l�Ol XWI 4'-0l 1 6 In Op'I 006D' 00 S 0p£5 °d W 2 N Y09'0 00aS pp I w I W LLJ I .. ... .. ... ... ...� Z QOe 0y ml n 2 � 00 I I I a �ooas ot5 II wl W C 0015 r� pp c5 pp 65 I I Vt O I 00'!S d LL 00 CS �� I o f O ml 00 6S I N I n 3 3 pp.s 00 00£S LS ti I -avWwi 1 00 ZS n 00 86 'L09'0 W n I I n o OOm 50 pp ZS 00 fi4 1 I g 00�9 p045 I I I 0�' p7,S II n I pbS I I ll 133HS 33S 3NnHD1VY4 igZOZ/CO/ZOI OOf 1 03M3N3N 9Ma�NiNM9-ad-M/Id3usVH3usVnrv3VabJAao�29lN[a\Seorla\Fl SZOZ/co/zol 10 NMiMO sae ia3aaoi wd[rs szoa roe3j SZOZ CO ZO 10 NOAtlI '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/so/ao _ l IbBL S 1 ] 4o-W.0 7 i N C SV'X31 £' 30 l — ONIaV8D 03SOd0ad s I uo9last s �� �Ni say tias ieNo JOld N....H IISI8HO sndao0 J0 A110ID g � rzar I rt;...y szoz����tias io�os,-a�o,a�osvoH iu u,oo® =• �� U�' W 4 A1nI0V3 150dW00 31SVM 0170S m 4 NOSNdH* t��1 77130NV7 V73nzN3wA '3 3331 = C ` v ���%// cn s NOUIM0530 AB 31tl0 'ON N0177 NOUMOS30 a 7V0 'ON NOISVaM (Vt 133HS 33S) 3NnHO1dW e I' - - ---- — ------p0 e� \ I Z au •� I Y w IL xoo z m g _ xoe 0 Y0s o — du P d z N l a Y00 � I ry . }0 I I .Sszb I I U N LU Ed Vf u LLI / LLJ �w Z W dkL & � W Y00 H � 450' d ,0zo Ed t / g %0TO RW' Zl ®Z /t , n a %I I i l SZOZ/ SZOZ 20 CO/ZO OOf 03M3N3M 9Ma�NimM9-aa-rmd3us\133us\nrv3\avJ\ao�29�m[a\Seoriz\'i ZO 10 NMYMO sae ia3aaoi wd nrs szoa ro.e3j lgzoz/co/zol10 1 in '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/so/ao _ l IbBL S 1 ] 4o-W.0 7 i N 4R2 C SV'X31 £' 30 z — ONIaV8D 03SOd0ad s I uo9 Lost s ,� �NisaytiasieNo JO,dN..N.N IISI8HO sndao0 J0 AIIJ g � tzar �a rt;...y szoz����tias io�os,-a�o,a�osvoH iu u,oo® =• v � 'IDlI 4 A1nI0V3 150dW00 31SVM 0170S m 4 NOSNdH* t��1 77130NV7 V73nzN3wA '3 3331 = C ` v ���%// cn s NOUIN0530 AB 31tl0 'ON N0177; NOUIN3S30 a 3LV0 ON NOISMN ZIb (/O tO u _00 G _ G a �> ----_ --000n -- / - --- 00� a io -- —o0 — -- wiI`o b°p V '��° ��u 33 �du \ \ x -wm W\\\\\w�- H i xooz L, \\ \ M f, VE w " � J h p 8F '7 VC ------------ b o A '--00'Lb-' A Q' LU Q ems`. C O M a \ a ------------ z -- qg� � b p0' � o0 6T -� no, 00 19ZOZ/CO/ZOI OOf I 03MMA38 9Ma0NimM9-aa-rmd3us\133us\nrv3\avJ\ao�29�m[a\Seoriz\'i lgzoz/co/zol10 I WM a sae ia3aaoi wd nrs szoa ro e3j SZOZ CO ZO 10 NOAtlI I�1 '�& "ai saoln./as 5uuaau16u3 {o ;uawyodap p w saoz/so/ao __ l IbBL SOX@i ] 4o-W.0 7 i N s I uo9 Lost SVX31 £' 30 £' — ONIaV8D 03S0d0ad s �� �NI say tias IeNo JOld N..N.N IISI8HO sndao0 JO AIIJ � g � rzar I rt;...y szoz����tias io�os,-a�o,a�osvoH vu a oo® _• v�� � W 4 A1nI0V3 150dW00 31SVM 0170S m 4\ NOSNdH* t��1 77130NV7 V73nzN3wA '3 3331 = C ` v ���%// cn s NOO INDM0 AB 31tl0 'ON NOISM8 NOUIMO7 1 MV0 I-ON NOISMN w (ZL 133HS 33S) 3NIlHO VW + 8 x x o x x x o OL I o'z I OS0 I V � � '-001a li 7 I I \0pla I I dA1 a N I I * I I III � � I R500' I I I x �w II I >t 1 I \ op I I I I Z II — 1 J L x 1 a r K Z rL I Q W Q I \ I I 1 1 �'- ol � I FI I nl LLa I � 1 a o x r0OYb--. ate. I I I IIII ^, al I •� I a I _ �� �� p0�k�oo� U I � � I I II _ I &G I I Z --------OUiGi I Z I I I I II I I 11 II I p � ----------- '%tri i:c O.OS S4 I c, — Y x H \I x x w—Ix x x 2 i a� SZOZ/CO/ZO 111 0AGMI 9Ma9NImMD-ad-Nmd3us\133uS\AN3\OVJ\aO-a9im[a\S8OrLZ\'I 9Q kb ZO 10 NMiMO sae ia3aaoi wd s[s szoa ro e3j SZOZ LO ZO 10 INOAtlI saoln./ag 5uuaau16u3 {o ;uawyodap p w C saoicoiao _.__ llt9Ls i No-W.0 SVX31 Z 30 v� QN N va I 1100 loet l - a0073 1S0dROJ - SN0003S SS0a0 s V I sao n ag leuo...JOld uosu.H IIS18HO sndaoo J0 AllOID I g � rzar I rt;...y szoz����tias io�os,-a�o,a ti /L��` 1,.1��■v,7 A1n10V3 150dW00 31SVM 0170S m 4 NOSNdHy� t��1 77130NV7 V73nzN3wA '3 3331 = C cn s N00dIN0530 AB Rva 'ON N0177 NOUINOS30 a 7V0 'ON NOISVaN in in M M 190'dD8d o ti IS X3 M o t9'09'dD8d cIS X3 D9'I9'dD8d o + OZS'X3 N 1 1 D9'09'dD8d N fZS X3 D9'6Y'dD8d o £ZS X3 1 D9'8Y'dD8d ZZS'X3 Y9'8Y'dD8d o 4 ZS X3 O £9'6Y'dD8d o ZZ4 X3 £9'OS'dDNd o g ZS X3 p+ cgi £9'19'dDNd 9ZS X3 O u7 O ul O LL'J O O 6L'OS'dDNd po 'dDNd+ ZS X3+ X3 N ' 1 6L'6Y'dDNd Q 'dONd ZZS-X3 `rii C8b %3 61•9Y'dD8d po �d 'dDNd ZZS X3 n X3 O d £I'BY•doad 69'19 WWI 61 ozs X3 X3 z 1 £Y'6Y•doad po _ ZZ'19 WWI ClS X3 1 cab X3 rn 0 1 1 ZY'OS•doad < ZZ'OS'd08d X3 ab X3 ZY 19•doad po - ZZ'6t'd08d o 6'09 X3 i j 6'86 %3 ro E 96'09'dD8d L'9 91'9Y'dDNd S'OS X3 Z'66 %3 6\\ W� 0 96'6Y'dD8d po W.'d08d o 5 Z'OS X3 C'64 X3 r 96'9Y'dD8d oM SD'DS'dOBd 10 'X3 9'64'X3 � L'B m 9Y9Y'dD8d o SO'lS'd08d o p ZZ'BY'dD8d 1 It'19'dONd 684'X3 8 I C 6b X3 N f � d oM £z'09'dD8d -)v o o lY'OS'd08d o U p 9'8b X3 N 'I I'0 9 X3 i Z j YZ'I9'dD8d lY6Y'dMd F w £'8b X3 I 9'OS %3 y ti I I _ lS'IS'dD8d o L9 Z8'Lb'd08d+ Q 0'8b'X3± C OS X3 a 'dD8d 98'BY'dD8d tiLb X3 �' 0'IS X3 'd08d po W.'dDNd o O �[J O u7 O p Z Lb X3 p t IS X3 M SZOZ/CO/ZO OOf 03M3VdNa SNoila3s SSaa X\133us\nrv3\avJ\ao�29lm[a\Seoria\'i SZOZ£0 ZO 10 NMYNO sae ia3aaoi wd s[s szoa ro.e3j SZOZ£0 ZO 10 INOAtlI sao!n ag 5uuaau16u3 {o ;uawyodap w I- ,,-AV, � �caLs i � No-d,.o SVX31 Z d0 Z i va,e9600logic - a0013 lSOdn00 - SNO1103S SSONO 42 s I sao n ag leuo...JO,d uosu.H IIS18HO sndao0 J0 AllOID I g 4 AlIl10V3 150dW00 31SVM 0170S m 41 NOSNdH* t��1 77130NV7 V731ZN3wA '3 3331 = C ` v ���%// cn s NOUIa090 AB Rva 'ON N0177 NOUIa0S30 a 7V0 'ON NOISVaa ^ eo'rs'aoaa o 80'£S'd. o + + - 6-09 :iv D6'*9'dOdd .�cS Z 06'40'dONd 4 00 X3 c19 X3 - ZL'99'dDad o £l'00'dONd o + F + _ L'OS X3 9'19 X3 L9'SS'dDad LLo fZ'66'dWd Z l9 X3 a 'I 0 Z9 %3 o I w 1✓ I t� ZZ'99'dDad o 86'9b'dWd o + + I PIS X3 0 8 ZS X3 0 I C6Y5'dDad fC'Bb'dWd I I £'lS X3 ti ZS %3 I I h I 4 ZLYS'dDad is 66'6b'd0ad o L'19 X3 4ZS'X3rn I y L4'4S'dDad CZ'B6'dWd ZZS X3 I,Zs X3 I� ZZ'4S'dDad o 86'L4'd.d o g �. ZZS X3+ SZS X3 1 I F I L6'fS'dDad FC'L4'd0ad lZS X3 tiZS X3 rn u 6 ZL'fS'dDad o B6'L4'd0ad o + O w + O I lZS X3^ O � tiZS %3^ O � J U'£9'dDad g & £Z'L4'dyad O'ZS X3 tiZs %3 ZZ'fS'd0ad+ 0 o r 96'96'd0ad+ O IZS X3 v Z-ZS X3MA v I I L679'd08d p £L'96'dWd p XZS X3 X 9'19 X3 � y V) N 0 � ZL'ZS'dDad o _ Bb'96'dWd o _ SZS'X31j RMb'ISX3 cj LS 0 ZS'dDad £Z'96'dONd SZS X3 Z'19 X3 RT ZZ'ZS'dDad o 88'9b'dONd o b'ZS X3 C6'19'dDad £C'Sb'dONd SZS X3 I.'19 X3 ZL'lS'dDad o UT 6Y04'dONd-4 9'Z9'X3�..+j 9'09'X3 I.+j 019'dDad fZ'94'dWd b'ZS'X3 1,'09'%3 ZZ'lS'dDad o 66'M'dONd o 6 ZS X3 N 9'09 X3 N I � r L6'OS'dDad FC'46'dMd Z ZS X3 ^m 9'0S X3 o lS'94'dDad o l:rl witd0ad o !.Ftd 'd0ad S'19 X3 + + O O O �(1 O p 9ZS X3 CO SZOZ/CO/ZO OOf 03M3N3aa SNoila3s SSaa X\133us\nrv3\avZ\ao�29lm[a\Seorla\'i SZOZ f0 ZO 10 NMYaO sae ia3aao,wd s[s szoa ro.e3j lgzoz/co/zol10 INOAtlI '�& "ai sao!n ag 5uuaaut5u3 {o ;uawyodap p w saoz/co/ao _ l IbBL S 1 ] 4o-W.0 7 i N 4R2 t e SV'X31 ONOd a31V'MWbOlS — SNO1103S SSOaO s aae4 uo9 last s >� �Ni say tias ieNo 101d N..N.H IIS18HO sndao0 J0 A110ICDL g � rzar l rt;...y szoz����tias io�os,-a�o,a�osvoH iu u,oo® =• ro� UI' ti /L��` t,.1��■v,7 AlIlI0V3 150dW00 31SVM GIIOS m 4 NOSN V "'y� t��1 77130Nb 7 V73 lZN3lV '3 3330 ` v ���%// cn s NOUIa090 AB Rva 'ON N0177 NOUINOS30 a 7V0 'ON NOISVaa V7 O iA O u7 O � O •^ in in M M Do'o4'doad o Z lS X3 M 00'04'dDad b'lS X3 DO'04'dDad o + L lS X3 N DO'04'dDad 6'lS X3 AU 0004'dDad o ZZS X3 DO'Ob'dDad ZZS X3 DO'Ob'dDad o w M M 'dOad po + 4 ZS X3 O O'tiS %3� 00'Ob'dDad 9079'doad 4 ZS X3 3.1 4ZS'X3 �m 00'O4'dDad po �;£ 9Z'£4'doad po 4 ZS X3 p+j S'ZS X3 o DO'0t'dDad t OD'04'doad z ZZS X3 �' SZS %3 O �' F '- w � 0004'dDad po 00'04'doad po N N SZS X3+ ZZS X3 N ^ o U DO'04'dDad Ly 00'Ob'dOad z u ZZS X3 & OIdd DO'04'doad �Y£bpo m z Izs X3g 5:` 1 ± w � - 00'04•doad (u7 � `=`� Zl'ZSX3 N DO'04'doad p 0 po z SZS X3� � � u� o �u� o u] o u) p SZS %3 p 6 DO'04'dDad m Zf bZS X3 00'04'dDad po \R\\\# lZS x3� DO'Ob'dDad ZZS X3 u7 O In O lf] O If) O DO'Ob'dDad Oo r7 r7 'd0ad o 6'lS X3� S'64 %3 r DO'Ob'dDad 'doad S'lS'X3 b'6b'X3 00'04'dDad Is - 9l'lS'dOad o Z'19''1+j _ tt 9'6b %3 �b � 00O4'dDad Ed a 09'64'dOad z 9'09'X3 9.64 X3 O n U o W a DO'04'dDad o W.'doad o y N S S'OS X3 N S'09 %3 i O s U LO'94'dDad 00'Ob'doad Z .W 4'OS X3 9'OS %3 ga 48'OS'dDad o 00'OV'doad o 0� 9'64'X3± q 6'09 %3 a � 3 'dOad 00'Ob'doad 8'84 X3 0'1S X3 'doad po 00'Ob'doad o 11-X3 p SZOZ/CO/ZO 00f 1 03M3N3aa SNoila3s SSaa X\133us\nrv3\avJ\ao�29lm[a\Seoria\'i SZOZ/co/zol 10 NMYa0 sae ia3aaoi wd srs szoa ro.e3j SZOZ CO ZO 10 NOAtlI sao!n ag 5uuaau16u3 {o ;uawyodap p w C saoicoiao �_.