Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2025-250 - 9/23/2025 - Approved (10)
"CONFORMED FINAL / CONSTRUCTION SET" ES CONTRACT DOCUMENTS FOR CONSTRUCTION OF LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS CITY PROJECT NO. 23036 r 5 P�E OF TfrqS' 1 �OSP� �J' o �1� ' ► �Od�o e ee�c o /............................. DYLAN W. KLARE py.J2&R.. MARTINEZ JRo p �.. .................... . p ....... p 134893 �/ 89385 tti�. •���ENSE�••G�a�`'� o,��,S.,ENS.•.• '�OOO ONAL�-� / 031 712S 03/07/2025 r LJA ENGINEERING TBPE FIRM REG. NO. F-829 5656 S. STAPLES STREET, SUITE 110 TBPE FIRM REG. NO. F-1386 CORPUS CHRISTI, TEXAS 78411 5350 SOUTH STAPLES STREET, SUITE 425 PHONE: 361.992.2284 CORPUS CHRISTI, TEXAS 78411 www.bathgroup.com PHONE: 361.991.8550 WWW.LJA.COM Record Drawing Number: STL-240 March 2025 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 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 S-2020) 01 29 01 Measurement and Basis for Payment (Rev 5-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 35 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev8-2019) 01 57 00 Temporary Controls(Rev8-2019) Part S Standard Specifications Division 02 Sitework 021020 Site Clearing&Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation & Backfill for Utilities 022021 Control of Groundwater 022022 Trench Safety for Excavations 022040 Street Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement ADDENDUM NO.4 Table of Contents ATTACHMENT NO.2 00 0100- 1 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 PAGE 1 OF 18 Rev 1/2022 Division/ Title Section 025223 Crushed Limestone Flexible Base 025612 Concrete Sidewalks and Driveways 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Controls During Construction 025805 Work Zone Pavement Markings 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe & Fittings 026210 PVC Pipe—AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 026602 Wastewater Force Main 026604 Air Release Valve for Wastewater 027200 Control of Wastewater Flows 027202 Manholes 027203 Vacuum Testing of Wastewater Manhole and Structures 027205 Fiberglass Manholes 027602 Gravity Wastewater Lines 027604 Disposal of Waste from Wastewater Cleaning Operations 027611 Cleaning and Televised Inspection of Conduits Division 03 Concrete 030020 Portland Cement Concrete 032020 Reinforcing Steel 037040 Epoxy Compounds 038000 Concrete Structures Division 05 Metals 055420 Frames, Grates, Rings & Covers ADDENDUM NO.4 Table of Contents ATTACHMENT NO.2 00 0100-2 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 PAGE 2 OF 18 Rev 1/2022 Division/ Title Section Part T Technical Specifications 016510-T Testing and Start-Up 022410-T Storm Water Pollution Prevention Plan 026800-T Fusible Polyvinyl Chloride Pipe for Installation by Horizontal Directional Drill (HDD) 026900-T Horizontal Directional Drilling 028020-T Seeding 099020-T Painting 113100-T Fiberglass Reinforced Plastic Wetwell 132520-T Soil Bed Biofilter Odor Control System 151020-T Check Valves 151030-T Eccentric Plug Valves 151620-T Submersible Pumps for Wastewater Electrical Specifications (Prepared by Bath Engineering,Joe B. Martinez, PE) 260500 Common Work Results for Electrical 260519 Low-Voltage Electrical Power Conductors and Cables 260519.01 Wire Connections and Devices 260526 Grounding and Bonding for Electrical Systems 260529 Hangers and Supports for Electrical Systems 260533 Raceways and Boxes for Electrical Systems 260543 Underground Ducts & Raceways for Electrical Systems 260544 Sleeves and Sleeve Seals for Electrical Raceways and Cabling 260553 Identification for Electrical Systems 260573 Electrical Power System Studies 262200 Low Voltage Transformers 262416 Panelboards 262726 Wiring Devices 263213 Diesel Generator 263600 Automatic Transfer Switches 266419 Motor Control Centers 266920 Packaged Electrical Control Room 403980 Pump Controls 406980 Level Transmitter ADDENDUM NO.4 Table of Contents ATTACHMENT NO.2 00 0100-3 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 PAGE 3 OF 18 Rev 1/2022 Division/ Title Section 406990 Flow Meter 409430 SCADA System 409443 Programmable Logic Controllers Appendix All Testing Reports as Applicable 1 Geotechnical Engineering Report— London Area WW Collection System Improvements, Professional Service Industries, Inc. (PSI), February 10, 2025 Supplemental Geotechnical Engineering Report—London Area WW Collection 2 System Improvements—Horizontal Directional Drilling (HDD) Recommendations, Professional Service Industries, Inc. (PSI), February 12, 2025 3 TxDOT Utility Permit Approval (FM 43) 4 TOOT Utility Permit Approval (SH 286) END OF SECTION ADDENDUM NO.4 Table of Contents ATTACHMENT NO.2 00 0100-4 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 PAGE 4 OF 18 Rev 1/2022 DIVISION 00 Procurement and Contracting Requirements 7EJ(MM/DDNYYY) ACORN® CERTIFICATE OF LIABILITY INSURANCEf`� /18/2025 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: Klmberl Brown GBMB Insurance Agency, LLC. PHONE FAX Po Box 790828 A/c No EXt: 210-366-5094 A/c No): San Antonio TX 78279 ADDRESS: certs@gbmbinsurance.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:The Hanover Casualty Company 41602 INSURED M5UTILI-02 INSURER B: Hanover Insurance Group 22292 M5 Utilities, LLC. Po Box 2415 INsuRERc: Certain Underwriters at Lloyds,London Boerne TX 78006-1400 INSURERD:Allmerica Financial Benefit Insurance Company 41840 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1857034364 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 ZLDH614109-04 5/25/2025 5/25/2026 EACH OCCURRENCE $1,000,000 CLAIMS-MADE � OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $100,000 MED EXP(Any one person) $10,000 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: $ D AUTOMOBILE LIABILITY AWDH614136-04 5/25/2025 5/25/2026 COMBINED SINGLE LIMIT $1,000,000 Ea accident 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 X UMBRELLALIAB X OCCUR UHDH614110-04 5/25/2025 5/25/2026 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION$ $ B WORKERS COMPENSATION WHDH614378-04 5/25/2025 5/25/2026 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 C Pollution Liability-Occurrence SPEC94-04 5/25/2025 5/25/2026 Each Incident/Agg $5,000,000 B Installation Floater IHDH616125-04 5/25/2025 5/25/2026 Any One Loss $500,000 In transit $300,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The General Liability&Business Auto includes a blanket automatic 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. The General Liability, Business Auto,&Workers Compensation includes a blanket Waiver of Subrogation to the certificate holder only where there is a written contract between the named insured and the certificate holder that requires such status. The Business Auto policy contains a special endorsement with"primary and noncontributory wording". Umbrella is Follow Form. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Corpus Christi 1201 Leopard Street AUTHORIZED REPRESENTATIVE Corpus Christi TX 78401 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: M5UTILI-02 LOC#: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED GBMB Insurance Agency, LLC. M5 Utilities, LLC. Po Box 2415 POLICY NUMBER Boerne TX 78006-1400 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 Project: 23036-London Area Wastewater Collection System Improvements-4 miles of pipeline,SH286&FM43,Corpus Christi TX 78415. Builders Risk/Installation Floater-RLI Insurance Company-Policy#ILM0720329-11/15/25 to 6/15/27-limit$9,673,073.25-$10,000 all other perils deductible -$100,000 wind/hail deductible-$100,000 named windstorm deductible-100%co-insurance. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CM 00 61 13 PERFORMANCE BOND BOND NO.602-209992-6 `"' Contractor as Principal Surety Name:M5 Utilities, LLC Name:United States Fire Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 10038 Johns Rd 305 Madison Avenue Boerne,TX 78006 Morristown, NJ 07960 Physical address(principal place of business): Owner 305 Madison Avenue Name: City of Corpus Christi,Texas Morristown, NJ 07960 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:.Delaware 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):973-490-6600 London Area Wastewater Collection System Improvements, Project No. 23036 Telephone (for notice of claim):1-800-690-5520 Local Agent for Surety Name: AssuredPartners of Texas, LLC Award Date of the Contract:September 23, 2025 Address: Contract Price: $9,673,073,25 500 N Central Expy, Suite 550, Plano, TX 75074 Bond Telephone:972-461-7300 Email Address: a tx.bonds assuredpartners.com Date of Bond: September 26, 2025 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 6484 London Area WW Collection System Improvements, 23036 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 P7 i al Surety Signature: Signature: Name: ,!�`p�`Cam Name: Katherine Vanikiotis v Title: �j� Title: Attorney-in-Fact Email Address: �ti1(✓J�tg--jii��� jt�, G� Email Address: aptx.bonds@assuredpartners.com (Attach Power of Attorney and place surety seal below) f� I I END OF SECTION Performance Bond 00 61 13-2 Rev 5/2025 RFB 6484 London Area WW Collection System Improvements, 23036 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-NIORRISTOWN,NEW JERSEY 02485 KNONV ALL MEN BY THESE PRESENTS:17hat United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: Brent Baldwin,Brock Baldwin,William D.Baldwin,Michael B.Hill,Brady K.Cox,Russ Frenzel, John A.Aboumrad,Yamillec Ramos,Cynthia Alford,Neira Hernandez,Kristi Dale,Katherine Vanikiotis each,its truc and lawful Attonney(s)-in-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other docurents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States fire insurance Company at its principal office,in amounts or penalties: Unlimited '['his Power of Attorney limits the act of those named therein to file bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. ']'his Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof,which Articles provide,in pertinent part: Article IV,Execution of Instnnnents-Except as the Board of Directors may authorize by resolution,tine Chairman of the Board,President,any Vice-President,any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any Contracts,obligations,instruments and documents whatsoever in connection with its business including, without limiting fine foregoing, any bonds, guarantees, undertakings, reeognizances, powers of attorney or revocations of any powers of atlonney, stipulations, policies of insurance, deeds, leases, mortgages, releases,satisfactions and agency agreements; (b) to appoint, in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph(a),including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. 'Hie signature of any officer authorized by tine Corporation to sign any bonds, guarantees, undertakings,recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors,dividend warrants or cheeks,or other numerous instruments similar to One another if)form,may be signed by the facsimile signature '. or signatures,lithographed or otherwise produced,of such officer or officers of the Corporation as from time to time may be authorized to sign such instrnnments oil behalf of the Corporation. Tine Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have becn such officer or officers of tine Corporation,notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seat hereunto affixed this 22nd day of July,2025. UNITED S"rATES FIR 'INSURANCE COMPANY Matt136 E, ubin,President State of New Jersey } County of Morris ) On this 22nd day of July,2025,before me,a Notary public of the State of New Jersey,came the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the scat of United States Fire Insurance Company thereto by the authority of his office. ETHAN SCHWARTZ �NOTARY AUBLIC ' STATE MI OF NEw,fet�sM tar c�r<utasslav EWMES&2&rz * cc�afarsstoet:ttt�t Ethan Schwartz(Notary Public) I,the undersigned officer of United Slates Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy is still in fore and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my Bard Fund affixed the corporate seal of United States Fire Insurance Company on the 26th day or September 2025 UNITED STATES FIRE INSURANCE COMPANY 0 Michael C.Fay,Senior Vice lidlit CONTACT INF(YNh1Af1ON: Bona Verifications:surety aQcfins.corn 1 Claims:SuretyCWmsSuQport(a_Cfins.com 00 61 16 PAYMENT BOND BOND NO.602-209992-6 CM Contractor as Principal Surety Name: M5 Utilities, LLC Name: United States lire Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 10038 Johns Rd 305 Madison Avenue Boerne,TX 78006 Morristown, NJ 07960 Physical address(principal place of business): Owner 305 Madison Avenue Name: City of Corpus Christi,Texas Morristown, NJ 07960 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: Delaware 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): London Area Wastewater Collection System 973-490-6600 Improvements, Project No. 23036 Telephone (for notice of claim): 1-800-690-5520 Local Agent for Surety Name: AssuredPartners of Texas, LLC Award Date of the Contract: September 23, 2025 Address: Contract Price:$9,673,073.25 500 N Central Expy, Suite 550, Plano, TX 75074 Bond Telephone:972-461-7300 Email Address: aptx.bonds@assuredpartners.eom Date of Bond: September 26, 2025 The address of the surety company to which any (Date of Bond cannot be earlier than Award pate notice of claim should be sent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following tall free number.1-800-252-3439 Payment Bond Form 00 61 16- 1 5/2024 RF13 6484 London Area WW Collection System Improvements, 23036 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 some extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor a inc I Surety Wk Signature: Signature: Name: Name: Katherine Vanikiotis Title: Title: Attorney-in-Fact Email Address:�y /N r-�,�j`f, �J (�,�. Email Address: aptx.bonds@assuredpartners.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 S/2024 RFB 6484 London Area WW Collection System Improvements, 23036 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-i1IORRISTOWN,NEW JERSEY 02485 KNOW ALL MIEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: Brent Baldwin,Brock Baldwin,William D.Baldwin,Michael B.[fill,Brady K.Cox,Russ Frenzel, John A.Aboumrad,Yamillec Ramos,Cynthia Alford,Neira Hernandez,Kristi Dale,Katherine Vanikiotis each,its true and lawful Attomey(s)-hi-Fact,with fill power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties: Unlimited This Power of Attorney limits the act of those named therein to file bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof,which Articles provide,in pertinent part: Article IV,Execution of instruments-Except as the Board of Directors may authorize by resolution,the Chainnan of the Board,President,any Vice-President,any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any contracts,obligations,instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases,satisfactions and agency agreements; (b) to appoint,in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph(a),including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings,recognizances, stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors,dividend warrants or checks,or other numerous instruments similar to one another in form,may be signed by the facsimile signature or signatures,lithographed or otherwise produced,of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. I1te Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation,notwithstanding the fact that lie may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to he signed and attested by its appropriate officer and its corporate seal hereunto affixed this 22nd day of July,2025. UNITED STATES FiR .INSURANCE COMPANY Matti iv E.,L:bin,President State of New Jersey ) County of Morris ) On this 22nd day of July,2025,before tile,a Notary public of the State of New Jersey,came the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. ETHAN SCHWARTZ NOTARYPu9t,tC STMMT ()P NEW JERSEY titYCOA!!,(iSS10N EXIItE$tt254" CUslMESS'�]Pt: `trWG2t317t Ethan Schwartz(Notary Public) I,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which the foregoing is a frill,true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand aad-.ffixed(lie corporate seal of United States Fire Insurance Company on the 26th day Of September 2025 UNITED STATES FiRE INSURANCE COMPANY ��. Michael C.Fay,Senior Vice President CONTACT INFOR11AXfION: bond Varifications:suretv(@cflns.com 1 Claims:SuretyClaimsSuppo> rt cfins.com CRUM &FORSTER' TEXAS COMPLAINT NOTICE IMPORTANT NOTICE To obtain information or make a complaint: You may contact Steven Krumm for information or to make a complaint at: Steven.Krumm c(�cfins.com or 215-982-3528 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: PO Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Consume rProtection aC ltdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. September 2016 ,�yyUS O v �N�OgPORPtE� 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on September 23, 2025, is between the City of Corpus Christi (Owner) and M5 Utilities, 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: London Area Wastewater Collection System Improvements Proiect No. 23036 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LJA Engineering, Inc—Dylan W. Klare, P.E.—Proiect Manager 5350 South Staples Street,Suite 425 Corpus Christi,TX 78411 dklare@lia.com 2.02 The Owner's Authorized Representative for this Project is: Jiangang(Daniel) Deng, P.E. City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg. No. 5 Corpus Christi,TX 78411 jiangangd@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 540 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 570 days after the date when the Contract Times commence to run. Agreement 00 52 23- 1 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 12/2021 B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones, and the dates for completion of each, are as defined in Section 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof,Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1,285 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 $1,285 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 $ 9,673,073.25 Agreement 00 52 23-2 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 12/2021 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 00 52 23-3 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 12/2021 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 00 52 23-4 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 12/2021 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts,vouchers,memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. SIGNATURE PAGE TO FOLLOW Agreement 00 52 23-5 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 12/2021 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca ffw-ta 2k1Z'-1f Rebecca Huerta(Nov 25,202515:10:59 CST) Jeff Ecl onds(Nov 25,2025 14:40:18 CST) Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services M2025-132 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 9/23/2025 RH/SB Francis Y n d 5Tv 25,1325 14:15:22 CST) Assistant City Attorney ATTEST(IF CORPORATION) M5 UTILITIES, LLC TavIs Oxm t Travis Gauntt(Nov 24,2025 15:04:39 CST) (Seal Below) By: Travis Gauntt Note: Attach copy of authorization to sign if Title: VP Commercial Contracts person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 10038 Johns Rd. Financial Officer Address Boerne TX 78006 City State Zip (830) 331-9044 Phone Fax tgauntt@m5utilities.com EMail END OF SECTION Agreement 00 52 23-6 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 12/2021 00 30 01 BID FORM Project LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS Name: Project 23036 Number: Owner: City of Corpus Christi OAR; Ifiangang(Daniel) Deng, P.E. Designer:I LJA Engineering,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: M5 Utilities, LLC (full legal name of Bidder) Signature: (signature of person with authority to hind the Bidder) )Name: (,printed name of person signing Bid Dorm) Travis Gaunt Title: VP Commerdal C:nntrartq (title of person signing Bid form) Attest: �,/„�.� �r'rk./��,�, (signature) state of Residency: Texas Federal Tx ID No. 32-0488961 AU JTcaa rui NULiLc�: 10038 Jahn& Rd- Boerne, TX 78006 Phone: (830) 331-9044 Email: tgauntt@m5utilities.com ADDENDUM Na.4 Bid Farm ATTACHMENT NO.1 00 30 01-Page 1 of d LONDON AREA WASTEWATER COLLECTION WSTEM IM PROVEN ENTS•23036 PAGE 1 OF 4 Rev9/2019 CIVCAS, RFB 6484 London Area Wastewater Collection System Improvements Report Created On:6/11/2025 7:49:33 PM BID TOTALS BASE BID Total PART A-GENERAL $729,414.79 PART B-WATER IMPROVEMENTS $481,399.77 PART C-WASTEWATER IMPROVEMENTS $4,657,636.25 PART D- LIFT STATION, STRUCTURAL, PUMPS, PIPING, &ODOR CONTROL $1,684,545.07 PART E- ELECTRICAL $1,125,048.06 Total $8,678,043.94 ADDITIVE ALTERNATE 1 Total PART F-ADDITIVE ALTERNATE NO. 1 - REDUNDANT FORCE MAIN $995,029.31 Total $995,029.31 PART A-GENERAL No. Description Unit Qty Unit Price Ext Price Al MOBILIZATION (MAX. 5%OF PROJECT LS 1 $364,040.11 $364,040.11 TOTAL) A2 BONDS&INSURANCE(MAX. AL 1 $86,420.00 $86,420.00 ALLOWANCE OF 2%) A3 STORM WATER POLLUTION LS 1 $34,236.82 $34,236.82 PREVENTION PLAN A4 TRAFFIC CONTROL PLAN AND LS 1 $11,600.00 $11,600.00 PREPARATION A5 TRAFFIC CONTROL EA 2 $1,740.00 $3,480.00 MOBILIZATION/ADJUSTMENTS/DEMOBIL I ZATI O N A6 TRAFFIC CONTROL ITEMS(SIGNS, MO 18 $322.48 $5,804.64 BARRICADES, CHANNELIZING DEVICES, ETC.) A7 OZONE ACTION DAY EA 1 $3,003.04 $3,003.04 A8 INLET PROTECTION EA 5 $135.86 $679.30 A9 HAY BALE BARRIER FENCE EA 2 $4,168.39 $8,336.78 A10 SILT FENCE LF 20753 $2.66 $55,202.98 All STABILIZED CONSTRUCTION ENTRANCE EA 6 $4,261.02 $25,566.12 CIVCAST RFB 6484 London Area Wastewater Collection System Improvements Report Created On:6/11/2025 7:49:33 PM Al2 REVEGETATION(HYDROMULCH) SY 6500 $0.93 $6,045,00 A13 CONTINGENCY ALLOWANCE FOR AL 1 $100,000.00 $100,000.00 UNANTICIPATED ADJUSTMENTS/IMPROVEMENTS A14 CONTINGENCY ALLOWANCE FOR AL 1 $25,000.00 $25,000.00 UNANTICIPATED DISPOSAL OF CONTAMINATED GROUNDWATER Subtotal: $729,414.79 PART B-WATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price B1 REMOVE EXISTING HOSE BIB LS 1 $600.61 $600.61 B2 REMOVE EXISTING BLOW OFF LS 1 $2,744.95 $2,744.95 ASSEMBLY B3 REMOVE EXISTING 1" PVC WATERLINE LF 100 $6.01 $601.00 B4 1"SCH.80 PVC WATER SERVICE(0'-6') LF 80 $57.38 $4,590.40 B5 2"SDR9 PE WATER SERVICE(0'-6') LF 60 $87.86 $5,271.60 B6 12" C900 PVC WATERLINE(6'-8') LF 2891 $82.86 $239,548.26 B7 12" C900 PVC WATERLINE(8'-10-) LF 85 $84.25 $7,161.25 B8 12" C900 PVC WATERLINE(10'-12') LF 42 $88.73 $3,726.66 B9 12" C900 PVC WATERLINE(12'-20') LF 41 $110.16 $4,516.56 B10 PIPE TRENCH SAFETY LF 3059 $1.16 $3,548.44 B11 12" 11.250 BEND EA 4 $932.62 $3,730.48 B12 12"22.5° BEND EA 1 $954.91 $954.91 B13 12"45' BEND EA 10 $1,008.47 $10,084.70 B14 12" GATE VALVE&BOX EA 15 $5,083.60 $76,254.00 B15 12" MECHANICALJOINT CAP EA 6 $840.38 $5,042.28 B16 12" CROSS EA 2 $2,219.85 $4,439.70 B17 12"TEE EA 2 $1,524.90 $3,049.80 B18 BACK FLOW PREVENTER EA 1 $4,294.75 $4,294.75 B19 HOSE BIB EA 1 $738.77 $738.77 B20 FIRE HYDRANT ASSEMBLY EA 1 $8,772.88 $8,772.88 CIVCAST RFB 6484 London Area Wastewater Collection System Improvements Report Created On:6/11/2025 7:49:33 PM B21 BLOW OFF ASSEMBLY(INCL.80 SF SLAB EA 1 $32,981.75 $32,981.75 AND BOLLARDS) B22 CONNECTTO EXISTING 12"VALVE ON LS 1 $3,746.02 $3,746.02 EXISTING 48"WATER TRANSMISSION LINE B23 ALLOWANCE FOR UNANTICIPATED AL 1 $55,000.00 $55,000.00 WATER IMPROVEMENTS Subtotal: $481,399.77 PART C-WASTEWATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price C1 REMOVE AND REPLACE EXISTING LF 25 $58.41 $1,460.25 BARBED WIRE FENCE C2 ENCASED 10" C900(DR-18) FPVC FORCE LF 863 $6.99 $6,032.37 MAIN C3 DIRECTIONALLY DRILLED 18" C900(DR- LF 863 $567.75 $489,968.25 18) FPVC CASING C4 BORE PIT TRENCH SAFETY EA 4 $1,706.14 $6,824.56 C5 10" C900(DR-18) PVC FORCE MAIN (6'-8') LF 13014 $70.07 $911,890.98 C6 10" C900(DR-18) PVC FORCE MAIN (8'- LF 1806 $76.46 $138,086.76 10') C7 10" C900(DR-18) PVC FORCE MAIN (10'- LF 8 $73.02 $584.16 12') C8 24"SDR 26 PVC WASTEWATER LINE(10'- LF 28 $150.06 $4,201.68 12') C9 24"SDR 26 PVC WASTEWATER LINE(12'- LF 279 $152.02 $42,413.58 14') C10 24"SDR 26 PVC WASTEWATER LINE(14'- LF 784 $153.52 $120,359.68 16') C11 24"SDR 26 PVC WASTEWATER LINE(16'- LF 397 $166.93 $66,271.21 18') C12 24"SDR 26 PVC WASTEWATER LINE(18'- LF 168 $177.10 $29,752.80 20') C13 24"SDR 26 PVC WASTEWATER LINE LF 1144 $200.99 $229,932.56 (20'+) C14 30"SDR 26 PVC WASTEWATER LINE(16'- LF 661 $223.96 $148,037.56 18') CIVCAST RFB 6484 London Area Wastewater Collection System Improvements Report Created On:6/11/2025 7:49:33 PM C15 30"SDR 26 PVC WASTEWATER LINE(18'- LF 1112 $234.65 $260,930.80 20') C16 30"S D R 26 PVC WASTEWATER LINE LF 1358 $257.45 $349,617.10 (20'+) C17 PIPE TRENCH SAFETY LF 20759 $2.32 $48,160.88 C18 WELL POINTING (24"WWL(16'+)&30" LF 4840 $37.23 $180,193.20 WWL(10'+)) C19 18" DIAMETER 3/8"STEEL CASING LF 40 $131.37 $5,254.80 C20 10" PLUG VALVE&VALVE BOX EA 7 $6,391.12 $44,737.84 C21 10" 11.250 BEND EA 7 $1,687.94 $11,815.58 C22 10"450 BEND EA 10 $1,678.02 $16,780.20 C23 10"X10"X10"WYE EA 1 $3,675.92 $3,675.92 C24 5' DIAMETER F/G MANHOLE EA 18 $20,607.09 $370,927.62 C25 2"AIR/VACUUM RELEASE VALVE IN 5' EA 12 $14,377.89 $172,534.68 DIAMETER F/G MANHOLE C26 8' DIAMETER F/G MANHOLE EA 1 $34,445.96 $34,445.96 C27 MANHOLE TRENCH SAFETY EA 31 $580.00 $17,980.00 C28 5' DIAMETER MANHOLE EXTRA DEPTH VF 314 $686.05 $215,419.70 (>6') C29 8' DIAMETER MANHOLE EXTRA DEPTH VF 8 $686.05 $5,488.40 (>6') C30 AIR/VACUUM RELEASE VALVE MANHOLE EA 1 $20,957.41 $20,957.41 ODOR CONTROL UNIT C31 FULL DEPTH PAVEMENT REPAIR SY 165 $95.85 $15,815.25 C32 CONNECT EXISTING 24" PVC GRAVITY LS 1 $7,234.53 $7,234.53 WASTEWATER LINE TO PROPOSED WASTEWATER MANHOLE C33 CONNECT EXISTING 30" PVC GRAVITY LS 1 $7,308.77 $7,308.77 WASTEWATER LINE TO PROPOSED WASTEWATER MANHOLE C34 CONNECTTO EXISTING 30" PVC GRAVITY LS 1 $7,308.77 $7,308.77 WASTEWATER LINE C35 6"STEEL CONCRETE FILLED BOLLARD EA 52 $1,254.47 $65,232.44 C36 ALLOWANCE FOR UNANTICIPATED AL 1 $600,000.00 $600,000.00 WASTEWATER IMPROVEMENTS Subtotal: $4,657,636.25 CIVCAST RFB 6484 London Area Wastewater Collection System Improvements Report Created On:6/11/2025 7:49:33 PM PART D- LIFT STATION,STRUCTURAL, PUMPS, PIPING,&ODOR CONTROL No. Description Unit Qty Unit Price Ext Price D1 REMOVE EXISTING CONCRETE MOW LF 300 $12.63 $3,789.00 STRIP D2 REMOVE EXISTING CHAIN LINK FENCE& LF 325 $4.62 $1,501.50 GATES D3 REMOVE EXISTING CONCRETE SF 459 $8.25 $3,786.75 PAVEMENT/DRIVEWAY D4 REMOVE EXISTING 6"WET WELL PIPING LS 1 $7,086.05 $7,086.05 AND PUMPS D5 GROUT FILL EXISTING WET WELL CY 7 $392.88 $2,750.16 D6 SITE CLEARING AND STRIPPING AC 0.5 $3,543.40 $1,771.70 D7 12"SUBGRADE PREPARATION SY 1567 $2.26 $3,541.42 D8 6"TYPE A, GRADE 1-2 CRUSHED SY 902 $24.00 $21,648.00 LIMESTONE BASE D9 8"TYPE A, GRADE 1-2 CRUSHED SY 665 $32.03 $21,299.95 LIMESTONE BASE ACCESS ROAD D10 7"CONCRETE PAVEMENT SY 872 $111.94 $97,611.68 D11 LIFT STATION 12' DIAMETER FRP WET LS 1 $472,057.65 $472,057.65 WELL D12 LIFT STATION TOP SLAB LS 1 $24,002.72 $24,002.72 D13 TRENCH PROTECTION AND SHORING AT LS 1 $51,125.83 $51,125.83 LIFT STATION D14 WELL POINTING AT LIFT STATION LS 1 $27,368.22 $27,368.22 D1 S 5' DIAMETER F/G MANHOLE FOR FLOW EA 1 $13,072.96 $13,072.96 METER D16 MANHOLE TRENCH SAFETY EA 1 $580,00 $580.00 D17 LIFT STATION PIPING,VALVES, FITTINGS LS 1 $154,698.37 $154,698.37 &APPURTENANCES D18 LIFT STATION PUMPS, BASE& LS 1 $171,843.55 $171,843.55 SUPPORTS,ALL ACCESSORIES D19 BIOFILTER ODOR CONTROL SYSTEM LS 1 $189,710.22 $189,710.22 INCLUDING ALL FRP PIPING AND BLOWER D20 PCR BUILDING FOUNDATION LS 1 $8,038.80 $8,038.80 CIVCAST RFB 6484 London Area Wastewater Collection System Improvements Report Created On:6/11/2025 7:49:33 PM D21 GENERATOR FOUNDATION LS 1 $6,208.32 $6,208,32 D22 ODOR CONTROL BLOWER FOUNDATION LS 1 $2,698.16 $2,698.16 D23 REMOVABLE BOLLARDS EA 38 $1,550.05 $58,901.90 D24 CONCRETE DRIVEWAY SY 35 $129.36 $4,527.60 D25 CONCRETE MOW STRIP SF 2008 $12.38 $24,859.04 D26 8' CHAINLINK SECURITY FENCE LF 701 $55.59 $38,968.59 D27 20'WIDE DOUBLE SWING SECURITY EA 1 $1,276.00 $1,276.00 GATE D28 5'WIDE PERSONNEL GATE EA 1 $290.00 $290.00 D29 HAUL OFF EXISTING DIRT STOCKPILE CY 994 $12.52 $12,444.88 D30 SITE GRADING LS 1 $7,086.05 $7,086.05 D31 ALLOWANCE FOR UNANTICIPATED LIFT AL 1 $50,000.00 $50,000.00 STATION BYPASS OPERATIONS D32 ALLOWANCE FOR UNANTICIPATED LIFT AL 1 $200,000.00 $200,000.00 STATION IMPROVEMENTS Subtotal: $1,684,545.07 PART E- ELECTRICAL No. Description Unit Qty Unit Price Ext Price E1 ELECTRICAL DEMOLITION LS 1 $9,280.00 $9,280.00 E2 PCR ELECTRICAL BUILDING EA 1 $506,456.00 $506,456.00 E3 MOTOR CONTROL CENTER EA 1 $123,192.00 $123,192.00 E4 PUMP CONTROLS LS 1 $34,066.46 $34,066.46 E5 LIGHTING TRANSFORMER&PANEL LS 1 $20,532.00 $20,532.00 E6 GENERATOR&ATS EA 1 $87,951,20 $87,951.20 E7 SCADA INSTALLATION LS 1 $64,890.40 $64,890.40 E8 ELECTRICAL INSTALLATION LS 1 $183,303.20 $183,303.20 E9 INSTRUMENT INSTALLATION LS 1 $38,836.80 $38,836.80 E10 TESTING,TRAINING, COMMISSIONING, LS 1 $26,100.00 $26,100.00 O&MS E11 FLOW METER EA 1 $10,440.00 $10,440.00 E12 AEP ELECTRIC SERVICE ALLOWANCE AL 1 $20,000.00 $20,000.00 CIVCAST RFB 6484 London Area Wastewater Collection System Improvements Report Created On:6/11/2025 7:49:33 PM Subtotal: $1,125,048.06 PART F-ADDITIVE ALTERNATE NO. 1 -REDUNDANT FORCE MAIN No. Description Unit Qty Unit Price Ext Price F1 HAY BALE BARRIER FENCE EA 2 $3,915.00 $7,830.00 F2 SILT FENCE LF 1778 $2.49 $4,427.22 F3 STABILIZED CONSTRUCTION ENTRANCE EA 1 $4,002.00 $4,002.00 F4 REVEGETATION(HYDROMULCH) SY 949 $0.93 $882.57 F5 REMOVE EXISTING 16" PVC FORCE MAIN LF 40 $44.29 $1,771.60 F6 DIRECTIONALLY DRILLED 16" C900(DR- LF 1345 $480.81 $646,689.45 18) FPVC F7 BORE PIT TRENCH SAFETY EA 2 $1,706.15 $3,412.30 F8 16" C900(DR-18) PVC FORCE MAIN (0'-6') LF 116 $185.88 $21,562.08 F9 16" C900(DR-18) PVC FORCE MAIN (6'-8') LF 23 $130.03 $2,990.69 F10 16" C900(DR-18) PVC FORCE MAIN (8'- LF 51 $133.60 $6,813.60 10') F11 PIPE TRENCH SAFETY LF 150 $2.32 $348.00 F12 16" PLUG VALVE &VALVE BOX EA 4 $12,709.81 $50,839.24 F13 16" 11.25' BEND EA 3 $3,410.16 $10,230.48 F14 16"45' BEND EA 4 $3,439.03 $13,756.12 F15 16"WYE EA 2 $6,797.91 $13,595.82 F16 2"AIR/VACUUM RELEASE VALVE IN 5' EA 2 $17,272.09 $34,544.18 DIAMETER F/G MANHOLE F17 MANHOLE TRENCH SAFETY EA 2 $232.00 $464.00 F18 FULL DEPTH PAVEMENT REPAIR SY 64 $95.85 $6,134.40 F19 2" MILL&OVERLAY SY 300 $31.90 $9,570.00 F20 6"STEEL CONCRETE FILLED BOLLARD EA 4 $1,254.48 $5,017.92 F21 CONNECT TO EXISTING 16" FM WITH 16" EA 4 $5,036.91 $20,147.64 D.I. MJ SLEEVE F22 ALLOWANCE FOR UNANTICIPATED AL 1 $50,000.00 $50,000.00 FORCE MAIN BYPASS OPERATIONS CIVCAST RFB 6484 London Area Wastewater Collection System Improvements Report Created On:6/11/2025 7:49:33 PM F23 ALLOWANCE FOR UNANTICIPATED AL 1 $80,000.00 $80,000.00 REDUNDANT FORCE MAIN IMPROVEMENTS Subtotal: $995,029.31 CIVCAS i RFB 6484 London Area Wastewater Collection System Improvements Report Created On:6/11/2025 7:49:33 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE 23036 RFB 6484 Addendum No. 1 06/11/2025 19:19:11 PM 23036 RFB 6484 Addendum No.2 06/11/2025 19:19:11 PM 23036 RFB 6484 Addendum No.3 06/11/2025 19:19:12 PM 23036 RFB 6484 Addendum No.4 06/11/2025 19:19:12 PM RFB 6484 London Area Wastewater Collection System Improvements Report Created On:6/11/2025 7:49:33 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans 23036 RFB 6484 Drawings 6/11/2025 7:19:40 PM Invitation To Bid 23036 RFB 6484 Invitation to Bid 5/6/2025 2:37:12 PM Addenda 23036 RFB 6484 Addendum No. 1 6/11/2025 7:19:41 PM Addenda 23036 RFB 6484 Addendum No.2 6/11/2025 7:19:42 PM Addenda 23036 RFB 6484 Addendum No.3 5/16/2025 8:29:56 AM Addenda 23036 RFB 6484 Addendum No.4 5/21/2025 4:15:37 PM Other 23036 RFB 6484 Non-Mandatory Site 5/20/2025 9:33:20 AM Visit Sign-In Sheet 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.41 consists of the following organizations: City of Corpus Christi,Texas LJA Engineering, Inc Bath Engineering Corporation Professional Service Industries, Inc. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 65 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 Supplementary Conditions 00 73 00- 1 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 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: a. Geotechnical Engineering Report — London Area WW Collection System Improvements, Professional Service Industries, Inc. (PSI), February 10, 2025 b. Supplemental Geotechnical Engineering Report — London Area WW Collection System Improvements—Horizontal Directional Drilling(HDD) Recommendations, Professional Service Industries, Inc. (PSI), February 12, 2025 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 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 $1,000,000 Per Occurrence 3. Underground Hazard $2,000,000 Aggregate 4. Products/Completed Operations 5. Contractual Liability Supplementary Conditions 00 73 00-2 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 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 ❑X Required ❑ 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 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 sunset, Monday through Friday 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 Supplementary Conditions 00 73 00-3 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 Holiday Date Observed 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: Wage Determination Construction Type Project Type (WD) No TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). "General Decision Number:TX202SO021 01/03/2025 Superseded General Decision Number:TX20240021 State:Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Supplementary Conditions 00 73 00-4 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 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). If the contract is entered . Executive Order 14026 into on or after January 30, generally applies to the 2022, or the contract is contract. renewed or extended (e.g., an .The contractor must pay option 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. If the contract was awarded on . Executive Order 13658 or between January 1, 2015 and generally applies to the JJanuary 29, 2022, and the contract. contract is not renewed or .The contractor must pay all extended on or after January covered workers at least 130, 2022: 1 $13.30 per hour(or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2025. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Supplementary Conditions 00 73 00-5 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 Modification Number Publication Date 0 01/03/2025 S UTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting).......................................$ 9.05 ** Concrete Finisher.......................$ 7.56 ** ELECTRICIAN...............................$ 13.37 ** 2.58 Laborers: Common................................$ 7.25 ** Utility.....................................$ 7.68 ** Power equipment operators: Backhoe.................................$ 9.21 ** Motor Grader.........................$ 8.72 ** ----------------------------------------------------------- WELDERS- Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- ** 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 Supplementary Conditions 00 73 00-6 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member(or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (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 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 Supplementary Conditions 00 73 00-7 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 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. 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 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 Supplementary Conditions 00 73 00-8 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 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. 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: Supplementary Conditions 00 73 00-9 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 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. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION" "General Decision Number:TX20250029 01/03/2025 Superseded General Decision Number:TX20240029 State:Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects& railroad construction; bascule, suspension &spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). 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, Supplementary Conditions 00 73 00- 10 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 including those set forth at 29 CFR 5.1(a)(1). If the contract is entered . Executive Order 14026 into on or after January 30, generally applies to the 2022, or the contract is contract. renewed or extended (e.g., an .The contractor must pay option 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. If the contract was awarded on . Executive Order 13658 or between January 1, 2015 and generally applies to the January 29, 2022, and the contract. contract is not renewed or .The contractor must pay all extended on or after January covered workers at least 130, 2022: 1 $13.30 per hour(or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2025. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2025 SUTX2011-010 08/08/2011 Rates Fringes Supplementary Conditions 00 73 00- 11 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 CEMENT MASON/CONCRETE FINISHER (Paving& Structures)...$ 12.64 ** FORM BUILDER/FORM SETTER Paving& Curb........................$ 10.69 ** Structures.............................. $ 13.61 ** LABORER Asphalt Raker.........................$ 11.67 ** Flagger...................................$ 8.81 ** Laborer, Common..................$ 10.25 ** Laborer, Utility.......................$ 11.23 ** Pipelayer................................$ 11.17 ** Work Zone Barricade Servicer...................................$ 11.51 ** PAINTER(Structures)..................$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor.................$ 14.25 ** Asphalt Paving Machine.........$ 13.44 ** Mechanic...............................$ 17.00 ** Motor Grader, Fine Grade.....$ 17.74 ** Motor Grader, Rough............ $ 16.85 ** TRUCK DRIVER Lowboy-Float.........................$ 16.62 ** Single Axle...............................$ 11.61 ** ---------------------------------------------------------------- WELDERS- Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($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 Supplementary Conditions 00 73 00- 12 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member(or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at 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 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 Supplementary Conditions 00 73 00- 13 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 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. 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 Supplementary Conditions 00 73 00- 14 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications 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. 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 Supplementary Conditions 00 73 00- 15 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 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. ---------------------------------------------------------------- ---------------------------------------------------------------- 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 LJA Engineering, Inc 361-991-8550 Dylan Klare, PE 361-991-8550 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 Supplementary Conditions 00 73 00- 16 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 Public Agencies/Contacts Phone Number Solid Waste & Brush 361-826-1973 IT Department(City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande/Astound Communications 1-866-247-2633 Spectrum/Charter 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 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 01 33 01 Submittal Register ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01 33 01 Submittal Register SC-30.21 Notices. B. Strict compliance is required for all notice provisions in this Contract. Supplementary Conditions 00 73 00- 17 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 END OF SECTION Supplementary Conditions 00 73 00- 18 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 3/2023 DIVISION 01 General Requirements 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 London Area Wastewater Collection System Improvement Project includes the construction of a new lift station to replace the existing lift station (includes a 12' diameter FRP wet well, all pumps, valves, piping, electrical, controls, and all appurtenances associated with lift station construction),biofilter odor control system, flat work, security fencing, approximately 14,830 LF of 10" force main installed by open trench method and approximately 865 LF of 10" force main with 18" casing installed by directional drill methods, approximately 2,800 LF of 24" gravity wastewater line, approximately 3,130 LF of 30" gravity wastewater line, and approximately 3,060 LF of 12"waterline. 2. Additive Alternate No. 1 includes approximately 1,560 LF of redundant 16"force main beneath Oso Creek(150 LF open trench install and 1,345 LF horizontal direction drill install), parallel to the existing 16"force main,to provide emergency backup service in the event of a failure in the existing 16"force main. 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 11 00- 1 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 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 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 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. Additive Alternate No. 1—Redundant 16" Force Main 1. A redundant 16" force main crossing Oso Creek is proposed to provide emergency backup service in the event of a failure in the existing 16"force main. ADDENDUM NO.4 Alternates and Allowances ATTACHMENT NO.2 0123 10-5 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 PAGE 5 OF 18 Rev 5/2020 1.04 DESCRIPTION OF ALLOWANCES A. Bid Item A2—Bonds and Insurance(Max.Allowance of 2%): B. A maximum of 2% of the bid price to be used for the purchase of bonds and insurance required for the Project. C. Bid Item A13—Allowance for Unanticipated Adjustments/Improvements: 1. The sum of$100,000 to be used for the purchase and installation of Unanticipated adjustments/improvements. D. Bid Item A14—Allowance for Unanticipated Disposal of Contaminated Groundwater: 1. The sum of $25,000 to be used for the Unanticipated disposal of contaminated groundwater. E. Bid Item B23—Allowance for Unanticipated Water Improvements: 1. The sum of$55,000 to be used for Unanticipated Water Improvements. F. Bid Item C36—Allowance for Unanticipated Wastewater Improvements: 1. The sum of$600,000 to be used for Unanticipated Wastewater Improvements. G. Bid Item D31—Allowance for Unanticipated Lift Station Bypass Operations: 1. The sum of$50,000 to be used for Unanticipated Lift Station Bypass Operations. H. Bid Item D32—Allowance for Unanticipated Lift Station Improvements: 1. The sum of$200,000 to be used for Unanticipated Lift Station Improvements. I. Bid Item E12—AEP Electric Service Allowance: 1. The sum of$20,000 to be used for AEP Electric Service Allowance. J. Bid Item F22—Allowance for Unanticipated Force Main Bypass Operations: 1. The sum of$50,000 to be used for Unanticipated Force Main Bypass Operations. K. Bid Item F23—Allowance for Unanticipated Redundant Force Main Improvements: 1. The sum of$80,000 to be used for the Unanticipated Redundant Force Main Improvements. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION ADDENDUM NO.4 Alternates and Allowances ATTACHMENT NO.2 0123 10-6 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 PAGE 6 OF 18 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 Al —Mobilization (Max. 5%of Project Total): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. ADDENDUM NO. 4 Measurement and Basis for Payment ATTACHMENT NO. 2 01 29 01-7 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 PAGE 7 OF 18 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(Max.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 Plan: 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50%of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50%completion has occurred, minus retainage. D. Bid Items A4—Traffic Control Plan and Preparation: 1. Include the following costs in these Bid Items: a. Development and preparation of Traffic Control Plan; and b. Coordination with the City of Corpus Christi Traffic Engineering Department. 2. Measuring for payment shall be on a per lump sum basis. Payment for Traffic Control Plan and Preparation shall be based upon the traffic control plan being approved by the City. E. Bid Item AS—Traffic Control Mobilization/Adjustments/Demobilization: 1. Include the following costs in these Bid Items: a. Mobilization/adjustments/demobilization of required traffic control devices and signs; and b. Personnel, materials, equipment, and labor required to make required/necessary adjustments to traffic control devices and signs. 2. Measuring for payment shall be on a per each basis. Payment for Traffic Control Mobilization/Adjustments/Demobilization shall be based upon each mobilization, demobilization, and significant adjustment. A significant adjustment is determined in ADDENDUM NO. 4 Measurement and Basis for Payment ATTACHMENT NO. 2 01 29 01-8 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 PAGE 8 OF 18 Rev 5/2020 the opinion of the City as a change in phase or deviation greater then 50% from the traffic control plan approved by the City. F. Bid Item A6—Traffic Control Items(Signs, Barricades, Channeling Devices, etc.): 1. Include the following costs in these Bid Items: a. Placement and maintenance of required traffic control devices and signs; and b. Provision of necessary Traffic Control personnel. 2. Measuring and basis for payment for Traffic Control Items (Signs, Barricades, Channeling Devices, etc.) shall be on a per month basis. G. Bid Item A7—Ozone Action Day: 1. Include the following costs in these Bid Items: a. Compensation in the amount of the bid unit price for Ozone Advisory days that occur during the construction duration. 2. Measuring for payment is on a per day basis. H. Bid Item D11—Lift Station 12' Diameter FRP Wet Well 1. Include the following costs in this Bid Item: a. Design submittals illustrating components of wet well. b. Installation of the 12' diameter FRP wet well in its entirety, including, personnel, materials, equipment, and labor required for installation. 2. Measuring for payment is on a lump sum basis. Payment shall be made on a percent complete basis agreed upon by the OAR, Engineer, and Contractor at the end of each billing cycle. I. Bid Item D17—Lift Station Piping,Valves, Fittings&Appurtenances 1. Include the following costs in this Bid Item: a. All materials and labor necessary to complete in place the various valves, bends, couplings,tie-down support, etc. shown in the plans for the lift station. 