__ [[17OZ i No-W.0 SVX31 Z 30 v�� QN N va I 110o LOet l — S3dld iaoA1 n0 — SN01103S SSOaO s I sao n ag leuo...JOld uosu.H IIS18HO sndaoo J0 AllOID I g � rzar L rt;...y szoz����tias io�os,-a�o,a 4 A1n10V3 150dW00 31SVM C170S m 4 NOSNdH* t��1 77130NV7 V731ZN3wA '3 3331 = C ` v ���%// cn s NOUIa0530 AB I RVa 'ON N0177a NOUINOS30 I M 11 3LV0 'ON NOISMN W 'doad 'doad �z gX3 M X3 M s Ls 09'doad goad 9"6b x3 1.9t X3 1 Z8'09'doad 'doad b'6'X3 1'9V'X3 Ml'doad� � � 'doad� Z+a L'64"X3 N l'96'X3 N d� 99 6Z'l9 Wad3 b 'doad 1'09'X3 l 96'X3 .c Wad doad b Ls X3 ,° 796 X3 'doad >� p zs09 doad $ 0z9 x3 w c96 X3 02'09'doad 'doad 1'OS'X3+ N ® b'94'X3+ N N L9T9'doad U m e 'doad c� Los'X3 9 94'X3 L9 cb'doad doad o—a 9'09 X3 894 X3 oo'ob Wad goad c09 X3 ZLv X3 00.06•doad g •doad g 8'OS'X3 pjp + 'do 5q? x3o X3o b y� 'doad 'doad g X3M X3M 96.09•doad •doad 1 & & 6'09'X3 — 8'9b X3 I 1i I = l9'O9•doad •doad 0'19'X3 C94'X3 l0'00'doad Z9'96'doad Z'19'X3 N 0'Lb'X3 N w� KT9'doad o L9'96'doad 9'19'X3 8'Lb'X3 it a08d d csb'doad s'ss x3 _ 0 09 X3 - J o W z � 'doad � 0 0e is'dOdd ? o 129'X3 W a 064'X3 U 'doad w W.WWI 9'19'X3 86'ZS'doad U m g ® l0'6t'doad U sL'1s'X3 a b'8b'X3 o `o 86'Zb'doad Z I'6t'doad n 8'19 X3 n 9'8b'X3 d n .'rol'doad cz st'doad 8'19'X3 9� 6'8t'X3 00'00'doad o V K,'doad o 9'1S'X3+ L'64'X3 p O O Wad M 'doad M + + � x3 of � x3o IGZOZ/CO/ZOI OOf I 03M3V38 9h1'JZ-Snloim3s S�TIaXA133usVnrv3VabJAao�29lN[a\Seoria\Fl SZOZ f0 ZO 10 NAh 0 ...ia3aaoi wd s[s szoz ro.e3j lgzoz/co/zolA100atl1 sao!n ag 5uuaau16u3 {o ;uawyodap p w C saoicoiao �_.__ [[17OZ i NosW.0 SVX31 Z 30 v�� QN N Pa I 1100 lo9t Z — S3dld 1a3A7no — SNOIlO3S SSOaO s I sao n ag leuo...JOld uosu.H IISI8HO sndaoo JO AIIO �� � g � rzar �a rt;...y szoz����tias io�os,-ao,a��oH iu u.oo® =' N� 4 A1nI0V3 150dW00 31SVM 0170S m 4 NOSNdHy� t��1 77130NV7 V731ZN3wA '3 3331 = C ` v ���%// cn s NOUIa090 AB Rva 'ON N0177 NOUIa0S30 a 7V0 'ON NOISVaa 'doad� 'd0ad� x3N X3N doad 'doad x] & X] S a 'doad 'doad o l'Lb'X3 9 u+ 0 8'£b'X3 Ti rl d ® 3 n o d w 'doad 'd08d a Lb-X3 6£b-X3 lS'OS'doad < LL'Lb'doad -_ •i 6'9b'X3± .N o ? o l9'09'doad U 99'Lb'doad U 6'9V'X3 U o 6£b'X3 U o OC o b0'90'doad N 99'96'doad N 6'9V'X3 6'£b'X3 U LL I 'doad �a doad 0'Lb'X3 - d 'doad o 'dONd o Z Lb X3 O+ 6£b X3++ O O doad I 'doad M + + 'X3 0l g 'X3 01 �o 'doad 'doad X3 N N 'doad 'doad X3 X3 •doad •101d r;5 0 £L 'X3 99 X3 o •doad a e S ® •doad b'Lb'X3 — a ^ 9'94'X3 fS'fib•doad — < Sb'N•doad 9 L4'X3+ o n 99ro'X3+ ry l9'lS•doad U 6Z'09•doad U L'Lb'X3 U M L'11'X3 U r 0 (r Zl'94'doad 'doad N 9'Lb'X3 2'94'X3 U o �� U o ��' £B'Ab'doad d a 'doad w 6 Lb'X3 v� 6'94'X3 ,n 9L'lS'doad o 'd0ad o 0'Bb'X3 0'Lt'X3 0 0 'doad� 'd0ad I"> + + x3o x3o IGZOZ/CO/ZOI OOf I 03MMA38 'mZ--lu"ssaao\l \avo\oo-ae1o,a\seorMI SZOZ f0 ZO 10 NAh 0 aae la3aaoi wd s[s szoz ro.e3j lgzoz/co/zolA100Atl1 ICI '�& "ai sao!n ag 5uuaaut5u3 {o ;uawyodap p m saoz/so/ao _ llbBL S 1 ] 4�-W.0 7 N s I uo9Iosb SV'X31 Z 30 l — OV'02Y — SNO1103S SSOaO s �� �NI say tias IeNo 101d N..NBN IIS18HO sndao0 J0 A110ID g � rzar I rt;...y szoz��s�tias loos,-ao,a��oH iu u,oo® =• �� UI' W 4 ),L/TJV3 1SOdW00 31SVM OIIOS m 4 NOSNVH* t��1 77130Nb7 V73lZN3lV '3 3330 ` v ���%// cn s NOUII AB 3. 'ON NO77a NOUINOS30 AB 3LV0 'ON NOISMN 'd0ad a s g 'd0ad a s £'64'X3p o0 9.9b X3p o0 'd0ad "r'' 'd0ad D6b-X3 �ryp 9.9b X3 �p aFo w ye 'doad a z 'd0ad� z 9 t S'64 X3 p 996 X3 p a 'doad 'd0ad 8 - 9'64 X3 9'96 X3 ff'OS'aoad 'aoaa� III L6b'X3 p 1' 9 9b'X3 p 06'IS'doad - - 9£'9b'doad 9'6b'X3 �� 9 9b'X3 g = OL'IS'doad 99'9b'doad o - 9 64 X3 o I 994 X3 o z � z O O y OS'IS'doad U J - 9L'9b'd0ad J 9'64'X3 h 8 <_ 994'X3 yWj `g £C66"doad cw o i.