2. Measuring for payment is on a lump sum basis. Payment shall be made on a percent complete basis agreed upon by the OAR, Engineer, and Contractor at the end of each billing cycle. J. Bid Item D18—Lift Station Pumps, Base&Supports,All Accessories 1. Include the following costs in this Bid Item: a. All materials and labor necessary to complete in place the various pumps, supports, concrete bases, etc. shown in the plans for the lift station. 2. Measuring for payment is on a lump sum basis. Payment shall be made on a percent complete basis agreed upon by the OAR, Engineer, and Contractor at the end of each billing cycle. K. Bid Item D19—Biofilter Odor Control System Including all FRP Piping and Blower 1. Include the following costs in this Bid Item: ADDENDUM NO. 4 Measurement and Basis for Payment ATTACHMENT NO. 2 01 29 01-9 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 PAGE 9 OF 18 Rev 5/2020 a. All material and labor necessary to install complete and in place the Biofilter Odor Control System, including all plumbing and FRP duct work as shown in the plans. b. The Odor Control Blower Foundation will be paid as a separate bid item. c. Start-up operations and normal operation efforts are also included in this bid item.The Biofilter Odor Control System should be fully functional prior to final payment of this bid item. 2. Measuring for payment is on a lump sum basis. Payment shall be made on a percent complete basis agreed upon by the OAR, Engineer, and Contractor at the end of each billing cycle. L. Bid Item D31—Allowance for Unanticipated Lift Station Bypass Operations 1. Include the following costs in this Bid Item: a. Installation and operation of complete bypass system, including labor and all materials, if required, for the purposes of diverting wastewater flows during tie-in connections and existing lift station decommissioning operations. 2. Payment for Allowance for Unanticipated Lift Station Bypass Operations will be based on documented actual costs for materials, equipment, and labor, with a maximum reimbursement equal to the lower of the allowance amount or the Contractor's verifiable costs. Should the Contractor's verifiable costs exceed the allowance amount, the Owner will review the excess costs, and a change order may be issued to cover the additional amount if deemed warranted. M. Bid Item F22—Allowance for Unanticipated Force Main Bypass Operations 1. Include the following costs in this Bid Item: a. Installation and operation of complete bypass system and/or vacuum trucks, including labor and all materials, if required, for the purposes of diverting wastewater flows during tie-in connections between the new and existing force mains. 2. Payment for Allowance for Unanticipated Force Main Bypass Operations will be based on documented actual costs for materials, equipment, and labor, with a maximum reimbursement equal to the lower of the allowance amount or the Contractor's verifiable costs. Should the Contractor's verifiable costs exceed the allowance amount, the Owner will review the excess costs, and a change order may be issued to cover the additional amount if deemed warranted. N. All other Bid Items contained within the Bid Form: 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. ADDENDUM NO. 4 Measurement and Basis for Payment ATTACHMENT NO. 2 0129 01- 10 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 PAGE 10 OF 18 Rev 5/2020 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION ADDENDUM NO. 4 Measurement and Basis for Payment ATTACHMENT NO. 2 0129 01- 11 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 PAGE 11 OF 18 Rev 5/2020 0133 01 Submittal Register Specification Paragraph Types of Submittals Required Section Specification Description No. Product Sample or Operations Information Mockup Data 022100 Select Material Record Data 022420 Silt Fence Incl.Inlet Protection Record Data 025223 Crushed Limestone Flexible Base Record Data 025612 Concrete Sidewalks and Driveways Record Data 025802 Temporary Traffic Controls During Construction Record Data 026206 Ductile Iron Pipe&Fittings Record Data 026210 PVC Pipe-AWWA Record Data 026214 Grouting Abandoned Utility Lines Record Data 026402 Waterlines Record Data 026404 Water Service Lines Record Data 026409 Tapping Sleeves and Tapping Valves Record Data 026411 Gate Valves for Waterlines Record Data 026416 Fire Hydrants Record Data 026602 Wastewater Force Main Record Data 026604 Air Release Valve for Wastewater Record Data 027200 Control of Wastewater Flows Record Data 027205 Fiberglass Manholes Record Data 027602 Gravity Wastewater Lines Record Data 030020 Portland Cement Concrete Record Data 032020 Reinforcing Steel Record Data 037040 E ox Compounds Record Data 038000 Concrete Structures Record Data 055420 Frames Grates Rings&Covers Record Data 016510-T Testing and Start-Up Record Data 022410-T Storm Water Pollution Prevention Plan Record Data 026800-T FPVC Pipe for Installtion by HDD Record Data 026900-T Horizontal Directional Drilling Record Data 028020-T Seeding Record Data 099020-T Painting Record Data 113100-T Fiberglass Reinforced Plastic Wetwell Shop Drawing 132520-T Soil Bed Biofilter Odor Control System Shop Drawing O&M Manual 151020-T Check Valves Record Data 151030-T Eccentric Plug Valves Record Data 151620-T Submersible Pumps for Wastewater Record Data O&M Manual 260500 Common Work Results for Electrical Shop Drawing 260519 Low-Voltage Elec Power Conductors and Cables Record Data 260519.01 Wire Connections and Devices Record Data 260526 Grounding and Bonding for Electrical Systems Record Data 260529 Hangers and Supports for Electrical Systems Shop Drawing 260533 Raceways and Boxes for Electrical Systems Shop Drawing 260543 Underground Ducts&Raceways for Elec Systems Shop Drawing 260544 Sleeves and Sleeve Seals for Electrical Raceways and Cabling Record Data 260553 Identification for Electrical Systems Record Data O&M Manual 260573 Electrical Power System Studies Record Data 262200 Low Voltage Transformer Record Data O&M Manual 262416 Panelboards Record Data O&M Manual 262726 Wiring Devices Record Data O&M Manual 263213 Diesel Generator Shop Drawing O&M Manual 263600 Automatic Transfer Switches Shop Drawing 0&M Manual 266419 Motor Control Centers Shop Drawing O&M Manual 266920 Packaged Electrical Control Room Shop Drawing O&M Manual 403980 Pump Controls Shop Drawing O&M Manual 406980 Level Transmitter Record Data O&M Manual 406990 Flow Meter Record Data O&M Manual 409430 SCADA S stem Shop Drawing O&M Manual 409443 Programmable Logic Controllers Record Data O&M Manual Per Plans Bedding Materials Record Data Per Plans Security Fence and Gates Record Data Submittal Register 01 33 01-1 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 10/2018 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE Perform the Work as required to complete the entire Project within the Contract Times and in the sequence specified in the plans. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and S. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Liquidated Critical Operation Max.Time Hours Operation Damages Out of Operation can be Shut Down ($ per hour) None Special Procedures 01 35 00- 1 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 10/2018 Liquidated Critical Operation Max.Time Hours 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. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow-off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves,gates or adjacent structures. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 01 35 00-2 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 10/2018 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 01 50 00- 1 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 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 A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 10 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times,and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls 01 50 00-2 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 8/2019 2.0S TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor.The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. Temporary Facilities and Controls 01 50 00-3 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 8/2019 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings,sheds,and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls 01 50 00-4 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 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 01 57 00- 1 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 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 01 57 00-2 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 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 01 57 00-3 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 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 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 01 57 00-4 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 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 Oso 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 A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be US Ecology(USET)in Robstown,Texas or Texas Molecular in Corpus Christi,Texas. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine,which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for Temporary Controls 01 57 00-5 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 8/2019 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 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 01 57 00-6 LONDON AREA WASTEWATER COLLECTION SYSTEM IMPROVEMENTS-23036 Rev 8/2019 PART S Standard Specifications 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 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six(6)inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks,organic matter,and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,site grading shall not be measured for pay,but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev.10-30-2014 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 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfi11 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 storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill(typically twelve (12)inches above top of the pipe)to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev.3-25-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement-stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density(ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement-stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev.3-25-2015 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-lb (2.49 kg) Rammer and 12-inch(304.8 mm) Drop. B. Federal Regulations,29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health Administration(OSHA). C. Federal Register 40 CFR(Vol. 55,No. 222)Part 122,EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water-bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations;reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material;prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev.10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches), b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties,buildings, structures,utilities,installed facilities, and other work. 4. Prevent the loss of fines, seepage,boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single-stage or multiple-stage well point systems, eductor and ejector-type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms,pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev.10-30-2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality(TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination(NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation,water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev.10-30-2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors,well points, or deep wells,where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor,material, equipment,techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights,weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev.10-30-2014 works. Allowable piezometrrc elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement- bentonite grout or cement-sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical,provide grout connections at 50-foot intervals and fill pipe with cement-bentonite grout or cement-sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system,including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR,WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12-inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre-drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev.10-30-2014 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation(including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre-drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and back fill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev.10-30-2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING,TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance,Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times,preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of"Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system(Nueces River or Oso Creek),the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh,but local experience shows this to be unlikely. b) If the receiving water is a marine environment,proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev.10-30-2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Ground Receiving Water Water Monitoring Monitoring Maximum Parameter Frequency Frequency Limitation Total Dissolved Once Prior to Solids (TDS) Initial+Weekly Discharge <Receiving Water Total Suspended Once Prior to Solids (TSS) Initial+Weekly Discharge <Receiving Water Total Petroleum Hydrocarbons Initial+Weekly 15 mg/L Total Lead Initial+Weekly 0.1 mg/L Benzene Initial+Weekly 0.005 mg/L Total BTEX Initial+Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial+Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator(City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev.10-30-2014 shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Parry: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes/No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows,the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 Rev.10-30-2014 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s)prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev.10-30-2014 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 SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs,base or pavement,by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required-- roadway sections or in uniformly widening embankments,flattening slopes,etc., as directed by the Engineer,provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time,replace with suitable material,and recompact(especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond+1%deviation from the required moisture or density requirement. Irregularities exceeding '/2 inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev.10-30-2014 (C) Curb Backfill and Topsoil Sidewalks, Parkways,Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right-of-Wad Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right-of- way lines shall be made at a slope of three horizontal to one vertical(3:1) or flatter. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed,in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately,and deposited in the roadway within limits and at elevations required.Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically-stabilized aggregate base layer within the pavement structure. Geogrid shall be classified as Type 2 geogrid by TxDOT under the most current version of "TxDOT Departmental Materials Specification DMS-6240". The layer coefficient ratio (LCR) for pavement design with geogrid shall not exceed 1.2. Alternate pavement designs shall be sealed and signed by a Texas professional engineer and shall utilize the same structural design values for other pavement structural components (HMAC, base, sub-base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. 022040 Page 13 of 3 The Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway- legal rubber-tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials,tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste,including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 14 of 3 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten(10)inches uncompacted(loose)depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather-edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position,but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method,type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev.10-30-2014 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment,due to any reason or cause,lose the required stability,density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material,when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material'. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately, but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev.10-30-2014 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 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6-gauge, fonned into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev.10-30-2014 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style C. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev.10-30-2014 SECTION 025202 SCARIFYING AND RESHAPING BASE COURSE 1. DESCRIPTION "Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base course(with or without asphalt surface)to the line,grade and section as indicated on the drawings. 2. CONSTRUCTION METHODS The existing base and surface shall be scarified to the width and depth indicated on the drawings. Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt surfacing shall be broken into particles no larger than 2 '/2 inches. The asphalt surfacing shall then be uniformly mixed with the existing base. Additional base material,where required to achieve the lines and grades shown on the drawings, shall also be added to and uniformly mixed with the existing scarified base material. If indicated on the drawings, geogrid shall be installed in the pavement section. The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before final compaction. Moisture content shall be maintained in the material during the 48-hour period. Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in layers (10-inch maximum loose depth) to a minimum density of 98% Modified Proctor density (AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use mechanical tamps in areas inaccessible to rollers. Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and section as shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section, and in lengths of 16 feet measured longitudinally, shall be corrected by loosening, adding or removing material,reshaping, and re-compacting by sprinkling and rolling. Moisture content shall be maintained on the wet side of optimum (+3%maximum)until paving is complete. If required, lime shall be applied in the amount indicated on the drawings. Lime shall be applied and the treated base mixed, cured, compacted and finished in accordance with City Standard Specification Section 025210 "Lime Stabilization." 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be measured and paid for separately,but shall be subsidiary to other work. 025202 Page 1 of 1 Rev.10-30-2014 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020"Excavation and Backfill for Utilities" Section 022100 "Select Material" Section 025223 "Crushed Limestone Flexible Base" Section 025424"Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620"Portland Cement Concrete Pavement" Section 030020 "Portland Cement Concrete",Class"A"Concrete Section 032020 'Reinforcing Steep' Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw-cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 025205 Page 1 of 4 Rev.11-9-2016 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner,with like or better materials or per pavement repair details to be provided on the drawings. Pavement cuts in a street for any utility requires a permit from the Director of Development Services in accordance with City Ordinance 030040, Article III Cuts and Excavations (12-17-2013). The installation of a utility that crosses the ROW at a perpendicular or near perpendicular angle and has an OD of 6" or less will not be permitted to be installed by cutting the road section. Street excavation/cut for a utility in an asphalt roadway shall include a full lane overlay or pavement repair for parallel cuts, or a 12' wide pavement repair for perpendicular cuts. Street excavation/cut for a utility in a concrete roadway shall include full panel replacement. The drawings and/or permit application should include a site specific pavement cut and restoration plan that indicates the general nature of the pavement and roadway(for examples, concrete arterial, asphalt residential) to be cut and restored, the existing pavement section (if known), the location and approximate area of the excavation/pavement repair,including the approximate length and width of the pavement repair in relation to the roadway travel lane(s). 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six(6)inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A"concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall,in general,be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid-depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three#4 bars.Adjust grades for positive drainage. Replacement shall,in general,be to original joint or score mark.For jointed concrete roadways,the joints in curb or in curb and gutter should match the concrete roadway joints. 025205 Page 2 of 4 Rev.11-9-2016 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter where a shoulder is disturbed, it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. The requirements of City Ordinance 030040 as stated above apply also to unimproved streets unless a specific variance is granted by the Director of Development Services. 10. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement repair shall be measured by the square yard of the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and shall be full compensation for all labor, materials, equipment,tools, and incidentals required to complete the work. No separate measurement or payment will be made for subgrade compaction,sand leveling course,geogrid,ordinary backfill, cement-stabilized sand backfill, flexible base, prime coat, hot-mix asphaltic concrete, etc. 025205 Page 3 of 4 Rev.11-9-2016 THIS PAGE INTENTIONALLY LEFT BLANK 025205 Page 4 of 4 Rev.11-9-2016 SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type `A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit,plasticity index, modified proctor, moisture-density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible (no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev.3-25-2015 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within ± 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within±1% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material,reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev.3-25-2015 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete,constructed as herein specified on an approved subgrade,in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class"A"concrete under City Standard Specification Section 030020"Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 'Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000"Concrete Structures". Cap seal shall be "Greenstreak" or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings,no section shall be of a length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev.3-25-2015 The different sections shall be separated by a premolded insert or board j oint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer,placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5-foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk,joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2,white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev.3-25-2015 SECTION 025620 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION This specification shall govern for the construction of Portland cement concrete pavement on a prepared subgrade or base course,in accordance with the typical sections shown on the drawings. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water,proportioned and mixed as hereinafter provided. All subsurface utilities must be inspected,tested, and accepted prior to any paving. 2. MATERIALS (1) Cement The cement shall be either Type I, Type II or Type III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram(Wagner Turbidimeter— TxDOT Test Method Tex-310-D). The Contractor shall furnish the Engineer with a statement as to the specific surface area of the cement, expressed in square centimeters per gram, for each shipment. For concrete pavements, strength requirements shall be demonstrated using flexural (beam) or compressive (cylinder) tests as required in the drawings. Either Type I or II cement shall be used unless Type 11 is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement shall be used when high early strength concrete pavement is specified on the drawings. Different types of cement may be used in the same project, but all cement used in any one monolithic placement of concrete pavement shall be of the same type and brand. Only one brand of each type of cement will be permitted in any one project unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. 025620 Page 1 of 5 Rev.3-25-2015 Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (3) Coarse Aggregate Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. (5) Mineral Filler Mineral filler shall consist of stone dust,clean crushed sand,or other approved inert material. (6) Mortar(Grout) Mortar for repair of concrete pavements shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". (8) Reinforcing Steel Unless otherwise designated on the plans, all steel reinforcement shall be deformed bars, and shall conform to ASTM Designation: A615, Grade 60, and shall be open hearth,basic oxygen or electric furnace new billet steel in accordance with City Standard Specification Section 032020 "Reinforcing Steel". Dowels shall be plain billet steel smooth bars conforming to ASTM Designation: A615, Grade 60, and shall have hot-dip galvanized finish. 3. STORAGE OF MATERIALS All cement and aggregate shall be stored and handled in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 025620 Page 2 of 5 Rev.3-25-2015 4. MEASUREMENT OF MATERIALS Measurement of the materials, except water,used in batches of concrete, shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 5. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design to comply with the requirements herein and in accordance with THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens,which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve the Contractor of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. This specification section incorporates the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 6. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water-reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be 025620 Page 3 of 5 Rev.3-25-2015 workable, cohesive,possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements shall be as specified in Table 1. TABLE Slump Requirements Construction Method Desired Slump Minimum Slump Maximum Slump Concrete Pavement(slipformed) 1.5 inches 1 inch 3 inches Concrete Pavement(formed) 4 inches 2.5 inches 6.5 inches NOTE: No concrete will be permitted with slump in excess of the maximum shown. 7. QUALITY OF CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". If the required flexural or compressive strength is not secured with the cement specified in Table 2,changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7-day or 28-day) or minimum compressive strength (7-day or 28-day) shown in Table 2. TABLE 2 Class of Concrete for Concrete Pavement Class Minimum Minimum Maximum of Flexural(Beam) Compressive Water-Cement Coarse Concrete Strength Strength Ratio Aggregate P* 450 psi(7 days) 3200 psi (7 days) 5.6 gal./sack No.2(1'V2") 570 psi(28 days) 4000 psi (28 days) 0.50 * 5%entrained air 8. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures",Article 'Placing Concrete-General", shall not be used.Re-tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev.3-25-2015 Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 10. READY-MIX PLANTS The requirements for ready-mix plants shall be as specified in City Standard Specification Section 030020 "Portland Cement Concrete". 11. PLACING, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. The placing of concrete, including construction of forms and falsework, curing and finishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material,joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. 025620 Page 5 of 5 Rev.3-25-2015 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices",unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval,prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev.10-30-2014 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off-hours phone number of the competent person shall be provided in writing at the Pre-Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off-hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction— see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for"Traffic Control." Example Blue Sign 24' to 3W _ _ ,C MANDARIN GARD [ 12` to tts` 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non-removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible-reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2 of 3 Rev.10-30-2014 construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate, upon completion of the project. 025802 Page 3of3 Rev.10-30-2014 SECTION 025805 WORK ZONE PAVEMENT MARKINGS 1. SCOPE. This specification covers the placement, maintenance and removal of work zone pavement markings, which are temporary pavement markings to be placed on roadways that are open to traffic during various work phases, as required to complete the project. 2. GENERAL REQUIREMENTS. The pavement marring material shall consist of an adhesive-backed reflective tape that can be applied to the pavement,Markings are to be 3M Staymark or approved equal. Markings shall be of good appearance, have straight, unbroken edges and have a color that complies with all FHWA regulations. 3. DIMENSIONS. Pavement markings shall be minimum of 3-7/8 inches wide. Lengths and spacing will be as specified. 4. COLOR. The markings, as well as retroreflected light from the markings, shall be white or yellow as called for on the drawings. 5. VISIBILITY. When in place, the pavement markings (during daylight hours) shall be distinctively visible for a minimum of 300 feet. When in place, the pavement markings (when illuminated by automobile low-beam headlights at night) shall be distinctively visible for a minimum of 160 feet. The above day and night visibility requirements shall be met when viewed from an automobile traveling on the roadway. 6. PLACEMENTS AND MAINTENANCE. At sunrise and sunset of each day and before each phase change, work zone pavement markings meeting all specification requirements shall be in place on all roadways on which traffic is allowed and where suitable permanent pavement markings are not in place. The transverse location of the line(s) formed by the markings shall be as determined by the Engineer. Unless otherwise shown on the drawings,work zone markings shall be placed as follows: Condition S acin Length of Stripe Straight 80 feet(approximate) 24 inches Curve<2' 80 feet(maximum) 24 inches Curve>2' 40 feet(maximum) 24 inches The spacing of stripes may be modified by the Engineer. However,the maximum spacing specified above shall not be exceeded in any case. 025805 Page 1 of 2 Rev.10-30-2014 The Contractor will be responsible for maintaining the work zone pavement markings for a maximum period of two weeks. If, however, the Contractor is also responsible for placing the standard pavement markings, the Contractor will be responsible for maintaining the work zone pavement markings until permanent pavement marl-ings are in place. 7. REMOVAL. Where removal is required, it will be accomplished in accordance with instructions of the Engineer or as called for on the drawings. 8. MEASUREMENT AND PAYMENT. Unless otherwise specified on the Bid Form, work zone pavement markings shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025805 Page 2 of 2 Rev.10-30-2014 SECTION 026201 WATERLINE RISER ASSEMBLIES 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of(in order): M.J.Plug or Cap,drilled and tapped(2") 2" x 6" Galvanized Nipple 2" Galvanized 90'Bend 2"x 3'Galvanized Nipple 2" Straight Coupling 2"x 3'Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 Page 1 of 1 Rev.10-30-2014 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one-inch (1") safety relief valve set at the test pressure plus ten pounds per square inch (psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36)hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev.10-30-2014 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L= SD P �'2 or L=ND P ' 133,200 7,400 Asbestos-Cement Pipe,AWWA C603 L =N D P '/� 4,000 PVC Pipe-Uni-bell equation 99 L =N D P '/2 7,400 WHERE: L=Maximum Allowable Leakage(gallons/hour) S =Length of Pipe Tested (feet) N=Number of Joints in Tested Line(pipe and fittings) D =Nominal Diameter of Pipe (inches) P=Average Test Pressure(psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay, but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev.10-30-2014 SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains)shall have a shop-applied cement-mortar lining(40 mils thick)in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8-mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes,unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push-on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor-ten nuts, Cor-ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series I100 by EBAA Iron or approved equal,with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12"in diameter shall be push on type with a retainer ring as LOK-RING or FLEX-RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev.10-30-2014 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 10# 350 0.26 15 - 45 12 350 0.28 15 - 44 14# 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push- on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev.10-30-2014 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline,together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev.10-30-2014 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905)required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic-design-basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Desi n_ action 4" to 12" AWWA C900 Over 12" AWWA C905 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev.3-25-2015 S. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to,but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place,per linear foot. 026210 Page 2 of 2 Rev.3-25-2015 SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/CY Portland Cement 300 lbs/CY Fly Ash 2100 lbs/CY Sand 250 lbs/CY Water 6 oz/CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste-like consistency immediately prior to placing flowable grout. B. Soil-Lime Mix Design: The following is given as a typical mix design for soil-lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev.10-30-2014 Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water(approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil-lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned-in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev.10-30-2014 SECTION 026402 WATERLINES 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and initial backfill around the pipe shall be granular material of low plasticity as indicated on the drawings. Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206. Polyvinyl Chloride Pipe: See City Standard Specification Section 026210. Tapping Sleeves and Valves: See City Standard Specification Section 026409. Gate Valves for Waterlines: See City Standard Specification Section 026411. Fire Hydrants: See City Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 026402 Page 1 of 5 Rev.3-25-2015 c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits,ducts,pipes, connections to sewers or drains,the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. One (1) 20-ft. section of waterline pipe shall be centered over/under gravity wastewater line at all gravity wastewater line crossings.Waterline shall be ductile iron pipe with mechanical joint fittings, in accordance with City Standard Specification Section 026206, wherever new waterline crosses under new gravity wastewater line. Maintain a minimum of six inches(2 feet usual)vertical clearance between outsides of pipes where a new waterline crosses over a new wastewater line. Maintain a minimum of twelve inches vertical clearance between outsides of pipes where a new waterline crosses under a new wastewater line. Alternatively, at gravity wastewater line crossings, the proposed PVC waterline may be encased in a 20-ft.joint of ductile iron pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand, graded as shown in the City Standard Water Details. The casing pipe shall be centered under the gravity wastewater line as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. b) Deviation from Drawings: No deviation from the line and grade shown on the plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. Waterlines 12" and larger located under streets shall have 48 inches of cover at all points. 026402 Page 2 of 5 Rev.3-25-2015 (3) TRENCH EXCAVATION AND BACKFILL See City Standard Specification Section 022020, "Excavation and Backfill for Utilities" and applicable City Standard Details for Water. (4) POLYETHYLENE WRAPPING All ductile iron pipe,valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe,valves and fittings,including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6-foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement pipe, shall be completely encased with a minimum of eight inches (8") of sand on the bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches (12") over the top of the waterline,unless otherwise indicated on the drawings. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90% Standard Proctor density. Provide twelve inches (12") of sand encasement all around the pipe for 16-inch diameter and larger waterlines. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe (twelve inches for 16-inch diameter and larger waterlines), unless otherwise indicated on the drawings. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance 026402 Page 3 of 5 Rev.3-25-2015 from the bottom of the bell to the bottom of the bell hole. The trench shall then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material,bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective, damaged or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. (7) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic testing,this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. Temporary thrust blocks are not allowed for long term use. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping. 026402 Page 4 of 5 Rev.3-25-2015 (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the Engineer, shall throw powdered calcium hypochlorite(70%)through the length of the joint(one pound for each 1,680 gallons of water to give 50 ppm). When the waterline is complete,and before testing,the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take sample for testing two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During the sterilization process,valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of$100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See City Standard Specification Section 026202, "Hydrostatic Testing of Pressure Systems". (12) WATER SERVICE CONNECTIONS See Standard Specification Section 026404, "Water Service Lines". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, temporary thrust blocking,backfill, sterilization, and hydrostatic testing. Payment shall be full compensation for all labor,materials,tools, equipment and incidentals required to complete the work. 026402 Page 5 of 5 Rev.3-25-2015 SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating,unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze,flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller H-15023 for 1-'/z" &2" sizes 026404 Page 1 of 2 Rev.3-25-2015 ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" service line with 5/8"x 3/4" or 3/4"meter size Brass gate valve required for I-�/z" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, water service lines shall be measured with the units indicated in the Bid Form for each size of service line. Payment for service lines shall include,but not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site restoration; and shall be full compensation for all labor, equipment, tools and incidentals required for proper installation of the water service lines. 026404 Page 2 of 2 Rev.3-25-2015 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement-stabilized sand encasing,backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1 of 1 Rev.3-25-2015 SECTION 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge(C515)with non-rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve,except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation—lay over. 4) Stem seals shall be the 0-ring type on valves through 12-inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left(counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval, the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2"per cent. 026411 Page 1 of 2 Rev.3-25-2015 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way,the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches (12")below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gate valves for waterlines will be measured as a unit for each gate valve and valve box installed. Payment shall include, but not be limited to,furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement- stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026411 Page 2 of 2 Rev.3-25-2015 SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide all fire hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to AWWA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants -Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff- The shutoff shall be of the compression type only. c) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch (6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications -Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Length- The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-1/2") inside diameter and the pumper nozzle shall be four inches (4") inside diameter. g) Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one-half-inch (2-V2")National Standard thread (7-%2 threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lutes -None required. i) Nozzle Cap Gaskets -Required. j) Drain Openings -Required. 026416 Page 1 of 3 Rev.3-25-15 k) Tapping of Drain Opening- Tapping of the drain opening for pipe threads is not required. 1) Nozzle Chain-Not required. m) Direction to Open- The hydrants shall open left(counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth inches (1-1/8")point to face at top of nut. p) Nozzle Cap Chains -Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydran - The main valve opening shall not be less than five and one-quarter inches (5-1/4")inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. s) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stem- Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non-corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "O"-ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O"-ring seal area. The sleeve shall be of sufficient length to be in the packing gland "O"-ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 Page 2 of 3 Rev.3-25-15 x) Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. y) Operating Stem Nut - The operating stein nut shall be designed to prevent seepage or rain, sleet, and the accumulation of dust between the operating nut and the hydrant top. z) Packing Gland or "O"-Ring Seal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "O"-ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6-inch line and fitting on the main; and shall be full compensation for all labor,materials, tools, equipment and incidentals required to properly complete the work. 026416 Page 3of3 Rev.3-25-15 SECTION 026602 WASTEWATER FORCE MAIN 1. DESCRIPTION This specification shall govern all work required for the installation of all wastewater force mains required to complete the project. 2. GENERAL REQUIREMENTS I. All work shall be done in a workmanlike manner, in accordance with the drawings and specifications. 2. Prior to construction, the Contractor shall submit, for approval, certificates of inspection in duplicate to the Engineer from the pipe and fittings manufacturer(s) that said materials supplied have been inspected at the plant and meet the requirements of this specification. 3. It shall be the responsibility of the Contractor to keep on hand extra fittings and pipe, as he may deem necessary to make adjustments due to unknown obstructions, or to replace defective materials without delay to the project. When defective materials are discovered, they shall be immediately marked and removed from job site. 4. All pipe and fittings shall be clearly marked with trademark of manufacturer,batch number, location of plant, ASTM/ANSFAWWA designation, size, pressure rating, class/SDR, and pressure rating. 5. Wastewater marking tape shall be continuously applied along the top of the force main, except at joints. The tape shall be green and 2 inches wide and state "Sewer". 3. MATERIALS A. Ductile Iron Pipe Fittings: See City Standard Specification Section 026206. B. PVC Pipe (AWWA C900 or C905): See City Standard Specification Section 026210. C. Concrete: Concrete shall have a minimum compressive strength of 3000 PSI at 28 days. 026602 Page 1 of 7 Rev.10-30-2014 D. Bedding Sand for Encasement: Sand shall be as indicated on the drawings. E. Non-Standard Fittings: Fittings having non-standard dimensions or fabricated especially for this project shall have a minimum pressure rating of 250 psi and durability comparable to that of the system. Drawings and specifications for non-standard fittings shall be submitted for approval of the Engineer prior to construction. Couplings and adapters for DIP and PVC connections shall be considered non-standard fittings. F. Ceramic Epoxy Lining for Ductile Iron Pipe Fittings: When indicated in the drawings or Special Provisions, the interior of DI pipe and fittings shall be furnished with a factory applied ceramic epoxy lining. Lining material shall be Protecto 401 Ceramic Epoxy Lining, of 40 mils nominal dry thickness. The epoxy shall be fused to the interior of the pipe by heat, forming a securely bonded lining. 1. Operating Limits: The lining shall have the capability of withstanding operating temperatures from 0° F to 170' F and withstanding sewage with a minimum pH of 4.0. 