=' y OZ'Lb'doad cw o + + g 9'64'X3 0 - L94'X3 0l LZ'6b'doad 'doad y 6'6,'X3 L94'X3 3 69'60'doad 'doad + + 636 X3 0 - L"94'X3 0l b6'66'doad 'doad 6'34 X3 8-9b X3 b6'09'doad+ 'dOHdi. o os X3 0 g 69b X3 0 'doad 'doad 9'9P X3 p o 9p9 b'96 X3 LL3 LL3 'doad 'doad 9'9P X3 In p 996 X3 N p 'doad v z N & 'doad z H 9 L94 X3 p 8 594'X3 p+ 'doad — oo'Lb'doad _ L94 X3 g 1 9"94'X3 } 9f'Lb'doad _ ££'09'd0ad 7 III L94 X3 p+ _ = L94'X3 p - £I'64'doad -- -_- O6'l5'doad L94'X3 'X3 x Ili l £f'6b'doad o - °S - OC IS'doad o - "'S $ ME L94'X3 I N -=E 0'Lb'X3 o O o O OS'IS'doad I'Lb X3 N Z"Lb'X3 N 96'Lb'doad+ O ID £C'66'doad+ o ry 5Lb X3 'X3 0l N 'doad Z9'Lb'doad 9'Lb X3 _ w 5Lb X3 'doad+ it S ZL'Lb'doad 9'Lb'X3 0 cl 8'Lb X3 0 'doad 96'96'doad G LLb'X3 X3 'doad+ II 9Z'fib'doad+ 5Lb X3 0 'v 64 x3 0 IGZOZ/CO/ZOI OOf I 33MMA38 Xma'aeaa-SNoIL73s SSl,,\133us\nrv3\avJ\ao�29lm[a\Seoria\'I SZOZ Co ZO 10 0 1 ...ia3aaoi wd srs szoz ro.e3j SZOZ kb ZO 10 1 ., '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/so/ao __ llbBL S 1 ]I-W.0 7 N s I uo9 post SV'X31 Z 30 Z — OV02Y — SNO1103S SSOaO s ,� �Ni say tias ieNo JOld N..NBN 11S18HO sndao0 J0 A110ID I g � rzar �a rt;...y szoz��s�tias loos,-ao,a 4 AlIlI0V3 150dW00 31SVM 0170S m 4 NOSNdH* t��1 77130NV7 V7311ZN3wA '3 3331 = C ` v ���%// cn s NOUII AB RVa 'ON N0177; NOUINOS30 AB 3LV0 'ON NOISMN .dOdd cd 9 o x3+ ,.1 IEIIIII 40'90'doad j b hEI l-Lb-X3 0 r' o lui IK'doad E x3o 0 9S'K'dWd Lb x IEI SL'lS'd0ado <S $ EI 0'Lb'X3 p III — [ 0 IS'doad 0'Lb'X3 III 0'Lb'X3 N I fa Ol'lS'doad � w .-_- - LLb,X3 N W."doad a o 21 + EI l'Lb'X3 01 9 LO'St'doad 3 X3 -E `'- SO'Hb'doad E z'Lb'X3 0 'doad LS aLb X, 'doad 0. cLb x3 01 'doad g $ w a 6'9P'X3+o & a y e 'doad & s 96 x3In 2 'doad a � �_ � s o 69P'X3o vWwi� ou (ia zd z OS'Hb'doad h =III 0'Lb'X3 �EI £ffl5'doad 0'Lb'X3 p+ IEI - £H'lS'doad - _,_IIIIII 0'Lb'X3 EI £b'lS'doad o � 'X3+ EI fZ'lS'doad CF.I J 0'Lb'X3 W 8 IIII N h EI CO IS'doad N + L'Lb'X3 0l — � OL'Lb'doad 0 Lt X3 o 'doad d o Lb x3 01 'doad 0L4 x3 � o doad+ x3 0 19ZOZ/CO/ZOI OOf I 03M3N38 Oma'aeaa-sNollz3s's—\1 [a\seo'MI SZOZ CO ZO 10 NMYa0 sae ia3aaoi wd srs szoz ro.e3j lgzoz/co/zolAinayl ICI '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/co/ao _ l IbBL S 1 ] 4o-W.0 7 i N 4R2 e SV'X31 NV7d 311S — ONIaN378 -7 ,9NIXIW s aae4 uo9 Lost s >� �NI say tias IeNo JOld N..N.H IIS18Ho Sndaoi J0 A1I0 g � rzar I rt;...y szoz o���tias io�os,-ao,a N 4 AlIlI0V3 150dW00 31SVM 0170S IDI 4 NOSNdHy� t��1 77130NV7 V7311ZN3wA '3 3331 = C ` v ���%// cn s N00dIMD530 AB 31tl0 'ON N0177 NOU MOS30 a 7V0 'ON NOISVaM y3 CD � dm - m = a o e4 — z - - �3 o M F w � w �w N � Sri tt �s d Z 3� m CD \ z a o� < w� 3 8 _ 9m _ z — 8 a w o 4 0 rcy m - - -N- w I I C _ z 1 — Z5 — 0 S m.43 I U X — 4. I _ ° 3dols xe 3dois xe r ° ° ° I o ° I I ° w a ° 3 v — I a eo I 9 I 3 I � 14 I a N III szoz/CO/ZO DOf 1 03M3N3M 9Ma'9NIHSY180R9NiaN3la-ad-rmd3us\133usVnrv3VavJAao�23�m a\seoriz\ SZOZ FO ZO 10 NMVMO sae ia3aaoi wd trs szoa ro.e3j lgzoz/co/zol10 I in ICI '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/so/ao _ l IbBL S 1 ]I-W.0 s aae4 uo9 post SV'X31 NV7d 311S — OVd 9NIHSna,O s �� �NI say tias IeNo JO,d N..NBN IISI8Ho sndao0 J0 A110ID I g � rzar s rt;...y szoz�e��tias i¢¢os,-ao,a 4 AlIl1OV3 1socinoo 31SVM O17OS m 4 NOSNdH* t��1 7713ONV7 V73nzN3wA '3 3331 = C ` v ���%// cn s NOLLdNi0530 AB 31tl0 'ON N0177 NOUIMOS30 a 7V0 'ON NOISVaN pi �m III- mess J p� 3 Z II w w of �� a N _ N m D � � � III m _ �_p IS m I I� N E`v R o S 03OO m =�a p 9> x III EamY o�om Jw�� o tam _ � w mpgp = a J — Cl L a - o a a= 9 p _ m � a e 5 I �¢w I—III— � �N 0 3 rc - I v I _ _ Z_ > m� U — sp °-f2 I v ° w — C N — p — w 5 � I_ _ o8u P I-o I- — �f e 9�sum ¢ ° p III m� 4 - �o o s- � w wpm �w x J z O n GZOZ/CO/ZOI OOf 03M3N3tl 9Ma'9NIHmaoR9NiaN3ie—ad—rmd3us\133us\nrv3\avJ\ao�29�m[a\Seoriz\'i SZOZ CO ZO 10 NMiMO sae ia3aaoi Id trs s oa EO SZOZ CO ZO 10 —.02 l '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/co/ao _ l IbBL S 1 ] 4o-W.0 7 i N 4R2 e SV'X31 S' 30 L — swL3o SnO3NV7-730SIW s IM11.9 Lost s �NisaytiasieNo JO,dN..N.H IISI8HO sndao0 J0 AlIJ IDI g � rzar �a rt;...y szoz����tias io�os,-ao,a 4 AlIlI0V3 150dW00 31SVM GIIOS m 4 NOSNdH* t��1 771JONV7 