2. Application: The interior surface of each pipe shall be blast-cleaned to remove high temperature oxide film and to form an anchor pattern over the entire surface prior to heating and lining. Epoxy lining is to cover the inner surface of the pipe, extending from the plain or beveled end to the rear of the gasket socket. 3. Adhesion: Pipe shall be checked at the point of manufacture to assure bond of the lining to the pipe. Any indication of separation of lining from pipe is cause for rejection. . 4. Entrapped Material: Any sizeable protrusion in the lining, obviously caused by lining over foreign materials, shall be cause for rejection. 5. Separations: Linings which have separations caused during the lining operation shall be rejected. 6. Damages to Lining: Injurious mechanical damage, such as chuck marks and gouges, extending to bare metal are not acceptable. The pipe having such a defect shall be rejected. 7. Lining Thickness: Linings of nominal 40 mil thickness shall generally equal or exceed 40 mil throughout the pipe. At pipe ends, lining thickness may taper for a distance of 4 inches from the ends,to a minimum of 20 mil thickness. However, the lining shall not deviate by more than 5 mil from the 40 mil nominal thickness as required through the pipe. The lining thickness of each pipe and fitting shall be taken at the point of manufacture using a general electric magnetic dry film thickness device, digital coating thickness gauge, Positector 2000, or approved 026602 Page 2 of 7 Rev.10-30-2014 equal. Pipe and/or fittings with a lining thickness less than the minimum specified shall be rejected. 8. Bell and Plain End Overcoat: The bell socket and the last 2 inches of the plain end of each pipe shall be coated on the inside and outside with a factory applied mastic or epoxy coating. This coating shall be a minimum of 10 mil thickness and shall be Koppers 300M,Industrial Ruff Stuff, Roskote Mastic A-938, or equal. 9. Pinholes and/or Holidays: The inside surface of each pipe or fitting shall be free of pinholes, holiday discontinuities and any blister type surface imperfections. The manufacturer shall check each pipe and fitting for holidays at the point of manufacture with a high voltage holiday detection device. Tinker & Rasor Model AP-W, or approved equal. Testing shall be conducted at the voltage as calculated in Section 3: Testing and Voltages of the 'Recommended Practice for High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation" as published by the National Association of Corrosion Engineers (MACE) Technical Practices Committee. All actual holiday testing procedures shall conform to NACE standard RP-02-74 and American Society for Testing Materials (ASTM) Designation: G62- (latest) "Standard Test Methods for Holiday Detection in Pipeline Coatings." No holidays, misses or skips larger than a pinhole will be accepted for repair. A maximum of 6 holidays, as defined in ASTM Standard G62 and as determined by the detection test described above, on any one standard pipe length, fitting or special may be repaired with epoxy. 10. Independent Testing Laboratory Representation: All testing as specified herein including the lining thickness test and the holiday test shall be witnessed by a representative from an approved independent testing laboratory. The independent laboratory shall be a member of the American Council of Independent Laboratories. Manufacturer must submit for approval by the City the name of the testing laboratory and actual qualifications of actual representative that will witness the testing. The manufacturer shall furnish three (3) copies of report by independent testing laboratory depicting results of all testing witnessed by the independent laboratory. 11. Field Testing: Each pipe and fitting is subject to inspection in the field by the City for conformance to these specifications prior to installation. Any defects as specified herein with any pipe or fittings shall be grounds for rejection. 12. Sealing Cut Ends and Repairing Field Damaged Areas: Remove burrs from field cut ends and smooth out edge of epoxy lining. Remove all traces of oil or lubricant used during field cutting operation. All areas of loose lining associated with the cutting operation shall be removed and the exposed metal cleaned by sanding or scraping. For larger areas, roughen the bare pipe surface with a small chisel to provide an anchor pattern for the epoxy. The epoxy lining shall be "stripped" back by chiseling, cutting or scraping about 1" to 2" into well adhered 026602 Page 3 of 7 Rev.10-30-2014 lined area before patching. After removal of loose lining and dirt, the area to be patched shall be "scratched" or "gouged" to offer an anchor pattern for the epoxy. Include an overlap of I" to 2" of roughened epoxy lining in the area to be epoxy coated. The roughening shall be done with a rough grade emery paper (40 grit), rasp, or small chisel. Avoid honing, buffing, or wire brushing since these tend to make surface to be repaired too smooth. With the area to be sealed or repaired absolutely clean and suitably "roughened," apply a thick coat of two-part coal tar epoxy. The detailed mixing and application procedure for the epoxy shall follow the epoxy manufacturer's instructions. This heavy coat of epoxy shall be "worked" into the scratched surface by brushing. The Contractor shall maintain a supply of epoxy on the job site as required to seal cut ends and repair damaged pipe when encountered. Epoxy shall be of the type recommended or supplied by the pipe manufacturer. 13. Warranty: A five year warranty shall be furnished by the manufacturer on the serviceability of the lining. This warranty shall include, but not be limited to the statement, at any time up to the end of the fifth year from the date of pipe shipment: a. The lining shall not have disbound. b. The lining shall not have suffered any appreciable underfilm migration. C. The interior pipe metal, at points of pinholes or holidays, shall not have suffered detrimental deterioration. d. The lining shall have maintained its smooth surface characteristics. Contractor and/or manufacturer shall not make any exemption or exception to the above stated conditions or warranty within the limits as stated in this specification section. 14. Certification: The manufacturer shall furnish notarized certificates of compliance stating that the lining conforms to all requirements of these specifications. 4. CONSTRUCTION METHODS 4.1 HANDLING AND STORAGE OF MATERIALS A. General: The Contractor shall be responsible for the safe storage of all materials furnished to or by him and accepted by him until the materials have been incorporated in the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. 026602 Page 4of7 Rev.10-30-2014 B. Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to, and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within ten days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. C. Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. 4.2 INSTALLATION A. Alignment and Grade: All pipes shall be laid and maintained to the required line and grade. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated,removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. Force Mains shall be laid with no less than 36 inches of cover, unless indicated otherwise in the drawings. Greater depths will be permitted when required to avoid conflicts with existing structures. Lines shall be laid to grade which permit entrapped air to flow to a high point for release through an air release valve as shown on the drawings. The Contractor shall investigate well in advance of pipe laying for conflicts which may necessitate the readjustment of planned line and grade. B. Trench Excavation and Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities and Sewers", and drawings. C. Force Main Connection to Existing Manhole: Where new force main is connected to existing manhole, the manhole shall be prepared to receive the proposed force main and restored after connection. Manhole inverts shall be repaved as necessary to provide a smooth flowing system. D. Polyethylene Encasement: All metallic pipe, valves and fittings, except those 026602 Page 5 of 7 Rev.10-30-2014 which occur in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such a manner that all surfaces of pipe valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6-foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. E. Sand Encasement: Sand shall be granular soil of low plasticity such that 30% minimum passes a #4 sieve and no more than 20 % passes a #200 sieve, and the plasticity index (PI) shall not exceed 10. Soils with a Unified Classification of SW and SP, or AASHTO Classification of A3 and some A2 soil shall be required. F. Pre-Placement Inspection: Prior to lowering into trench, all pipe and accessories shall be inspected for defects. All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into trench. Pipe shall be kept clean at all times during the laying. G. Jointing Pipe and Fittings: All pipes and fittings shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. H. Concrete Thrust Blocks: Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic test, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary and no separate payment will be made for it. I. Restrained Joints and Fittings: Metal harness, tie rods and clamps or restrained fittings shall be used to prevent movement when soil conditions will not withstand thrust blocking. Steel rods and clamps shall be galvanized or otherwise rust-proofed or coated with hot coal tar enamel then wrapped with two layers of polyethylene wrapping. 4.3 HYDROSTATIC TESTING WASTEWATER FORCE MAIN 026602 Page 6 of 7 Rev.10-30-2014 See City Standard Specification Section 026202, Hydrostatic Testing of Pressure Systems. 5. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, wastewater force mains will be measured by the linear foot along the centerline of pipe. Payment shall include, but not be limited to, trenching, dewatering, pipe, bedding, thrust blocks, fittings, restraints and backfill, and shall be full compensation for all labor, materials, equipment, tools and incidentals required to complete the work at the unit price bid. 026602 Page 7 of 7 Rev.10-30-2014 SECTION 026604 AIR RELEASE VALVES (5-96) (WASTEWATER APPLICATION) 1 . Description This specification shall govern all work necessary to furnish and install all air release valves and accessories required to complete the work as shown on the drawing. 2 . Air Release Valve The automatic sewage air release valve shall be designed to operate under pressure to allow entrapped air to escape from a sewage force main line, sewage pump, or wastewater system. After the air escapes out of the air release valve, the valve shall shut off until more air accumulates in it and the opening cycle will repeat automatically. The sewage air release valve must have the following: 1. Discharge Outlet Polypropylene 2. Rolling Seal Assembly RN + E.P.D.M. + ST ST 3. Float Foamed Polypropylene 4. Clamping Stem Reinforced Nylon 5. Body Reinforced Nylon 6. Domed Nut Stainless Steel SAE 316 7. 0-Ring BUNA-N 8. Stopper Polypropylene 9. Spring Stainless Steel SAE 316 10. Washer Stainless Steel SAE 316 11. Stem Stainless Steel SAE 316 12. Bodv Reinforced Nylon 13. Clamp RN Body Reinforced Nylon + Stainless Steel SAE 316 ST ST/DI Body Stainless Steel SAE 316 14. 0-Ring BUNA-N 15. Float Foamed Polypropylene 16. Tap 1/4" Brass ASTN A124/Stainless Steel 17. Washer Stainless Steel SAE 316 18. Base Ductile Iron 19. Flange Ductile Iron Type: A.R.I. D-025 Accessories Service Saddle: Ford Brass Saddle Style 202 BS Double Stainless Band 2" IPT tap and C900 or C905 PVC pipe application Two - 2" I.P.T. Short Nipples One - Shut-Off Valve (Gate Valve) One - Short Nipple One - Blow-Off Valve (Gate Valve) One - 90' Elbow One - Nipple One - Shut-Off Valve (Gate Valve) Two - Quick Connect Valve Couplings One - Rubber Hose (10' Minimum Length) w/Two Quick Connect Couplings for In Place Back Flushing 026604 Rev 2/6/9 1/2 3. Operation & Maintenance Manual and Field Service The Contractor shall submit five (5) sets of detailed drawing and specifications with installation instructions and maintenance procedures for the Engineer's review prior to installation. The manufacturer's field representative shall check installation and make any required adjustments prior to operation of system. 4. Measurement and Payment Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form" . 026604 Rev 2/6/9 2/2 SECTION 027200 CONTROL OF WASTEWATER FLOWS (TEMPORARY BYPASS PUMPING SYSTEMS) 1. GENERAL 1.1 DESCRIPTION A. This specification shall govern all work necessary for designing, installing, implementing, operating, and maintaining a temporary bypass pumping and flow control system, as provided by the Contractor for the purpose of diverting wastewater flow around the work area for the duration necessary to complete the work (i.e., control of wastewater flows). The Contractor shall furnish all materials, labor, equipment, power, maintenance, and incidentals required to maintain continuous and reliable wastewater service in all lines for the duration of the project. 1.2 SUBMITTALS A. Bypass Pumping Plan Form: It shall be the Contractor's responsibility to legibly and thoroughly complete, in its entirety, the attached Bypass Pumping Plan Form and submit it to the Engineer and/or the appropriate City staff for review and approval, prior to the installation of any pumping system proposed for use. Unless the bypass pumping is associated with an emergency work order, the standard approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the Operating Department. Engineer and City will put forth a reasonable level of effort to expedite the review and approval process. No deviation from the procedure shall be allowed. B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the Contractor shall also furnish a sufficiently detailed schematic drawing identifying the approximate location of all bypass pumping system components. The schematic drawing shall clearly label parallel/crossing streets, identify landmark structures, and depict the locations of all pumps and piping. At a minimum, the bypass pumping plan schematic drawing and associated attachments should include the following items: 1) Pump curves showing designed operation point for this specific project 2) Approximate location of bypass system pumping components 3) Location of manhole or access point for suction and discharge 4) Configuration,routing, location and depth of the suction and discharge piping 5) General arrangement/type of additional support equipment. 6) Temporary pipe supports, anchoring and thrust restraint blocks, if required 7) Traffic Control Plan and Traffic Department permit if the bypass is within the right- of-way. 8) Description of the method for removing pressure and all wastewater from existing force mains being taken out of service,if necessary. 9) All other City-department and Regulatory requirements. 027200 Page 1 of 7 Rev.10-30-2014 10) Sewer plugging locations,method, and types of plugs 11) Method of protecting discharge manholes or structures from erosion and damage. 1.3 RESPONSIBILITY/AUTHORITY A. It is essential to the operation of the existing wastewater system that there is no interruption in the flow of wastewater throughout the duration of the project. The Contractor shall be completely responsible for designing, scheduling, providing, installing, operating, fueling and maintaining the temporary bypass pumping system in a manner that does not cause or contribute to overflows, releases, or spills of wastewater from the wastewater or bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. B. Contractor shall provide a responsible employee to man the bypass system 24 hours per day, 7 days per week during operation. The monitoring employee shall be properly trained, experienced, and mechanically qualified such that they can quickly and effectively address any potential emergency and non-emergency situations associated with the bypass system which must remain in operation. The wastewater and bypass systems should be inspected at least once every 2 hours. The Contractor shall be responsible for ensuring that the wastewater collection system is not compromised during bypass installation or operation, and contractor shall ensure that the system operates properly during this period. C. The Contractor shall consider and be responsible for the impacts on the collection system area, both upstream and downstream of the bypass and shall maintain the system in a manner that will protect public and private property from damage and flooding. Upstream impacts may include, but are not limited to backups and overflows. Downstream impacts may include,but are not limited to surcharges and overflows. D. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for wash down, clean-up and disinfection of said spillages or overflows to the satisfaction of the owner at no additional cost to the City of Corpus Christi. E. The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. 027200 Page 2 of 7 Rev.10-30-2014 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self-priming pumps that do not require the use of foot-valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. Pre-approved manufacturers are Godwin or Rain-for-Rent. Approved equals may be considered by the Engineer if they meet all requirements in this specification but Contractor shall provide submittal package for Engineer's review and approval prior to installation. Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10-feet from pump), a diesel day tank with a minimum 24-hour runtime without refuel, and automatic start/stop controls for each pump. b. Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall provide a minimum of 1.5 times the existing capacity of whatever line or lift station is being bypassed. c. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. In critical installations, as determined by the Engineer, one standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primaiy pump failure. B. Suction and Discharge Piping: Determined according to pump size, flow calculations, system operating conditions, manhole depth, and length of suction piping in accordance with the pump manufacturers specifications and recommendations. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of heavy-duty pipe with positive restrained joints. a. High Density Polyethylene(HDPE) i. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. Defective areas shall be cut out and butt-fusion welded as per manufacturer's recommendations. ii. Assembled and joined at site using couplings, flanges, or butt-fusion method to provide leak proof joint, as per manufacturer's recommendations and ASTM D- 2657. iii. Fusing must be performed by personnel certified as fusion technicians by manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be watertight and have tensile strength equal to that of pipe. iv. HDPE is required to be used in or adjacent to environmentally sensitive areas. b. Polyethylene Plastic Pipe(PE) i. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic Pipe (SDR-DR) based on outside diameter, ASTM D1248 and ASTM D3550 ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness,holes, foreign material,blisters, or other deleterious faults. c. Quick-Disconnect Steel Galvanized Pipe and Heavy-Duty Flexible Hoses 027200 Page 3 of 7 Rev.10-30-2014 i. Must consist of heavy-duty steel with high tensile strength, x-ray welded, abrasion resistant and suitable for intended service with a maximum pressure rating of at least 174 PSI ii. Bauer quick-disconnect fittings/joints shall be restrained and watertight. Joints shall consist of vacuum sealing O-rings to help pumps prime faster and perform at their designed flow rates with no leaks, even at high pressure ratings iii. Joints shall provide 30-degree articulation at every coupling and shall not require perfect alignment to make each connection. iv. The galvanized couplings shall not be hindered by sand,mud, and grit. d. Valves and Fittings i. Contractor shall provide valves and fittings as necessary and in accordance with the approved pipe materials shown above. e. Plugs i. Selected and installed according to size of line to be plugged, pipe, manhole configurations, and based on specific application. ii. Prior to use, Engineer may inspect plugs for defects which may lead to failure. iii. Contractor shall provide additional plugs in the case of failure f. Miscellaneous i. When temporary piping crosses local streets/roadways and private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. 3. EXECUTION 3.1 SCHEDULING&COORDINATION A. Unless the bypass pumping is associated with an emergency work order, the Contractor shall provide a minimum of 48 hour notice to the Engineer and Wastewater Department for the startup of bypass operations once the completed bypass plan has been approved by the design engineer. Unless needed otherwise for emergency work,no bypassing shall be initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday. B. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. C. Under special circumstances, as identified by the Engineer, where critical lines with large service areas are being bypassed, the Contractor is responsible for setting up a meeting between the Engineer/City/Operating Department to affirm and coordinate the approved bypass plan and to verify the intended site installation conforms to the approved plan. Engineer may also require the bypass system to be in service for at least 24-hours prior to taking existing gravity lines or force mains out of service to demonstrate reliability. D. Before beginning bypass operations, the Engineer/City Operating Department must be notified for field verification of pumps, piping, and equipment, etc., to ensure the site installation conforms to the approved plan. 027200 Page 4 of 7 Rev.10-30-2014 E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact information has been provided to the City and Engineer on the Bypass Pumping Plan Form including emergency cell phone number of bypass operators/monitors responsibly manning the bypass system 24 hours per day along with the project superintendent and pump supplier. F. The Contractor can work extended hours, if approved by the Engineer, to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. G. Once a lift station is taken out of service and bypass operations begun, work shall be continuous on the lift station improvements until all improvements are completed and the lift station is returned to normal service. H. The Contractor shall cease bypass pumping operations and return flows to the new and/or existing wastewater system when directed by the Owner. This may be expected if the bypass system is not in accordance with this specification or if inclement weather is in the forecast. 3.2 INSTALLATION &OPERATIONS A. Installation of Temporary Force Mains a. Force mains may be placed along shoulder of road, medians, and/or outside of pavement. Do not place in streets or sidewalks without Engineers approval. b. When temporary piping crosses local streets/roadways and/or private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. c. When traffic ramps cannot be used, install temporary piping in trenches and cover with temporary pavement, as approved by the Engineer. B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to prevent discharge from contacting manhole walls or benching with as minimal turbulence as possible. C. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. D. The Contractor shall not cut existing force mains or gravity lines until it is determined that the containment area in place is sufficient for handling any wastewater within the pipe. E. Some locations may require multiple bypass systems. If bypass system is provided with air release valves,then the valve drains shall be piped to a manhole for discharge. F. Upon completion of the bypass pumping operations, remove piping, restore property to pre-construction condition and restore pavement. 027200 Page 5 of 7 Rev.10-30-2014 4. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall not be measured for pay but will be considered subsidiary to the applicable pay item, to include all material, labor, equipment and supervision necessary to complete the bypass design,planning, coordination,installation, operation,maintenance and removal. 027200 Page 6 of 7 Rev.10-30-2014 BYPASS PUMPING PLAN FORM Date: Project Title: No.: Engineer: Contractor: Service Area: Lift Station No.(if applicable): Start Date&Time: Completion Date&Time: Sewer Line Size being Bypassed: Estimated Peak Flow: Line Plugging Method&Locations: Suction Manhole or Lift Station Number and Depth: Discharge Manhole or Lift Station Number and Depth: Maximum Surcharge Depth Allowed: Bypass Forcemain Size,Material&Length: Pump Description: (Self-Priming,Critically Silenced,and Automatic Level Controls Required) Make,Model, Suction/Discharge Size: Diesel or Electric Total Number of Pumps/Standby Pumps: Total&Firm Capacity(GPM @ TDH): Vacuum Trucks(if required,number and capacity): Contractor Personnel Manning Bypass System(24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: Phone: Name: Phone: Additional Notes: Required Checklist: YES NO ❑ ❑ Schematic drawing providing details of proposed bypass pumping system,routing of bypass lines(using manhole numbers and/or lift station names as applicable), equipment location,and proposed sequencing. ❑ ❑ Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? ❑ ❑ Pumps: Self-priming&Critically Silenced. Provide pump curve with Bypass plan. (Requirement). ❑ ❑ Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. ❑ ❑ Have emergency and/or backup provisions been made for quick pump change out in the case of system failure? ❑ ❑ Contractor has confirmed no rain(less than'/z-in)in the forecast? Prepared by: Reviewed by: Contractor Representative Date Wastewater Representative Date 027200 Page 7 of 7 Rev.10-30-2014 SECTION 027202 MANHOLES 1. DESCRIPTION This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete base and concrete walls as shown on the drawings, to the lines, grades and dimensions shown on drawings or established by the Engineer. 2. MATERIALS Concrete for cast-in-place storm water manholes and storm water junction boxes shall be Class C (3,600 psi at 28 days). Manholes for wastewater shall be made from fiberglass only,in accordance with City Standard Specification Section 027205 "Fiberglass Manholes". Mortar for plastering shall be one (1) part Portland cement to three (3) parts clean hard and sharp mortar sand, free of all foreign substances or injurious alkalis. Reinforcing steel, where used, shall conform to the requirements of Section 032020 'Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z1, or pre-approved equal, and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works,Inc.product V 1168 assembly,and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Rain-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four(4)feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four (24)hours after concrete work has been completed. 027202 Page 1 of 3 Rev.3-25-2015 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed-in-Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four(24)hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS-20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified,eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner,with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls,the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before joining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18" of adjustment rings may be utilized. 6. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6") and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two-foot internal head. 027202 Page 2 of 3 Rev.3-25-2015 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, manholes shall be measured by each individual structure built, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the manholes, excavation,compaction,backfilling,dewatering,concrete foundation,connections,adjustment rings, ring and cover, concrete work, leakage testing,video inspection, and adjust the manholes to finish grade. Extra depth for wastewater manholes over six feet in depth shall be measured by the vertical foot and shall be paid for at the price bid per vertical foot for 'Extra Depth for Manholes". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor,materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts,make connections,grout the annular space,backfilling,adjustment rings, ring and cover, concrete work, leakage testing, and adjust the manholes to finish grade. 027202 Page 3 of 3 Rev.3-25-2015 SECTION 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer's recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole,the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test, necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev.10-30-2014 TABLE 1 -Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter(inches) (feet) 42 48 54 60 72 Time(seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 57 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in-place. 027203 Page 2 of 2 Rev.10-30-2014 SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated on the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM D3753-"Standard Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells,"latest edition, and the referenced design criteria as follows: 1. ASTM C581 Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass-Fiber-Reinforced Structures Intended for Liquid Service 2. ASTM D695 Standard Test Method for Compressive Properties of Rigid Plastics 3. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 4. ASTM C923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals 5. ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading 6. ASTM D2583 Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor 7. ASTM D2584 Standard Test Method for Ignition Loss of Cured Reinforced Resins 8. ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 9. ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter 10. ASTM C32 Standard Specification for Sewer and Manhole Brick (Made From Clay or Shale) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified on the drawings, but shall not be less than 1.5 times the nominal pipe diameter of the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a 027205 Page 1 of 6 Rev.3-25-2015 minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push-on joints shall meet the requirements of ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class `A' Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class `A' in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". Caulk for seal between fiberglass manhole and concrete cast-in-place base shall be Epo-Flex epoxy(gun grade consistency)as manufactured by Dewey Supply of Corpus Christi,Texas, or approved equal. Precast reinforced concrete manhole base shall be in accordance with the requirements of ASTM C478, as shown on the construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight-bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a one (1)psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6# 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Rine and Cover Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3- foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for 027205 Page 2 of 6 Rev.3-25-2015 grade adjustments. A maximum of 18" of adjustment rings may be utilized. F. Flowable Grout Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and"Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/CY Portland Cement 300 lbs/CY Fly Ash 2100 lbs/CY Sand 250 lbs/CY Water 6 oz/CY "Darafill"admixture,as manufactured by Grace Construction Products, or approved equivalent. 4. CONSTRUCTION METHODS General: The limits of excavation shall allow for placing and removing forms, installing sheeting,shoring,bracing,etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways,power poles, drainage structures, streets, etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Sides: When necessary to protect other improvements, the Contractor shall maintain vertical sides on the excavation. The limits shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment,power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled. Sloping Sides: In unimproved areas where sufficient space is available,the Contractor will be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation will be safe from caving. Safety requirements shall govern the back slope used. De-watering: The Contractor shall keep the excavation free from water by use of cofferdams,bailing,pumping,well pointing, or any combination, as the particular situation may warrant. All de-watering devices shall be installed in such a manner as to provide clearance for construction,removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de-watered condition for a sufficient period of time to 027205 Page 3 of 6 Rev.3-25-2015 insure the safety of the structure,but in no case shall de-watering be terminated sooner than seven(7)days after placing concrete. All de-watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth,firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over-Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application,pipe penetrations for pipe sizes 4-inch through 15-inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling,the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adjustment: If necessary, utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18" of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfrll around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement-stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. 027205 Page 4 of 6 Rev.3-25-2015 Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness and mechanically tamped to at least 95% Standard Proctor density(ASTM D698). Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in City Standard Specification Section 027200 "Control of Wastewater Flows". 5. TESTING Manholes shall be tested for leakage by either of two tests as specified by the Engineer. Water Leakage Test: The Contractor shall provide water, labor, and materials for testing. Testing shall be as follows: 1. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for 4-foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for 5-foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive,the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with City Standard Specification Section 027203 "Vacuum Testing of Wastewater Manholes and Structures". 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6 inches below the seam where the corbel meets the vertical wall. 027205 Page 5 of 6 Rev.3-25-2015 Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re-united. Replace and align the top. Fiberglass a 6-inch strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by the manhole manufacturer for use in such application. After the putty has set, fiberglass a 6-inch strip on the inside as previously done on the outside. After curing,backfill with cement-stabilized sand,as described above,compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,fiberglass manholes shall be measured per each for each size (diameter) of manhole indicated. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall include,but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole assembly,connections,cast iron frame and cover,adjustment to finish grade,concrete work,backfill, leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole. Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid as "Extra Depth for Manhole (Wastewater)". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor,materials,tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space with flowable grout, backfilling, leakage testing, and adjust the manholes to finish grade. 027205 Page 6 of 6 Rev.3-25-2015 SECTION 027602 GRAVITY WASTEWATER LINES 1. DESCRIPTION This specification shall govern all work required for furnishing, handling and installing gravity wastewater lines required to complete the project. 2. MATERIALS A. Pipe and Fittings: 1. POLY-VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with the following: 6" Gravity Sewer Pipe ASTM D3034 DR 26 8" Gravity Sewer Pipe ASTM D3034 DR 26 10"Gravity Sewer Pipe ASTM D3034 DR 26 12"Gravity Sewer Pipe ASTM D3034 DR 26 15"Gravity Sewer Pipe ASTM D3034 DR 26 18"Gravity Sewer Pipe ASTM F679 DR 26 24"Gravity Sewer Pipe ASTM F679 DR 26 30"Gravity Sewer Pipe ASTM F679 DR 26 36"Gravity Sewer Pipe ASTM F679 DR 26 PS 115 42"Gravity Sewer Pipe ASTM F679 DR35 PS46 48"Gravity Sewer Pipe ASTM F679 DR35 PS46 Pipe and fittings shall have push-on compression gasket joints in accordance with ASTM D3212 and shall be a non-blue color. 2. POLY-VINYL CHLORIDE (PVC) PRESSURE PIPE shall be AWWA C900 or C905 integral green (non-blue color) with a minimum pressure rating of not less than 150 psi, made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784. One (1) 20-ft. section of PVC pressure pipe, with appropriate adapters or as an encasing pipe over the carrier pipe, shall be used for gravity wastewater lines at all waterline crossings, and shall be centered under/over the waterline as indicated on the drawings. Maintain a minimum of 2 feet vertical clearance between outsides of pipes where a new waterline crosses over a new non-pressurized wastewater line. Maintain a minimum of 6 inches vertical clearance between outsides of pipes where a new waterline crosses over a pressurized wastewater line. In all instances of water crossing wastewater, center a joint of water pipe over the wastewater pipe such that a minimum of 9 feet of horizontal offset exists from each water joint to the wastewater carrier pipe. 027602 Page 1 of 6 Rev.7-1-2015 Alternatively, at waterline crossings, the PVC gravity wastewater pipe may be encased in a 20-ft.joint of pressure pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot(5') intervals with spacers, or shall be filled to the spring line with clean washed sand. The casing pipe shall be centered under/ over the waterline as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. B. Bedding and Backfill Materials: 1. BEDDING AND INITIAL BACKFILL is that material from beneath the pipe to an elevation 12 inches above the top of the pipe. The bedding and initial backfill material shall be in accordance with Table 1 on Wastewater Standard Details, Sheet 3, unless otherwise specified. 2. FINAL BACKFILL is that material placed on the initial backfill. The material shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and as shown on the standard details. 3. CONSTRUCTION METHODS A. Trench Excavation: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJECTED OR DEFECTIVE materials are those having cracks, flaws or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the Contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer or the designated representative. 027602 Page 2 of 6 Rev.7-1-2015 C. Alignment and Grade: 1. All pipe shall be laid and maintained to the required like and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 3. The Contractor shall provide offsets and cut sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the wastewater line to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc., shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay pipe in the trench until the bedding and condition of the trench have been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. All pipe markings shall be placed face up for inspection prior to backfill. 2. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: POLY-VINYL CHLORIDE (PVC) PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F. Bedding and Initial Backfill: POLY-VINYL CHLORIDE (PVC) PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be as specified below: 027602 Page 3 of 6 Rev.7-1-2015 BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Sand, Gravel, or Crushed Stone Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone G. Final Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." H. Bypass Pumping: Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows. 4. TESTING AND CERTIFICATION A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer. 2. POLY-VINYL CHLORIDE(PVC)PIPE shall be tested in accordance with Uni- Bell Plastic Pipe Association- Standard UNI-B-6 'Recommended Practice for Low- Pressure Air Testing of Installed Sewer Pipe"; the requirements of which are summarized by the following equation: T=0.00237D2L [Equation 1] Where: T=Minimum allowable time (seconds) for a pressure drop of one (1)psi gage pressure D=Nominal pipe diameter(inches) L=Length of pipe run(feet) The test section shall be plugged and subjected to a test pressure not in excess of five (5)psi. The time required for a one (1)psi pressure drop shall be measured and shall not exceed the value obtained in Equation 1 above. 027602 Page 4of6 Rev.7-1-2015 B. Deflection Testing: (Required for PVC Pipe) 1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor. Mandrels shall be provided by the Contractor and will be of machined rigid corrosion-resistant pipe with a length not less than 1.5 diameters. Mandrels will be sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard mandrels shall be as follows: Nominal Size (inches) Mandrel O.D. (inches) 8 7.11 10 8.87 12 10.55 15 12.90 18 15.76 21 18.56 24 20.87 27 23.51 30 27.14 2. TESTING shall be done by the Contractor and witnessed by the Engineer. All pipe shall be tested for deflection no less than 30 days after placement of backfill. The Contractor may wish to check pipe immediately after backfilling for job control. However, this shall not qualify as acceptance testing. No pipe can be tested for formal acceptance until it has been in place, complete with backfill, for at least 30 days. 3. Belly: Pipe shall be rejected if belly exceeds 5%based on the readings from the video inspection. C. Retesting: ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable D. Cleaning and Televising: All wastewater lines and manholes installed on this project shall be cleaned and televised in accordance with Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits". 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information, if shown on the drawings or in the appendix, are without warranty as to correctness of fact or interpretation. 027602 Page 5 of 6 Rev.7-1-2015 6. BRACING AND SHORING Trenching operation shall comply with Worker Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gravity wastewater lines shall be measured by the linear foot for each size and depth of wastewater line installed, as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at the time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured for pay, but shall be considered subsidiary to pipe, unless included as a separate bid item in the Bid Form. Unless otherwise specified on the Bid Fonn, de-watering shall not be measured for pay,but shall be considered subsidiary unless included as a separate bid item in the Bid Form for well-pointing. Payment shall be full compensation for all labor, materials, equipment, pipe, bedding, de-watering, hauling, trench excavation and backfill, leakage and deflection testing, cleaning, televising, bypass pumping, and all cleaning up and other incidentals necessary to install the pipe complete in-place. 027602 Page 6 of 6 Rev.7-1-2015 SECTION 027604 DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Gait,rubble,dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de-watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de-watered to pass the paint filter test,it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City's de-watering facilities. The City has six drying beds, each with a 1-foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de- watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de-watering fees. If the City's facilities are used for de-watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT & PAYMENT: Unless otherwise specified on the Bid Form,this work shall be considered subsidiary to the project. 027604 Page 1 of 1 Rev.10-30-2014 SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects or jobs (to include,but not necessarily limited to "Confined Space Entry". 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line's condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and "real time" live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats Opg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev.3-25-2015 three licenses to the City, proprietary software COMPATIBLE with the City's GIS and existing database systems in use may be approved. However, in every case all observations will be recorded using the City approved PACP codes. 2.3 Flow Control/By-Passing This procedure will be used on all previously accepted (City owned) line segments. Except for new wastewater line acceptance inspections, the line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow the highest quality picture available. Dewatering shall remove standing water and fog from the line segment to provide 360 degree view of the pipe being televised. Too high water level or the camera being submerged will be grounds for rejection of the inspection. All wastewater flows from intersecting lines shall typically be controlled through the use of in-line plugs for vacuum trucks and are considered subsidiary to the inspection for all line sizes. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall immediately report to the City Call Center (361) 826-2489 all sanitary sewer overflows. Flow Control devices shall be installed in accordance with all applicable OSHA requirements, including,but not necessarily limited to confined space protocol. 2.4 Evaluation of Existing Lines for Potential Repairs/Rehabilitation—Pre CCTV: Cleaning and televising using a CCTV camera may be needed to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction prevents the camera from proceeding, the obstruction will be recorded on the initial setup and a reverse setup will be attempted to view the pipe and obstruction from the other side. If the camera fails to pass through the entire section, the inspection shall be considered complete and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note full line length and the length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same tape / disk. The Contractor must exert all reasonable effort to televise the entire length of a segment of wastewater line, or to assist the repair crews with usable information for point repair. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the report form. The video must have narrative documentation of notable observations. The Inspection Report shall consist of condition observations recorded using City-approved computer software generated formats, generally conforming to NASSCO and PACP codes. Specifically, items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations 027611 Page 2 of 8 Rev.3-25-2015 and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps; debris, roots or other impediments to flow and any other condition that may prevent either the proper completion of the inspection, or affect any proposed rehabilitation process. Evaluation of existing lines includes associated manhole inspection. 2.5 Evaluation After Repairs /Rehabilitation Post CCTV: Following repairs or rehabilitation to existing lines (by Contractor), a CCTV camera shall travel through required line segment to televise. The intent of this process is to inspect the interior of the line to determine the location of repairs, and extent of any unacceptable work. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of+/- 1% of the actual length to help mark observations on the report form. Specifically, items such as detailed inspection of the repaired area using pan-and- tilt equipment will be shown in the Inspection Report, including digital photographs of acceptable or inadequate and/or questionable work. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection Report. The Inspection Report shall consist of condition observations recorded using City-approved computer-software generated formats conforming to NASSCO and PACP codes. 2.6 New Pipeline Inspection: Upon completion of the installation of new lines, including any appurtenances such as manholes, service connections, etc., a CCTV camera shall traverse through each completed line segment. The intent of this process is to inspect the interior of the completed line to determine the location of service taps and extent of omissions and/or any unacceptable work on the pipeline or manholes, such as sags, infiltration, gapped joints, protruding gaskets, etc. Prior to transiting the line, the initial video shall initially include the upstream and downstream manhole designations, pipe size, project name and other pertinent information. When inspecting / documenting new wastewater line conditions, the Contractor must conduct a specific inspection for the presence of sags in the newly installed line. The approved method involves the use of an inclinometer on the camera. The belly tolerance is 5% or less for acceptable pipe installation. Any deviation from the 5%belly tolerance limit must be approved by the applicable Utility Operating Department. The graphic report will note the start and stop of sags and approximate maximum depth. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the Inspection Report form. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection 027611 Page 3 of 8 Rev.3-25-2015 Report. The Inspection Report shall consist of condition observations recorded using approved computer-software generated formats. Specifically, items such as deviations in alignment and grade causing bellies / sags; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly/ improperly installed service taps or any other condition that may assist the Utilities Department in determining the quality of the pipeline installation. 2.7 Manhole Inspection: A CCTV camera shall traverse the manhole from top to bottom to record the condition of the manhole and invert for structural condition and sources of infiltration on the manhole and invert. The initial video display must show the entry manhole number, location/ street address, date and depth. a. The requirement is to commence capturing video at ground level. The video must be steady while panning and lowering to clearly record condition of the ring, corbel, the walls, and pipeline penetrations. The camera is to rotate during descent to inspect typical conditions and all penetrations. At the bottom of the manhole the complete invert will be inspected / viewed for infiltration and general condition. A washed out picture due to sunlight or shaking will be rejected for payment b. This manhole information may be retained on the same DVD if the line segment is also being investigated, or, if inspection is issued as a separate work order, a separate DVD and report will be required. As with pipeline inspection, digital photographs of key points of note must accompany the report and DVD. These would include seals on pipeline penetration, infiltration locations and other anomalies. c. The format of the Manhole Inspection Report will be as proposed by the Contractor and, following discussion, mutually approved by the Utilities Department and the Contractor. A sample form is included at the end of this specification. It will contain as a minimum: location&I.D.number manhole diameter manhole material depth of manhole condition of ring/ cover evidence of infiltration condition of walls presence of inflow inhibitor condition of pipe mouths presence of coatings condition of invert location: street/ easement above invert penetrations 2.8 CCTV Set-up: a. A CCTV set-up includes all of the work, equipment, supervision,personnel, and materials needed to traverse a line segment. 027611 Page 4 of 8 Rev.3-25-2015 2.9 CCTV Reverse Set-M. A CCTV reverse set-up is an attempt to view the line segment from the other side due to an obstruction encountered during the initial set-up. 3. CLEANING REQUIREMENTS 3.1 Clean ALL debris such as dirt, gravel, rocks, grease, roots and other organic/inorganic debris from existing lines and manholes to allow for inspection to proceed. The Contractor will be required to clean the line segment using hydraulic equipment. The debris being removed from the pipeline shall be removed from the collection system at the receiving manhole, and not be allowed to be merely moved to the next line segment. Debris shall be properly disposed of in accordance with local, state and federal regulations. The Contractor shall have the option of dewatering debris removed from cleaning operations on this project at the Greenwood WWTP, located at 1541 Saratoga Blvd., Corpus Christi, Texas 78415. The Contractor shall coordinate with the City Utilities Department at all times (see also City Standard Specification Section 027604 Disposal of Waste from Wastewater Cleaning Operations. The City has six drying beds, each with a 1-foot high containment wall each with an area of about 2,300 square feet. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de-watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de-watering fees. If the City's facilities are used for de-watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Contractor shall coordinate with the Wastewater Pre-Treatment Coordinator to acquire the appropriate manifest documentation and shall also provide a copy of the landfill disposal weight ticket/receipt to the Engineer. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation 027611 Page 5 of 8 Rev.3-25-2015 of the proper disposal of this waste. The Contractor shall not be paid until this documentation is provided. 4. DELIVERABLES 4.1 The Contractor is required to provide the Engineer both narrated CCTV DVD and computer software-generated Inspection Report products, as a result of each inspection. Acceptable submissions become the property of the City. a. Quality Control: camera distortion, inadequate lighting, dirty or submerged lens and blurry or hazy pictures determined to be the fault of the Contractor will be cause for rejection of the inspection effort. If the quality of the deliverables does not meet with City approval, the Contractor shall repeat the documenting process at no cost to the City. b. DVD: for each inspection, one properly labeled color, professional grade, DVD, recorded in standard play (SP) mode, will be required. The DVD will display continuous distance from the insertion manhole, and include narrative observations at notable points, with correlating information shown in the Inspection Report. Labeling of the DVD(s)will include, either typed or neatly printed the following information on the dust cover: Project Name Street Name Tape Number Contractor Upstream MH# Downstream MH# Date Survey/Post/New Work Order# Pipe Size Material Project# c. Inspection Reports: inspection reports are to be from City-approved and software-generated formats on 81/2" x I F paper, in color to improve definition of problem areas, and delivered with the DVD. Each report shall include the same information as noted for the DVD labels, plus the following additional information: pipe diameter, pipe material, manhole diameters & depths, whether this is a "reverse" set-up, direction of flow arrow, and total length of the pipeline. Notable observations are to be shown in the report as digital color photos, with up to four images per page. One report is required for each line segment. Note that the final approval for the use of the Contractor's proposed software will be needed before the first inspection. The Contractor shall submit to the City a sample of the proposed report for review and approval by the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Proposal, Pre-CCTV (Cleaning and Televised Inspection of existing lines to potentially be rehabilitated) and Post CCTV (Televised Inspection for acceptance of new lines or rehabbed lines) of Wastewater Lines shall not be measured for pay, but will be considered subsidiary to the appropriate bid item. 027611 Page 6 of 8 Rev.3-25-2015 Cleaning and Televised Inspection of Wastewater Lines includes an inspection of all manholes entered, crossed, or associated with the line being inspected. Reverse CCTV Set-Up shall not be allowed for acceptance televising as obstructions should not be encountered in new pipe that would require the Contractor to relocate to another manhole (upstream or downstream) of the original manhole. 027611 Page 7 of 8 Rev.3-25-2015 SAMPLE TELEVISED INSPECTION REPORT FORM CITY OF CORPUS CHRISTI TELEVISED INSPECTION REPORT DATA REQUIREMENTS [On screen at start of each set-up and on Inspection Report] City's Project Name City's Project Number Contractor/Operator Date/Time Televised DVD Number Upstream MH Location Downstream MH Location Upstream MH Number Downstream MH Number Upstream MH Depth Downstream MH Depth Pipe Size Pre-Rehab TV Y N Evaluation TV Y N' Post-Rehab TV Y N Reverse Set-up Y N Pipe Material DISTANCE FROM ENTRY POINT 013SERVA77TONSICOMMENTS DVD LABELING REQUIREMENTS [On each DVD] City Project Name Upstream Manhole No. City Project No. Downstream Manhole No. Street Name Pre Post Other DVD No. DatetTime Made Contractor 027611 Page 8 of 8 Rev.3-25-2015 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 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 37040 EPDXY COMPOUNDS (5-44) 1 . DESCRIPTION This specification shall govern all work necessary to provide and apply Epoxy compounds. 2 . MATERIALS (USE - TYPE) (1) Epoxy Bonding Compound for bonding new concrete to hardened concrete or other structural material: Epoxy Bonding Compound shall be a two component, 100o solids, moisture insensitive system. Epoxy shall be "FX- 752 Bonding Agent" as manufactured by Fox Industries Inc. of Baltimore, Maryland or "Sikastix 370, Sikadur Hi-Mod" as manufactured by Sika Chemical Corporation of Lyndhurst, New Jersey or approved equal. (2) Epoxy Grout for Epoxy patch on non-horizontal surfaces to concrete: Epoxy Compound shall be a low-modulus, high viscosity, moisture insensitive system. Epoxy shall be "Sikastix 360, Skadur Lo-Mod Gel" as manufactured by Sika Chemical Corporation, or approved equal. 3. CONSTRUCTION METHODS (1) Bond new concrete to existing concrete: a. Surface Preparation: The existing concrete or structural surface to which the new concrete is to be bonded shall be cleaned. The existing surface shall be made free from dust, laitance, grease, curing compounds, waxes and all foreign material. Cleaning shall be done by sandblasting, mechanical abrasion, or (by washing only if authorized by the Engineer) . During application of bonding compound, surface may be dry, moist, or wet, but surface shall be free of standing water. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturers instructions. The epoxy shall be used in a neat condition (without aggregate filler) . C. Application of Epoxy: The epoxy bonding compound shall be applied to the prepared surface with the minimum allowable coverages as follows: Concrete (float finished, cleaned by washing) 75 SF/gal Concrete (rough finish, cleaned by sandblast or mechanical abrasion) 50 SF/gal Other surfaces as specified on the drawings d. Concrete Overlay: The concrete overlay shall be in accordance with the drawings or 030020 of standard specifications. The concrete overlay shall be applied over the epoxy within a period of time which SHALL NOT EXCEED 600 of the tack free time of the epoxy. It is important for the Contractor to note that these times vary with the temperature and pot time. The following allowable times (600 of tack free time, where the tack free time is the period of time from initial mixing of the two components until the thin film of epoxy hardens) are provided below. The allowable times must be 037040 2/20/9 Page 1 of 2 determined from the tack free times which are provided by the manufacturer. The following allowable times are averages and provided only as an aid to the Contractor: Temperature Allowable Elapse Time from Mixing Epoxy Until Placing Concrete Overlay 90OF 40 min. 80°F 12 hrs. 70°F 22 hrs. 60OF 32 hrs. If the allowable period of time is allowed to elapse before concrete overlay can be placed, another layer of epoxy shall be applied prior to placement of the concrete. (2) Epoxy Grout for patch to non-horizontal surfaces to concrete: a. Surface Preparation: The surface shall be prepared as described in (1) Bond new concrete to existing concrete Part a. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturer instruction. The epoxy may be mixed with dry masonry sand. Sand shall conform to A.S.T.M. C-144 with 100o passing a No. 8 sieve and not more than 15% to 35% passing a No. 50 mesh sieve. The amount of sand filler shall not exceed 3/4 to 1 (loose sand to epoxy by volume) . C. Application: Epoxy shall be applied in strict accordance with manufacturer instructions. Area adjacent to work shall be cleaned free of epoxy spills as to provide a neat appearance before work will be accepted. 4 . GENERAL PRECAUTION The Contractor is advised to become familiar with type of epoxy, method of application, and its basic limitations prior to using the epoxy. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Epoxy Compounds shall be considered subsidiary to the appropriate bid item. 037040 2/20/9 Page 2 of 2 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 SECTION 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon-Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt-on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast-on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchinarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev.3-25-2015 Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment,but shall be considered subsidiary to other bid items. 055420 Page 2 of 2 Rev.3-25-2015 PART T Technical Specifications SECTION 016510-T TESTING AND START-UP PART 1 GENERAL 1.01 SCOPE Testing and start-up of all equipment and systems. 1.02 SUBMITTALS A. Submit to Designer, for review, start-up and test schedule a minimum of 60 days prior to commencing Work specified in this section. B. Submit to Designer a minimum of five (5) copies of field test data and test records for all equipment and systems. 1 . 03 SERVICE OF MANUFACTURER'S REPRESENTATIVE A. The Contract Amount for the Project shall include the cost of furnishing competent and experienced personnel (not salespersons) who shall represent the manufacturers and shall assist the CONTRACTOR, when required, to install, adjust, and test the equipment in conformity with the Contract Documents. B. After the equipment is placed in permanent operation by the CONTRACTOR, such personnel shall make all adjustments and tests required to prove that such equipment is in proper and satisfactory operating condition and shall instruct the OWNER"s representatives in the proper operation and maintenance of such equipment or systems. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION 3.01 TESTING AND START-UP PLAN A. Submit plan which includes a schedule for testing and start-up of all equipment and systems provided as part of the Work. B. Include in the start-up plan: 1. Sequences 2. Lockout procedures and safety precautions 3. Utility requirements 3.02 PREPARATION A. Complete equipment installation with controls, safety devices and auxiliary support systems necessary to start the equipment and verify that the equipment functions correctly under no load conditions. B. Remove temporary bracing supports and other construction debris that may damage equipment. C. Remove protective coatings and oils used for protection during shipment and installation. D. Flush and fill lubricated systems in accordance with Manufacturer's instructions. 016510 Page 1 of 2 E. Install temporary connections and devices required to fill/ operate, checkout and drain the system. F. Check equipment for correct direction of rotation and freedom of moving parts. G. Align equipment to Manufacturer's tolerances. H. Check installation prior to start-up for conformance to Manufacturer's instructions. I. Adjust or modify equipment to ensure proper operation. J. Correct any deficiencies or problems noted in Manufacturer's representative's installation reports. 3.03 TESTING AND START-UP A. Begin testing and start-up procedures after acceptance by Designer of testing and start-up plan and after receipt of Manufacturer's installation report. B. Make final connections to equipment and complete the system installation necessary to apply the system loads to the equipment and verify the equipment functions correctly. C. Perform clean water tests of equipment as required by the various sections prior to plant start-up. D. Start equipment according to manufacturer's instructions. E. Place each piece of equipment in the system in operation until the entire system is functioning. F. Operate the system through the design performance range consistent with available flows. Adjust, balance, and calibrate and verify that the equipment, safety devices, controls, and process system operate within G. Conduct a training of City Personnel in the operation of each component of the lift station. Training shall be for a minimum of 16 hours over the course of two (2) working days. 3.04 MEASUREMENT AND PAYMENT Unless indicated otherwise in the Bid Form, testing and start-up procedures shall not be measured and will be considered subsidiary to the appropriate bid item. 016510-T Page 2 of 2 SECTION 022410-T STORM WATER POLLUTION PREVENTION 1. DESCRIPTION This specification will govern all work required for storinwater pollution prevention measures during and after construction. The work shall include a Storm Water Pollution Prevention Plan (SWPPP), installation, maintenance and removal of erosion, sedimentation and environmental control devices. The specification includes removal of accumulated sediment and debris. 2. MATERIALS All materials shall meet the requirements set forth in "TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2014" Item 506, Section 506.2 "Materials" or standard materials approved by the City of Corpus Christi Stormwater Department. 3. METHODS A. Storm Water Pollution Prevention Plan The contractor shall engage the services of an established Stormwater Quality Management Firm familiar with local conditions and requirements to: (1) Prepare a Storm Water Pollution Prevention plan (SWPPP) incorporating the Erosion & Sedimentation Control Plan. (2) Submit the Notice of Intent (NOI) (3) Perform required inspections. Contractor shall supply inspection reports to the City of Corpus Christi. (4) Submit the Notice of Termination(NOT) All aspects of Items (1)-(4) shall be in strict accordance with all Federal, State and local regulations. A copy of the SWPPP and an NOI form (prepared for the City) must be provided to the City of Corpus Christi one (1) week prior to commencing construction activities. During construction, copies of all SWPPP documentation such as inspection reports, etc. must be provided to the City. The SWPPP must be submitted to the Engineer and the City Stormwater Department prior to commencement of construction. 022410-T Page 1 of 3 B. General 1. Phasing. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the plans or as directed. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 2. Maintenance. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the SWPPP. 3. Stabilization. Stabilize disturbed areas where construction activities will be temporarily stopped in accordance with the applicable storm water plan. Establish a uniform vegetative cover. The project will not be accepted until grass growth has been achieved in accordance with Specification Item 028020-T "Seeding", unless otherwise shown on the plans. When shown on the plans, the Engineer may accept the project when adequate controls are in place that will control erosion, sedimentation, and water pollution until sufficient vegetative cover can be established. 4. Finished Work. Upon acceptance of vegetative cover, remove and dispose of all temporary control, measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. 5. Restricted Activities. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. Do not install temporary construction crossings in or across any water body without prior approval of the City of Corpus Christi and the Engineer. Restrict construction operations in any water body to the necessary areas as shown on the plans or applicable permit, or as directed. Use temporary bridges, timber mats, or other structurally sound and non- eroding material for stream crossings. C. Installation, Maintenance and Removal Work. Perform work in accordance with the approved SWPPP. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. If a device ceases to function as intended, repair or replace the device or portions thereof as 022410-T Page 2 of 3 necessary. Remove sediment, debris and litter. Dispose of removed material in accordance with federal, state and local regulations. Remove devices upon approval or when directed. Upon removal, finish-grade and dress the area. Stabilize disturbed areas in accordance with the SWPPP, and as shown on the plans or directed. All disturbed areas shall be restored in accordance with Specification Item 028020-T "Seeding". The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. 4. MEASUREMENT AND PAYMENT If included as a bid item in the Proposal, Storm Water Pollution Prevention Plan shall be included in the unit price bid for "Storm Water Pollution Prevention Plan". Unless indicated in the Proposal, payment shall include but not be limited to furnishing the SWPPP, furnishing, installing, moving, replacing, inspecting and maintaining all temporary erosion, sediment, environmental measures and revegetating disturbed areas in accordance with Specification Item 028020-T "Seeding". Unless shown in the Proposal, returning the vegetative cover disturbed during construction shall be included in the unit price bid for this item. Payment shall be made on the following basis: The initial monthly estimate will include 50% of the unit price bid minus retainage. The balance will be paid according to the percent of construction complete after 50% completion has been surpassed, less retainage. 022410-T Page 3 of 3 SECTION 026800-T FUSIBLE POLYVINYLCHLORIDE PIPE FOR INSTALLATION BY HORIZONTAL DIRECTIONAL DRILL (HDD) PART 1 — GENERAL 1.01 DESCRIPTION A SCOPE 1. This section specifies fusible polyvinylchloride pipe, including standards for dimensionality, testing, quality, acceptable fusion practice, safe handling, storage and installation of the pipe by horizontal directional drilling, directional boring, or guided boring. B REQUIREMENTS: 1. Contractor shall provide fusible polyvinylchloride pipe conforming to all standards and procedures, and meeting all testing and material properties as described in this specification for installation by horizontal directional drilling. 2. Contractor shall be responsible for all installation processes and procedures associated with the installation by horizontal directional drilling in accordance with this specification. C PIPE DESCRIPTION 1. Pipe Supplier shall furnish fusible polyvinylchloride pipe conforming to all standards and procedures, and meeting all testing and material properties as described in this specification. 2. Pipe shall conform to the following dimensionality and general characteristics table: Nominal Pressure Pipe Description Diameter DR Color Class in. (psi) 10" Fusible PVC C900 DR-18 10" 18 Green 235 16" Fusible PVC C900 DR-18 16" 18 Green 235 18" Fusible PVC C900 DR-18 18" 18 Green 235 1.02 QUALITY ASSURANCE A REFERENCES: l. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those other standards are included as references under this section as if referenced directly. In the event of a 026800-T-1 RSM—51 Rev 3.5- 02/12/13 conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of design, bid, or construction, whichever is earliest. If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. 3. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title ANSI/AWWA American National Standard for Ductile-Iron and Gray-Iron Fittings, 3-inch C110/A21.10 through 48-inch, for Water and Other Liquids ANSI/AWWA American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure C111/A21.11 Pipe and Fittings ANSI/AWWA AWWA Standard for Ductile-Iron Compact Fittings for Water Service C153/A21.53 AWWA C605 Standard for Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water AWWA C651 Standard for Disinfecting Water Mains AWWA C900 Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. through 12 in. (100mm Through 300mm), for Water Distribution AWWA C905 Standard for Polyvinyl Chloride (PVC Pressure Pipe and Fabricated Fittings, 14 in. through 48 in. (350mm Through 1200mm), for Water Distribution and Transmission AWWA M23 AWWA Manual of Supply Practices PVC Pipe—Design and Installation, Second Edition ASTM C923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals ASTM D1784 Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds ASTM D1785 Poly (Vinyl Chloride) (PVC)Plastic Pipe, Schedules 40, 80, and 120 ASTM D2152 Test Method for Degree of Fusion of Extruded Poly(Vinyl Chloride) (PVC)Pipe and Molded Fittings by Acetone Immersion ASTM D2241 Poly (Vinyl Chloride) (PVC)Plastic Pipe (SDR-PR) ASTM D2665 Poly (Vinyl Chloride) (PVC Plastic Drain, Waste, and Vent Pipe and Fittings 026800-T-2 RSM—51 Rev 3.5- 02/12/13 Reference Title ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM F477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F679 Standard Specification for Poly(Vinyl Chloride) (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings ASTM F1057 Standard Practice for Estimating the Quality of Extruded Poly (Vinyl Chloride) (PVC)Pipe by the Heat Reversion Technique ASTM F1417 Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air UNI-B-6 Recommended Practice for Low-Pressure Air Testing of Installed Sewer Pipe UNI-PUB-08 Tapping Guide for PVC Pressure Pipe NSF-14 Plastics Piping System Components and Related Materials NSF-61 Drinking Water System Components--Health Effects PPI TR-2 PVC Range Composition Listing of Qualified Ingredients B MANUFACTURER REQUIREMENTS 1. All piping shall be made from PVC compound conforming to cell classification 12454 per ASTM D1784. C FUSION TECHNICIAN REQUIREMENTS 1. Fusion Technician shall be fully qualified by the pipe supplier to install fusible polyvinylchloride pipe of the type(s) and size(s) being used. Qualification shall be current as of the actual date of fusion performance on the project. D SPECIFIED PIPE SUPPLIERS 1. Fusible polyvinylchloride pipe shall be used as manufactured under the trade names Fusible C-900®, Fusible C-9059, and FPVC®, for Underground Solutions, Inc., or approved equal. Fusion process shall be as patented by Underground Solutions, Inc., Patent No. 6,982,051, or approved equal. E WARRANTY 1. The pipe shall be warranted for one year per the pipe supplier's standard terms. 2. In addition to the standard pipe warranty, the fusion services shall be warranted for one year per the fusion service provider's standard terms. F PRE-CONSTRUCTION SUBMITTALS 1. The following PRODUCT DATA is required from the pipe supplier and/or fusion provider: 026800-T-3 RSM—51 Rev 3.5- 02/12/13 1) Pipe Size 2) Dimensionality 3) Pressure Class per applicable standard 4) Color 5) Recommended Minimum Bending Radius 6) Recommended Maximum Safe Pull Force 7) Fusion technician qualification indicating conformance with this specification 2. The following WORK PLAN AND INFORMATION is required from the contractor and/or horizontal directional drilling Contractor. This WORK PLAN AND INFORMATION shall also be supplied to the pipe supplier, should it be requested: 1) Work plan shall include for each HDD installation any excavation locations and dimensions, interfering utilities, bore dimensions and locations including bend radii used, and traffic control schematics. 2) A project safety and contingency plan which shall include but shall not be limited to drilling fluid containment and cleanup procedures, equipment and plan for compromised utility installations including electrical and power lines, water, wastewater and any other subsurface utility in the area. 3) An HDD schedule identifying daily work hours and working dates for each installation. G POST-CONSTRUCTION SUBMITTALS 1. The following AS-RECORDED DATA is required from the contractor and/or fusion provider to the owner or pipe supplier upon request: 1) Approved datalogger device reports 2) Fusion joint documentation containing the following information: a)Pipe Size and Thickness b)Machine Size c)Fusion Technician Identification d)Job Identification e)Fusion Joint Number f) Fusion, Heating, and Drag Pressure Settings g)Heat Plate Temperature h)Time Stamp i) Heating and Cool Down Time of Fusion j) Ambient Temperature 026800-T-4 RSM—51 Rev 3.5- 02/12/13 3) As-recorded Information a) The as-recorded plan and profile will reflect the actual installed alignment, and reflect the horizontal offset from the baseline and depth of cover. b)All fittings, valves, or other appurtenances will also be referenced and shown. c)A daily project log, along with tracking log sheets, should they be used, shall be provided. Tracking log sheet data, should it be employed, shall include any and all that apply, including inclination, depth, azimuth, and hydraulic pull-back and rotational force measured. PART 2 - PRODUCTS 2.01 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR POTABLE WATER A Fusible polyvinylchloride pipe shall conform to AWWA C900, AWWA C905, ASTM D2241 or ASTM D1785 for standard dimensions, as applicable. Testing shall be in accordance with the referenced AWWA standards for all pipe types. B Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. C Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. D Fusible polyvinylchloride pipe shall be blue in color for potable water use. E Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class, or standard pressure rating for non-AWWA pipe, as applicable 5. AWWA standard designation number, or pipe type for non-AWWA pipe, as applicable 6. NSF-61 mark verifying suitability for potable water service 7. Extrusion production-record code 8. Trademark or trade name 9. Cell Classification 12454 and/or PVC material code 1120 may also be included F Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material,blisters, or other visible deleterious faults. 026800-T-5 RSM—51 Rev 3.5- 02/12/13 2.02 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR NON-POTABLE WATER NOT CONFORMING TO AWWA C905 DIMENSIONALITY A Fusible polyvinylchloride pipe shall conform to AWWA C900, ASTM D2241 or ASTM D 1785 for standard dimensionality, as applicable. Testing shall be in accordance with the referenced AWWA standard. B Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any land incorporated into the pipe. C Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. D Fusible polyvinylchloride pipe shall be purple in color for reclaim, reuse, or other non-potable water distribution or conveyance. E Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class, or standard pressure rating for non-AWWA pipe, as applicable 5. AWWA standard designation number, or pipe type for non-AWWA pipe, as applicable 6. Extrusion production-record code 7. Trademark or trade name S. Cell Classification 12454 and/or PVC material code 1120 may also be included 9. For reclaim water service, the wording: "Reclaimed Water, NOT for Potable Use" F Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material,blisters, or other visible deleterious faults. 2.03 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR NON-POTABLE WATER CONFORMING TO AWWA C905 DIMENSIONALITY A Fusible polyvinylchloride pipe shall conform to AWWA C905 standard. B Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any land incorporated into the pipe. C Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. D Fusible polyvinylchloride pipe shall be purple in color for reclaim, reuse, or other 026800-T-6 RSM—51 Rev 3.5- 02/12/13 non-potable water distribution or conveyance. E Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class 5. AWWA standard designation number 6. Extrusion production-record code 7. Trademark or trade name 8. Cell Classification 12454 and/or PVC material code 1120 may also be included 9. For reclaim water service, the wording: "Reclaimed Water, NOT for Potable Use" F Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material,blisters, or other visible deleterious faults. 2.04 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR WASTEWATER NOT CONFORMING TO AWWA C905 DIMENSIONALITY A Fusible polyvinylchloride pipe shall conform to AWWA C900, ASTM D2241 or ASTM D1785 for standard dimensionality, as applicable. Testing shall be in accordance with the referenced AWWA standard. B Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. C Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. D Fusible polyvinylchloride pipe shall be green in color for wastewater use. E Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class, or standard pressure rating for non-AWWA pipe, as applicable 5. AWWA standard designation number, or pipe type for non-AWWA pipe, as applicable 6. Extrusion production-record code 7. Trademark or trade name 026800-T-7 RSM—51 Rev 3.5- 02/12/13 8. Cell Classification 12454 and/or PVC material code 1120 may also be included F Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material,blisters, or other visible deleterious faults. 2.05 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR WASTEWATER CONFORMING TO AWWA C905 DIMENSIONALITY A Fusible polyvinylchloride pipe shall conform to AWWA C905 standard. B Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. C Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. D Fusible polyvinylchloride pipe shall be green in color for wastewater use. E Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class 5. AWWA standard designation number 6. Extrusion production-record code 7. Trademark or trade name 8. Cell Classification 12454 and/or PVC material code 1120 may also be included F Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. 2.06 FUSIBLE POLYVINYLCHLORIDE NON-PRESSURE PIPE FOR WASTEWATER OR SURFACE WATER 2.07 YLCHLORIDE NON-PRESSURE PIPE FOR WASTEWATER OR SURFACE WATER A Fusible polyvinylchloride pipe shall conform to ASTM D3034 or ASTM F679. B Fusible polyvinylchloride pipe may instead conform to AWWA C900 or AWWA C905,ASTM D2241 or ASTM D1785 for standard dimensionality, as applicable. C Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. D Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal 026800-T-8 RSM—51 Rev 3.5- 02/12/13 length, or custom lengths as specified. E Fusible polyvinylchloride pipe shall be green in color for wastewater use. Fusible polyvinylchloride pipe shall be white in color for surface or storm water use. F Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. Pressure class or standard pressure rating 5. Standard designation number or pipe type 6. Extrusion production-record code 7. Trademark or trade name 8. Cell Classification 12454 and/or PVC material code 1120 may also be included G Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material,blisters, or other visible deleterious faults. 2.08 FUSION JOINTS A Unless otherwise specified, fusible polyvinylchloride pipe lengths shall be assembled in the field with butt-fused joints. The Contractor shall follow the pipe supplier's written guidelines for this procedure. All fusion joints shall be completed as described in this specification. 2.09 CONNECTIONS AND FITTINGS FOR PRESSURE APPLICATIONS A Connections shall be defined in conjunction with the coupling of project piping, DUCTILE IRON MECHANICAL AND FLANGED FITTINGS Acceptable fittings for use with fusible polyvinylchloride pipe shall include standard ductile iron fittings conforming to AWWA/ANSI C110/A21.10, or AWWA/ANSI C153/A21.53 and AWWA/ANSI C111/A21.11. 1. Connections to fusible polyvinylchloride pipe may be made using a restrained or non-restrained retainer gland product for PVC pipe, as well as for MJ or flanged fittings. 2. Bends, tees and other ductile iron fittings shall be restrained with the use of thrust blocking or other means as indicated in the construction documents. 3. Ductile iron fittings and glands must be installed per the manufacturer's guidelines. 4. If required, linings for Ductile Iron fittings shall meet the following requirements for the following service environments: 1) Wastewater: a) Ceramic Epoxy shall be Tnemec Perma-Shield 431, or approved equal. 026800-T-9 RSM—51 Rev 3.5- 02/12/13 b)Polyurethane shall be DuraShield 210 or 310, or approved equal. 2) Potable Water: a) Liquid Epoxy shall be 100% solids liquid epoxy, Tnemec Epoxyline Series FC22, or approved equal. b)Polyurethane shall be DuraShield 210-61 or 310-61, or approved equal. 5. If required, coatings for Ductile Iron fittings shall meet the following requirements for buried and/or immersion service duty: a)Polyurethane shall be DuraShield 210 or 310, or approved equal. b)Liquid Epoxy shall be 100% solids liquid epoxy, Tnemec Epoxyline Series FC22, or approved equal. c) Coal tar epoxy shall be Sherwin Williams Targuard, or approved equal. B PVC GASKETED, PUSH-ON FITTINGS Acceptable fittings for use with fusible polyvinylchloride pipe shall include standard PVC pressure fittings conforming to AWWA C900 or AWWA C905. 1. Acceptable fittings for use joining fusible polyvinylchloride pipe other sections of fusible polyvinylchloride pipe or other sections of PVC pipe shall include gasketed PVC, push-on type couplings and fittings, including bends, tees, and couplings as shown in the drawings. 2. Bends, tees and other PVC fittings shall be restrained with the use of thrust blocking or other restraint products as indicated in the construction documents. 3. PVC gasketed, push-on fittings and mechanical restraints, if used, must be installed per the manufacturer's guidelines. C FUSIBLE POLYVINYL CHLORIDE SWEEPS OR BENDS 1. Fusible polyvinyl chloride sweeps or bends shall conform to the same sizing convention, diameter, dimensional tolerances and pressure class of the pipe being joined using the sweep or bend. 2. Fusible polyvinyl chloride sweeps or bends shall be manufactured from the same fusible polyvinyl chloride pipe being used for the installation, and shall have at least 2 feet of straight section on either end of the sweep or bend to allow for fusion of the sweep to the pipe installation. There shall be no gasketed connections utilized with a fusible polyvinyl chloride sweep. 3. Standard fusible polyvinyl chloride sweep or bend angles shall not be greater than 22.5 degrees, and shall be used in nominal diameters ranging from 4 inch through 16 inch. D SLEEVE-TYPE COUPLINGS 1. Sleeve-type mechanical couplings shall be manufactured for use with PVC pressure pipe, and may be restrained or unrestrained as indicated in the construction documents. 026800-T-10 RSM—51 Rev 3.5- 02/12/13 2. Sleeve-type couplings shall be rated at the same or greater pressure carrying capacity as the pipe itself. E EXPANSION AND FLEXIBLE COUPLINGS 1. Expansion-type mechanical couplings shall be manufactured for use with PVC pipe, and may be restrained or unrestrained as indicated in the construction documents. 2. Expansion-type mechanical couplings shall be rated at the same or greater pressure carrying capacity as the pipe itself F CONNECTION HARDWARE Bolts and nuts for buried service shall be made of non-corrosive, high-strength, low-alloy steel having the characteristics specified in ANSI/AWWA CI I I/A21.11, regardless of any other protective coating. 2.10 CONNECTIONS FOR GRAVITY SANITARY SEWER AND NON-PRESSURE APPLICATIONS A The following connections are to be used in conjunction with tie-ins to other non- pressure, gravity sewer piping and/or structures, and shall be as indicated in the construction documents. B PVC GASKETED, PUSH-ON COUPLINGS 1. Acceptable couplings for joining fusible polyvinylchloride pipe to other sections of fusible polyvinylchloride pipe or other sections of PVC pipe shall include gasketed PVC, push-on type couplings as indicated in the construction documents. 2. PVC gasketed, push-on fittings and/or restraint hardware must be installed per the manufacturer's guidelines. C FUSIBLE POLYVINYL CHLORIDE SWEEPS OR BENDS I. Fusible polyvinyl chloride sweeps or bends shall conform to the same sizing convention, diameter, dimensional tolerances and pressure class of the pipe being joined using the sweep or bend. 2. Fusible polyvinyl chloride sweeps or bends shall be manufactured from the same fusible polyvinyl chloride pipe being used for the installation, and shall have at least 2 feet of straight section on either end of the sweep or bend to allow for fusion of the sweep to the pipe installation. There shall be no gasketed connections utilized with a fusible polyvinyl chloride sweep. 3. Standard fusible polyvinyl chloride sweep or bend angles shall not be greater than 22.5 degrees, and shall be used in nominal diameters ranging from 4 inch through 16 inch. D SLEEVE-TYPE COUPLINGS 1. Sleeve-type mechanical couplings shall be manufactured for use with PVC pipe, and may be restrained or unrestrained as indicated in the construction 026800-T-11 RSM—51 Rev 3.5- 02/12/13 documents. E EXPANSION AND FLEXIBLE COUPLINGS 1. Expansion-type mechanical couplings shall be manufactured for use with PVC pipe, and may be restrained or unrestrained as indicated in the construction documents. F CONNECTION HARDWARE 1. Bolts and nuts for buried service shall be made of non-corrosive, high- strength, low-alloy steel having the characteristics specified in ANSI/AWWA Cl 11/A21.11,regardless of any other protective coating. G CONNECTION TO SANITARY SEWER MANHOLES AND STRUCTURES 1. Fusible polyvinylchloride pipe shall be connected to manholes and other structures to provide a leak-free, properly graded flow into or out of the manhole or structure. 2. Connections to existing manholes and structures shall be as indicated in the construction documents. 1) For a cored or drilled opening provide a flexible, watertight connection that meets and/or exceeds ASTM C923. 2) For a knock out opening, provide a watertight connection (waterstop or other method) meeting the material requirements of ASTM C923 that is securely attached to the pipe with stainless steel bands or other means. 3) Grout opening in manhole wall with non-shrink grout. Pour concrete collar around pipe and outside manhole opening. Provide flexible pipe joint or flexible connector within 2 feet of the collar. 3. Connections to a new manhole or structure shall be as indicated in the construction documents. 1) A flexible, watertight gasket per ASTM C 923 shall be cast integrally with riser section(s) for all precast manhole and structures. 2) Drop connections shall be required where shown on drawings. 3) Grout internal joint space with non-shrink grout. 2.11 DRILLING SYSTEM EQUIPMENT A GENERAL 1. The directional drilling equipment, as a minimum, shall consist of a directional drilling rig of sufficient capacity to perform the bore(s) and pull- back of the pipe(s), a drilling fluid mixing & delivery system of sufficient capacity to successfully complete the crossing, a guidance system to accurately guide boring operations, and trained and competent personnel to operate the system. All equipment shall be in good, safe operating condition with sufficient supplies, materials and spare parts on hand to maintain the system in good working order for the duration of this project. All required 026800-T-12 RSM—51 Rev 3.5- 02/12/13 equipment shall be included in the emergency and contingency plan as submitted per these specifications. B DRILLING RIG 1. The directional drilling machine shall consist of a hydraulically powered system to rotate, push and pull drill pipe while delivering a pressurized fluid mixture to a drill head. The machine shall be anchored to withstand the pulling,pushing and rotating forces required to complete the project. 2. The drilling rig hydraulic system shall be of sufficient pressure and volume to power drilling operations. The hydraulic system shall be free from leaks. 3. The drilling rig shall have a system to monitor pull-back hydraulic pressure during pull-back operations. C DRILL HEAD 1. The horizontal directional drilling equipment shall produce a stable fluid lined tunnel with the use of a steer-able drill head and any subsequent pre- reaming heads. 2. The system must be able to control the depth and direction of the drilling operation. 3. Drill head shall contain all necessary cutters and fluid jets for the operation, and shall be of the appropriate design for the ground medium being drilled. D DRILLING FLUID SYSTEM 1. DRILLING FLUID (DRILLING MUD) a) Drilling fluid shall be composed of clean water and the appropriate additive(s) for the fluid to be used. Water shall be from a clean source and shall meet the mixing requirements of the mixture manufacturer(s). b)The water and additives shall be mixed thoroughly to assure the absence of any clumps or clods. No hazardous additives may be used. c) Drilling fluid shall be maintained at a viscosity sufficient to suspend cuttings and maintain the integrity of bore wall(s). d)Drilling fluid shall be disposed of off-site in accordance with local, state and federal requirements and/or permit conditions. e)No additional chemicals or polymer surfactants shall be allowed to be added to the drilling fluid unless they have been submitted per this specification. 2. MIXING SYSTEM a)A drilling fluid mixing system shall be of sufficient size to mix and deliver drilling fluid for the project. b)The mixing system shall be able to ensure thorough mixing of the drilling fluid. The drilling fluid reservoir tank shall be sized for adequate storage of the fluid. 026800-T-13 RSM—51 Rev 3.5- 02/12/13 c) The mixing system shall continually agitate the drilling fluid during drilling operations. 