V73nzN3wA '3 3331 = Cl— ` v ���%// cn s N00dIM0530 AB 31tl0 'ON N0177 NOUMOS30 a 7V0 'ON NOISVaM � o t; 8 US tg = eCD o /// n s � o Iwo I _ I gUS � Q N 21 00 z�3 s g a ul g 0 /i m a N2 z z �/%�/;X// o, o, \i/ � - � - ry� � J N ti J a N N �j/\�//\j\j\/ o H /iX w d �A/ v t5 a o 8 IGZOZ/CO/ZOI OOf I 03MMA38 sMa'a3Nn�,rcL3ahsw�la3Hs�nrv3�avJlao�ae�m a�seora�i SZOZ CO ZO 10 NMYMO sae ia3aaoi wd t[s szoa ro e3j SZOZ CO ZO 10 NOAtlI ICI '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/co/ao _ l IbBL S 1 ] 4�-W.0 7 i N 4R2 e SV'X31 S' 30 Z — swlt3o SnO3NV7-730SIW s IM11.9 Lost s >� �NI say tias IeNo 1O,d N..N.H IISI8HO sndao0 JO A1I0 IDI g � rzar I rt;...y szoz�x��tias Ixxos,-ax,a 4 AlIlI0V3 150dW00 31SVM GIIOS m 4 NOSNdH* t��1 771JONV7 V73nzN3wA '3 3331 = C ` v ���%// cn s NOLLdNi0530 AB 31tl0 'ON N0177 NOI1dIMOS30 a 7V0 'ON NOISVaN W �de m U � O a gg a a W Z j 0 3 O U ZS a - - 3 v- �eLJa a �ca mQo O • 4 a•4> W o o'ONOO 'ONOO z O „9"6 3 x a_ w o — W or rz N� �1 r �7 z �1 o a z w Z �Ld z — w U O — O 1 Q �O ze ol 3w __ O OJ S�v»w m3 W Z W d F pp z > w U U O w w N U Fz O- rz Q� I a Z J 9 NIOVdS 1NIOf'id Ol, v a O N V 6 O O rn ,bZ �NIOVdS III 311 s �o m�3 """�a ss3xu�miu.3x3�x,=. r O Z 10 - a � ao Z w O O z > <QJ ° a W V GZOZ/CO/ZOI OOf I 03M3N38 NV1a'9NL3ahsIN\133usVnrv3VabJAao�29lN[a\Seoria\Fl SZOZ FO ZO 10 WM a sae ia3aaoi wd ars szoa ro e3j SZOZ CO ZO 10 NOAtlI § \ ,f -a , - _� » m_m, °ems /! ` � sx ; -4o 2 - sg+ qm&V7-7-90s \ \ \ ` _ , : a . ��om2m@ �a \■ \ ! } k , ® \` .: " sem: �a mm ! G 2 ) NOSNV ,mr �e�ram_ \( / 2 c r \ Z ^ § :\ \ , \ } \F",\ \ : E HIM (} / \ \ ( «\ m \ ) / \ \\ \j CL e7 ¥ > §0 �CL / k IGZOZ/ � Z 7a ; '�& "ai sao!n ag 5uuaau16u3 {o ;uawyodap p w saoz/co/ao _ l IbBL S 1 ] 4o-W.0 7 i N 4R2 t e SV'X31 S' 30 t — swL3o SnO3NV7-730SIW s I uo9 Lost s >� �NisaytiasieNo JO,dN..N.H IISI8HO sndao0 J0 AlIJ g � rzar �a rt;...y szoz��s�tias loos,-a�o,a�osvoH iu u,oo® =• N� UI' W ti /L��` t,.1��■v,7 AlIlI0V3 150dW00 31SVM GIIOS m 4 NOSNdHy� t��1 771JONV7 V73nzN3wA '3 3331 = C ` v ���%// cn s N00dIM0530 AB 31tl0 'ON N0177 NOU MOS30 a 7V0 'ON NOISVaM — 050 zK 0-9 w JJ6 ,01 Z—S d,310,£ — � I a I II — w -. - L — — z w �w w u) H QV' _ W W d CD II II 3 � rn I I �Ci 9 0 3 Ill 3 m ll ll _ GZOZ/CO/ZOI OOf 1 03M3N3M a Erna'SlNL3ahsIN\133us\nrv3\avJ\ao�29lN[S\SeorlZ\'I SZOZ/co/zol 10 NMYMO aae ia3aaoi wd ars szoa ro.e3j SZOZ CO ZO 10 NOAtlI ,�& "ai saoln.lag 5uuaau16u3 {o ;uawyodap p w saoz/co/ao _ l IbBL S 1 ] 4�-d 7 i N 4R2 e SV'X31 S' 30 5' — swL3o SnO3NV7-730S1n s aae43o9 post s >� �NI say tias IeNo JO,d N..N.H IISI8HO sndao0 J0 A1I0 g � rzar �a rt;...y szoz��s�tias loos,-ao,a�osvoH iu u,oo® =• N� UI' W 4 AlI710V3 150dW00 31SVM GIIOS m 4 NOSNdH* t��1 77130NV7 V73nzN3wA '3 3331 = Cl— ` v ���%// cn s NOLLdNi0530 AB 3170 'ON N0177 NOI1dIMOS30 a 3Ltl0 'ON NOISVaN w� L� _ ONIl00f a JJo d01 OL Z—.8 a � � 1} m N L t� ¢ W m J m IR F o 9N 1100i M01301tlIi131VW w 10313S 0310vd W00 WOWINIVY I 301A02d Ol 03211f10321 m0 z HLd3Q 31tl0Y0X3 a 77,77 m ¢z azo w o 0 0" '¢ u� �w m �d x oa z O z Z -B cl o IGZOZ/CO/ZOI OOf I 03M3N38 [s\Seo'M SZOZ CO ZO 10 WM o aae ia3aaoi wd 111 1111 ro all SZOZ CO ZO 10 1fI0Atll '�& "ai sao!n aS 5uuaaut5u3 {o ;uawyodap p w saoz/co/ao _ l IbBL S 1 ] 4o-W.0 7 i N 4R2 t e SV'X31 STV130 — 31VO 3011S a3A3111NV,J s I uo9 post s >� �Ni say tias ieNo JO,d N..N.H IIS18HO sndao0 J0 A110 g � tlzar �a rt;...y szoz����tias io�os,-a�o,a�osvoH iu u,oo® =• �� Utz I' W ti /L��` t,.1��■v,7 ),L/TJV3 1SOdW00 31SVM OIIOS m 4 NOSNVHy� t��1 77130Nb7 V73lZN3lV '3 3330 ` v ���%// cn s NOUIM0530 AB 3. 