3. DRILLING FLUID DELIVERY AND RECOVERY SYSTEM a) The drilling fluid pumping system shall have a minimum capacity to supply drilling fluid in accordance with the drilling equipment pull-back rating at a constant required pressure. b)The delivery system shall have filters or other appropriate in-line equipment to prevent solids from being pumped into the drill pipe. c)Used drilling fluid and drilling fluid spilled during drilling operations shall be contained and properly disposed of. The use of spill containment measures shall be maintained around drill rigs, drilling fluid mixing system, entry and exit pits and drilling fluid recycling system (if used) to prevent spills into the surrounding environment. Pumps, vacuum truck(s), and/or storage of sufficient size shall be in place to contain excess drilling fluid. d)A closed-loop drilling fluid system and a drilling fluid cleaning system should be used to whatever extent practical, depending upon project size and conditions. Under no circumstances shall drilling fluid that has escaped containment be reused in the drilling system. E DRILLING CONTROL SYSTEM 1. Calibration of the electronic detection and control system shall be verified prior to the start of the bore. 2. The drilling head shall be remotely steer-able by means of an electronic or magnetic detection system. The drilling head location shall be monitored in three dimensions: a) Offset from the baseline, b)Distance along the baseline, and c) Depth of cover. 3. Point of rotation of the head shall also be monitored. 4. For gravity application and on-grade drilling, sonde/beacon or approved equipment applicable for grade increments of 1/10th of one percent shall be used. 2.12 PIPE PULL HEADS A Pipe pull heads shall be utilized that employ a positive through-bolt design assuring a smooth wall against the pipe cross-section at all times. B Pipe pull heads shall be specifically designed for use with fusible polyvinylchloride pipe, and shall be as recommended by the pipe supplier. 2.13 PIPE ROLLERS 026800-T-14 RSM—51 Rev 3.5- 02/12/13 A Pipe rollers, if required, shall be of sufficient size to fully support the weight of the pipe during handling and pullback operations. B A sufficient quantity of rollers and spacing, per the pipe supplier's guidelines shall be used to assure adequate support and excessive sagging of the product pipe. PART 3 —EXECUTION 3.01 DELIVERY AND OFF-LOADING A All pipe shall be bundled or packaged in such a manner as to provide adequate protection of the ends during transportation to the site. Any pipe damaged in shipment shall be replaced as directed by the owner or engineer. B Each pipe shipment should be inspected prior to unloading to see if the load has shifted or otherwise been damaged. Notify owner or engineer immediately if more than immaterial damage is found. Each pipe shipment should be checked for quantity and proper pipe size, color, and type. C Pipe should be loaded, off-loaded, and otherwise handled in accordance with AWWA M23, and all of the pipe supplier's guidelines shall be followed. D Off-loading devices such as chains, wire rope, chokers, or other pipe handling implements that may scratch, nick, cut, or gouge the pipe are strictly prohibited. E During removal and handling, be sure that the pipe does not strike anything. Significant impact could cause damage,particularly during cold weather. F If appropriate unloading equipment is not available, pipe may be unloaded by removing individual pieces. Care should be taken to insure that pipe is not dropped or damaged. Pipe should be carefully lowered, not dropped, from trucks. 3.02 HANDLING AND STORAGE A Any length of pipe showing a crack or which has received a blow that may have caused an incident fracture, even though no such fracture can be seen, shall be marked as rejected and removed at once from the work. Damaged areas, or possible areas of damage may be removed by cutting out and removing the suspected incident fracture area. Limits of the acceptable length of pipe shall be determined by the owner or engineer. B Any scratch or gouge greater than 10% of the wall thickness will be considered significant and can be rejected unless determined acceptable by the owner or engineer. C Pipe lengths should be stored and placed on level ground. Pipe should be stored at the job site in the unit packaging provided by the manufacturer. Caution should be exercised to avoid compression, damage, or deformation to the ends of the pipe. The interior of the pipe, as well as all end surfaces, should be kept free from dirt and foreign matter. D Pipe shall be handled and supported with the use of woven fiber pipe slings or 026800-T-15 RSM—51 Rev 3.5- 02/12/13 approved equal. Care shall be exercised when handling the pipe to not cut, gouge, scratch or otherwise abrade the piping in any way. E If pipe is to be stored for periods of 1 year or longer, the pipe should be shaded or otherwise shielded from direct sunlight. Covering of the pipe which allows for temperature build-up is strictly prohibited. Pipe should be covered with an opaque material while permitting adequate air circulation above and around the pipe as required to prevent excess heat accumulation. F Pipe shall be stored and stacked per the pipe supplier's guidelines. 3.03 FUSION PROCESS A GENERAL 1. Fusible polyvinylchloride pipe will be handled in a safe and non-destructive manner before, during, and after the fusion process and in accordance with this specification and pipe supplier's guidelines. 2. Fusible polyvinylchloride pipe will be fused by qualified fusion technicians, as documented by the pipe supplier. 3. Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. 4. Only appropriately sized and outfitted fusion machines that have been approved by the pipe supplier shall be used for the fusion process. Fusion machines must incorporate the following elements: a) HEAT PLATE - Heat plates shall be in good condition with no deep gouges or scratches. Plates shall be clean and free of any debris or contamination. Heater controls shall function properly; cord and plug shall be in good condition. The appropriately sized heat plate shall be capable of maintaining a uniform and consistent heat profile and temperature for the size of pipe being fused, per the pipe supplier's guidelines. b)CARRIAGE — Carriage shall travel smoothly with no binding at less than 50 psi. Jaws shall be in good condition with proper inserts for the pipe size being fused. Insert pins shall be installed with no interference to carriage travel. c) GENERAL MACHINE - Overview of machine body shall yield no obvious defects, missing parts, or potential safety issues during fusion. d)DATA LOGGING DEVICE—An approved datalogging device with the current version of the pipe supplier's recommended and compatible software shall be used. Datalogging device operations and maintenance manual shall be with the unit at all times. If fusing for extended periods of time, an independent 110V power source shall be available to extend battery life. 5. Other equipment specifically required for the fusion process shall include the 026800-T-16 RSM—51 Rev 3.5- 02/12/13 following: a)Pipe rollers shall be used for support of pipe to either side of the machine b)A weather protection canopy that allows full machine motion of the heat plate, fusion assembly and carriage shall be provided for fusion in inclement, extreme temperatures, and /or windy weather, per the pipe supplier's recommendations. c)An infrared (IR) pyrometer for checking pipe and heat plate temperatures. d)Fusion machine operations and maintenance manual shall be kept with the fusion machine at all times. e)Facing blades specifically designed for cutting fusible polyvinylchloride pipe shall be used. B JOINT RECORDING Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. The fusion data logging and joint report shall be generated by software developed specifically for the butt-fusion of fusible polyvinyl chloride pipe. The software shall register and/or record the parameters required by the pipe supplier and these specifications. Data not logged by the data logger shall be logged manually and be included in the Fusion Technician's joint report. 3.04 DRILLING OPERATIONS A GENERAL 1. Bore path and alignment are as indicated in the contract documents. The path of the bore may be modified based on field and equipment conditions. Entry and exit locations and control-point elevations shall be maintained as indicated in the contract documents. 2. Bend radii shown in the contract documents are minimum allowable radii and shall not be reduced. B LOCATION AND PROTECTION OF UNDERGROUND UTILITIES 1. Correct location of all underground utilities that may impact the HDD installation is the responsibility of the Contractor, regardless of any locations shown on the drawings or previous surveys completed. 2. Utility location and notification services shall be contacted by the Contractor prior to the start of construction. 3. All existing lines and underground utilities shall be positively identified, including exposing those facilities that are located within an envelope of possible impact of HDD installation as determined for the project specific site conditions. It is the Contractor and HDD system operator's responsibility to deterinine this envelope of safe offset from existing utilities. This will 026800-T-17 RSM—51 Rev 3.5- 02/12/13 include, but is not limited to, soil conditions and layering, utility proximity and material, HDD system and equipment, and foreign subsurface material. C SITE LOCATION PREPARATION 1. Work site as indicated on drawings shall be graded or filled to provide a level working area. No alterations beyond what is required for operations are to be made 2. Contractor shall confine all activities to designated work areas. D DRILLING LAYOUT AND TOLERANCES 1. The drill path shall be accurately surveyed with entry and exit areas placed in the appropriate locations within the areas indicated on drawings. If using a magnetic guidance system, drill path will be surveyed for any surface geomagnetic variations or anomalies. 2. Instrumentation shall be provided and maintained at all times that accurately locates the pilot hole, measures drill-string axial and torsional loads and measures drilling fluid discharge rate and pressure. 3. Entry and exit areas shall be drilled so as not to exceed the bending limitations of the pipe as recommended by the pipe supplier. E PILOT HOLE BORE 1. Pilot hole shall be drilled along bore path. In the event that the pilot bore does deviate from the bore path, it may require contractor to pull-back and re-drill from the location along bore path before the deviation. 2. The Contractor shall limit curvature in any direction to reduce force on the pipe during pull-back. The minimum radius of curvature shall be no less than that specified by the pipe supplier and as indicated on the drawings. F REAMING 1. After successfully completing the pilot hole, the bore hole shall be reamed to a diameter which meets the requirements of the pipe being installed. The following table is offered as an estimated guide: Nominal Pipe Diameter Bore Hole Diameter < 8 inches Pipe Dia. +4 inches 8 inches to 24 inches Pipe Dia. X 1.5 >24 inches Pipe Dia. + 12 inches 2. Multiple reaming passes shall be used at the discretion of the Contractor and shall conform to this specification. 3. In the event of a drilling fluid fracture, returns loss or other loss of drilling fluid, the Contractor shall be responsible for restoring any damaged property 026800-T-18 RSM—51 Rev 3.5- 02/12/13 to original condition and cleaning up the area in the vicinity of the damage or loss. 3.05 PIPE PULL-BACK AND INSERTION A Pipe shall be fused prior to insertion, if the site and conditions allow, into one continuous length. B Contractor shall handle the pipe in a manner that will not over-stress the pipe prior to insertion. Vertical and horizontal curves shall be limited so that the pipe does not bend past the pipe supplier's minimum allowable bend radius, buckle, or otherwise become damaged. Damaged portions of the pipe shall be removed and replaced. C The pipe entry area shall be graded as needed to provide support for the pipe and to allow free movement into the bore hole. 1. The pipe shall be guided into the bore hole to avoid deformation of, or damage to, the pipe. 2. The fusible polyvinylehloride pipe may be continuously or partially supported on rollers or other Owner and Engineer approved friction decreasing implement during joining and insertion, as long as the pipe is not over-stressed or critically abraded prior to, or during installation. 3. A swivel shall be used between the reaming head and the fusible polyvinylehloride pipe to minimize torsion stress on the pipe assembly. D Buoyancy modification shall be at the sole discretion of the Contractor, and shall not exceed the pipe supplier's guidelines in regards to maximum pull force or minimum bend radius of the pipe. Damage caused by buoyancy modifications shall be the responsibility of the Contractor. E Once pull-back operations have commenced, the operation shall continue without interruption until the pipe is completely pulled through the bore hole. F The pipe shall be installed in a manner that does not cause upheaval, settlement, cracking, or movement and distortion of surface features. Any damages caused by the Contractor's operations shall be corrected by the Contractor. 3.06 INSTALLATION CLEANUP A Following the installation, the project site shall be returned to a condition equal to or better than the pre-construction condition of the site. All excavations will be backfilled and compacted per the construction documents and jurisdictional standards. All pavement and hardscape shall be repaired per applicable jurisdictional standards, excess materials shall be removed from the site, and disturbed areas shall be re-landscaped. All drilling fluid shall be properly disposed of per these specifications and all applicable jurisdictional laws. B Contractor shall verify that all utilities, structures, and surface features in the project area are sound. 3.07 PREPARATION PRIOR TO MAKING CONNECTIONS INTO EXISTING PIPING 026800-T-19 RSM—51 Rev 3.5- 02/12/13 SYSTEMS A Approximate locations for existing piping systems are shown in the construction documents. Prior to making connections into existing piping systems, the contractor shall: 1. Field verify location, size, piping material, and piping system of the existing pipe. 2. Obtain all required fittings, which may include saddles, sleeve type couplings, flanges, tees, or others as shown in the construction documents. 3. Have installed all temporary pumps and/or pipes in accordance with established connection plans. B Unless otherwise approved, new piping systems shall be completely assembled and successfully tested prior to making connections into existing pipe systems. 3.08 PIPE SYSTEM CONNECTIONS A Pipe connections shall be installed per applicable standards and regulations, as well as per the connection manufacturer's guidelines and as indicated in the construction documents. Pipe connections to structures shall be installed per applicable standards and regulations, as well as per the connection manufacturer's guidelines. B If possible, pipe installed via HDD shall be filled with water prior to making any connections to the existing system or other portions of the project. 3.09 TAPPING FOR POTABLE AND NON-POTABLE WATER APPLICATIONS A ING FOR POTABLE AND NON-POTABLE WATER APPLICATIONS B Tapping shall be performed using standard tapping saddles designed for use on PVC piping in accordance with AWWA C605. Tapping shall be performed only with use of tap saddles or sleeves. NO DIRECT TAPPING WILL BE PERMITTED. Tapping shall be performed in accordance with the applicable sections for Saddle Tapping per Uni-Pub-8. C All connections requiring a larger diameter than that recommended by the pipe supplier, shall be made with a pipe connection as specified and indicated on the drawings. D Equipment used for tapping shall be made specifically for tapping PVC pipe: I. Tapping bits shall be slotted "shell" style cutters, specifically made for PVC pipe. `Hole saws' made for cutting wood, steel, ductile iron, or other materials are strictly prohibited. 2. Manually operated or power operated drilling machines may be used. E Taps may be performed while the pipeline is filled with water and under pressure (`wet' tap,) or when the pipeline is not filled with water and not under pressure (`dry' tap). 3.10 TESTING 026800-T-20 RSM—51 Rev 3.5- 02/12/13 A Testing shall comply with all applicable jurisdictional building codes, statutes, standards, regulations, and laws. B HYDROSTATIC TESTING AND LEAKAGE TESTING FOR PRESSURE PIPING 1. Hydrostatic and leakage testing for piping systems that contain mechanical jointing as well as fused PVC jointing shall comply with AWWA C605. 2. Unless agreed to or otherwise designated by the owner or engineer, for a simultaneous hydrostatic and leakage test following installation, a pressure equal to 150% of working pressure at point of test, but not less than 125% of norinal working pressure at highest elevation shall be applied. The duration of the pressure test shall be for two (2) hours. 3. If hydrostatic testing and leakage testing are performed at separate times, follow procedures as outlined in AWWA C605. 4. In preparation for pressure testing the following parameters must be followed: 1) All air must be vented from the pipeline prior to pressurization. This may be accomplished with the use of the air relief valves or corporation stop valves, vent piping in the testing hardware or end caps, or any other method which adequately allows air to escape the pipeline at all high points. Venting may also be accomplished by `flushing' the pipeline in accordance with the parameters and procedures as described in AWWA C605. 2) The pipeline must be fully restrained prior to pressurization. This includes complete installation of all mechanical restraints per the restraint manufacturer's guidelines, whether permanent or temporary to the final installation. This also includes the installation and curing of any and all required thrust blocking. All appurtenances included in the pressure test, including valves, blow-offs, and air-relief valves shall be checked for proper installation and restraint prior to beginning the test. 3) Temporary pipeline alignments that are being tested, such as those that are partially installed in their permanent location shall be configured to minimize the amount of potentially trapped air in the pipeline. C LEAKAGE TESTING FOR NON-PRESSURE PIPING 1. Gravity sanitary sewers that contain mechanical jointing in addition to fused PVC joints may need to be tested for excessive leakage. 2. Gravity sanitary sewer leakage testing may include appropriate water or low pressure air testing. The leakage outward or inward (exfiltration or infiltration) shall not exceed 25 gallons per inch of pipe diameter per mile per day for any section of the system. An exfiltration or infiltration test shall be performed with a minimum positive head of two feet. The air test, if used, shall be conducted in accordance with one of the following Standards: 026800-T-21 RSM—51 Rev 3.5- 02/12/13 1) ASTM F1417 2) UNI-B-6 3. The testing method selected shall properly consider the existing groundwater elevations during the test. D DEFLECTION TESTING FOR NON-PRESSURE PIPING 1. After completion of the backfill, the engineer or owner may require that a deflection test be performed. 2. Deflection tests should be conducted using a go/no-go mandrel. The mandrel's outside dimension shall be sized to permit no more than 7.5 percent deflection. The percent deflection shall be established from the base inside diameter of the pipe. If the internal beading of the fused joints for the pipe is not required to be removed, the mandrel shall account for this clearance as well. The mandrel shall be approved by the owner or engineer prior to use. Lines that permit safe entry may allow other deflection test options, such as direct measurements. E DISINFECTION OF THE PIPELINE FOR POTABLE WATER PIPING 1. After installation, the pipeline, having passed all required testing, shall be disinfected prior to being put into service. Unless otherwise directed by the owner or engineer, the pipeline will be disinfected per AWWA C651. F PARTIAL TESTING 1. Segments of the pipe may be tested separately in accordance with standard testing procedure, as approved by the owner and engineer. Testing of each HDD installation prior to connection to the system or other piping is preferred. **END OF SECTION** 026800-T-22 RSM—51 Rev 3.5- 02/12/13 LONDON AREA WW COLLECTION SYSTEM IMPROVEMENTS HORIZONTAL DIRECTIONAL DRILLING Section 026900-T HORIZONTAL DIRECTIONAL DRILLING PART GENERAL 1.01 SECTION INCLUDES A. Installing sanitary sewer force main by directional drilling methods. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. 1. Payment for force mains installed by horizontal directional drilling is on a linear foot basis for each size of pipe installed. Measure along the horizontal pipe alignment and include all items necessary for complete pipe installation, including pipe material, valves, fittings, excavation and backfill of all associated bore and relief pits, tail ditches, spoils and mud haul-off and disposal, site preparation, debris removal and final site grading and restoration. 2. Refer to Section 0129 01 - Measurement and Payment for unit price procedures. 1.03 REFERENCES A. National Sanitation Foundation - NSF 61. 1.04 DEFINITIONS A. Horizontal Directional Drilling: A method of installing pipe that begins with boring a small, horizontal hole (pilot hole) underground with a continuous string of steel drill rod. When bore head and rod emerge at opposite side of crossing, a special cutter is attached and pulled back through the pilot hole to pull pipe through. B. Pilot Hole: Establishes path of drill rod and subsequent location of pipe. C. Pilot Hole Reaming: Operation consists of using appropriate tool to open pilot hole to a slightly larger diameter than carrier pipe. 1.05 SUBMITTALS A. Conform to requirements of Section 00 72 00 General Conditions, Article 24— Document Management . 026900-T-1 Rev.3/21/2018 LONDON AREA WW COLLECTION SYSTEM IMPROVEMENTS HORIZONTAL DIRECTIONAL DRILLING B. Submittal package to include the following items: 1. Horizontal Directional Drilling methodology. A brief description of directional drilling methodology. Description to be sufficient to convey: a. Names of directional boring machine operator and directional boring machine navigational equipment operator. b. Manufacturer and type of directional drilling equipment proposed. C. Manufacturer and type of directional drilling guidance equipment proposed. d. Satisfactory documentation of worker's directional drilling qualifications. e. Number and duration of shifts planned to be worked each day. f. Proposed pit sizes and locations. g. Sequence of operation and construction schedule. h. Locations of directional drilling equipment and work sites, including verification of pilot bore location. i. Method of soils transportation, surface storage and disposal location. j. Identify critical utility crossings and special precautions proposed. k. Contingency plan in the case of inadvertent drilling fluid returns, downhole tool loss or loss of bore hole. Including details on the types and number of machines planned to use, labor force required and specific steps the Contractor will take to address the problem. C. Provide means for accurately monitoring location of pilot bore throughout bore using electronic detection system. Electronic detection equipment must be capable of achieving accuracy within 2.0% at all points throughout bore. Provide documentation of guidance and monitoring equipment calibration. Devices shall have been calibrated by a national standard within 6 months of submittal date. D. Provide As-Built Survey of pilot hole as an AutoCAD drawing, depicting line and grade of pilot hole as installed, prior to back-cutting and reaming bore hole. Contractor shall commence with back-cutting and reaming of bore hole, once pilot alignment has been approved by Engineer in writing. E. Provide daily logs detailing pressures and station locations for the work performed during the day. 1.06 DESIGN CRITERIA 026900-T-2 Rev.3/21/2018 LONDON AREA WW COLLECTION SYSTEM IMPROVEMENTS HORIZONTAL DIRECTIONAL DRILLING A. Select appropriate pipe to carry forces resulting from pull-back of pipe through reamed hole, or other construction loads in combination with overburden, earth and external hydrostatic loads, and internal pressure. B. Configure directional drilling rig such that tension in pipe during pull-back is uniformly distributed and will not damage or permanently distort pipe. C. Take into account loads from handling and storage. D. Provide pipe with inside diameter conforming to minimum requirements of Drawings. 1.07 QUALITY CONTROL A. Work specified herein shall be performed by trained workers who have minimum of 5 years of experience with directional drilling equipment and have successfully completed directional drilling installations of pipelines of similar size, length, and depth as this project under similar water crossing conditions, geology, and soil conditions. B. The Contractor shall have successfully completed one (1) water or sewer projects where the carrier pipe was installed with Horizontal Directional Drilling techniques, meeting the following criteria: 1. The carrier pipe must be FPVC pipe; 2. Minimum carrier pipe nominal diameter of at least 10 inches; 3. The depth at deepest point of HDD shall be at least 30 feet; and 4. Minimum length of 1,500 linear feet in a single pull through soil. C. Similar installations: Horizontal Directional Drilling completed with similar geological conditions and drilling depths similar to those at the site. Cable or phone duct installations are not considered similar due to significantly different drilling techniques involved. PART PRODUCTS 2.01 FORCE MAIN A. Provide AWWA C900 PVC Pipe with fused joints in accordance with Specification Section 026800-T— Fusible Polyvinyl Chloride Pipe for Installation by Horizontal Directional Drill (HDD). PART EXECUTION 3.01 INSTALLATION A. Use equipment documented to be of sufficient size for the project to pull pipe. Use a suitable cutting head to bore face of excavation. Minimize overcut of excavation. 026900-T-3 Rev.3/21/2018 LONDON AREA WW COLLECTION SYSTEM IMPROVEMENTS HORIZONTAL DIRECTIONAL DRILLING 1. The fluid in the annular space to be monitored to reduce the instance of inadvertent fluid returns and hydrofracture. 2. Annular space around greatest diameter of pipe to be kept to a minimum to avoid surface settlement. 3. Use method that allows for removal of a volume of earth and fluid mixture, on a unit foot basis, that equals nominal volume of pipe, on a unit foot basis, being installed. 4. Do not leave unfilled reamed bore holes. Grout reamed bore holes not used for pipe placement with mixture approved by Project Manager to a minimum depth of 20'. Generally, this applies to bore holes created by pulling pipe from the ground surface rather than from pit to pit, but may apply elsewhere. 5. Displaced volume for pilot bore stems alone is not of sufficient volume to require grouting. B. Drill pilot hole with the entry point and the exit point on the side of the force main alignment shown on the Contract Drawings. C. Drill pipe at depth and grade shown on Contract Drawings, or as approved by Project Manager. D. Do not exceed a maximum distance shown on Drawings for drilled pipeline unless otherwise approved by Project Manager prior to start of installation. E. Continuously lubricate pipe with bentonite slurry or other suitable techniques. F. Lay pipe on rollers or other apparatus to facilitate pullback and prevent damage to pipe. G. Use end cap on pipe while pulling pipe. H. Install relief pits as approved by Project Manager. No separate payment for pavement removal and replacement for relief pits. I. Size drilling and relief pits to provide adequate room to meet operational requirements for horizontal drilling operations as well as structures and roadways indicated on Drawings. Provide minimum 12-inch space between pipe and walls of drilling and relief pits. Width of pit at surface shall not be less than at bottom. Maximum allowable length and width of drilling pit shall not exceed 20 feet. Maximum allowable length and width of relief pits shall be 10 feet, unless otherwise approved by Project Engineer. J. Replace sidewalks, driveways and pavement removed for relief pits according to Specifications. K. Provide tees and plugs installed in piping subject to internal hydrostatic heads with suitable anchors or joint harnesses for preventing movement of the pipe caused by internal pressure. 026900-T-4 Rev.3/21/2018 LONDON AREA WW COLLECTION SYSTEM IMPROVEMENTS HORIZONTAL DIRECTIONAL DRILLING Refer to Design Drawings for anchoring details. (Note: in accordance with Specification 026206 for Ductile Iron Pipe and Fittings) L. Backfill and compact excavations, including bore pits and relief pits, in accordance with Specification Section 022020- Excavation and Backfill for Utilities. 3.02 TRAFFIC CONTROL A. Where the bore path crosses active roadways and driveways, use steel plate or other bridging support to allow continuous vehicular traffic during drilling operations. Bridging support details to be approved by Project Manager prior to beginning drilling operations. B. Conform to applicable provisions of Section 025802 -Temporary Traffic Controls During Construction. 3.03 PIPE LOCATION TOLERANCE A. Continuously monitor actual location of pipe with respect to proposed line and grade. Use steering head or other suitable method to control line and grade of pipe to within 2%. B. Continually monitor downhole probe location with magnetic guidance system. Establish a surface locating system to provide a backup and independent determination of pipeline location. System to be comparable to Sharewells TruTrack System, Inrock Paratrack, or other approved method. C. Excavation to locate drilling head at exit point may occur provided no excavation is conducted or occurs within wetlands, submerged lands, street intersections, railroad crossings, or other similar areas. D. Keep Project Manager informed of and allow monitoring of drilling progress and pipe location. 3.04 DRILLING FLUIDS AND EXCAVATED MATERIALS A. Contain drilling fluids and cuttings within designated limits of construction. B. Properly meter water that is used in accordance with City Ordinances. C. Use biodegradable fluid additives which are environmentally safe. D. Dispose excess fluids, cuttings, and other related materials in accordance with governing regulations. Do not allow fluids to enter wetland area, body of water, sanitary or storm sewer systems. E. 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. 026900-T-5 Rev.3/21/2018 LONDON AREA WW COLLECTION SYSTEM IMPROVEMENTS HORIZONTAL DIRECTIONAL DRILLING F. 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. 3.05 DAMAGED OR IMPROPERLY INSTALLED PIPE A. Replace pipe that is damaged or does not meet the specifications. B. Unless otherwise approved by Project Manager, abandon in place pipe damaged during installation or placed at improper line or grade. After abandoning pipe, make alternative construction installation as approved by Project Manager. C. Excavate to determine obstacle when pipe cannot be advanced due to unforeseen obstruction. Offset pipe alignment, as approved by Project Manager, to avoid obstruction. 3.06 MONITORING A. Structures and Surface Assessment. Submit preconstruction and post-construction assessment reports for critical structures and surfaces, namely those located within the limits of construction and in the direct vicinity of the proposed force main. Photographs or a video of any existing damage to structures in the vicinity of the force main alignment shall be included in the assessment reports and submitted to Construction Manager prior to construction. B. Monitoring Instrumentation 1. Submit for review, prior to construction, a monitoring plan that includes a schedule of instrumentation design, layout of instrumentation points, equipment installation details, manufacturer's catalog literature, and monitoring report forms. 2. Install and maintain instrumentation system to monitor and detect movement of ground surface and adjacent structures. Establish vertical survey control points at a distance from the construction area that avoids disturbance due to ground settlement. 3. Instrumentation specified and readings shall be accessible at all times to Project Manager. C. Surface Settlement Monitoring 1. Submit a settlement monitoring plan for review prior to construction. The plan shall identify the location of settlement monitoring points, reference benchmarks, survey frequency and procedures, and reporting formats. 2. Record location of settlement monitoring points with respect to construction baselines and elevations. Record elevations to an accuracy of 0.01 feet for each 026900-T-6 Rev.3/21/2018 LONDON AREA WW COLLECTION SYSTEM IMPROVEMENTS HORIZONTAL DIRECTIONAL DRILLING monitoring point location. Establish monitoring points at locations and by methods that protect them from damage by construction operations, tampering, or other external influences. D. Reading Frequency and Reporting. Submit to Project Manager records of readings from various instruments and survey points. 1. Record all monitoring readings at least once per week prior to starting construction, once per day prior to HDD operation, and once every 8 hours during HDD operations continuing until site has been backfilled and until no more detectable movement occurs. 2. Immediately report to Project Manager any movement, cracking, or settlement which is detected. 3. Following substantial completion but prior to final completion, make final survey of all related monitoring points. END OF SECTION 026900-T-7 Rev.3/21/2018 SECTION 028020-T SEEDING(5-14) 1. DESCRIPTION This specification shall govern all work necessary for fertilizing, planting seeds 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 (% 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. See drawings for mixture. LB/ACRE OF PURE LIVE SEED COMMON NAME SCIENTIFIC NAME FOR MIXTURES A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 - Sideoats Grama(premier) Bouteloua Curtipendula .6 - .6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 - Bermudagrass (Unhulled) Cynodon Dactylon - - 30.0 K. R. Bluestein Andropogon Ischaeum 1.2 1.2 1.5 Buffalograss Pennisetum Ciliare - 4.2 - Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture-A: Recommended for clay or tight soil planted between December I 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-T Page 1 of 3 2.3 MULCH: Mulch shall be wood cellulose fiber type. Wood Cellulose Fiber Type - Wood cellulose fiber 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 forms 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. 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. 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. Top Soil—Prior to planting, the area to be seeded shall be graded, shaped and covered with a minimum of four(4)inches of top soil. Tilling - The area to be seeded shall be tilled to a depth of 2 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. 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 a rate specified above. 028020-T Page 2 of 3 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 seeds, fertilizer, water and other approved materials are added. Application shall be 1500 lb/acre on flats, 2000 lb/acre on 3:1 slopes, and 2500 lb/acre on 2:1 or greater. 100 lb. 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. 3.4 MAINTENANCE: The Contractor will water, repair and reseed areas as required for a period of 45 days. 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 seedings 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 growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, growth is defined as at least one plant per square inch. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, seeding will be measured by the horizontal square yard of surface area seeded. Payment shall be full compensation for top soil, tilling, fertilizing, planting, watering and maintaining vegetation, furnishing all materials required, and all manipulation, labor, tools, equipment and incidentals necessary to complete the work. Payment for seeding under this specification shall be accomplished as follows: - 25% of the total cost of the Seeding Bid Line Item (less retainage) shall be paid to the Contractor after installation of the seed, or hydromulch; - The remaining 75% of the total cost of the Seeding Bid Item will be held until the Contractor achieves grass growth per this specification as approved by the Engineer. Upon the Engineer's acceptance of the grass growth, the remaining 75% of the total cost of the Seeding Bid Item (less retainage) will be paid to the Contractor. 028020-T Page 3 of 3 SECTION 099020-T PAINTING (5-56) 1 . DESCRIPTION This specification shall govern for all work necessary to provide all painting required to complete the project. 2 . INTENT All ferrous metal or unfinished material furnished on this project shall be furnished with a protective coating, but stainless steel, aluminum, bronze, copper, lead, and galvanized surfaces are not to be painted. Any factory painted item that is damaged or shows any sign of corrosion prior to the date of substantial completion shall be repainted by the Contractor. Concrete or concrete block is to be painted only when shown on the drawings to be painted. COLORS All colors shall he selected by the Engineer and/or Owner. The Contractor shall prepare samples of colors for approval by the Engineer and/or Owner. SAMPLES The Contractor shall submit for approval samples of paint materials proposed for use, in three displays of each kind of color of paint to be applied. The Contractor shall make panels used for displays, representative of respective types of surfaces to which several kinds and colors are to be applied in actual work. The Contractor shall not order paint materials until color selections have been made and samples approved. 3. PREPARATION OF SURFACES 3.1 General: All surfaces shall be clean when paint is applied. 3.2 Concrete and Masonry: The Contractor shall clean all concrete surfaces with mechanical abrasion (brushing) and water blast. The last step in the cleaning of surfaces other than sanitary sewer wet wells shall be to wash the surface to be painted with a 20o solution of muriatic acid and then rinse with potable water. In cleaning sanitary wet wells, all corroded concrete shall be removed as indicated above and the surface shall be washed with a solution of potable water and sodium hydroxide and then rinsed with potable water. The surface shall be thoroughly dry when paint is applied. 3.3 Metal: a. General: All metal surface to be painted shall be cleaned by sandblasting, except items that are shop coated. Cleaning shall be to "Near White Metal" SP-10 or NACE #2, or "Commercial Grade" SSPC-6 or NACE #3. One of these two methods will be specified where blast cleaning is required. NOTE: All submerged surfaces will require a "Near White Metal" (SP-10 or NACE #2 blast) , without exception. b. "Near White Metal" : Sandblast cleaning SP-10 or NACE #2. Definition and procedure as follows: "Near White Metal" is a method of preparing the metal surfaces for the application of protective coatings by 099020-T 11/6/89 Page 1 of 15 removing mill scale, rust, oil paint, and any foreign matter by propelling sand through a nozzle with compressed air. This is defined as a surface, gray white in appearance, being almost a completely uniform metallic color, with very light shadows allowed over less than 10° of the surface area. Procedure: (1) Before blasting, grind smooth any rough welds and sharp edges. (2) Remove heavy deposits of oil and grease by detergent cleaning using one pound Sodium Meta Silicate per five gallons of water. (3) The sand used shall be 16-35 mesh, or 20-60 (unless otherwise specified) sharp angular grained silica sand that is fresh water washed, dried, properly graded and delivered to the job site in moisture proof bags (bulk sand of equal quality and size is acceptable) . Sand shall not be re-used. (4) Compressed air shall be delivered at a minimum nozzle pressure of 90 p.s.i. not to exceed 110 p.s.i. This shall be free of detrimental amounts of condensed water and oil. (5) All blast products shall be swept or blown from the surface before priming commences. (6) Blast cleaning will not be conducted on surfaces that may become wet after blasting and before priming is complete, or when surfaces are less than 5E above dew point, or when relative humidity is above 85%. (7) The blasted surface shall be primed within 8 hours. C. "Commercial" Blast Cleaning (SP-6 of NACE #3) Definition and Procedure: Commercial blast cleaning is a method of preparing metal surfaces for painting by removing mill scale, rust, rust scale, paint or foreign matter by the use of abrasive propelled through nozzles or by centrifugal wheels. Heavy deposits of grease or oils shall be removed by No. 1 "Solvent Cleaning" prior to blasting. "Commercial" blast cleaning entails the removal of practically all rust, mill scale and other detrimental matter from the surface. The surface will not necessarily be uniform in color, nor will all surfaces uniformly clean since the original condition of the surface will affect the final result. (If surface, prior to cleaning, is in such bad condition that the cleaning, when done according to this specification, results in a surface unsatisfactory to the Owner or suitable for very severe service, the No. 10 Blast Cleaning to "Near White Metal" shall be specified. ) Less than 30% light shadow shall be visible. Procedure: (1) Remove heavy deposits of grease or oil by detergent cleaning. (2) The sand shall be 20-40 mesh, unless otherwise specified, fresh water washed, dried, properly graded and delivered to the job site in vapor proof bags, or bulk. Sand shall not be re-used. (3) Compressed air shall be delivered at a minimum nozzle pressure of 90E p.s.i. , not to exceed 100 p.s.i. This shall be free of condensed water and oil (use moisture traps) . (4) Blow or sweep off the excess blast products from the surface. (5) Prime the blasted surface within 8 hours. (6) Blasting shall not be conducted when relative humidity is in 099020-T 11/6/89 Page 2 of 15 excess of 85% or surfaces are less than 5E above the dew point, unless approved by the Engineer. d. Removal of Oil and Grease: Remove oil and grease with approved solvents such as Naptha, or by steam combined with approved detergent. USE OF GASOLINE OR KEROSENE NOT PERMITTED. e. Scraping, Grinding and Chipping: Scrapers or other suitable grinding and chipping tools may be used for removal of existing paint coating prior to repainting, or for cleaning before application of secondary coats only when approved by the Engineer. f. Sandblasting: Clean such surfaces by "Near White" or "Commercial" sandblasting and leave clean, dry, and ready to receive prime coat. River sand must be graded and washed to insure removal of clayey material. Remove all dust and sand from surfaces before painting. Take care to remove all sand and grit around and between joints of connecting members . Schedule operations to avoid settling of dust or grit on freshly painted surfaces and adequately protect machinery or other equipment in vicinity of sandblasting work. 4 . STORING AND MIXING OF PAINT: The Contractor shall use one convenient location for storing and mixing of paint materials, and keep and approved type fire extinguisher available in this area. The Contractor shall protect areas where paint is stored or painting is done and he shall remove all oily rags and waste from building at close of each day. 5. WEATHER AND SITE CONDITIONS: 5.1 Temperature: Painting shall not be accomplished when either the surface or ambient temperatures are less than 508F or when temperature drop of 208F, or below 508 Fahrenheit, is forecast. NOTE: Material shall be stored in area where the extreme cold or heat will not greatly affect viscosity. Coatings apply much better when product temperature is held within 608 - 908 F range (778 F is optimum) . 5.2 Humidity: Painting shall not be accomplished during misty or rainy weather, or on surfaces that have any frost or moisture. Painting shall not be permitted at temperatures less than 58F above the dew point. 5.3 Wind and Dust: Painting shall not be accomplished in dusty rooms or on the exterior during excessive wind. The Engineer shall be the sole judge as to what constitutes excessive wind. 6. APPLICATION PROCEDURES: 6.1 General: Paint shall be applied by skilled workmen. Paint may be applied with brush or spray equipment. Paint shall be applied in even and thorough coats, without runs, sags or other blemishes. Contractor shall properly sand paint surfaces between coats of enamel, paint or shellac when applied to any surface other than masonry. Apply paints in accordance with manufacturer's 099020 11/6/89 Page 3 of 15 recommendations. Do not apply finish field painting to machinery, equipment, or piping until operational testing has been completed. 6.2 Driving Time: Allow thorough drying time of each coat before succeeding coat is applied, except when manufacturer recommends otherwise, or as specified herein. 6.3 Coverage: Shall be as recommended by manufacturer. 6.4 Delivery of Paint: Contractor shall deliver paint to the site in original, unbroken, sealed containers, with manufacturer's label attached. 6.5 Thinners and Solvents: Contractor shall use only those thinners and solvents specified in paint formulas of paint being used and mix in proportions as recommended by paint manufacturer. 6. 6 Brush Application: Contractor shall apply paint in uniform thickness consistent with specified coverage and with sufficient cross brushing to insure filling of surface irregularities. He shall exercise particular care in painting around rivet heads, bolt heads and nuts, in corners, restricted spaces, and on irregular concrete surfaces. 6.7 Spray Application: Contractor shall apply paint with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having hand or air driven agitator. Application of paint by suitable airless spray equipment is acceptable. Paint shall be applied with the width of spray not less than 6 inches nor more than 18 inches, and with suitable pressure for particular type of paint being used. Contractor shall make frequent checks to insure correct spreading rate and coating, and apply without sags, runs or "orange peel" effect. Correct all such imperfection. The Contractor shall take special care to cover edges, corners, and rivet head without bridging over of paint film. 6.8 Application of Protective Coating: When applying coats designed to prevent corrosion due to liquids and gases, the coating must be complete and absolutely free of the slightest pinhole, air pocket or other defect which would allow the entrance of either liquid or gas. 6. 9 Painting Shop Coated Metal Surfaces: a. Prior to Installation: After delivery to site of work, and prior to installation, keep all shop coated metal work clean and free from corrosion. When directed, clean and re-touch damaged areas with additional primer. b. After Installation: After erection or installation of shop coated metal work, clean, and re-touch all rust spots, all places where paint has been rubbed or scraped off, and all field rivet boat head nuts. After previously applied paint has hardened, and when surfaces to receive succeeding coats of paint have been perfectly cleaned and dried, apply paint as set out elsewhere in these specifications. Allow interval of not less than 48 hours, or as recommended by 099020 11/6/89 Page 4 of 15 manufacturer, between coats, and if surface is to be submerged in water, allow 5 days or more for hardening of final coat before placing in water. C. Machinery and Electrical Equipment: After installation of machinery and electrical equipment, check base coats carefully and retouch all damaged surfaces. Do not paint nameplates, serial number bases, chrome or bronze trim, or any rotating parts. Clean off any excess paint that impairs convenient removal of covers or gauges, instrumentation or other equipment fitted with doors or covers. d. Bolted and Imbedded Surfaces: All surfaces to be blotted together, to concrete or to be imbedded in concrete or grouted, to have prime and complete finish coats applied and dried before erecting in place. 6.10 CLEANING: Upon completion of painting operations, the Contractor shall clean off all paint spots, oil, and stain from all surfaces and leave entire project in perfect condition as far as painting work is concerned. Remove from premises all containers and debris resulting from painting operations. 7 . PAINTING EQUIPMENT, MACHINERY AND METAL WORK 7.1 INTERIOR METAL DOORS, FRAMES, AND WINDOWS, AND OTHER MISCELLANEOUS ARCHITECTURAL METAL WORK: Prime Coat: (Surface Prep - SP-6, or PT-4 "Hot Phosphate Treat") a. 1 ee at- Bi4neins—#4 8 9 5 4 eisa-�-i+ePeel P94m e g—F44:n}ffiuft 2 .Z5 D Trt �e-L b. 1 coat Koppers 654 Epoxy Primer - Minimum 2.5 D.M.T., or C. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Minimum 2.5 D.M.T. , or d. an approved equal. *Dry Mils Thick Intermediate Coat aweeat Binems 4,14800 Sewes Belyam}de-£pe�E(FleL=eatile) F P.M.m , er b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Aquapon Polyamide-Epoxy Finish- Minimum 2 D.M.T. , or d. an approved equal. Top Coat: atee eat - Bi4nei s 44899 S ewe s P e3yam d e-Ttpe-y (;Ieins-ati�-e) - Minimum 2 P.r�T. , er b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish - Minimum 2 D.M.T., or d. an approved equal. 099020 11/6/89 Page 5 of 15 7.2 EXTERIOR METAL DOORS, FRAMES, AND WINDOWS, AND OTHER MISCELLANEOUS ARCHITECTURAL METAL WORK: Prime Coat: (Surface Prep-SP-6) aweeat- - Bi ri xez8 44�805 VezSati}--j le Reel Pjcj-fTtei- Min-I Uffi 2.5 B.M.T. e-r b. 1 coat,- Koppers 654 Epoxy Primer - Minimum 2.5 D.M.T. , or C. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98- - Minimum 2 .5 D.M.T. , or d. an approved equal. Intermediate Coat: a. 'I eeat cine cs Tf48 '7 VeL=sat i e Tan P n4iniffiaffi 2.5 D M m e-r b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2.5 D.M.T. or C. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish - Minimum 2.5 D.M.T. , or d. an approved equal. Top Coat: a.Ieea} - Rr-....Vs AG T- T (Aeia yl-ie 2.6 b. 1 coat - Koppers Polyurethane - Minimum 2.5 D.M.T., or C. 1 coat - Pittsburgh Pitthane (Polyurethane) - Minimum 2.5 D.M.T. or d. an approved equal. 7.3 INTERIOR-STRUCTURAL STEEL, HANDRAILS, WALKWAYS, AND OTHER MISCELLANEOUS METAL WORK: (Sandblast "Near-White Metal", SP- 10 or NACE #2) Prime Coat: c . eoa t arrxe ro A n o n; 4e5aqalile Reel �feia ��f3�frtttffi m e-r- b. 1 coat - Koppers #654 Epoxy Primer - Minimum 2.5 D.M.T. , or C. 1 coat - Pittsburgh Aquapon Red Primer #97-48/49 - Minimum 2 .5 D.M.T. , or d. an approved equal. Intermediate Coat: b. 1 coat - Koppers 200 H.B. Epoxy - Minimum 3 D.M.T., or C. 1 coat - Pittsburgh Light Gray Aquapon 497-3/98, Minimum 3 D.M.T. , or d. an approved equal. Top Coat: �Minimum 2.� P—n ��er b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 3 D.M.T. or C. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish #97-51/51 - Minimum 3 D.M.T. , or d. an approved equal. 099020 11/6/89 Page 6 of 15 7.4 EXTERIOR-STRUCTURAL STEEL, HANDRAILS, WALKWAYS, AND OTHER MISCELLANEOUS METAL WORK: (Sandblast "Near White Metal", SP- 10 or NACE #2) Prime Coat: a.1eeat- - 1;inine=s-#48 5 Veics-a-4ze Pied P2�irfte2� - Pin mum 3 D.H f er b. 1 coat - Koppers #654 Epoxy Primer - 2.5 D.M.T. , or C. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Minimum 2 .5 D.M.T. , or d. an approved equal. Intermediate Coat: a. 'I -.t _ B r�Lc8 #n o�Ts a t; l e Tan n Lc — inzfftiaf t3 D."�� i e-r b. 1 coat - Koppers 200 H.B. Epoxy - Minimum 3 D.M.T., or C. 1 coat - Pittsburgh Light Gray Aquapon #97-3/98 - Minimum 3 D.M.T. , or d. an approved equal. Top Coat: awe e a t - Bin eL�eAG RA-G LAD (AeL�ylre TdL�e t h a n e)—Fqin4-mum 2.5 b. 1 coat - Koppers Polyrethane - Minimum 2.5 D.M.T. , or C. 1 coat - Pittsburgh Pitthane (Polyurethane) - Minimum 2.5 D.M.T. , or d. an approved equal. 7.5 STRUCTURAL STEEL AND OTHER MISCELLANEOUS METAL SUBMERGED IN WASTEWATER: (Sandblast "Near White Metal", SP-10 NACE #2) Prime Coat: a. e e r s�� ;4ers-a=--- '-aT Pz�, P4f-4ffitiffi 2.15 n . rt-rye r b. 1 coat- Koppers 654 Epoxy, Minimum 2.5 D.M.T., or C. 1 coat - Pittsburgh Aquapon Green Inhibitive Primer - #97-49/98 - Minimum 2.5 D.M.T. , or d. an approved equal. Intermediate Coat: (Shall he applied in not less than four (4) hours and not more than fifteen (15) hours after applying the previous coat. ) a. 1 eea. _ Ri4ners #1 791 Ge l m- E P4n-im�zim8 T nR m er b. 1 coat - Koppers Bitumastic 300-M Coal Tar Epoxy - Minimum 8 D.M.T. , or C. 1 coat - Pittsburgh Coal Tar Epoxy - Coal Cat 497-640/641 Epoxy- Minimum 8 D.M.T. , or d. an approved equal. Top Coat: (Shall be applied in not less than four (4) hours and not more than fifteen (15) hours after applying the previous coat. ) b. 1 coat - Koppers 300-M Coal Tar Epoxy - Minimum 8 D.M.T. , or C. 1 coat - Pittsburgh Coal Tar Epoxy - Coal Cat 497-640/641 Epoxy- Minimum 8 D.M.T. , or d. an approved equal. 099020 11/6/89 Page 7 of 15 7. 6 STRUCTURAL STEEL AND OTHER MISCELLANEOUS METAL SUBMERGED IN POTABLE WATER: (Sandblast "Near White Metal", SP-1 or NACE #2) Prime Coat: awe e at- - $>nj-n ej sa 4496 N e n=Te��ie Pi�imej�, 2 - 2.5 D.M.T. , e= b. 1 coat - Koppers 4294 Epoxy Primer - Minimum 3 D.M.T. , or C. Pittsburgh (No system available) , or d. 1 coat - Tnemec 20-1255 "Beige" Pota-Pox Primer - Minimum 3 D.M.T. , or e. an approved equal. Intermediate Coat: (Shall be applied in not less than four (4) hours and not more than fifteen (15) hours after applying the previous coat. ) a. $rrTir��s—#-�-97 Siap��V2zs-atrre Fvrnz-Toxre White M---�-a * 5 n.M.m , r e b. 1 coat - Koppers 200 H.B. Epoxy - Minimum 6 D.M.T., or C. Pittsburgh (No system available) , or d. 1 coat - Tnemec 20-2000 "White" Pcta-Pox - Minimum 4 D.M.T. , or e. an approved equal. Top Coat: (Shall be applied in not less than (4) hours and not more than fifteen (15) hours after applying the previous coat. n. 1 eeatminers-#-797 Super Vey=e Nen-Texie d1zli-te _ Minimum 79-P.M.T�e-r b. 1 coat -Koppers 200 H.B. Epoxy - Minimum 6 D.M.T., or C. Pittsburgh (No system available) , or d. 1 coat - Tnemec 20-2000 "White" Pota-Pox - Minimum 4 D.M.T. , or e. an approved equal. 7.7 INTERIOR - SHOP PAINTED PUMPS, MACHINERY AND MOTORS: Prime Coat: r3. 1 } - Dr1�fS 42819 r,,, n e,i P - P44 rr��"ram b. 1 coat - Koppers 621 Rust Inhibitive Primer - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Multi-Prime #97-684 Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 37K-77 Chem-Prime-Minimum 2 D.M.T. , or e. an approved equal. Intermediate Coat: a�eeat�Drzn e�s 2@��Se�ee-D��apen�name�jae.Ey _ n -. -. _,.. - �e� b. 1 coat- Koppers Ponkcte 300 Enamel - Minimum 2 D.M.T., or C. 1 coat - Pittsburgh Aquapon Polyamide Epoxy finish - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 2H Hi-Build Tnemec-Glass - Minimum 2 D.M.T. , or e. an approved equal. 099020 11/6/89 Page 8 of 15 Top Coat: -a l e e at - Briners 42899 Series Fi n afffe4: File m y - P i B. e-r b. 1 coat - Koppers Ponkote 300 Enamel - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 2H Hi-Build Tnemec-Glass - Minimum 2 D.M.T. , or e. an approved equal. 7.8 EXTERIOR - SHOP PAINTED PUMPS, MACHINERY, AND MOTORS: Prime Coat: -a.1eeat BLcrTircTs #4805 Veics-a.tile—Re`l P,c;ffie - 2.5 - 3 D.M.T. , e-t b. 1 coat - Koppers 654 Epoxy Primer 2.5 - 3 D.M.T. , or C. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 2.5 - 3 D.M.T., or d. an approved equal. Intermediate Coat: a. coal, nrrxxcrc 7f 4 oT7 VezSa+cTre aif3 PLATtleL- - Mi33iIR13ffi 3 D.M.T. , b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 3 D.M.T. , or C. 1 coat - Pittsburgh Polyamide Epoxy Gray High Solids 07- 151/159 - Minimum 5 D.M.T., or d. an approved equal. Top Coat: P.M.T�ei b. 1 coat- Koppers Polyrethane - Minimum 2.5 D.M.T. , or C. 1 coat - Pittsburgh Pitthane (Polyurethane) - Minimum 2.5 D.M.T. , or d. an approved equal. 7. 9 ELECTRICAL CONTROL EQUIPMENT: Prime Coat: $r- b. 1 coat - Koppers 621 Rust-Inhibitive Primer - Minimum 2.5 D.M.T. , or C. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Minimum 2 .5 D.M.T., or d. 1 coat - Tnemec Series 37-77 Chem-Prime - Minimum 2 D.M.T. , or e. an approved equal. Intermediate Coat: Miniffiufn ."."^ eq� b. 1 coat - Koppers 300 Enamel - Minimum 2 D.M.T., or C. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish - Minimum 2 D.M.T. , or d. an approved equal. 099020 11/6/89 Page 9 of 15 Top coat: 2- el- b. 1 coat,- Koppers 300 Enamel - Minimum 2 D.M.T., or C. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 2H High-Build - Minimum 2 D.M.T. , or e. an approved equal. 8. PAINTING EXPOSED AND SUBMERGED METAL PIPING 8.1 EXPOSED VALVES, FITTINGS, AND PIPES: (Sandblast "Commercial Grade" SP-6 or NACE #3) Prime Coat: -ca. 1 } - Priners #4805 er-sake Red n,,,;f - P4�-,^-- �3 D.M.T. , b. 1 coat - Koppers 654 Primer - Minimum 2 .5 D.M.T. , or C. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Minimum 2 .5 D.M.T., or d. an approved equal. Intermediate Coat: a le e at Briners #4 817 Vey ati=era me 2 - z� 9 .T-. r er b. 1 coat - Koppers H.B. Epoxy - Minimum 6 D.M.T., or C. 1 coat - Pittsburgh Polyamide Epoxy Gray High Solids #97/151/159 - Minimum 5 D.M.T. , or d. an approved equal. Top Coat: aweeat- B inems AGRA-G3nAD (AeL-ylre Hiet-hane) — 44:niffid t 2. . R n-reef b. 1 coat - Koppers Polyurethane - Minimum 2 . 5 D.M.T., or C. 1 coat - Pittsburgh Pitthane (Polyrethane) - Minimum 2.5 D.M.T. , or d. an approved equal. Color Coding: Piping shall be color coded as shown on the drawings. When coding is not shown on the drawings, the following shall apply: Sludge Line Brown Gas Line Red Potable Water Line Blue Non-Potable White-stenciled "Unsafe Water" Chlorine Line Yellow Sewage Line Gray Compressed Air Line Green Heating Water Lines Blue with 6" red bands for Digesters or spaced 30" apart Building *Dry Mils Thick 099020 11/6/89 Page 10 of 15 8.2 VALVES, FITTINGS, AND PIPES SUBMERGED IN WASTEWATER: (Sandblast "Near White Metal" SP-10 or NACE #2) Prime Coat: (Applied at the rate recommended by the manufacturer) awe e az - Bin e=s ic#4 817 V ems at-i=e T-a n P2�im e2�, 2.5 - 3 B.H er b. 1 coat - Knoppers 654 Epoxy Prier, 2.5 - 3 D.M.T. , or C. 1 coat - Pittsburgh Aquapon Green Inhibitive Primer #97-49/98, 2.5 - 3 D.M.T., or d. an approved equal. Intermediate Coat: (Shall be applied in not less than four (4) hours and not more than fifteen (15) hours after applying the previous coat. ) a. 1 eeat - B 1�:ner6 #4 9 1 G e i Tarim- Minimam 8 D.M.T. , e� b. 1 coat - Knoppers Bitumastic 300 Coal Tar Epoxy - Minimum 8 D.M.T. , or C. 1 coat - Pittsburgh Coal Tar Epoxy - Coal Cat 097-640/641 Epoxy - Minimum 8 D.M.T., or d. an approved equal. Top Coat: (Shall be applied not less than four (4) hours and not more than fifteen (15) hours after applying the previous coat. ) aweeat- $ernems 4791 Geal T iLc P 44�e� b. 1 coat - Koppers Bitumastic 300 Coal Tar Epoxy - Minimum 8 D.M.T. , or C. 1 coat - Pittsburgh Coal Tar Epoxy - Coal Cat 640-641 Epoxy - Minimum 8 D.M.T. , or d. an approved equal. 8.3VALVES, FITTINGS, AND PIPES SUBMERGED IN POTABLE WATER: (Sandblast "Near White Metal" SP-10 or NACE #2) Prime Coat: b. Koppers - No Primer Required, or C. Pittsburgh (No system available) , or d. 1 coat - Tnemec 20-1255 "Beige" Pota-Pox Primer - Minimum 3 D.M.T. , or C. an approved equal. Intermediate Coat: a.Ieeat- BL�ineL�s #797 Sapei� Vei�satil:e Nen-Tex4 e White - "p-n 4 n M m e- b. 1 coat - Koppers 200 Epoxy - Minimum 6 D.M.T. , or C. Pittsburgh (No system available) , or d. 1 coat - Tnemec 20-1000 "Pota-Pox" - Minimum 4 D.M.T. , or e. an approved equal. Top Coat: (Should be applied within 48 hours of Intermediate (Coat) awe e at - Bi4neics-4397 Sipe g 6Ve s-atile-F3 e n-Te x e White _ M: = -ft. f- 4— �e- b. 1 coat -Koppers 200 HP Epoxy - Minimum 6 D.M.T. , or C. Pittsburgh (No system available) , or d. 1 coat - Tnemec 20-2000 "White" Pota-Pox - Minimum 4 D.M.T. , or e. an approved equal. 099020 11/6/89 Page 11 of 15 9.PAINTING CONCRETE AND MASONRY 9.1 INTERIOR OF CONCRETE WASTEWATER WET WELLS: Prime Coat: (Applied at the rate recommended by manufacturer) b. 1 coat - Koppers Bitumastic 300-M - Minimum 8 D.M.T. , or C. 1 coat - Pittsburgh Coal Tax Epoxy - Coal Cat #97-640/641 Epoxy - Minimum 8 D.M.T., or d. Tnemec - No Prime Coat Required, or e. an approved equal. Top Coat: (Shall be applied in not less than four (4) hours and not more than fifteen (15) hours after applying the previous coat) . -a. , eeat - Priners #79-1 Geai T-a�- Eige2zy- 19 D.M.T 9r b. 1 coat - Koppers Bitumastic 300-M - Minimum 10 D.M.T. , or C. 1 coat - Pittsburgh Coal Tar Epoxy - Coal Cat #97-640/641 Epoxy - Minimum 10 D.M.T. , or d. 1 coat Tnemec 46H413 Hi-Build Tnemec-Tar - Minimum 18 D.M.T., or e. an approved equal. The interior epoxy coating of concrete wastewater wet wells must be absolutely free of the slightest pinhole, air pocket, and other imperfections which allow entry of corrosive gasses. The Contractor shall provide all equipment, labor, and materials for testing and repair of pinholes and imperfections. Holiday detection shall be done with a D.E. Stearns Model 14/20 holiday detector. 9.2 INTERIOR - CONCRETE AND CONCRETE BLOCK: Prime Coat: (Applied as necessary to fill surface to the satisfaction of the Engineer) -ca. 1 eea4� - Rr—criers 4849 Bie„k Seale e-r i b. 1 coat - Koppers Block Sealer, or C. 1 coat - Pittsburgh Polyamide Epoxy Filler #97-685/686, or d. 1 coat - Tnemec 54-562 Modified Epoxy Masonry Filler, or e. an approved equal. Intermediate Coat: ewe a t ram_r s ,48 0 0—Sees 1,4ei"sat-;e Fie=e F P.M.m , e� t b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Pitt-Glaze Hi Solids Epoxy - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 66 Hi-Build Epoxcline - Minimum 2 D.M.T. , or e. an approved equal. 099020 11/6/89 Page 12 of 15 Top Coat: a. l e e at - Briners #4 8 9 0—Series V e r s a-tj-4:e Pelyafffielezgex Prtiniffiuffi 2 M m e-f b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Pitt-Glaze Hi Solids Epoxy - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 66 Hi-Build Epoxoline - Minimum 2 D.M.T. , or e. an approved equal. 9.3 EXTERIOR - CONCRETE AND CONCRETE BLOCK: Prime Coat: (Applied as necessary to fill surface to the satisfaction of the Engineer. ) a. , eeat - Brimers—#4849 Bleek Sealer,er b. 1 coat - Koppers Block Sealer, or C. 1 coat - Pittsburgh Polyamide Epoxy Block Filler #97-685/686, or d. 1 coat - Tnemec Series 54-562 Modified Epoxy Masonry Filler, or e. an approved equal. Intermediate Coat: a.1e eat - 1;i4nems 44800 S ewes V eicsa4z� e Re+yafn de Fijae� y - F2 B..�e_i� b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 66 Hi-Build Epoxoline - Minimum 2 D.M.T. , or e. an approved equal. Top Coat: a 1 ea�B rye r s—r4 8 0 0 S ewes V e r_a-,}-i�Pelyam-�eleFpex�y— � 8 P— teer b. 1 coat - Kopper Glamorglaze 200 Epoxy - Minimum 3 D.M.T. , or C. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish - Minimum 3 D.M.T. , or d. 1 coat - Tnemec Series 66 Hi-Build Epoxoline - Minimum 2 D.M.T. , or e. an approved equal. 10. PAINT WOOD SURFACES 10.1 INTERIOR WOODWORK: Prime Coat: a.1 ee-at - nrrixe=s416GG Fi=-afRel d�3eleicee-ateqn - Mift-ift:aft 2 94 eIr b. 1 coat - Koppers 625 Undercoater - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Enamel Undercoat 6-6 - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 36-603 Undercoater - Minimum 2 D.M.T. , or e. an approved equal. 099020 11/6/89 Page 13 of 15 Intermediate Coat: a. 1 eea-t - Briners Duraneffial P R 2 D.H.T. , er b. 1 coat - Koppers Ponkote 300 Enamel - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Speedhide 6-252 Series Enamel - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 2H Hi-Build - Minimum 2 D.M.T. , or e. an approved equal. Top Coat -a.1e-e-az - 1;jnineins Dui�anemal—Fqinimum 2 944rT. , ei� b. 1 coat - Koppers Ponkote 300 Enamel - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Speedhigh 6-252 Series Enamel - Minimum 2 D.M.T. , or d. 2 coats - Tnemec Series 2 H Hi-Build - Minimum 2 D.M.T. , or e. an approved equal. 10.2 EXTERIOR WOODWORK: Prime Coat: b. 1 coat Koppers 625 Undercoater - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Speedhide 6-809 Exterior Wood Primer (Mildew Resistant) - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 36-603 Undercoater - Minimum 2 D.M.T. , or e. an approved equal. Intermediate Coat: awe e a t- B;j4 iz�eie—lei=a,�4e-tP b. 1 coat - Koppers Rustarmor - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Speedhide 6-800 Series or Speedhike 1-900 Series (Mildew Resistant) - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 23 Enduratone - Minimum 2 D.M.T. , or e. an approved equal. Top Coat a. 1 eea4� - Rr--rne s T 1. f l.. - M-in zrca 2 D.M.T. , e-r b. 1 coat - Koppers Rustarmor - Minimum 2 D.M.t. , or C. 1 coat - Pittsburgh Speedhike 6-800 Series or Speedhike N-900 Series (Mildew Resistant) - Minimum 2 D.M.T. , or d. 2 coats - Tnemec Series 23 Enduratone - Minimum 2 D.M.T. , or e. an approved equal. 11. PAINTING GYPSUM BOARD 11.1 GENERAL INTERIOR - GYPSUM BOARD Prime Coat: a.1ee-at - 14z4f3ers43499 Aegn-a-Kete Mif4 Ckaiii 2 D.PrtrT. , ei b. 1 coat - Koppers 600 Acrylic Emulsion - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Speedhike 6-2 Latex Sealer - Minimum 2 D.M.T. , or d. 1 coat - Tnemec 51-792 PVA Sealer - Minimum 2 D.M.T. , or e. an approved equal. 099020 11/6/89 Page 14 of 15 Top Coat: -a. 1 eeat - B Tees 43499 Aera-?,ete z."i�er b. 1 coat - Koppers 600 Acrylic Emulsion - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Speedhide 6-2 Latex Sealer - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 6 Tnemec Cryl - Minimum 2 D.M.T. , or e. an approved equal. 11.2 WASHROOM, SHOWER ROOM, LOCKER ROOM INTERIOR GYPSUM BOARD: Prime Coat: a I eeat- - B rine r s #4 8 0 0 Series Ve r sat-ll e Pelyam�iele—Epe-y— PCB..�T. , e-Lc b. 1 coat - Koppers Glamorglaze Wallboard Primer - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Multiprime 97-684 - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 51-792 PVA Sealer - Minimum 21 D.M.T. , or e. an approved equal. Intermediate Coat: awe^ '"B 44-80 S2TrcS V2zSz3t-�re P=-1-- e Fipvisy - F R 2 B.M.T./ e-L b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Aquapon #97-3/98 - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 66 Hi-Build - Minimum 2 D.M.T. , or e. an approved equal. Top Coat: n. 1 eeat - Brimers—#4890 Seines Ve 4:e Pelyamiele Epoxy - A4niffiufn 2 P.�T. , e-in b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T. , or C. 1 coat - Pittsburgh Aquapon 97-51/51 - Minimum 2 D.M.T. , or d. 1 coat - Tnemec Series 66 Hi-Build - Minimum 2 D.M.T. , or e. an approved equal. 12. RESPONSIBILITY FOR PAINT SYSTEMS 12.1 The intent of this specification is to provide the Contractor with several manufacturers' paint systems on which to base his bid. The Contractor is responsible for verifying with the paint manufacturer before he purchases any material, that the paint system is suitable for use on this project and that application rates, etc. , are in compliance with the manufacturer's recommendations. 13. MEASUREMENT AND PAYMENT Painting shall not be measured for pay and shall be subsidiary to other work. 099020 11/6/89 Page 15 of 15 SECTION 113100-T FIBERGLASS REINFORCED PLASTIC WETWELL (5-64) 1. DESCRIPTION This specification shall govern all work necessary for the furnishing of all plant, labor, equipment, supplies, and materials and for performing all operations required to complete the wetwell. The Fiberglass Reinforced Plastic wetwell shall be a one-piece unit of one class, fabricated in a composite laminate to conform to the requirements as set forth in this specification. 2. GENERAL A. Dimensions: The wetwell shall be a ribbed, circular cylinder of minimum internal diameter as shown in the plans. (1) Wall component elements: isophthalic polyester resin, fiberglass chopped strand & continuous reinforcements. (2) Rib component elements: isophthalic polyester resin, Fiberglass chopped strand and woven roving reinforcements. B. Class: The wetwell shall be manufactured in one class of load rating. This class shall be H-20 wheel load (16,000 pounds dynamic wheel load) . C. Governing Standards: Plastic laminate must meet the conditions of ASTM C582, and the chemical resistance test ASTM C581. Previous tests are acceptable provided laminates are representative. 3. MATERIALS: A. Resin: Unsaturated isophthalic polyester resins shall be used and they must meet the requirements listed below. Property Test Method Requirements 1.Acid Number ASTM D 465-59 Maximum = 15 2.Hydroxyl Number Maximum = 30 3.Solids Content ASTM D1259-61 Maximum = 50% The following requirements are determined when testing the resin without any reinforcing material included. Property Test Method Requirements 4. Flexural Strength ASTM D 790-70 Min. 10, 000 psi 5. Flexural E-modulus ASTM D 790-70 Min.400,000 psi 6. Elongation at rupture ASTM D 790-70 Min. 22% 7. Heat distortion temp. ASTM D 648-61 Min. 1677F 8. Weight change after 28 days storing in Max. 150 distilled water ASTM D 570-63 mg/sample 9. Surface hardness (Barcol) ASTM B2583-67 Minimum 80% of resin's normal 113100-T Page 1 of 3 B. Reinforcement: Reinforcement shall be fiberglass mat, continuous roving, chopped roving and/or roving fabric. The fiberglass shall be type "E" and a finish compatible with the resin used. The interior surface shall be reinforced layer 0.25 mm to 0.50 mm (10 to 20 mils) . Reinforcement materials shall be: 1. Chemically resistant 2. Organic Surfacing veil 3. Asbestos and they must have a coupling agent which will provide a suitable bond between the reinforcement and the resin. C. Fillers: Fillers, when used, must not degrade the resin chemical resistant properties as defined in Section 3.A of this specification. D. Additives: Additives, such as thixotropic agents, catalyst and promoters may be added as required by the specific manufacturing processes used to meet this standard. E. Laminate: (Cured composite including glass fiber reinforcement. ) Cured laminate must meet the following conditions: Property Test Method Requirements 1. Glass Content (90 by weight) ASTM D2584-68 20 + 70 % 2. Compressive Strength D 695-69 Min. 12, 000 psi 3. Flexural Strength D 790-70 Min. 12, 000 psi 4. Flexural E-modulus ASTM D790-70 Min.700,000 psi 5. Surface Hardness ASTM D2583-67 Min. 900 of resin's normal 4. REQUIREMENTS A. Manufacturer Submitted: The manufacturer shall file with the Engineer the following prior to approval for installation. 1. Detailed design calculation for all structural components of the wetwell. 2. Detailed prototype test procedures and test results to include: a. Static Load test for H-20 (16,000 pounds dynamic wheel load incorporating 1.5 impact factor, 1.33 factor of safety with a long term strength retention of 80%. b. Deflection test. C. Stiffness test. d. Soundness test. e. Barcol Harness Cure test. f. Thickness test. g. Chemical Resistance test. 113100-T Page 2 of 3 3. Detailed quality control to demonstrate conformance to design values and likeness to prototype wetwell features. B. Rejection of Wetwells: Wetwells are subject to rejection on account of any of the following visual defects. 1. Fuzz: Glass fibers loosely adhering to manhole which are not wet out with resin. 2. Protruding Fibers: Glass fibers sticking out form pipe surface that are not wet out with resin. 3. Resin Runs: Runs of resin and sand on surface of manhole. 4. Dry Areas: Areas in laminate with glass not wet out with resin. 5. Delamination: Separation in the laminate. 6. Blisters: Light (straw) colored areas resulting form too hot a cure. 7. Craze: Crack usually star shaped; caused by sharp impact. 8. Surface Pits or Voids: Small air pockets on the surface or directly) , beneath the surface mat. 9. Wrinkles: Smooth irregularities on the surface. 10. Torn Edges, End Delaminations and End Gouges: Tears and rips in the edge of cuts. 11. Ground Areas: Areas around lap-up which have been abraded and not covered by lay-up. 12. Hand Layup Ragged Edges: Areas at the edge of hand layup that are not rolled down properly and rough. 5. CONSTRUCTION METHODS A. General: The wetwell installation should follow the manufacturer's recommended installation procedures. B. Excavation: The Contractor shall do all necessary excavation for the wetwell. Such excavations shall he of sufficient size as to permit the proper installation of the base. All such excavating shall conform to the size and dimensions as shown on the drawings, plus a minimum of three (3> feet to permit working room. Care shall be taken to insure that the excavation is not carried to a greater depth than required. If it becomes necessary to shore the walls of the excavated area, such shoring shall be of two (2) inch material. Shoring shall be braced in such a manner as to insure support of the walls and also permit the installation of the wetwell itself without necessitating the removal of any shoring until such time as the entire manhole is completed. No shoring shall be left or backfilled around, unless authorized by the Engineer. Shoring shall remain in place for at least 24 hours after the masonry or concrete work has been completed. C. Backfilling: The backfilling around the outside of wetwell shall commence as soon as practical but not until approval is given by the Engineer. All forms, sheeting, shoring, bracing etc. , shall he removed as backfilling is accomplished. Such backfill shall be placed in layers of not more than 6 inches and mechanically tamped to a minimum 95% standard proctor density. 6. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 113100 Page 3 of 3 SECTION 132520-T SOIL BED BIOFILTER ODOR CONTROL SYSTEM 1. GENERAL 1.1. WORK INCLUDED A. This section covers the work necessary to provide all biofilter media, air plenum, air header and distribution pipe, foul air fan, fan sound enclosure, grease filter, irrigation system, liner, startup and performance testing services, training and all necessary appurtenances for a complete and properly functioning soil bed biofilter odor control system. 1. The scope of supply associated with the work, in addition to equipment and material supply, shall include the following services: a. Laboratory analysis, development and supply of the soil biofilter media and air plenum materials. b. Oversight of biofilter installation and operator training. C. Performance testing of the completed installation. 1.2. SYSTEM SUPPLIER A. Design, testing, and all components of the soil bed biofilter odor control system shall be provided by a single supplier who shall have sole-source responsibility for the performance of the system (the System Supplier). B. System Supplier Experience Requirements: The System Supplier must have a minimum of five systems operating over a decade with the original filter media. The System Supplier must have a minimum of five (5) soil bed biofilter installations of similar size, or larger, that have successfully operated to control the odors associated with hydrogen sulfide, organic sulfur compounds, and other malodorous compounds associated with a municipal wastewater treatment plant. These installations must have been in operation for a minimum of five (5) years. Successful operation will be defined as having operated within the original performance criteria for the life of the installation without requiring a media replacement. C. Acceptable System Suppliers: 1. Bohn Biofilter Corporation, Tucson, Arizona, (520) 624-4644. 2. Or Engineer pre-approved equal. Pre-approval must be confirmed thirty (30) days before bid. 1.3. DESIGN CRITERIA A. The biofilter odor control system shall be installed as generally shown on the Drawings. This arrangement is intended to represent the minimum standard of quality and treatment capacity. B. Service Conditions : The biofilter system shall be designed to incorporate provisions to meet the following service conditions: 1. Temperature Ranges: 47' to 93°F 2. Precipitation: Approximately 31 inches per year. 3. Elevation: Approximately 20 feet above mean sea level (MSL). London Area Wastewater Collection System Improvements Odor Control Biofilter 1 May 2024 C. The biofilter system shall be designed to treat continuously ventilated air eliminating odorous gas compounds from an airstream typical of municipal wastewater. These compounds shall include, but not be limited to, hydrogen sulfide, mercaptans, reduced sulfur compounds, and volatile organic compounds typical of this type of application. D. The biofilter design shall utilize a soil bed type media. Compost, wood chips, and other types of mostly organic media will not be acceptable. E. The maximum allowable pressure drop through the biofilter media shall be 2 inches of water column (WC) per foot depth of filter media. 1.4. PERFORMANCE CRITERIA A. Removal Efficiency of Hydrogen Sulfide: A 99 percent removal rate for concentrations above 10 ppm at average load of 10-20 ppm with peaks up to 200 ppm. A 100 ppb maximum discharge concentration at inlet concentrations less than 10 ppm. B. Media Life: The activated soil medium and the air plenum medium shall have a minimum useful life of ten (10)years. "Useful life" shall be defined to mean operation under the following conditions: no detectable degradation in the odor removal performance of the biofilter when operated and maintained in accordance with the System Supplier's written operations and maintenance requirements. 1.5. SUBMITTALS A. Shop Drawings: 1. Shop Fabricated Piping: Pipe fabrication drawings showing special fittings and bends, dimensions, field connection details, and other pertinent information. 2. Control Diagrams: Wiring diagrams for irrigation control system. B. Quality Control Submittals: 1. A letter from system supplier certifying that media has been placed in accordance with the specifications and the System Supplier's requirements. 2. Submit functional and performance test certificates and reports. C. Performance Test Submittals: 1. Submit a Detailed Performance Testing Plan which includes: a. Test equipment and apparatus. b. Calibration and setup procedures. C. The specific testing methodology to be used. d. The sampling and analysis procedures. 2. Submit a final report that provides a narrative of the sampling activities, a copy of the original sample log, photographs showing the locations of the velocity measurements, tabular summary of the data, calculated results, and conclusions of these results. London Area Wastewater Collection System Improvements Odor Control Biofilter 2 May 2024 D. Product Data Submittals: 1. Product literature to provide a complete description of the equipment. 2. Drawings, catalog information and cut sheets, and performance data. E. Contract Closeout Submittals: Furnish Operations and Maintenance Manuals. 1.6. GUARANTEE A. The System Supplier shall guarantee the useful life of the activated soil biofilter medium for a period of at least 10 years. If any defects or malperformance occurs in that period, the System Supplier must make all necessary alterations, repairs, or replacements free of charge. 2. PRODUCTS 2.1. BIOFILTER MEDIA A. Activated Soil Medium: 1. The biofilter media shall be a blend of sands, soils, and top-soils developed through laboratory analysis from regionally available materials. 2. Compost, wood chip, other organic, ceramic or synthetic media shall not be acceptable. 3. Media development; blending, amendment components and quantities, and laboratory analysis, shall be the responsibility of the System Supplier. 4. The media shall be delivered moist and ready to place. If stockpiled greater than 1 week,the Contractor shall make efforts to wet the material. If installed but unused, Contractor shall make efforts to regularly irrigate the media. 5. Media shall be placed in a uniform manner that will prevent aggregation and compaction of materials and prevent displacement of the air piping. 2.2. FOUL AIR PIPING A. Pipe lengths and fittings shall be supplied by the same manufacturer. B. Protection shall be provided against ultraviolet light degradation using carbon black, not less than 2 percent well dispersed in the resin. C. Main Air Header Manifold Pipes: 1. Main air header manifold pipes shall be HDPE pipe meeting all requirements of AASHTO M294, Type S. 2. Manufacturer shall weld stubs onto the air header manifold pipes for the 6-inch HDPE lateral connections. a. Stubs shall consist of a short length of 6-inch SDR 32.5 HDPE welded flush into the header manifold pipe and a short length of 6-inch corrugated HDPE welded onto the other end. b. Total length of the stub shall not exceed 12 inches. London Area Wastewater Collection System Improvements Odor Control Biofilter 3 May 2024 C. No stubs shall be welded at a bell and spigot joint. d. Stub spacing shall be approximately 2 feet apart, as per System Supplier's requirements. 3. Joints: HDPE water-tight bell and spigot couplings. D. Air Distribution Laterals: 1. Laterals shall be 6-inch-diameter corrugated and slotted HDPE pipe meeting all requirements of AASHTO M252, Type CD. 2. Slot size and quantity shall be as recommended by the System Supplier. 3. Joints: HDPE snap couplings. E. Fittings: Snap type or factory welded with HDPE welds per manufacturer's standard procedures and requirements. F. Manufacturer: 1. Advanced Drainage Systems (ADS), Inc. 2. Or equal. 2.3. FOUL AIR FAN A. The Fiberglass Centrifugal Backward Inclined Fan shall be manufactured by TEXEL-SEIKOW U.S.A., Inc. Fan housing shall be vinyl ester resin. The fan shall be completely assembled, packaged and ready to install. B. The fan wheel shall be vinyl ester resin and statically and dynamically balanced. The Minimum Balance Quality Grade: G6.3, in accordance with AMCA Standard 204. C. Bearing shall be oil lubricated bath bearing type. An oil level indicator shall be installed on the side of the oil bath housing. Minimum Average Bearing Life: ABMA L-10 = 100,000 hours at the maximum fan operating speed. D. The fan drive shall be belt driven and Arrangement 1. The V-belt drive shall be rated for a minimum 150 percent of motor nameplate horsepower with machined, cast-iron pulleys and heat and oil resistant V-belts. The belt guard shall be FRP, ventilated and OSHA compliant with a quick access port. The shaft guard shall be FRP and OSHA compliant. E. Factory Run Test: Statically and dynamically balance each wheel in accordance with AMCA Standard 204 "Balance Quality and Vibration Levels for Fans"to Fan Application Category BV- 3, Balance Quality Grade G6.3. Test run assembled fan units prior to shipment at specified operating speed or maximum RPM allowed. F. Fan Details: 1. Flow rate: 650 CFM 2. Static pressure: 12 inches water column 3. Fan RPM: 4,310 rpm 4. Operating power: 2.8 BHP London Area Wastewater Collection System Improvements Odor Control Biofilter 4 May 2024 G. Motor Details: 1. 5 HP, 3600 rpm, 230/460V, 60Hz, 3 phase, TEFC, H. Manufacturer: 1. Texel-Seikow U.S.A., Inc. 2.4. IRRIGATION SYSTEM A. The biofilter system shall include a sprinkler system for moisture control of the activated soil media, which shall include sprinkler, solenoid valve, strainer, pressure reducing valve, flowmeter, and controller. B. The layout and the number of zones shall be determined by the Biofilter System Supplier. C. Control Valve: The solenoid valve shall be Rain Bird PESB valve. Valve shall be supplied with 24V ac coil and fail closed on a loss of power. D. Irrigation Control System: The irrigation controller shall be a Rain Bird Model ESP-Me sprinkler timer. Electrical input required: 120 VAC ± 10%, 60 Hz or 220V± 10%, 50 Hz. Electrical output: 24-26.5 VAC. E. Manufacturer: 1. Rain Bird 2. Or Equal. 2.5. CONTAINMENT LINER A. The containment liner shall be an PE fabric designed for safe containment of contaminated soils, liquids, or sludges with common use for contaminated materials, fuels, chemicals, water, etc. B. The containment liner shall conform to the following: London Area Wastewater Collection System Improvements Odor Control Biofilter 5 May 2024 PARAMETERS RATING STANDARD Description Black 16 x 16 Count per Inch Fabrication &Warehouse Prineville, Oregon Weight 18.5 oz/sq.yd. (+/- 5%) ASTM D751 Thickness 40 mil (+/- 10%) ASTM D1777 Coating Thickness 2.5 mil each (+/- 5%) Tensile Strength (Grab Method) MD 680 Ibs ASTM D5034 TD 650 Ibs Tensile Strength (Strip Method) MD 460 Ibs ASTM D5035 TD 450 Ibs Tear Strength (Tongue Method) MD 150 Ibs ASTM D5884 TD 155 Ibs Bursting Strength (Mullen Burst) 1250 psi ASTM D3786 Hydrostatic Resistance 685 psi ASTM D751 Puncture Resistance 347 Ibs ASTM D4833 Low Temperature Cold Crack -85 OF ASTM D2136 Permeability < 2.65 x 10-12 cm/sec ASTM D4491 Seam Strength (SHEAR), min. WARP 208 Ibs/inch ASTM D4851 WEFT 224 Ibs/inch Seam Strength (PEEL), min. 25 Ibs inch Carbon Black Content 3.0% ASTM D4218 Carbon Black Dispersion Category 1 ASTM D5596 > 90% strength retained UV Resistance after 2000 hours ASTM G-154 C. Manufacturer: 1. Bend Tarp & Liner, model BTL-40 2. Or equal. London Area Wastewater Collection System Improvements Odor Control Biofilter 6 May 2024 3. EXECUTION 3.1. BIOFILTER INSTALLATION A. General: 1. Elevations shall be surveyed at the biofilter floor, top of plenum zone, and top of soil media to establish correct slope and correct thickness of each layer. 2. Do not compact materials per section 3.2. 3.2. PLACING SOIL/GRAVEL MATERIALS A. Placement Into Bed: 1. Plenum zone gravel shall be placed in a manner that will limit displacement of the HDPE lateral pipes. 2. Plenum zone gravel shall be leveled and undisturbed prior to soil media placement. 3. Workers are not to walk or stand directly on soil media during placement; use boards that will sustain workers' weight without displacing materials. 4. Use equipment to place materials as approved by System Supplier; front end loaders, excavators, and/or concrete conveyors. B. Plenum Zone, Soil Filter Media, and Cover Rock: 1. Place in layers as specified below: Gravel Layer Layer Thickness Size Limits Plenum Zone 12-inches minimum 3/8 inch— 1 inch Soil Filter Media Per drawings Per System Supplier Cover Rock 3-inches minimum 3/8 inch—2 inches 2. Complete each layer before next layer above is started. 3. Use only clean gravel. Contractor shall be responsible to avoid contamination of materials by native fill dirt or other contaminate. 3.3. FOUL AIR PIPING INSTALLATION A. Examination: Verify size, material,joint types, elevation, horizontal location, and pipe service of existing pipelines to be connected to new pipelines or new equipment. B. Preparation: Inspect pipe and fittings before installation, clean ends thoroughly, and remove foreign matter and dirt from inside. C. Installation—General: London Area Wastewater Collection System Improvements Odor Control Biofilter 7 May 2024 1. Join pipe and fittings in accordance with manufacturer's instructions, unless otherwise shown or specified. 2. Remove foreign objects prior to assembly and installation. D. Flanged Joints: 1. Install perpendicular to pipe centerline. 2. HDPE flange with no bolt holes. 3. Use torque-limiting wrenches to ensure uniform bearing and proper bolt tightness. 4. Use flat-face flange when joining with flat-faced FRP flange. Use minimum '/4" thick neoprene gaskets. 3.4. INSTALLATION—SOIL FILTER PIPE A. Placement: 1. Keep trench dry until pipe laying and joining are completed. 2. Exercise care when lowering pipe into trench to prevent twisting or damage to pipe and stubs. 3. Measure for grade at pipe invert, not at crown. 4. Excavate trench bottom and sides of ample dimensions to permit visual inspection and testing of entire flange, valve, or connection. 5. Prevent foreign material from entering pipe during placement. 6. Close and block open end of last laid pipe section when placement operations are not in progress and at close of day's work. 7. Afterjoint has been made, check pipe elevation at pipe ends and corners of lateral piping network. 3.5. BIOFILTER TESTING A. Functional Testing: 1. Test all system components for proper adjustment and operation in both the manual and automatic operating modes. 2. Irrigation System: Three (3) days prior to biofilter start up operate the irrigation system manually or by controller for one (1) hour day each day. Monitor and take adjustments as necessary for proper irrigation operation. B. Performance Testing: 1. General: a. To demonstrate that the biofilter system furnished hereunder is installed and performs in accordance with the provisions of these Specifications, the System Supplier shall conduct a performance test in accordance with an approved testing London Area Wastewater Collection System Improvements Odor Control Biofilter 8 May 2024 protocol. The performance test shall not commence until a test plan has been received and approved, and the functional testing has been completed. b. The System Supplier shall provide, install, and maintain, if required, all temporary metering or analytical equipment necessary to measure the various performance parameters. C. The System Supplier shall inform the Engineer at least fourteen (14) days prior to the start of any performance testing. The Engineer shall have the right to observe, sample, and make any parallel determinations during the performance test. d. Within ten (10) days after the conclusion of the test period, the System Supplier shall submit a Performance Test Report, including all laboratory and field test data, stating the conclusions of the test with regard to the performance criteria. 2. Test Conditions: a. The biofilter shall have been fully functional and receiving odorous air from the facility for a minimum of fourteen (14) consecutive days prior to commencing the testing. b. All testing, adjusting, and balancing shall have been completed and approved. C. The actual sample day shall be chosen to limit weather interference. 3. Sampling and Data Measurement: During the four(4) hour test period, at a minimum, the following data and measurements shall be taken at the frequency indicated: a. Fan airflow rate: Initially. b. Fan discharge pressure in inches of WC: Initially. C. Unit airflows (cfm/ft2) shall be taken at four(4) locations across the biofilter; two (2) corners and two (2) equally spaced locations in the interior of the bed. These measurements shall be taken before gas sampling. d. Hydrogen sulfide (ppb) at the inlet to the biofilter: Every hour. e. Hydrogen sulfide at two locations on the biofilter bed using a flux chamber: Every hour. The results will then be calculated by: 1) Percent Removal = (Average Inlet—Average Outlet)/Average Inlet 2) Note: percent Removal only comes into play when the biofilter inlet sample's concentrations of hydrogen sulfide are greater than 10 ppmv. For concentrations less than 10 ppmv hydrogen sulfide, all Average Biofilter Outlet samples must be less than 100 ppbv of hydrogen sulfide to meet performance verification requirements. f. A photographic record of the sampling technique and bed sampling location will be completed for each type of sampling. g. Sampling Log: A sampling log shall be maintained that will include: 1) A hand-drawn map showing the approximate locations of all bed sampling locations. 2) Date, time, location, sampler, and results of each sample. London Area Wastewater Collection System Improvements Odor Control Biofilter 9 May 2024 3) A description of each photograph taken. 4) Weather conditions for the sampling day. 5) A description of any exceptions from the sampling plan. h. Hydrogen Sulfide Sampling: Hydrogen sulfide sampling shall be completed using a Jerome Analyzer with a detection limit of 1 ppbv. The analyzer shall be operated in compliance with the manufacturer's instructions. A copy of the instructions shall be submitted with the final report. The results of the hydrogen sulfide sampling shall be recorded in the sampling log. 3.6. MANUFACTURERS' SERVICES A. A representative for the System Supplier specified herein shall be present at the job site for the minimum person-days listed for the services hereinunder, travel time excluded: 1. Two person-days for construction consultation. 2. Two person-days for functional testing, operator training, and performance testing. 3. Provide installation certificate and performance test report. 3.7. MANUFACTURERS' CERTIFICATES) A. Provide manufacturers' certificate(s) of proper installation. END OF SECTION London Area Wastewater Collection System Improvements Odor Control Biofilter 10 May 2024 SECTION 151020-T CHECK VALVES (LEVER & WEIGHT OPERATION) (5-104) 1. DESCRIPTION This specification shall govern all work necessary to furnish the check valves required to complete the project. 2. GENERAL The check valves shall be in accordance with AWWA C508 and prevent the return of fluid through the valve upon pump shut-off. It shall be Muller Type A-2600-6-01 or approved equal. It shall have a heavy cast, iron body with bronze clapper disc seated by a bronze clapper arm against a bronze seat ring. The clapper shall be secured to a stainless steel shaft which turns in bronze bushings. The valve shall have 125 lb. flanged ends. The valve shall be of lever and weight operation. Prior to shipping, the contractor shall submit five sets of detailed drawings, specifications, installation instructions and maintenance instructions for the Engineer's review and approval. 3. FIELD SERVICE The manufacturer's field representative shall check the installation, adjust valves and be on-hand for initial start-up of the system. 4. PAINTING See Section 099020-T. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Bid Form, check valves shall not be measured and will be considered subsidiary to the appropriate bid item. 151020-T 6/89 Page 1 of 1 SECTION 151030-T ECCENTRIC PLUG VALVES & ELECTRIC MOTOR ACTUATORS (S-105) 1 . DESCRIPTION This specification shall govern all work required for furnishing eccentric plug valves & electric actuators required to complete the job. 2 . MATERIALS Plug valves shall be of the tight closing resilient faced, non-lubricated variety and shall be of eccentric design such that the plug rises off the seat contact area during shaft rotation while opening and closing valve. In the closed position the plug shall press firmly into the seat for a dead-tight shutoff. Valves shall be drip-tight rated at pressures up to 175 p.s.i. through 12" and 150 p.s.i. for larger. The valve closing member should rotate approximately 90 degrees from open to closed position. Valve body - cast iron ASTM A 126, Class B End style - flanged (above ground) , mechanical joint (below ground) Seat - 304 stainless steel or nickel Bearings - stainless steel Plug - cast iron Resilient facing - Buna N or Fluorinated Hydrocarbon Packing - Buna Vee Actuator - electric motor (Not Used This Project) Electric motor modulating valve actuator shall comply with AWWA C540 and the following: (Not Used This Project) Rotation - 90 degree reversible Torque rating - for 125 p.s.i. differential Cycle time - less than 100 seconds Duty - 15 minutes continuous Manual operation - integral with declutching device Hand switch - integral 5 position to permit local operation Mechanical stops - internal to prevent over travel Gearing - for 30 to 60 second opening/closing Auxiliary limit switches - 4 SPDT: 2 full open, 2 full closed Heater - 8 watt minimum Control wiring - 120 VAC, 1 phase, 60 Hz Equipment actuator with zero and span adjustments Provide actuator with a field set choice of valve position on loss of signal Submersible design required Electrical Characteristics: Power: 120 VAC. 1 phase, 60 Hz Rating: NEMA 4 Local Control: Push button station equipped with: Remote/local switch Position indication lights Reversible, intermittent contact Close - stop - open switch Contact closure for remote/local indication where indicated in schedule Enclosure - NEMA 4 Mounting - at inflow and outflow valves adjacent to tank 151030-T 1/90 Page 12 of 2 ADDENDUM NO.4 ATTACHMENT NO.2 PAGE 12 OF 18 Manual Operation: Type: Handwheel, lever, or (operating nut required below ground unless specified otherwise) . General: Comply with AWWA C504 Maximum torque at 80 lb. input Worm gear for handwheel operation Totally enclosed worm gear 3. SUBMITTALS The Contractor shall submit 5 sets of detailed drawings and specifications and maintenance instruction for the Engineer's review and approval, prior to construction. 4 . SUPPORT FROM MANUFACTURER Field Service: The equipment manufacturer shall furnish the services of a qualified factory field service engineer at the site to inspect the installation and instruct the City's Wastewater personnel of the operation and maintenance of the unit. O&M Manual: The manufacturer shall furnish the Engineer with 4 sets of complete operation and maintenance manuals (including wiring diagrams) . 5. MEASUREMENT AND PAYMENT The basis of measurement and payment shall be as described in Section 01 29 01 Measurement and Basis for Payment and/or Section 00 30 01 Bid Form. 151030-T 1/90 Page 13 of 2 ADDENDUM NO.4 ATTACHMENT NO.2 PAGE 13 OF 18 SECTION 151620-T SUBMERSIBLE PUMPS FOR WASTEWATER 1. DESCRIPTION This specification shall govern all work necessary for furnishing, installing, and placing into operation the submersible pumps with accessories required to complete the project. 2. GENERAL Pumps shall be designed and constructed to pump raw unscreened sanitary sewage and capable of passing 3" diameter spheres . Design of mounting system shall facilitate removal and inspection of pumps. There shall be no need for personnel to enter wet well for inspection and maintenance of pumps. Lifting chain, guide rails and mounting system shall be provided and installed for each pump. Pumps shall be designed, built and installed in accordance with best available technology and practice, and shall operate satisfactorily when installed. o Phase 2 Pump shall be Flygt NP 3171 HT 3-454, 30 HP. o Phase 3 Pump shall be Flygt NP 3301 HT 3~464, 85 HP. 3. WARRANTY The pump manufacturer shall furnish the City with a written guarantee to warrant pumps and components against failure due to defective materials and workmanship for a period of 5 years after full operation and acceptance by the City. The warranty shall include 100% coverage of manufacturer's shop labor and parts for the first 18 months, then 50% coverage on months 19 through 39 and 25% through the 60 months. Pumps repaired under warranty shall be returned to the City's Wastewater Department with freight prepaid. 4. QUALIFICATIONS OF BIDDER 4.1 Manufacturer & Supplier: The submersible pumps and accessories, with the possible exception of the discharge connection assembly which shall be Flygt or compatible, for each lift station shall be furnished by a single manufacturer/supplier who is fully experienced, reputable and qualified in the manufacturer of the pumps to be furnished. 4.2 Pre-bid Submittals: General The Contractor shall obtain tentative approval of the submersible pumps prior to bidding the project. Tentative approval does not relieve the Contractor of the responsibility of providing and installing pumps that will comply with all sections of these specifications and that will function properly. To obtain tentative approval for bidding, the Contractor shall submit the following pre-bid submittals at least 3 weeks prior to the bid opening. Failure to obtain tentative approval shall be considered grounds for rejection of bid. Suitability Certification The Contractor shall submit a certification stating that the manufacturer's 9 151620-T 6/90 Page 1 of 9 authorized representative for the pumps has studied the Contract Documents (plans and specs) , evaluated conditions affecting these pumps, and certifies that they should be suitable for the application and should require no more than normal maintenance if not damaged or abused. The certification shall state that the proposed pumps are suitable for the application and will function as intended and will comply with all requirements of this specification, with the exception of those listed in the certification. The certification shall be signed by the Contractor and the Manufacturer's authorized representative. If the equipment is approved for use on the project and is found at any time to have unlisted exceptions, the Designer shall have the right to reject the equipment or require the Contractor to bring the equipment into compliance at no cost to the City. Pump Data The Contractor shall furnish certified pump curves showing the results of test pumping units of identical design, size, and horsepower as those to be furnished. Catalog curves are not acceptable. Graphs shall include: 1. Pump Curve - Q in GPM, H in FEET 2. Power Input Curve - KILOWATT 3. Efficiency Curve (including motor) wire to water 4. N.P.S.H. Curve 5. Model, Impeller size, serial number 6. Motor rated HP, Voltage 7. Date and place of test 8. Customer for whom test was conducted 9. Data in English units (gallons, feet, etc. ) 5. MATERIALS 5.1 Pump Construction: General Major parts, including lifting cover, stator casting, volute, and impeller, shall be ASTM 48, Class 35 gray cast iron. All nuts, bolts, washers, and fastenings shall be of 316 stainless steel. Ferrous metal surfaces coming into contact with wastewater shall be protected by a factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. Power Cable The motor power cable shall consist of well insulated cable with a double jacketed system, Hypolon outside, synthetic rubber inside, exceeding industry standards for oil, gas, and sewage resistance and shall be permanently marked with the indicated code. Sizing shall conform to NEC specifications for pump motors and shall be of adequate size to allow motor voltage conversion without replacing the cable. Each pump shall be installed with a sufficiently long power cable to suit the installation as shown on the drawings without splicing. Power Cable Entry The cable entry seal shall insure a watertight and submersible seal. The cable entry shall be comprised of a dual cylindrical elastomer grommet 9 151620-T 6/90 Page 2 of 9 flanked by a stainless steel washer, all having close tolerance fit against the cable and compressed by the entire body containing a strain relief function, separate from the function of sealing. A separate junction chamber shall provide for connection of the cable to the stator power leads. The junction chamber shall be separated from the motor stator housing by a terminal board which is bolted to a machined surface using an o-ring seal. Stator leads shall also be sealed to prevent moisture from entering the motor interior. Impeller a. The impeller shall be of ASTM A-532 (Alloy III A) 25% chrome cast iron, dynamically balanced, semi-open, multi vane, backswept, non- clog design. b. The impeller vane leading edges shall be mechanically self-cleaned upon each rotation as they pass across a machined spiral groove located on the stationary insert ring maintaining an unobstructed leading edge. C. The impeller shall have induction hardened, screw shaped leading edges and shall be capable of handling solids, fibrous materials, heavy sludge and other matter found in wastewater. d. Impellers shall be locked to theshaft and shall be coated with alkyd resin primer. e. Impellers shall be trimmed to specifically meet the conditions of operation. Insert Ring a. The insert ring shall be cast of ASTM A-532 (Alloy III A) 25% chrome cast iron and provide effective sealing between the multi-vane semi- open impeller and the volute housing. b. The clearance between the insert ring and the impeller shall be adjustable. Volute a. Pump volutes shall be single piece gray cast iron, Class 35B, nonconcentric design with smooth passages large enough to pass any solids that may enter the impeller. b. Minimum inlet and discharge size shall be indicated herein. Discharge Connection Each pump shall be supplied with a coupling, ANSI 125 cast iron, which bolts to the discharge flange, if other than Flygt. The floor mounted discharge elbow shall be compatible with the Flygt model (s) specified in this specification. No part of the pump shall bear directly on the sump floor and no rotating motion of the pump shall be required for sealing. Sealing at the discharge shall be effected by metal to metal contact of the pump discharge flange and the mating discharge connection either with or without a replaceable rubber seal form fitted to the machine discharge coupling to insure a positive leak proof system and for ease of removal of the pump. Bearings The integral pump/motor shaft shall rotate on two bearings. The motor bearings shall be sealed and permanently grease lubricated with high temperature grease. The upper motor bearing shall be a double row angular 9 151620-T 6/90 Page 3 of 9 contact ball bearing. The lower bearing shall be a double row angular contact bearing to handle the thrust and radial forces. The minimum L10 bearing life shall be 50, 000 hours at any usable portion of the pump curve. Lower Bearing Temperature Sensor Pumps with motors larger than 90 HP shall have a lower bearing temperature sensor to monitor the lower bearing temperature, unless the bearings are lubricated with circulating force fed oil. Shaft The shaft shall be of large one piece design and extend through the pump and motor. The shaft shall be constructed of ASTM/AISI 431 stainless stainless steel, unless the entire shaft is not exposed to the pumped liquid, in which case the shaft may be C1034 carbon steel. Shaft Seals Shaft seals shall have lapped tungsten carbide faces. The seal system shall allow continuous pump operations with the exterior completely dry. The seal assemblies shall not require adjustments, shall be easily inspected, shall be easily replaceable and shall not require operating pressure differential for sealing. Guide Brackets A guide bracket shall be Flygt compatible and shall allow raising and lowering of the pump in the wet well without binding with the guide rails. No special adjustment shall be necessary to assure proper alignment. Guide brackets shall be cast iron or 316 stainless steel. Motor The pump motor shall be integral to the pump for submersible or dry well operation. The motor shall be squirrel cage induction type with classH insulation, NEMA B design, class H slot liners with a service factor of 1.15 or above. The dual voltage copper wound stator, which will allow field change- ability of voltage, shall be insulated by the trickle impregnation method using Class H monomer-free polyester resin resulting in a winding fill factor of at least 95% to withstand a heat rise of 180°C (356°F) as defined in NEMA Standard MG-l. The NEMA starting code shall be F or less. The motor shall be statically and dynamically balanced. The motor shall be designed for continuous operation at 104°F ambient air and be capable of up to 10 starts per hour. The motor shall be UL listed or FM approved as explosion-proof suitable for NEC Class I, Division 1, Group C and D Environments. Stator Temperature Sensor The Stator shall have three (3) thermal switches in each of the stator windings which shall open at 1400C to stop the motor and activate an alarm to shut down the pump. The motor shall resume operation when the stator cools to 95°C. Cooling System Each motor unit shall be provided with an integral motor cooling system. 9 151620-T 6/90 Page 4 of 9 5.2 Accessories: General Pump, accessories, controls, rails, hardware, etc. shall be furnished by the pump manufacturer. The pump manufacturer shall be responsible for the coordination and compatibility of accessories. The accessories shall be warranted against defects and corrosion by the manufacturer for five years after final acceptance of the project. Lifting Chain A lifting chain assembly shall be provided and installed for each pump. The chain and shackle shall be of 316 stainless steel and have a minimum working load of two times the pump weight. The chain shall be secured to the pump with the shackle and to the access cover with a hook. A five foot length of excess chain shall be suspended at the hook to facilitate the lifting of the pump. Access Covers Access covers and frames shall be of aluminum. The door panels shall be 1/4" thick diamond plate designed to withstand a live load of 300 lbs, per square foot. The door shall be provided with stainless steel hinges with tamper-proof fasteners. All hardware shall be stainless steel. The door shall open to 90' and automatically lock in that position with a stainless steel positive locking arm and release handle. The door shall close flush with the top of the frame. Guide Rails Guide rails shall be schedule 40 type 316 stainless steel pipe of suitable diameter. The rail shall be held in position with upper, intermediate (if bar exceeds 20' in length) and lower guide bar brackets. The upper guide bracket shall be stainless steel and designed to allow simple removal and replacement of guide bar without entering the wet well. The intermediate bracket shall be of stainless steel and be installed about midway between the upper and lower bracket. Float Cable Rack (not applicable for doppler controls) A stainless steel cable rack shall be provided and attached to the upper frame. The rack shall support the level control float cable. Power Cable Supports Stainless steel power cable supports, Kellum type, shall he used for power cables to all motors. The supports shall be attached to eyebolts bolted into the concrete on the side of the access opening. Hardware All nuts, bolts, fasteners, fabricated metal, etc. shall be Type 316 stainless steel. 5.3 Electrical Controls: The pump supplier and the Contractor shall provide for proper control operation and protection. The electrical control panels for the pumps shall be supplied to the Contractor by the pump supplier to assure component compatibility. See drawings for electrical equipment to be supplied. 9 151620-T 6/90 Page 5 of 9 Furnish and install one Flygt MiniCAS (Mini Control and Status) module to monitor the temperature and leakage detectors installed in each Flygt pump. The MiniCAS shall be capable of monitoring the thermal switches embedded in the stator end coils, the Flygt FLS (float switch type) water-In- stator-housing sensor. The MiniCAS shall monitor both the series connected thermal switches and leakage sensor (s) by outputting 12 VDC on a single two wire circuit. The MiniCAS circuitry shall operate on the current sensing principle whereby a change in temperature or leakage condition shall change the resistance of the associated sensor and thus after the current in the sensing circuit. The MiniCAS shall contain two sets of form C dry contacts, one for over temperature and one for leakage. The dry contacts shall change status upon an occurrence of an over temperature or leakage condition so as to indicate that condition to other control components in the pump control panel. In the case of an over temperature, the over temperature dry contacts shall trip the pump off line. 5.4 Preconstruction Submittals: Pump Data(same as prebid submittal) The Contractor shall furnish certified pump curves showing the results of test pumping units of identical design, size, horsepower as those to be furnished. Catalog curves are not acceptable. Graphs shall include: 1. Pump Curve - Q in GPM, H in Feet 2. Power Input Curve - KILOWATT 3. Efficiency Curve (including motor) wire to water 4. N.P.S.H. Curve 5. Model, Impeller size, serial number 6. Motor rated HP, Voltage 7. Date and place of test 8. Customer for whom test was conducted 9. Data in English units (gallons, feet, etc. ) Parts List and Specifications A comprehensive list of all station accessories and pump components, listing material type shall be submitted for the Engineer's review and approval. Shop Drawings Shop drawings of station accessories and pump components and connections shall be submitted for the Engineer's review and approval. Supplemental Construction Details The construction drawings depict the approximate locations of pumps and access covers. Supplemental drawings depicting the precise locations of anchor bolts, pump mounting system, access covers, guide rails, etc. will be required for the type of pump to be used. These supplemental drawings shall be prepared by the pump supplier and submitted by the Contractor to the Designer for documentation of the project. The supplier shall be responsible for completeness and accuracy of shop drawings and any applicable revisions, as required to successfully complete the construction. 9 151620-T 6/90 Page 6 of 9 Wiring Diagrams See construction Drawings for wiring diagrams. 6.OPERATING CONDITIONS Pump Sequences 1 & 2 pump alternating (Phase 2) : 1, 2 & 3 pump alternating (Phase 3) : ----one----cycle---- Control Settings Phase 2 Final pump control settings to be set by the City Operating Department. Elev. Rising Descending -4.25 Alarm On/P1 + P2 On Alarm Off/P1 + P2 On -5.25 P1 + P2 on P1 + P2 on -6.25 P1 on P2 off -7.75 Min. W.S./All Pumps off Min. W.S./All Pumps Off -9.75 Bottom of Sump Phase 3 Final pump control settings to be set by the City Operating Department. Elev. Rising Descending -1.30 Alarm On/P1 + P2 On Alarm Off/P1 + P2 On -3.00 P1 + P2 on P1 + P2 on -3.75 P1 on P2 off -7.75 Min. W.S./All Pumps off Min. W.S./All Pumps Off -9.75 Bottom of Sump Pump Operating Conditions Phase 2 Pump Discharge Size: 6" Head Condition: 828 GPM @ 85.3' TDH, Minimum Efficiency 75.50 (One Pump) Max. RPM: 1, 760 9 151620-T 6/90 Page 7 of 9 Phase 3 Pump Discharge Size: 6" Min. Head Condition: 1,278 GPM @ 152.4' TDH, Minimum Efficiency 69.20 (One Pumps) Max. Head Condition: 1,463 GPM @ 187.0' TDH, Minimum Efficiency 56.0o (Two Pumps) Max. RPM: 1,775 7.CONSTRUCTION METHODS 7.1 Delivery and Storage of Materials: Parts and equipment shall be properly protected so that no damage or deterioration will occur during transport and during storage. Factory assembled components shall not be dismantled, unless done so under the supervision of the authorized pump manufacturer. 7.2 Installation: General Installation of the pumps shall be in strict accordance with the manufacturer's instructions and recommendations. Placement of Pumps and Accessories The location of the discharge piping is shown on the construction drawings. The location of the pumps, access covers, and discharge connection are approximate. The precise placement and alignment of anchor bolts, discharge assembly guide rails, access cover and associated connections shall be in accordance with supplemental construction details provided by the pump manufacturer. The manufacturer shall check alignment during start up field testing. Improper alignment shall be corrected prior to continuation of testing. 7.3 Start-up Inspection: Installation Inspection. After the pumps have been completely installed and wired, the Contractor shall remove the pumps to the deck of the wet well and the pump manufacturer shall: a. Megger stator and power cables b. Check seal lubrication c. Verify proper rotation d. Check power supply voltage e. Measure motor no load current Operating Check After initial inspection, the Contractor shall lower pumps into pumping position and confirm proper alignment and connection. The service representative shall then perform an initial operation check of each pump including: a. Motor current with discharge valve closed b. Motor current with discharge valve open C. Power supply voltage with 1, 2, . . . pumps running d. Vibration e. Check level control and sequence 9 151620-T 6/90 Page 8 of 9 8.FINAL SUBMITTALS 8.1 Inspection Report: (four copies required) : The results of the Installation Inspection and Operating Check shall be submitted as a written report of findings and data determined with regard to the pumps, motors, level control, sequence, accessories, electrical, etc. The report shall be prepared and signed by a Registered Professional Designer employed or retained by the pump manufacturer. 8.2 Manual: (included with Inspection Report) : The Operation and Maintenance Manual shall be included with the Inspection Report with one manual for each of the four copies of the report. The 0&M Manual shall include a minimum of the following: 1. Service Location & phone 2. Fact Sheet (pump data) , Serial No., Pump Curve 3. Maintenance instructions & schedule 4. A shop service manual 5. An assembly manual showing all parties by their catalog number for ordering 8.3 Spare Parts: Unless it can be demonstrated that local parts and service have been available through the same financially sound firm on a continuing basis for at least 10 years, the spare parts listed below must be furnished with the pumps at no additional costs to the City. Spare Parts: (For each type of pump) Impeller Service Tools Upper mechanical seal Wear ring Lower mechanical seal Cable entry assembly Complete set of o-rings Power Cable and gaskets Set of bearings 9.MAINTENANCE TRAINING WORKSHOP The equipment manufacturer shall conduct an 8 hour training workshop under the direction of a qualified factory field service representative. The workshop shall be conducted both at the job site and at a training room provided by the Wastewater Department. 10.MEASUREMENT AND PAYMENT Pumps and accessories shall not be measured for pay but shall be subsidiary to the appropriated bid item. 9 151620-T 6/90 Page 9 of 9 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. i. Full load current. Common Work Results For Electrical 26 05 00-1 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. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the work is completed and accepted by the Owner. Common Work Results For Electrical 26 05 00-2 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. 2.00 EXECUTION 2.01 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. 2.02 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. Common Work Results For Electrical 26 05 00-3 2.03 PAINTING A. Painting shall be in accordance with Division 09. Maintain the original factory finish on material and equipment installed, unless specifically indicated on the plans or specifications. If the finish is marred in transit or during installation, re-finish to a neat, workmanlike appearance. Leave equipment and raceway systems clean and free of grease, dirt, rust, and in a suitable condition for painting. 2.04 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. E. Determine if irrigation systems exist prior to trenching and excavation. Obtain record or as- built drawings and locate control wiring and pressure main branches and devices. Determine by actual operation that systems are functional and repair or replace damaged systems to their original condition prior to beginning construction. 2.05 ELECTRICAL EQUIPMENT IDENTIFICATION A. The identification of electrical equipment shall be in accordance with Section 26 05 53 "Identification for Electrical Systems." Identify electrical equipment in accordance with the NEC,the local authorities, and as specified. Common Work Results For Electrical 26 05 00-4 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. 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. 2.06 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two keys per lock up to a quantity of 10 keys. Furnish locks to match the Owner's locking system. Key all locks alike. 2.07 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. Common Work Results For Electrical 26 05 00-5 2.08 CLEAN AND ADJUST A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation. 2.09 TESTING A. See each section for particular testing requirements for each type of equipment. END OF SECTION Common Work Results For Electrical 26 05 00-6 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 Low Voltage Electrical Power Conductors and Cables 2605 19-1 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 Low Voltage Electrical Power Conductors and Cables 2605 19-2 100%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. Low Voltage Electrical Power Conductors and Cables 2605 19-3 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. Low Voltage Electrical Power Conductors and Cables 26 05 19-4 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 Low Voltage Electrical Power Conductors and Cables 2605 19-5 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 Low Voltage Electrical Power Conductors and Cables 2605 19-6 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. Wire Connections and Devices 26 OS 19.01-1 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 Wire Connections and Devices 26 OS 19.01-2 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." 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. Grounding and Bonding For Electrical Systems 26 05 26-1 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, 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. Grounding and Bonding For Electrical Systems 26 05 26-2 F. Where ground wire is directly buried in earth or concrete, use standard bare tinned copper cable, in all other cases install a green-colored insulation, equipment grounding conductor in accordance with Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables." Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. G. Metal conduits stubbed up into switchgear, motor control center or other electrical equipment shall be terminated with insulated grounding bushings and connected to the equipment ground bus. Size the grounding wire in accordance with applicable sections of the National Electrical Code. H. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. 1. Provide grounding and bonding jumpers as required per the NEC. 2. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 3. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment. 4. Use exothermic-welded connectors for outdoor locations, but if a disconnect-type connection is required, use a bolted clamp. I. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus,to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes, using a bolted clamp connector or by bolting a lug-type connector to a pipe flange, using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided-type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. 3. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. J. Bond metal air ducts to equipment grounding conductors of associated fans, blowers, electric heaters, and air cleaners. Install a copper bonding jumper to bond across flexible duct connections to achieve continuity. K. Liquid tight flexible metal conduit in sizes 1 foot to 1 foot-2 inches or larger shall have 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. Grounding and Bonding For Electrical Systems 26 05 26-3 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. 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. Grounding and Bonding For Electrical Systems 26 05 26-4 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 Grounding and Bonding For Electrical Systems 26 05 26-5 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. Trapeze Hangers. Include Product Data for components. 2. Steel Slotted Channel Systems. Include Product Data for Components. 3. 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. Hangers and Supports For Electrical Systems 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. E. Mounting, Anchoring and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Powder Actuated Fasteners: Threaded-316 stainless steel stud,for use in hardened Portland cement concrete, steel or wood with tension, shear and pullout capacities appropriate for supported loads and building materials where used. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: a. Hilti Inc. (Preferred) b. ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. c. MKT Fastening, LLC. d. Simpson Strong-Tie Co., Inc.; Masterset Fastening Systems Unit. 2. Mechanical Expansion Anchors: Insert-wedge-type, 316 stainless steel for use in hardened Portland cement concrete with tension, shear and pullout capacities appropriate for supported loads and building materials where used. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: a. Cooper B-Line, Inc.; a division of Cooper Industries. b. Empire Tool and Manufacturing Co., Inc. c. Hilti Inc. (Preferred) d. ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. e. MKT Fastening, LLC. Hangers and Supports For Electrical Systems 26 05 29-2 3. Concrete Inserts: Stainless Steel or malleable-iron, slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58. 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, stainless steel type suitable for attached structural element. 5. Through Bolts: 316 Stainless steel Structural type, hex head and high strength. Comply with ASTM A 325. 6. Toggle Bolts: 316 Stainless steel All-steel springhead type. 7. Hanger Rods: Threaded galvanized steel. 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. Hot dipped galvanized after fabrication. 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 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. Hangers and Supports For Electrical Systems 26 05 29-3 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. 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. Hangers and Supports For Electrical Systems 26 05 29-4 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 Hangers and Supports For Electrical Systems 26 05 29-5 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. Metal wireways and auxiliary gutters. 4. Nonmetal wireways and auxiliary gutters. 5. Surface raceways. 6. Boxes, enclosures, and cabinets. 7. Handholes and boxes for exterior underground cabling. B. Related Requirements: 1. Section 26 05 43 "Underground Ducts and Raceways for Electrical Systems"for exterior ductbanks, manholes, and underground utility construction. 1.03 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: Raceways and Boxes For Electrical Systems 26 05 33-1 1. Structural members in paths of conduit groups with common supports. 2. HVAC and plumbing items and architectural features in paths of conduit groups with common supports. B. Qualification Data: For professional engineer. C. Source quality-control reports. 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. Raceways and Boxes For Electrical Systems 26 05 33-2 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. 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. Raceways and Boxes For Electrical Systems 26 05 33-3 F. Rigid HDPE: Comply with UL 651A. G. Continuous HDPE: Comply with UL 651B. H. Coilable HDPE: Preassembled with conductors or cables, and complying with ASTM D 3485. I. RTRC: Comply with UL 1684A and NEMA TC 14. J. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. K. Fittings for LFNC: Comply with UL 514B. L. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24). M. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.03 METAL WIREWAYS AND AUXILIARY GUTTERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Cooper B-Line, Inc. 2. Hoffman; a Pentair company. 3. Mono-Systems, Inc. 4. Square D; a brand of Schneider Electric—(Preferred). 5. Approved equal. B. Description: Stainless steel, hot dipped galvanized, or aluminum, complying with UL 870 and NEMA 250,Type 1,Type 3R,Type 4X, as indicated on drawings unless otherwise indicated, and sized according to NFPA 70. 1. Metal wireways installed outdoors shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Wireway Covers: Hinged type NEMA 3R, Screw-cover type NEMA 1, NEMA 4X flanged-and- gasketed as indicated. E. Finish: Manufacturer's standard enamel finish. 2.04 NONMETALLIC WIREWAYS AND AUXILIARY GUTTERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Raceways and Boxes For Electrical Systems 26 05 33-4 1. Allied Moulded Products, Inc. 2. Hoffman; a Pentair company. 3. Lamson & Sessions; Carlon Electrical Products. 4. Niedax-Kleinhuis USA, Inc. 5. Approved equal. B. Listing and Labeling: Nonmetallic wireways and auxiliary gutters shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Description: Fiberglass polyester, extruded and fabricated to required size and shape, without holes or knockouts. Cover shall be gasketed with oil-resistant gasket material and fastened with stainless steel captive screws. Connections shall be flanged and have stainless-steel screws and oil-resistant gaskets. D. Description: PVC, extruded and fabricated to required size and shape, and having snap-on cover, mechanically coupled connections, and plastic fasteners. E. Fittings and Accessories: Couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings shall match and mate with wireways as required for complete system. F. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24). G. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.05 BOXES, ENCLOSURES, AND CABINETS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Adalet. 2. Cooper Technologies Company; Cooper Crouse-Hinds. 3. EGS/Appleton Electric. 4. Erickson Electrical Equipment Company. 5. FSR Inc. 6. Hoffman; a Pentair company—(Preferred). 7. Hubbell Incorporated; Killark Division. 8. Kraloy. 9. Milbank Manufacturing Co. Raceways and Boxes For Electrical Systems 26 05 33-5 10. Mono-Systems, Inc. 11. O-Z/Gedney; a brand of EGS Electrical Group. 12. RACO; a Hubbell Company. 13. Robroy Industries. 14. Spring City Electrical Manufacturing Company. 15. Stahlin Non-Metallic Enclosures; a division of Robroy Industries. 16. Thomas & Betts Corporation. 17. Wiremold / Legrand. 18. Approved equal. B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A. D. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, aluminum,Type FD, with gasketed cover. E. Nonmetallic Outlet and Device Boxes: Comply with NEMA OS 2 and UL 514C. F. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50 lb (23 kg). Outlet boxes designed for attachment of luminaires weighing more than 50 lb (23 kg) shall be listed and marked for the maximum allowable weight. G. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. H. Box extensions used to accommodate new building finishes shall be of same material as recessed box. I. Device Box Dimensions: 4 inches square by 2-1/8 inches deep (100 mm square by 60 mm deep) or 4 inches by 2-1/8 inches by 2-1/8 inches deep (100 mm by 60 mm by 60 mm deep). J. Gangable boxes are prohibited. K. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250,Types as indicated with continuous-hinge cover with flush latch unless otherwise indicated. 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Fiberglass. 3. Interior Panels: Steel; all sides finished with manufacturer's standard enamel. 3.00 EXECUTION 3.01 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit: Rigid Aluminum. Raceways and Boxes For Electrical Systems 26 05 33-6 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. Indoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage: Rigid Aluminum 2. Exposed, Not Subject to Severe Physical Damage: Rigid Aluminum 3. Exposed and Subject to Severe Physical Damage: Rigid Aluminum 4. Exposed in Electrical Room: Rigid Aluminum C. Minimum Raceway Size: 3/4-inch (21-mm) trade size except for lighting circuit taps not longer than 72". D. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid 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. E. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve. F. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. G. Install surface raceways only where indicated on Drawings. 3.02 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. Raceways and Boxes For Electrical Systems 26 05 33-7 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 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 Raceways and Boxes For Electrical Systems 26 05 33-8 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 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 Raceways and Boxes For Electrical Systems 26 05 33-9 contraction for at least 0.000078 inch per foot of length of straight run per deg F (0.0115 mm per meter of length of straight run per deg C) of temperature change for metal conduits. 3. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 4. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. W. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches (1830 mm) of flexible conduit for recessed and semirecessed luminaires, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage. X. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. Y. Locate boxes so that cover or plate will not span different building finishes. Z. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. AA. Fasten junction and pull boxes to or support from building structure with stainless steel hardware. 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. 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. Raceways and Boxes For Electrical Systems 26 05 33-10 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 Raceways and Boxes For Electrical Systems 26 05 33-11 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. 5. Warning planks. B. Shop Drawings for Precast or Factory-Fabricated Underground Utility Structures: Include plans, elevations, sections, details, attachments to other work, and accessories, including the following: 1. Duct entry provisions, including locations and duct sizes. 2. Reinforcement details. 3. Frame and cover design and manhole frame support rings. 4. Ladder details. 5. Grounding details. 6. Dimensioned locations of cable rack inserts, pulling-in and lifting irons, and sumps. 7. Joint details. C. Shop Drawings for Factory-Fabricated Handholes and Boxes Other Than Precast Concrete: Include dimensioned plans, sections, and elevations, and fabrication and installation details, including the following: 1. Duct entry provisions, including locations and duct sizes. Underground Ducts And Raceways For Electrical Systems 26 05 43-1 2. Cover design. 3. Grounding details. 4. Dimensioned locations of cable rack inserts, and pulling-in and lifting irons. 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. 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. B. Store precast concrete and other factory-fabricated underground utility structures at Project site as recommended by manufacturer to prevent physical damage. Arrange so identification markings are visible. C. Lift and support precast concrete units only at designated lifting or supporting points. 1.08 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 Underground Ducts And Raceways For Electrical Systems 26 05 43-2 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. 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. Underground Ducts And Raceways For Electrical Systems 26 05 43-3 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: 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. Underground Ducts And Raceways For Electrical Systems 26 05 43-4 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. 4. Units Subject to Light-Duty Pedestrian Traffic Only: Fiberglass-reinforced polyester resin, structurally tested according to SCTE 77 with 3000-lbf(13 345-N)vertical loading. 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. Underground Ducts And Raceways For Electrical Systems 26 05 43-5 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-lbf- (445-N-)test nylon cord in ducts, including spares. H. Concrete-Encased Ducts: Support ducts on duct separators. 1. Separator Installation: Space separators close enough to prevent sagging and deforming of ducts,with not less than 4 spacers per 20 feet (6 m) of duct. Secure separators to earth and to ducts to prevent floating during concreting. Stagger separators approximately 6 inches (150 mm) between tiers. Tie entire assembly together using fabric straps; do not use tie wires or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups. 2. Concreting Sequence: Pour each run of envelope between manholes or other terminations in one continuous operation. a. Start at one end and finish at the other, allowing for expansion and contraction of ducts as their temperature changes during and after the pour. Use expansion fittings installed according to manufacturer's written recommendations, or use other specific measures to prevent expansion-contraction damage. Underground Ducts And Raceways For Electrical Systems 26 05 43-6 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. 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. Underground Ducts And Raceways For Electrical Systems 26 05 43-7 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 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. Underground Ducts And Raceways For Electrical Systems 26 05 43-8 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 Underground Ducts And Raceways For Electrical Systems 26 05 43-9 26 05 44 SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Round sleeves. 2. Rectangular sleeves. 3. Sleeve-seal systems. 4. Sleeve-seal fittings. 5. Grout. 6. Pourable sealants. 7. Foam sealants. B. Related Requirements: 1. Section 26 05 00 "Common Work Results for Electrical" for additional abbreviations, definitions, submittals, qualifications, testing agencies, and other Project requirements applicable to Work specified in this Section. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. PART 2- PRODUCTS 2.1 ROUND SLEEVES A. Steel Wall Sleeves: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Flexicraft Industries. b. GPT; an EnPro Industries company. 2. General Characteristics: ASTM A53/A53M, Type E, Grade B, Schedule 40, zinc coated, plain ends and integral waterstop. B. PVC Pipe Sleeves: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. GPT; an EnPro Industries company. b. Metraflex Company(The). Sleeves and Sleeve Seals for Electrical Raceways and Cabling 26 05 44-1 2. General Characteristics:ASTM D1785, Schedule 40. C. PVC Molded Sleeves: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. ABB, Electrification Business. b. American Polywater Corporation. 2. General Characteristics: With nailing flange for attaching to wooden forms. D. Round, Galvanized-Steel, Sheet Metal Sleeves: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Specified Technologies, Inc. 2. General Characteristics: Galvanized-steel sheet; thickness not less than 0.0239 inch; round tube closed with welded longitudinal joint, with tabs for screw-fastening the sleeve to the board. 2.2 RECTANGULAR SLEEVES A. Rectangular, Galvanized-Steel, Sheet Metal Sleeves: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Specified Technologies, Inc. b. Wiremold; Legrand North America, LLC. 2. General Characteristics: a. Material: Galvanized sheet steel. b. Minimum Metal Thickness: 1) For sleeve cross-section rectangle perimeter less than 50 inch and with no side larger than 16 inch,thickness must be 0.052 inch. 2) For sleeve cross-section rectangle perimeter not less than 50 inch or with one or more sides larger than 16 inch,thickness must be 0.138 inch. 2.3 SLEEVE-SEAL SYSTEMS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Advance Products&Systems, LLC. 2. American Polywater Corporation. 3. Flexicraft Industries. B. General Characteristics: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable or between raceway and cable. C. Options: Sleeves and Sleeve Seals for Electrical Raceways and Cabling 26 05 44-2 1. Sealing Elements: EPDM rubber interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 2. Pressure Plates: Stainless steel. 3. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements. 2.4 SLEEVE-SEAL 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. Holdrite; a division of Reliance Worldwide Corporation. B. General Characteristics: Manufactured plastic, sleeve-type, waterstop assembly made for embedding in concrete slab or wall. Unit must have plastic or rubber waterstop collar with center opening to match piping OD. 2.5 GROUT 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. Specified Technologies, Inc. 2. W. R. Meadows, Inc. B. General Characteristics: Nonshrink; recommended for interior and exterior sealing openings in non-fire-rated walls or floors. 1. Standard: ASTM C1107/C1107M, Grade B, post-hardening and volume-adjusting, dry, hydraulic-cement grout. 2. Design Mix: 5000 psi, 28-day compressive strength. 3. Packaging: Premixed and factory packaged. PART 3- EXECUTION 3.1 INSTALLATION OF SLEEVES FOR NON-FIRE-RATED ELECTRICAL PENETRATIONS A. Sleeves for Conduits Penetrating Above-Grade, Non-Fire-Rated, Concrete and Masonry-Unit Floors and Walls: 1. Interior Penetrations of Non-Fire-Rated Walls and Floors: a. Seal space outside of sleeves with mortar or grout. Pack sealing material solidly between sleeve and wall or floor so no voids remain. Tool exposed surfaces smooth; protect material while curing. b. Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint. Comply with requirements in Section 07 90 00 "Joint Fillers, Sealants and Caulking." 2. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. Sleeves and Sleeve Seals for Electrical Raceways and Cabling 26 05 44-3 3. Size pipe sleeves to provide 1/4 inch annular clear space between sleeve and raceway or cable, unless sleeve-seal system is to be installed or seismic criteria require different clearance. 4. Install sleeves for wall penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of walls. Cut sleeves to length for mounting flush with both surfaces of walls. Deburr after cutting. 5. Install sleeves for floor penetrations. Extend sleeves installed in floors 2 inch above finished floor level. Install sleeves during erection of floors. B. Sleeves for Conduits Penetrating Non-Fire-Rated Wall Assemblies: 1. Use circular metal sleeves unless penetration arrangement requires rectangular sleeved opening. 2. Seal space outside of sleeves with approved joint compound for wall assemblies. C. Roof-Penetration Sleeves: Seal penetration of individual raceways and cables with flexible boot-type flashing units applied in coordination with roofing work. D. Aboveground, Exterior-Wall Penetrations: Seal penetrations using steel pipe sleeves and mechanical sleeve-seal systems. Use PVC sleeves where subject to H2S corrossion. Size sleeves to allow for 1 inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. E. Underground, Exterior-Wall and Floor Penetrations: 1. Install steel pipe sleeves with integral waterstops. Size sleeves to allow for 1 inch annular clear space between raceway or cable and sleeve for installing sleeve-seal system. Install sleeve during construction of floor or wall. 2. Install steel pipe sleeves. Size sleeves to allow for 1 inch annular clear space between raceway or cable and sleeve for installing sleeve-seal system. Grout sleeve into wall or floor opening. 