1'ON NO77M NOUMOS30 M 11 MV0 'ON NOISMN o NnNININ „O-, -82 W � d A iC p d d d tj LL _ U o (3 v Z a ~ D>- W sFo O F ®ate Ch ow�o w" CU _ _O Z L w = Ir x m wzWz 1 od Na w` z m t� ¢ ¢mod ul a a � ` U z of = aC ¢p° W0 I�i dJ OC Z — Q U o � e s U LL z z a c OVE d m U O W LL U y y G S 1H913H 1SOd = 3 o r M 1HO13H 31VO = 3 9 r r m o aLd o� d m ¢ e w na da�z c7 z a w ri �` wzF z 0 1 mwa_0 x � m tLLj7 �(~� p JFtNtImIY zw p La OO C)J J QLa EL O>M r II II t m co O v.z¢ c �usm m � ® U z za Ld _ �� ;; to O b a U �x r� U) C) z Zorc J H d O _ _ (_�W GCY m LU d w oD �Z uc JJd � z U <m Oz CV LU w W u w < o II � Lii l m Y v� �, < rrWn^ O ly' W (J J Z x vJ m m Off+ m /���h (>„Z Z O I— W ` L V <F �= m ® o uj a m� a m� �_ � 0 m J c o Q O `�' `� twj = I— m:� Q 3 Z ae fri `a �` W W and Jr Y o a Jan i�0 DgoQ �a r zm Q0 � w JVFi us w. =p d I c°n Ln a rn 3: cu= rn rn ¢ N OD ro3 Ca9 Lo J D IGZOZ/CO/ZOI OOf I 03MMA38 9Ma31tl9a3h3li1NYJilNL3ahsIN\133usVnrv3VabJAao�29lN[a\Seoria\Fl SZOZ CO ZO 10 0 1 sae ia3aaoi wd ars szoa ro.e3j SZOZ CO ZO 10 IN. '�& "ai sao!n aS 5uuaaut5u3 {o ;uawyodap p w sao co\ao 1 tags i 4o s a,o0 SV'X31 30VNDIS 03SOd0ad `r� � s I uo9 Lost — N s �NI say tias IeNo 101d N..N.N IISI8HO sndaoO JO AlIO � g � tlzar �a rt;...y szoz����tias io�os,-a�o,a�osvoH iu u,oo® =• ^�� U�' W 4 ),L/TJV3 1SOdW00 31SVM OIIOS m 4 NOSNVH* t��1 77130Nb7 V73lZN3lV '3 3330 ` v ���%// cn s NOUIM0530 AB 3. 1'ON NO77; NOUMOS30 M 11 MV0 'ON NOISMN �1N R �Z � a D -------------- a > _ q-__-— - - ---- 0 a, i c — o�U i Az . -- --- I -, — ------------- °n 4 b / ------------- -- -- // 7 I o w ---_-_--- ---—_----- `` III_,_ ----------------------------- s - -- -.g� - - _ -- SZOZ/CO/ZO D" I 03M3N3M 9MNVIdlus-3D/N9IS\IIIHS\ANI\OVJ\ao-29[m La\S8OrLz\'I SZOZ f0 ZO 10 NMYMO sae ia3aaoi wd a[s szoa ro e3y SZOZ CO ZO 10 1NOAtlI sao!n ag 5uuaaut5u3 {o ;uawyodap w C sao Leo/ao <<rosZ s i No-W.0 SV X31 NVl d N Pa IM11.9 Loet NOI1N3�3ad NOunllOd a31VM Waois s 1 sao n ag leuo ssaJ0ad uosu.H IISI8HO sndaoo J0 A110ID I g � rzar 1 rt;...y szoz����tias io�os,-a�o,a 4 A1nI0V3 1SOdW00 31SVM OIIOS m NOSNVH* t��1 77130Nb7 V73lZN3lV '3 3330 ` v ���%// cn s NOUIM0530 AB Rva 'ON N0177 NOUMOS30 a 7V0 'ON NOISVaM �z o w w i � a D a > _ o --- — — savoaue —-- == = — ----_ ___—---_ ----- -- �� ,—_--—_-- FSCF 17 SCF� 0 ------------ e O� o v z o c e� o-m o m x u o. 55. r �— - ✓/ �.\ /I of 6 a G ----------------------- s 0 3 1 I I u 1 1 ✓� r - -- -.g� --- -- _ -- SZOZ/CO/ZO 00f 03M3N3M ..a'rmd3uS-dsms\133us\nrv3\avJ\ao�29�m�a\Seoriz\'i .01 FO ZO 10 NMYMO sae ia3aaoi wd a[s szoa ro e3i SZOZ CO ZO 10 INOAtlI '�& "ai sao!n ag 5uuaaut5u3 {o ;uawyodap w sao�eo�ao <<vals i 4o-W.0 SVX31 S31ON NV7d Pa rey11°o oet NOI1N3A3ad NOunllOd a31VM Waois s I sao n ag leuo ssaJ0ad u°su.H IISI8HO sndaoo J0 A110ID I g � rzar �a rt;...y szoz����tias io�os,-a�o,a 4 ),L/TJV3 1SOdW00 31SVM OIIOS m 4 NOSNVH* t��1 77130Nb7 V73lZN3lV '3 3330 ` v ���%// cn s NOUIND 30 AB Rva 'ON N0177 NOUIN3S30 a 7V0 'ON NOISVaN Of - U Fo �4wQw LLJ - lo J Z p3o u� Y �Y r LLJ O W Q�Q�� GioVwo arc_ - - s Za zo o Na _ w ow rcH _ Z -a w o_�zott VQww H�.H W p irco�� _ ��rc 3�oam x w o O W V) O _ Z Q O � F r Qa w ol LLJ o � Wo - Q o - wE o Q - d J >w Q - ---- J ~w o < - U a � ~ Z oZLw 0 OCf L - - LLJ 61 In Q o N F 3 Fttw_ - �000 fo o�O lw No K Q K m¢v`io wm o �. .. O O W v z ZO Q Rw SZOZ/CO/ZO 00f 03M3N3tl Sa'S�rc13a-dslns\133us\nrv3\avJlao�29�m[a\Seoriz\'i .0Z FO ZO 10 NMvaa sae ia3aaoi wd a[s szoa ro e3j SZOZ CO ZO 10 in avi ICI "'�& s;isV "ai sao!n aS 5uuaau16u3 {o ;uawyodap p w szozisaizo 1 <<vals i N0-W.0 SV'X31 (Old3) S1N3WWOO aNV o3nssi v N a va aev 11°� oet o Sll"2Gd 7V1N2MOZIIAN3 �I31VM NZIOIS s 41 I saa nag le°°ssa�oad N°s°.H IISI8HO sndao0 A11O i 42 g 4 A1nIOV3 150dW00 31SVM GI70S m 4 NOSNV 77130NV7 V73nzN3wA '3 3331 NOUIN0530 AB Rva 'ON NOISI 8 NOUIN3S30 a 7V0 -ON NOISMN a�a a E E o _ E « E o E El E ❑ - s E E EE-° o` E� - E - - -_° E �'Eav oaaaa Boa_ aE - E o�= Ea �E LE° ❑ ❑ El - �v £vE -oE El El _ £ - - - o0000000000 E ._ Ea «aa ❑ �' a ==� o❑❑❑❑ �m _ m w o00ElEl1 0 sSzZoOzZ/EO/ZOOOf 03 se'M Eo Z - '!EN wd2s szoa m..1 GZOZ/EO/ZOI 10 inavl ICI '�& "ai sao!n aS 5uuaaut5u3 {o ;uawyodap p w szozi oizo <<vaZ s i No-W.0 SV X31 SlIV130 OaYONV1S v z N Pa rey11°� oet N011N3A3ad N011nllOd a31VM WaO1S s I saa nag le°° d N°s°.H IISI8HO sndaoo J0 AlIO 42 g rzar I rt;...y szoz ��tias ioos,-ao,a osvoH iu u.oo® ���$ U' �' 4 ),L/TJV3 1SOdW00 31SVM OIIOS m 4 NOSNVH* t��1 77130Nb7 V73lZN3lV '3 3330 ` v ���%// cn s NOUIND 30 AB Rva 'ON N0177 NOUIN3S30 a 7V0 'ON NOISVaN V a W09 o 10) allo m w� — N <�2 o� �CL �-- LU to ro 1. z _ ti V W papa= rg gW W <H 2 � 20 wpoowQ1N 1 CL os — M � _ - m W a ow 2 WLu \\ U o6 m� m - _ V szoz/m/z0 001 03M3Vaaa'srcHa-dGAS\133usVnrv3VabJAao�29lN[a\Seoria\Fl .01 FO ZO 10 NMiMO sae ia3aaoi wd a[s szoa ro e3j gzoz/co/zol 10 1 inavl 74 c0i EXISTING NEC OVERHEAD POWER LINE NEW NEC OVERHEAD POWER LINE ELECTRICAL SITE PLAN GENERAL CONSTRUCTION NOTES: IIXING & BLENDING CRUSHING PAD //'1FUEL TANK NEW NEC OVERHEAD POWER POLE AND TRANSFORMER 1. CRY SHALL COORDINATE WRH ELECTRICAL UTIUTY NUECES ELECTRIC COOPERATIVE (NEC) TO ROUTE APPROXIMATELY 4,800 FEET OF NEW OVERHEAD ELECTRICAL FROM EXISTNG POLE LINE TO NEW COMPOST FACIUTY SITE CITY TO PAY ALL COSTS TO NEC. CONTRACTOR SHALL PROVIDE ALL REMAINING CONDUR AND WIRE, SERVICE DISCONNECT, AND METER ENCLOSURE FROM NEW SERVICE POLE TO ELECTRICAL RACK AS REQUIRED FOR NEW COMPOST FACILITY. CONTRACTOR SHALL PROVIDE ALL DEICES AND EQUIPMENT AS PER NEC STANDARDS. 2. CRY SHALL COORDINATE WITH AMERICAN ELECTRIC POWER (AEP) TO REWORK EXISTING ELECTRIC SERVICE ON CO 57 AND PROVIDE NEW ROADWAY UGHT AT EAST SIDE ROADWAY ENTRANCE TO COMPOST FACIUPL CRY TO PAY ALL COSTS TO AEP. 3. CONDUIT ROUTES SHOWN ARE DIAGRAMMATIC AND ARE NOT INTENDED TO INDICATE EXACT ROUTES. CONTRACTOR SHALL FIELD ROUTE AS REQUIRED. EXACT LOCATIONS WILL BE DETERMINED IN FIELD AND AS PER SITE CONDITIONS AND REQUIREMENTS. 4. CONTRACTOR SHALL BE AWARE OF ALL POTENTIAL UNDERGROUND OBSTRUCTIONS AND OBTAIN ALL NECESSARY AND AVAILABLE ASSISTANCE IN LOCATING THESE OBSTRUCTIONS. THIS SERVICE SHOULD NOT EXCWSWELY RELY ON TEXAS ONE CALL SYSTEM. 5. INSTALLATION SHALL COMPLY WITH LATEST EDITION OF N.E.C. AND/OR LOCAL ELECTRICAL AND FIRE CODES FOR FUEUNG STSILMS. CONTRACTOR SHALL HAVE MINIMUM 5 YEARS EXPERIENCE WRH INSTALLATION DE FUEUNG SYSTEMS OF SIMILAR SCOPE. KEYED CONSTRUCTION NOTES OCITY SHALL COORDINATE WITH ELECTRIC POWER COMPANY (NEC) TO EXTEND EXISTING PRIMARY OVERHEAD LINE FROM EXISRNG POWER POLE TO NEW SITE 2 ROUTE 120/240V 1 PH, 3 WIRE POWER FRON NEW SERVICE POLE TO NEW ELECTRICAL RACK. OPOLE MOUNTED 120/240V/1PH TRANSFORMER PROVIDED BY ELECTRICAL UTIUTY COMPANY (NEC). P{5173 Ceh Landfill Comp, FacIllryDWG,173-Elea-Dwgs.uhlTab-001.,,, 2,9/202541&45 Pr, nuteCno PDF(General oocumer,ciun) pc3 SCOPE OF WORK: ELECTRICAL SCOPE OF WORK: 1. PROVIDE NEW 120/240V 1 PHASE 3 WIRE SERVICE TO NEW COMPOST FACILITY. INSTALL NEW SERVICE RACK WRH DISCONNECT, KWH METER, PANELBOARD AND LIGHTING CONTACTOR. 2. INSTALL NEW AREA LIGHTING. MECHANICAL SCOPE OF WORK: 1. INSTALL NEW AST DIESEL FUELING STATION COMPLETE WITH FUEL TANK, DISPENSER, AND FUEL MANAGEMENT. LEGEND • PARKING • AREA AREA NEW NEC OVERHEAD POWER LINE CR 57 NEW ROADWAY ENTRANCE EXISTING AEP OVERHEAD POWER UNE NEW AEP OVERHEAD POWER LINE -OH- OHE UG UGE NEW OVERHEAD ELECTRICAL EXISTING OVERHEAD ELECTRICAL NEW UNDERGROUND ELECTRICAL EXISTING UNDERGROUND ELECTRICAL Opp POWER POLE OO POLE MOUNTED TRANSFORMER ED x ♦ CONDUIT NUMBER. SEE CONDUIT SCHEDULE DISCONNECT SWITCH NEMA 4X KWH METER GROUND ROD GROUND CONDUCTOR GROUND CONNECTION GRAPHIC SCALE x LIGHT POLE WRH LIGHT FIXTURES, X'. DENOTE 9-900 FIXTURE DESIGNATION. SEE LIGHT FIXTURE SCHEDULE. DETAIL CAI LOUT SECTION OR DETAIL IDENTIFICATION LETTER FOR SECTION NUMBER FOR DETAIL NUMBER OF SHEET ON WHICH CONDMON 15 DRAWN NUMBER OF SHEET ON WHICH CONDMON EXISTS 0 l33 200' 4o3 600' 800' BATH PROJECT 1 5173 CONSULTANTS SHC 36 PROJECT N0. 21E0162A_00 U LL 41 0 4 It:IFh ENGINE ER ING TEXAS FIRM REGISTRATION NO. F- 829 2 ELECTRICAL SITE PLAN SHEET 36 of 40 RECORD DRAWING N0. PBG-942 CRY PROJECT # 20288 $ \ osa 0— r�A—It NI—NlI`N'T' �e saotn as 6uu9aul6u3 {o ;uawyodap of reo e ta�`se•ai'Hs1,y�s a;o� SV'X31 NV d 030aV N3 1Y01a1D313 v i NCI n PH IM11.9 post N —ln,ag 1euolssaj0,d uOsueH 11SI8Ho sndaoo JO A110 � ��': m�.o szoz oil s��tias iouolse-ao,d uosvoH w u.oo® _- A � W P 5 NOSNdH un1w� lsodwo� 31svM arras m 77130NV1 v73nzN3wA '3 333o v ^^i l N0 INDM0 � •AB �3o tl0 -ON N0177 NOLUS IaNJ3 SJ30/ J"31WON 3HO HO ls 83 3H ONr3N33 8 31YO - 0 0z 0 3o bz 1 Ld Al b - o �J �s o lit III Umm - o 9- oHEobi J. � I O w 2� 11 J Co) VFW �� � 8�2 i i za �A �� o N8 D O 0 0 0 (D Z Nc O O O O _ + 9 IN < . F `.: 0 w - �'•� ° a 0 g n F c3 LLI LLI �a 0 J W j Aga U o Q` � �\ w W .. bo C w \& M n o o 0 0 0 s s tZDZ/*Z/901 OOf 03M3VGH sMa'1o0-etl11L3nW-SlMa-1a3l3-fLls\95[titl+szendav\dw3L\T/JOz\'/lvaddv\[-uNvrvr\Sa35n\'z 14Z0Z 4Z 9010 " Izzrvizanxr wd sae szoa so.ezj , lZ0Z 4Z 90 10 NOAtlI aesos-,osaFoo 3 O U I saoln.°as 5uuaau16u3 {o ;uawyodap p w i siaa Ni° — iaioaZ`r��NIaa3Nl�rva se.al i1sugosna,00 SV'X31 SWv lovlo WDIbLLD373 va aev11o9°ost _ N ,Ni sa naafi leuoissa°oad uosueH IlSRIHO sndaoi JO Ally I�,as o NOSNdH unlov� lsodwoo 3isvM anos W C,_ 7713oNV7 v73nZN3wA '_4 3_431 ^^ NOUIM0530 AB 31tl0 'ON NOISIA3M NOUMOS30 aMV0 -ON NOISMN J�� r----r _ ao ¢ �z n I � H g W ws L----� �II _J s fig ' I R e Zo O z �2 z 3� J o K �w w 0 w a 9 w � g e - � in ?� J c. xx g b •I Q C' Q 5. Bid 4A o� i� o w � V J Q Z a � Ww U - z Q 3' _ Q 0o J _ V V U Q dK N Vg F o �yQ� p of U z w �5 21 F oO�c CD CD ��� fl OCvi 03o m o O. -� W �3 o acn w 8. - s� N ' ' w x g w itZDZ/*Z/901 OOf I 03M3N38 sMa'lo0-etl11L3nW-SlMa-1a3l3-fLls\95[titl+szendav\dw3L\T/JOz\'/lvaddv\[-uNvrvr\Sa35n\'z J4ZDZ/+Z/901 10 I NMYMO zzrvizanxr wd sae szoa so.ezj 4ZOZ 4Z 90 10 I J11M aesos-,OIU saotn as 5uuaau16u3 {o ;uawyodap p w r��NIaa3Nlgo ndjoo osaFoo 3iaioa�`se•ai s,y�a a,o� SV'X31 S71VL3o 7VJIr'J_LJ373 `r PH IM11o9 post N =aI 1-SW Issa°O,d.Osa.H IIS18HO sndaoo JO AIIJ W NOSNdH == W o unlov� lsodwoo 3isvM anos 77130NV7 v73nZN3wA '3 3331 _ ^^ NOUIM0530 AB 31tl0 'ON NOISIA3M NOUMOS30 a MVa -ON NOISMN J�� Zw CL W ■ �r o \ YIM J J � c 1 c O 0-S a �i y o u 8'J' 8 LJ wnwlNIN (O vz om LL/� J � 3 \\ z& 5 J w % Qo s a� Q o z�dfe H41rT- 88' o a J Paz UOZ Jw ALL (S301S TN) • 8 0 £ o� �QE (A009)wnNINlw.9£ sMI aaVaNV1S 01 JZ J = w — rvu�� @ 733 �F LI w .N �ow�o cz W _ 80 o3N 0 Q CL W — J U o m �_ OZ J W H � J uIS S �2 �2 laa wnrvlNlw.et �aia•r � ItZDZ/*Z/901 OOf I 03M3N38 sMa'lo0-etl11L3nW-SlMa-1a3l3-fLls\95[titl+szendav\dw3L\T/JOz\'/lvaddv\[-uNvrvr\Sa35n\'z 4ZOZ 4Z 90 10 I NMVMO zzrvizanxr wd sae szoa so.ezj - 4ZOZ 4Z 90 AJ11M l reTINE2 GAUSERSWINAPFIFI APPOATA\LOCA \TEMP\ GPueLISH.915 \5173-ELECT-OWLS-MULPTAe-00IDWG LAYOUT DRAWN RENEWED DT DT JCG 06/24/2024 06/24/2024 06/24/2024 88,8ww-+0,rn.w o0 CONDUIT SCHEDULE - - . - - - fq 0 z 5 c a IT ENCLOSURE ELECTRICAL RACK ELECTRICAL RACK FUEL MONITOR PANEL L PANEL L PANEL L LIGHTING CONTACTOR PANEL L SERVICE MAIN RACK MOUNTED kWh METER SERVICE POLE WITH POLE MOUNTED TRANSFORMERS) r A 3 DESTINATION LIGHT POLE FUEL TANK FUEL TANK FUEL TANK FUEL DISPENSOR FUEL HUB FUEL MONITORING SYSTEM POLE MOUNTED FLOOD LIGHTS LIGHTING CONTACTOR PANEL L SERVICE MAN RACK MOUNTED kWh METER TO POWER v m A N N N w N 0 ZO N $ z r INSTRUMENT SPARE CONDUIT SPARE CONDUIT SPARE CONDUIT BELDEN 88760 O A 120V POWER - - 120V POWER 240V POWER - - I240V POWER I240V 1PH, 3W SERVICE FEED 240V 1PH, 3W SERVICE FEED 240V IPH, 3W SERVICE FEED REMARKS ti A dV S 21MIN D ofri O EVS Ol4O 8 8 0 8 0 O 0 0 8 0 3 8 0 n A 0 O 31f1U3HOS 32If11XId 1HOI1 TOTAL CONNECTED LOAD A B (AMPS) 15 18 SUBTOTAL AMPS LIGHTING CONTACTOR RECEPTACLE LOAD SERVED NEMA 4X ENCLOSURE PANEL L 100A SHUNT TRIP MAIN 1201240V, 1 PHASE, 3 WIRE, 10 KAIC n 3 a 'I mwo a v i S ti ti A 1 i3 w 4. a, m, ... 6R a . .P H o w w., e w w 0 Kgs; —Ai D D ' p `" o n a 0 r 3 � r., c o s ~ W O SUBTOTAL AMPS FUEL DISPENSER SYSTEM FUEL MONITORING SYSTEM FUEL HUB i 0 pw 13 REVISION NO. DATE 6Y DESCRIPTION REVISION NO. DATE SY DESCRIPTION IFC 3 N 1 m m T � • w CHO o o CEFE F. VALENZUELA LANDFILL SOLID WASTE COMPOST FACILITY ELECTRICAL SCHEDULES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2925 Hanson Professional Services Inc. 4501 Gollihar RI. Corpus V I ENGINEERING Texas 70411TBPELS SURVEY F-10.8500 ear frin