3.2 INSTALLATION OF RECTANGULAR SLEEVES AND SLEEVE SEALS A. Install sleeves in existing walls without compromising structural integrity of walls. Do not cut structural elements without reinforcing the wall to maintain the designed weight bearing and wall stiffness. B. Install conduits and cable with no crossings within the sleeve. C. Fill opening around conduits and cables with expanding foam without leaving voids. D. Provide metal sheet covering at both wall surfaces and finish to match surrounding surfaces. Metal sheet must be same material as sleeve. 3.3 INSTALLATION OF SLEEVE-SEAL SYSTEMS A. Install sleeve-seal systems in sleeves in exterior concrete walls and slabs-on-grade at raceway entries into building. Sleeves and Sleeve Seals for Electrical Raceways and Cabling 26 05 44-4 B. Install type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. END OF SECTION 26 05 44 Sleeves and Sleeve Seals for Electrical Raceways and Cabling 26 05 44-5 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. S. 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: Identification for Electrical Systems 26 05 53-1 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 permanent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. 4. Tags shall be imprinted with panelboard and panelboard position number(e.g. LA3-23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). 5. Switchlegs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T" suffix. 6. Where more than one neutral is present with a group of conductors, a tag shall be applied 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 1 to 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 exposed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE 2.04 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 labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. C. Baked-Enamel Warning Signs: Identification for Electrical Systems 26 05 53-2 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 viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with stainless steel mechanical fasteners appropriate to the location and substrate. F. Underground-Line Warning Tape: During backfilling of trenches install continuous underground-line warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. G. Painted Identification: Comply with requirements in Division 09 painting Sections for surface preparation and paint application. 3.02 IDENTIFICATION SCHEDULE A. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and hndholes, use color-coding conductor tape to identify the phase. Identification for Electrical Systems 26 05 53-3 1. Color-Coding for Phase Identification, 600 V or Less: Use colors listed below for ungrounded 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 minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. 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 raceway. C. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equipment including, but not limited to,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. 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 unless equipment is provided with its own identification. Identification for Electrical Systems 26 05 53-4 1. Labeling Instructions: a. Indoor Equipment: stainless steel screws and nuts, engraved and laminated nameplates. Unless otherwise indicated, provide a single line of text with 1/2-inch high letters on 1-1/2-inch high label; where two lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment,fasten labels with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be laminated acrylic or melamine 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 transformer, 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. END OF SECTION Identification for Electrical Systems 26 05 53-5 26 05 73 ELECTRICAL POWER SYSTEM STUDIES 1.00 GENERAL 1.01 DESCRIPTION General: This section specifies that the CONTRACTOR prepare a short circuit and protective device coordination study, and an arc flash hazard analysis for the electrical power system as shown on the plans. NO EQUIPMENT IS TO BE ENERGIZED UNTIL THE POWER SYSTEM STUDIES HAVE BEEN APPROVED BY THE ENGINEER, THE PROTECTIVE RELAYS AND BREAKERS HAVE BEEN SET PER THE SHORT CIRCUIT AND RELAY COORDINATION STUDY AND THE ARC FLASH LABELS HAVE BEEN INSTALLED ON THE EQUIPMENT. NO EXCEPTIONS. Short Circuit and Protective Device Coordination Study,and Arc Flash Analysis The studies shall provide an evaluation of the electrical power system and the model numbers and settings of the protective relays or devices and metering or motor monitoring devices for setting by the CONTRACTOR. The Studies shall include settings for all protective relays and electric system monitoring. The Contractor shall obtain any needed data or information for the electrical equipment from Contract Documents, various suppliers, and from conducting his own field investigations. A. Scope: 1. The CONTRACTOR is responsible for providing all pertinent information necessary for the successful completion of the Short Circuit and Relay Coordination Study, and Arc Flash Analysis. All cable and raceway data, data from all new Switchgear, motor control centers, transformers, panelboards, and separately mounted fuses, starters or circuit breakers shall be obtained by the CONTRACTOR. Obtain all existing or new protective device information to include all present settings. The CONTRACTOR shall obtain any needed data or information from Contract Documents, various suppliers, the Electric Utility and from conducting his own field investigations. The data obtained shall be organized and submitted to the ENGINEER to show that all the necessary data gathering work has been done. 2. Calculations shall utilize actual X/R and three phase short circuit values obtained by the CONTRACTOR from the Electric Utility. The use of infinite bus fault current calculation is not acceptable. 3. The studies shall include both scenarios: under normal power. Electrical Power System Studies 26 05 73-1 4. Provide a complete short circuit study. Include three phase and phase-to-ground calculations. Provide an equipment interrupting or withstand evaluation based on the actual equipment and model numbers provided on this project. Generic devices are not acceptable. Normal system operating method, alternate operation, and operations that could result in maximum fault conditions shall be thoroughly addressed in the study. The study shall assume all motors operating at rated voltage with the exception that motors identified as "standby" shall not be included. Electrical equipment bus impedance shall be assumed zero. Short circuit momentary duties and interrupting duties shall be calculated on the basis of maximum available fault current at the electrical equipment busses. The Study shall be performed using actual available short circuit currents available and system impedances as obtained from the Electric Utility. An assumption of infinite bus for the purposes of the Study is not acceptable. Study shall use actual motor X/R and subtransient reactance data obtained from equipment suppliers. 5. A protective device coordination study shall be performed to determine appropriate relay settings. The study shall include all electrical equipment provided under this contract and any up-stream equipment that has an impact on the coordination study. The study shall show transformer damage curves, generator damage curves, cable short circuit withstand curves and motor curves. Include all medium and low voltage switchgear, distribution switchboards, motor control centers, starters, and panelboards main circuit breakers. Complete the short circuit study down to the main breaker or main lugs on all panelboards. Panelboard branch circuit devices need not be considered. The phase over current and ground-fault protection shall be included as well as settings for all other adjustable protective devices. All motor monitoring relays and protective or monitoring devices that are a part of a supplier's equipment (such as soft starters, switchgear) shall be in included. Include the last protective device in the Electric Utility's system feeding each facility being considered. 6. Provide Time-Current Curves on 11X17 log-log paper. Do not put more than one branch of protective devices on any one coordination curve. Include a one-line diagram and the names of each protective device in the branch. Use the names designated in the Contract Documents. Include motor and transformer damage curves, and cable short circuit withstand curves. Coordination study time-current curves (11x17 log-log type) including the instrument transformer ratios, model numbers of the protective relays, and the relay settings associated with each breaker. Organize the curves as specified here in. Ground fault time current curves shall be on a separate sheet. 7. An equipment evaluation study shall be performed to determine the adequacy of the fault bracing of all bus from the panelboard level up to the main Switchgear or protective device. Include circuit breakers, controllers, surge arresters, busway, switches, and fuses by tabulating and comparing the short circuit ratings of these devices with the available fault currents. 8. Provide arc flash hazard analysis in accordance with the applicable NFPA, ANSI, and IEEE standards. 9. The studies shall be performed, sealed and signed by a Registered Professional Engineer licensed in the state of Texas. 10. Any problem areas or inadequacies in the equipment shall be promptly brought to the ENGINEER's attention. Electrical Power System Studies 26 05 73-2 11. Use industry standard short circuit software, SKM CAPTOR and DAPPER or an equal approved by the ENGINEER. 12. The report shall include a comparison of short circuit duties of each bus to the interrupting capacity of the equipment that is protecting that bus. 13. The report shall include all data that was used as input to the report. This data shall include cable impedance, conduit type, source impedance, equipment ratings, motor X/R and subtransient reactance data, etc. 14. The CONTRACTOR shall coordinate with the Utility for electrical data required for the studies. 15. The studies shall include and model the different operating configurations that may be encountered. This includes different transformers operating individually with various main and tie breakers open and closed. The studies shall clearly identify the particular operating configuration being evaluated. 1.02 REFERENCES A. This Section contains references to the following documents. They are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents,the requirements of this Section shall prevail. Reference. Title IEEE 141 Recommended Practice for Electric Power Distribution for Industrial Plants IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems NFPA 70E Handbook for Electrical Safety in the Workplace IEEE 1584 IEEE Guide for Performing Arc-Flash Hazard Calculations NEC National Electrical Code 1.03 SCHEDULE A. The report shall be provided to the ENGINEER NO LATER THAN 60 days before the equipment is shipped to the Work site. SHIPMENT AND DELIVERY OF EQUIPMENT WILL NOT BE ACCEPTED AT THE JOBSITE UNTIL THE STUDY HAS BEEN COMPLETED, SUBMITTED AND APPROVED BY THE ENGINEER. 1.04 SUBMITTALS Submittals shall include: A. Shop Drawings: 1. Short Circuit and Protective Device Coordination Study. Time current curves shall be on 11x17 log-log type paper. The CONTRACTOR can provide time current curves on 8%x 11 log-log type paper as a supplement but not as a replacement. 2. Arc Flash Hazard Analysis Electrical Power System Studies 26 05 73-3 a. Provide a color copy of project specific Arc Flash labels for each panelboard, switchboard, switchgear, disconnect, Motor Control Center,VFDs, starters,transfer switches, including all existing electrical equipment—switchgear, starters, motor control center, panelboards, starters, etc. b. Provide a copy of the one-line diagram color-coded to show the incident ranges& clothing classifications at each bus. The one-line shall be on 11x17 paper and shall be separated out across three (3)-11x17 sheets. 1) Provide a table indicating the color coding used for each incident range&clothing classification. The one-line shall also include the information specified in section 2.03 below. The following is a recommended color coding for the following Hazard/Risk Category numbers: a) Green to indicate a Category 0 b) Blue to indicate a Category 1 c) Brown to indicate a Category 2 d) Yellow to indicate a Category 3 e) Orange to indicate a Category 4 f) Red to indicate Above a Category 4 B. Provide PDF copies of the completed studies to be submitted to the ENGINEER for approval. Each hard copy of studies shall be bound in a 3-ring binder. C. The Contractor shall redo the Power System Studies if any changes are made during the field testing checkout and/or start-up. The Contractor shall submit the Power System Studies for Engineer Approval. The Studies shall include an updated copy of the color copy Arc Flash Labels. D. A CD with all SKM input files and a PDF of all output files is required for both the preliminary and final power system studies submittals. 1. Two Software copies of actual power systems computer program project data files burned in on a CD. The CONTRACTOR shall provide an electronic copy on a CD-ROM of all files used to develop the electrical system model in the power system analysis program and all files for the written study analysis and summary data tables. For instance if SKM software is used for the power system studies,then the SKM files shall be burned in on a CD-ROM and provided to the OWNER/ENGINEER. This shall include any library files used for circuit breakers,fuses, etc. for the power system analysis. 2.00 EXECUTION 2.01 GENERAL A. Provide a short-circuit and relay coordination study load flow and motor starting study, and arc flash hazard analysis on the electrical power distribution system, as specified. The studies shall be performed in accordance with IEEE Standards 141 and 242, IEEE 1584, ANSI, and the NEC and shall utilize the ANSI method of short circuit analysis in accordance with ANSI C37.010. The studies shall be performed using actual equipment data for all equipment. The coordination studies shall use the data from the manufacturer of protective devices. Electrical Power System Studies 26 05 73-4 2.02 QUALIFICATIONS A. The studies shall be performed by the by an electrical manufacturer/consultant service/electrical testing agency who is regularly engaged in power system studies. A Licensed Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall seal and sign the studies. The Professional ENGINEER shall be licensed to practice engineering in the State of Texas. A study submitted without a Professional ENGINEER's seal will not be reviewed and returned Not Approved, Revise& Resubmit. 2.03 SHORT CIRCUIT STUDY A. The CONTRACTOR shall be responsible for obtaining and verifying all data needed to perform the study. B. As a minimum, each short circuit study shall include the following: 1. One-Line Diagram: a. Location and function of each protective device in the system, such as relays, direct- acting trips,fuses, etc. b. Type designation, current rating, range or adjustment, manufacturer's style and catalog number for all protective devices. c. Power and voltage ratings, impedance, primary and secondary connections of all transformers. Use the ratings (ie. Impedence, X/R, etc.) of the actual transformers being provided where available. d. Type, manufacturer, and ratio of all instrument transformers energizing each relay. e. Nameplate ratings of all motors and generators with their subtransient reactances. Transient reactances of synchronous motors and generators and synchronous reactances of all generators. Obtain data on the actual equipment being provided. Generic or average data numbers are not acceptable. f. Sources of short circuit currents such as utility ties, generators, synchronous motors, and induction motors. Provide short circuit studies using each source of power separately. The study shall determine if there is sufficient short circuit current to adequately cause interruption of a protective device using the weaker power source (typically local generation), and shall determine if the equipment can safely interrupt the fault if the greater power source is connected. Additional short circuit calculations shall include emergency as well as normal switching conditions as well as normal and emergency power sources described here in. 1) Show short circuit calculations listing short circuit levels at each bus. Provide the same data in tabular from. g. All significant circuit elements such as transformers, cables, breakers, fuses, reactors, etc shall be included. h. The time-current setting of existing adjustable relays and direct-acting trips, if applicable. i. One-Line showing available fault current at each bus all the way down to the 208Y/120V panelboards. Electrical Power System Studies 26 05 73-5 2. Impedance Diagram: a. Available MVA or impedance from the utility company. b. Local generated capacity impedance. c. Bus impedance. d. Transformer and/or reactor impedances. e. Cable impedances. f. Equipment impedances. g. System voltages. h. Grounding scheme (resistance grounding, solidly grounding, or no grounding). i. Motor contribution assuming the new and existing motors as shown on the plans all running at the same time. 3. Calculations: a. Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the 3-phase and line-to-ground short circuits of each case. b. Calculate the maximum and minimum fault currents. c. A discussion section evaluating the adequacy or inadequacy of the equipment method of calculation and formulas used such that all calculations can be verified manually by the ENGINEER, with recommendations as required for improvements to the system. d. Any inadequacies shall be called to the attention of the ENGINEER and recommendation made for improvements. 2.04 PROTECTIVE DEVICE COORDINATION STUDY A. As a minimum, the coordination study for the power distribution system shall include the following on 5-cycle, log-log graph paper: 1. The time-current coordination analysis shall be performed with aid of a digital computer. a. Time-current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing, but still maintain a low incident energy level. Where selectivity cannot be achieved,the ENGINEER shall be notified as to the cause. 2. Time-current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing. Where selectivity cannot be achieved,the ENGINEER shall be notified as to the cause. 3. Time-current curves and points for cable and equipment damage. 4. Circuit interrupting device operating and interrupting times. 5. Indicate maximum fault values on the graph. 6. Sketch of bus and breaker arrangement. 2.05 ARC FLASH HAZARD ANALYSIS A. The study shall be performed in accordance with the NEC and all applicable OSHA, ANSI, and IEEE standards. Electrical Power System Studies 26 05 73-6 B. The CONTRACTOR shall adjust all adjustable time-current devices such that the trip settings lower the arc flash exposure and minimizing the clearing time. However, the CONTRACTOR shall adjust the time-current devices to avoid nuisance tripping. C. The CONTRACTOR shall utilize fault current values from the short circuit analysis to determine the Incident energy, limited approach boundary, restricted approach boundary, prohibited approach boundary and appropriate PPE required. D. The CONTRACTOR shall provide project specific arc-flash labeling. The arc-flash labeling shall be placed on the outside of the cover of the switchgear, motor control centers, combination motor starters, panelboard, switchboard, distribution panel, and all electrical panels, etc. such that it can be read without opening the electrical equipment. Mount arc-flash labels a maximum of 6'-6" AFF, include the housekeeping pad in the mounting height. The CONTRACTOR shall provide arc-flash labeling on all existing panelboards, switchboards, distribution panel, etc. where breakers are added or work is performed in or on the electrical equipment. E. Arc Flash Labels shall be chemical resistant, UV resistant, water resistant, scratch resistant, and made of 3.0 mil vinyl tape as manufactured by Dural-abel, Brady or approved equal. The lettering shall be performed by thermal transfer print. 1. Arc Flash labels and label lettering shall be sized large enough to be legible at a distance outside the hazard area. 2. Arc Flash Labels shall be placed on the door(s) of the room if the hazard area reaches or extends beyond the electrical room door(s). 3. The arc flash label shall include a DANGER header when the incident energy is above 40ca1/cm2, and a WARNING header for all other incident energy levels. F. To ensure a safe workplace, and that the labeling meets NEC, OSHA, IEEE, and NFPA requirements, use specialized arc flash software to calculate protection boundaries. These protection boundaries shall include the Flash Protection Boundary, Limited Approach Boundary, Restricted Approach Boundary and the Prohibited Approach Boundary. G. The arc-flash analysis shall be based on calculated fault from the Short Circuit Study at each respective bus. The arc-flash software program shall be used to calculate the available arcing fault at each bus in the system,the resultant flash protection boundary based on the applicable protective device operating times and the associated incident energy that workers may be exposed to at the specified working distances. H. The report shall include the following information: Arc-flash evaluation table, arc-flash and shock hazard label definitions, arc-flash evaluation information, arc-flash and shock hazard labels and definitions of terms used in the arc-flash hazard analysis. Electrical Power System Studies 26 05 73-7 I. Arc Flash labels shall be similar to the following example: WARNING Arc Flash and Shock Hazard Appropriate PPE Required 13 inch Flash Hazard Boundary 0.67 cal/cm'` Flash Hazard at 18 inches Category 1 Hazard/Risk Category, Per NFPA 70E 480 VAC Shock Hazard when cover is removed 0 Glove Class 42 inch Limited Approach 12 inch Restricted Approach 1 inch Prohibited Approach 10.692 kA Calculated Available Fault Current Equip. ID: Panel LP1 Protected By: 125A CB: TX1 (480V MCC1) Study Date: August 9, 2012 END OF SECTION Electrical Power System Studies 26 05 73-8 Attachment A SUBMITTAL CHECKLIST SPECIFICATION: 26 05 73.01 Electrical Power INSTRUCTIONS: 1. Prior to sending submittal fill out checklist and verify all of the following information is included and clearly identified by highlighting, circling or other method. The items below are the minimum required and the Engineer may require additional information. 2. Indicate any substitutions or deviations from the specification and provide additional information as required per Specification 0133 00, "Submittal Procedures." 3. Sign form prior to submittal and include with submittal. Submittals provided without"Submittal Checklist" will be returned without review. CHECK BOX IF ITEM HAS BEEN ADDRESSED: ❑ 1. Provide Short Circuit and Protective Device Coordination Study. Time current curves shall be on 11x17 log- log type paper. The CONTRACTOR can provide time current curves on 8%x 11 log-log type paper as a supplement but not as a replacement. ❑ 2. Provide Arc Flash Hazard Analysis. ❑ 3. Provide a color copy of project specific Arc Flash labels for each panelboard, switchboard, switchgear, disconnect, Motor Control Center,VFDs, starters,transfer switches, including all existing electrical equipment— switchgear, starters, motor control center, panelboards, starters, etc. ❑ 4. Provide a copy of the one-line diagram color-coded to show the incident ranges &clothing classifications at each bus. The one-line shall be on 11x17 paper and shall be separated out across three (3)-11x17 sheets. 1) Provide a table indicating the color coding used for each incident range&clothing classification. The one-line shall also include the information specified in section 2.03 below. The following is a recommended color coding for the following Hazard/Risk Category numbers: a) Green to indicate a Category 0 b) Blue to indicate a Category 1 c) Brown to indicate a Category 2 d) Yellow to indicate a Category 3 e) Orange to indicate a Category 4 f) Red to indicate Above a Category 4 ❑ 5. A CD with all SKM input files and a PDF of all output files is required for both the preliminary and final power system studies submittals. Provide Two Software copies of actual power systems computer program project data files burned in on a CD. The CONTRACTOR shall provide an electronic copy on a CD-ROM of all files used to develop the electrical system model in the power system analysis program and all files for the written study analysis and summary data tables. For instance if SKM software is used for the power system studies,then the SKM files shall be burned in on a CD-ROM and provided to the OWNER/ENGINEER. This shall include any library files used for circuit breakers,fuses, etc.for the power system analysis. Electrical Power System Studies 26 05 73-9 ❑ 8. Provide letter of qualification for studies being performed by the electrical manufacturer/consultant service/electrical testing agency who is regularly engaged in power system studies. A Licensed Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall seal and sign the studies. The Professional ENGINEER shall be licensed to practice engineering in the State of Texas. A study submitted without a Professional ENGINEER's seal will not be reviewed and returned Not Approved, Revise& Resubmit. CONTRACTOR NOTES/COMMENTS TO ENGINEER: STATEMENT: I have reviewed and certify that the submittal is complete and that the submittal is legible, accurate, and complete in a clear, easily understood manner. Signature: Date: Electrical Power System Studies 26 05 73-10 26 22 00 LOW-VOLTAGE TRANSFORMERS 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 types of dry-type transformers rated 600 V and less, with capacities up to 1000 kVA: 1. Distribution transformers 2. Buck-boost transformers 1.03 ACTION SUBMITTALS A. Product Data: Include rated nameplate data, capacities, weights, dimensions, minimum clearances, installed devices and features, and performance for each type and size of transformer indicated. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 1.04 INFORMATIONAL SUBMITTALS A. Electrical Seismic Qualification Certification: Submit certification that transformers, accessories, and components will withstand seismic forces. Include the following: 1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. a. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified." b. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified and the unit will be fully operational after the seismic event." 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. B. Qualification Data: For testing agency. C. Source quality-control test reports. D. Field quality-control test reports. Low Voltage Transformers 26 22 00-1 1.05 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For transformers to include in emergency, operation, and maintenance manuals. 1.06 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory(NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3. B. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7. C. Source Limitations: Obtain each transformer type through one source from a single manufacturer. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. E. Comply with IEEE C57.12.91, "Test Code for Dry-Type Distribution and Power Transformers." 1.07 DELIVERY, STORAGE,AND HANDLING A. Temporary Heating:Apply temporary heat according to manufacturer's written instructions within the enclosure of each ventilated-type unit, throughout periods during which equipment is not energized and when transformer is not in a space that is continuously under normal control of temperature and humidity. 1.08 COORDINATION A. Coordinate size and location of concrete bases with actual transformer provided. Cast stainless steel anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete B. Coordinate installation of wall-mounting and structure-hanging supports with actual transformer provided. 2.00 PRODUCTS 2.01 MANUFACTURERS 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Acme Electric Corporation. Low Voltage Transformers 26 22 00-2 b. Challenger Electrical Equipment Corp. c. Controlled Power Company. d. Eaton Electrical Sector; Eaton Corporation; Cutler-Hammer Products. e. Federal Pacific Transformer Company. f. General Electric Company. g. Hammond Co. h. Magnetek Power Electronics Group. i. Micron Industries Corp. j. Myers Power Products, Inc. k. Siemens Energy&Automation, Inc. I. Sola/Hevi-Duty. m. Square D Co./Groupe Schneider NA; Schneider Electric. 2.02 GENERAL TRANSFORMER REQUIREMENTS A. Description: Factory-assembled and -tested, air-cooled units for 60-Hz service. B. Cores: Grain-oriented, non-aging silicon steel. C. Coils: Continuous windings without splices except for taps. 1. Internal Coil Connections: Brazed or pressure type. 2. Coil Material: Copper. 2.03 DISTRIBUTION TRANSFORMERS A. Comply with NEMA ST 20, and list and label as complying with UL 1561. B. Cores: One leg per phase. C. Enclosure: Ventilated, NEMA 250,Type 2. 1. Core and coil shall be encapsulated within resin compound, sealing out moisture and air. D. Transformer Enclosure Finish: Comply with NEMA 250. 1. Finish Color:ANSI 49 gray. 2.04 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 Low Voltage Transformers 26 22 00-3 high and properly spaced for legible and easy reading. Attach plates to equipment with stainless steel screws. Adhesive attachment is only acceptable on NEMA U 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. 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. 2.05 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. 2.06 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. Low Voltage Transformers 26 22 00-4 2.07 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. 2.08 TESTING A. See each section for particular testing requirements for each type of equipment. END OF SECTION Low Voltage Transformers 26 22 00-5 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 Panelboards 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. 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. 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. Panelboards 26 24 16-2 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. Store inside building or enclosed storage unit. 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 adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. Panelboards 26 24 16-3 B. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast stainless steelanchor-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 unless ortherwise noted on the drawings. 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. B. Incoming Mains Location:Top and bottom. Panelboards 26 24 16-4 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. 2. General Electric Company; GE Consumer& Industrial - Electrical Distribution. 3. Siemens Energy&Automation, Inc. Panelboards 26 24 16-5 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. 3. Siemens Energy&Automation, Inc. 4. Square D; a brand of Schneider Electric. (Preferred) Panelboards 26 24 16-6 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 Izt response. 4. Current-Limiting Circuit Breakers: Frame sizes 400 A and smaller; let-through ratings less than NEMA FU 1, RK-5. 5. GFCI Circuit Breakers: Single- and two-pole configurations with Class A ground- fault protection (6-mA trip). 6. Ground-Fault Equipment Protection (GFEP) Circuit Breakers: Class B ground-fault protection (30-mA trip). 7. Arc-Fault Circuit Interrupter (AFCI) Circuit Breakers: Comply with UL 1699; 120/240-V, single-pole configuration. 8. Molded-Case Circuit-Breaker (MCCB) Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials. C. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high- intensity discharge (HID) lighting circuits. d. Zone-Selective Interlocking: Integral with electronic trip unit; for interlocking ground-fault protection function with other upstream or downstream devices. e. Multipole units enclosed in a single housing or factory assembled to operate as a single unit B. Fused Switch: NEMA KS 1,Type HD; clips to accommodate specified fuses; lockable handle. Panelboards 26 24 16-7 1. Fused Switch Features and Accessories: Standard ampere ratings and number of poles. 2. 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 A. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs complying with Section 26 05 53 "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. Panelboards 26 24 16-8 C. Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Section 26 05 53 "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 26 05 53 "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. 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 Panelboards 26 24 16-9 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. Store in a building or eclosed storage unit unit ready for installation. END OF SECTION Panelboards 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. Twist-locking receptacles. 3. Weather-resistant receptacles. 4. Snap switches and wall-box dimmers. 5. Communications outlets. 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. E. TVSS:Transient voltage surge suppressor. F. UTP: Unshielded twisted pair. 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 premarking wall plates. 1.06 INFORMATIONAL SUBMITTALS A. Field quality-control reports. Wiring Devices 26 27 26-1 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 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. Wiring Devices 26 27 26-2 2. Comply with NEMA WD 1, NEMA WD 6, UL 498, UL 943 Class A, and FS W-C-596. 3. Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection. B. Duplex GFCI Convenience Receptacles, 125 V, 20 A: 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. Cooper;VGF20. b. Hubbell; GFR5352L. c. Pass&Seymour; 2095. d. Leviton; 7590. 2.05 TOGGLE SWITCHES A. Comply with NEMA WD 1, UL 20, and FS W-S-896. B. Switches, 120/277 V, 20 A: 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. Single Pole: 1). Cooper;AH1221. 2). Hubbell; HBL1221. 3). Leviton; 1221-2. 4). Pass&Seymour; CSB20AC1. b. Two Pole: 1). Cooper;AH1222. 2). Hubbell; HBL1222. 3). Leviton; 1222-2. 4). Pass&Seymour; CSB20AC2. c. Three Way: 1). Cooper;AH1223. 2). Hubbell; HBL1223. 3). Leviton; 1223-2. 4). Pass&Seymour; CSB20AC3. d. Four Way: 1). Cooper;AH1224. 2). Hubbell; HBL1224. 3). Leviton; 1224-2. Wiring Devices 26 27 26-3 4). Pass&Seymour; CSB20AC4. C. Tamper-Resistant and Weather-Resistant Convenience Receptacles: Square face, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, and UL 498. 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;TWRBRI5. b. Hubbell; DR15TR. c. LevitonTRW15. d. Pass&Seymour;TRW26252. 2. Description: Labeled to comply with NFPA 70, "Receptacles, Cord Connectors, and Attachment Plugs (Caps)" Article, "Tamper-Resistant Receptacles in Dwelling Units" Section,when installed in wet and damp locations. D. GFCI Non-Feed -Through Type, Convenience Receptacles: Square face, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, UL 498, and UL 943 Class A. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. Cooper;VGF15. b. Hubbell; GF15LA. c. Leviton; 8599. d. Pass&Seymour; 1594. E. 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;TWRVGFI5. b. Hubbell; GFTR15. c. Pass&Seymour; 1594TRWR. 2. Description: Labeled to comply with NFPA 70, "Receptacles, Cord Connectors, and Attachment Plugs (Caps)" Article, "Tamper-Resistant Receptacles in Dwelling Units" Section. F. Toggle Switches, Square Face, 120/277 V, 15 A: Comply with NEMA WD 1, UL 20, and FS W- S-896. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. Cooper; 7621 (single pole), 7623 (three way). b. Hubbell; DS115 (single pole), DS315 (three way). Wiring Devices 26 27 26-4 c. Leviton; 5621-2 (single pole), 5623-2 (three way). d. Pass&Seymour; 2621 (single pole), 2623 (three way). 2.06 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. 2. TVSS Devices: Blue. B. Wall Plate Color: For plastic covers, match device color. 3.00 EXECUTION 4.00 INSTALLATION A. Comply with NECA 1, including mounting heights listed in that standard, unless otherwise indicated. B. Coordination with Other Trades: 1. Protect installed devices and their boxes. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted, provided the outlet box is large enough. D. Device Installation: Wiring Devices 26 27 26-5 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. E. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles down, and on horizontally mounted receptacles to the left. F. Device Plates: Do not use oversized or extra-deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. 4.02 GFCI RECEPTACLES A. Install non-feed-through-type GFCI receptacles. 4.03 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. 4.04 FIELD QUALITY CONTROL A. Perform the following tests and inspections[with the assistance of a factory-authorized service representative]: 1. Test Instruments: Use instruments that comply with UL 1436. 2. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital-display indicators of measurement. B. Tests for Convenience Receptacles: Wiring Devices 26 27 26-6 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. C. Wiring device will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. END OF SECTION Wiring Devices 26 27 26-7 26 32 13 DIESEL ENGINE GENERATORS PART 1. GENERAL 1.1 Scope A. Provide complete factory assembled generator set equipment with digital (microprocessor- based) electronic generator set controls, digital governor, and digital voltage regulator. B. Provide factory test, startup by a supplier authorized by the equipment manufacturer(s), and on-site testing of the system. C. The generator set manufacturer shall warrant all equipment provided under this section, whether or not is manufactured by the generator set manufacturer,so that there is one source for warranty and product service. Technicians specifically trained and certified by the manufacturer to support the product and employed by the generator set supplier shall service the generator sets. 1.2 Codes and Standards A. The generator set installation and on-site testing shall conform to the requirements of the following codes and standards,as applicable. The generator set shall include necessary features to meet the requirements of these standards. 1. CSA 282, 1989 Emergency Electrical Power Supply for Buildings 2. IEEE446—Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications 3. NFPA37— 4. NFPA70 — National Electrical Code. Equipment shall be suitable for use in systems in compliance to Article 700, 701, and 702. 5. NFPA99—Essential Electrical Systems for Health Care Facilities 6. NFPA110 — Emergency and Standby Power Systems. The generator set shall meet all requirements for Level 1 systems. Level 1 prototype tests required by this standard shall have been performed on a complete and functional unit, component level type tests will not substitute for this requirement. B. The generator set and supplied accessories shall meet the requirements of the following standards: 1. NEMA MG1-1998 part 32. Alternator shall comply with the requirements of this standard. 2. UL142—Sub-base Tanks 3. UL1236—Battery Chargers 4. UL2200. The generator set shall be listed to UL2200 or submit to an independent third party certification process to verify compliance as installed. C. The control system for the generator set shall comply with the following requirements. 1. CSA C22.2, No. 14—M91 Industrial Control Equipment. Diesel Engine Generators 26 32 13- 1 2. EN50082-2, Electromagnetic Compatibility — Generic Immunity Requirements, Part 2: Industrial. 3. EN55011, Limits and Methods of Measurement of Radio Interference Characteristics of Industrial, Scientific and Medical Equipment. 4. FCC Part 15, Subpart B. 5. IEC8528 part 4. Control Systems for Generator Sets 6. IEC Std 801.2, 801.3, and 801.5 for susceptibility, conducted, and radiated electromagnetic emissions. 7. UL508. The entire control system of the generator set shall be UL508 listed and labeled. 8. UL1236—Battery Chargers. D. The generator set manufacturer shall be certified to ISO 9001 International Quality Standard and shall have third party certification verifying quality assurance in design/development, production, installation, and service, in accordance with ISO 9001. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, weights, operating characteristics,furnished specialties, and accessories. B. Shop Drawings: Dimensioned plans, elevations, sections, and details showing minimum clearances, conductor entry provisions, gutter space, installed features and devices, and material lists for each switch specified. C. Single-Line Diagram: Show connections between transfer switch, power sources, and load; and show interlocking provisions for each combined transfer switch and bypass/isolation switch. D. Product data for paint and corrosion inhibiting finishes. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For manufacturer. B. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. C. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. D. Field quality-control reports. 1.5 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For each type of product to include in emergency,operation, and maintenance manuals. Include the following: 1. Features and operating sequences, both automatic and manual. 2. List of all factory settings of relays; provide relay-setting and calibration instructions, including software, where applicable. 1.6 Acceptable Manufacturers Diesel Engine Generators 26 32 13-2 A. Subject to compliance with specifications, manufacturers offering products may be incorporated into the Work include, but are limited to,the following: 1. Cummins Power Generation 2. Generac 3. Kohler Co.;Generator Division. PART 2. PRODUCTS 2.1 Generator set A. Ratings 1. The generator set shall operate at a voltage of:480 Volts AC, Three phase,4-wire, 60 hertz. B. Ratings: Service - Standby Power Voltage - 480/277 Volt, 3 Phase,4 Wire Connections - Wye Frequency - 60 Hertz KW - 100 (Size to be verified by supplier per load list specified in 2.1.C) Power Factor - 0.80 C. Motor Starting Performance: The engine generator size listed above or on drawings was based on initial reports. Supplier shall confirm genset is capable of supplying the following sequential step loads without exceeding a 20%voltage drop at the generator terminals. Step 1 - 15 KVA, Lighting Transformer Step 2 - 3 HP, 460 Volt, induction motor,Across the Line Starter Step 3 - 30 HP, 460 Volt, induction motor, Across the Line Starter Step 4 - 30 HP, 460 Volt, induction motor, Across the Line Starter 1. Generator shall be based on emergency/standby service. 2. Noted generator size noted on plans is based on preliminary reports. Contractor shall confirm proposed manufacturer generator capable of starting emergency loads as indicated on oneline diagram. Contractor shall provide sizing report with loads for generator proposed. Report shall be based on staggered load starting with a maximum 20%voltage dip. D. Performance Diesel Engine Generators 26 32 13-3 1. Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. 2. Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.25%. 3. The diesel engine-generator set shall accept a single step load of 100%nameplate kW and power factor, less applicable derating factors, with the engine-generator set at operating temperature. 4. The generator set shall be capable of recovering to a minimum of 90% of rated no load voltage following the application of the specified kVA load at near zero power factor applied to the generator set. Maximum voltage dip on application of this load, considering both alternator performance and engine speed changes shall not exceed 20%. 5. The alternator shall produce a clean AC voltage waveform,with not more than 5%total harmonic distortion at full linear load, when measured from line to neutral, and with not more than 3% in any single harmonic, and no 3rd order harmonics or their multiples. Telephone influence factor shall be less than 50. 6. The generator set shall be certified by the engine manufacturer to be suitable for use at the installed location, and shall meet all applicable exhaust emission requirements at the time of commissioning. E. Construction 1. The engine-generator set shall be mounted on a heavy-duty steel base to maintain alignment between components. The base shall incorporate a battery tray with hold- down clamps within the rails. 2. All switches, lamps, and meters in the control system shall be oil-tight and dust-tight. All active control components shall be installed within a UL/NEMA 3R enclosure. There shall be no exposed points in the control (with the door open)that operate in excess of 50 volts. F. Connections 1. The generator set load connections shall be composed of silver or tin plated copper bus bars, drilled to accept mechanical or compression terminations of the number and type as shown on the drawings.Sufficient lug space shall be provided for use with cables of the number and size as shown on the drawings. 2. Power connections to auxiliary devices shall be made at the devices individually,with required protection or from internally located distribution panel. 3. Generator set control interfaces to other system components shall be made on a permanently labeled terminal block assembly. Labels describing connection point functions shall be provided. 2.2 Engine and Engine Equipment Diesel Engine Generators 26 32 13-4 A. The engine shall be diesel,4 cycle, radiator and fan cooled. The horsepower rating of the engine at its minimum tolerance level shall be sufficient to drive the alternator and all connected accessories. Two cycle engines are not acceptable. Engine accessories and features shall include: B. An electronic governor system shall provide automatic isochronous frequency regulation. The governing system dynamic capabilities shall be controlled as a function of engine coolant temperature to provide fast, stable operation at varying engine operating temperature conditions.The control system shall actively control the fuel rate and excitation as appropriate to the state of the generator set. Fuel rate shall be regulated as a function of starting, accelerating to start disconnect speed, accelerating to rated speed. The governing system shall include a programmable warm up at idle and cooldown at idle function. While operating in idle state,the control system shall disable the alternator excitation system. C. Skid-mounted radiator and cooling system rated for full load operation in 104 degrees F (40 degrees C) ambient as measured at the alternator air inlet. Radiator fan shall be suitable for use in a system with 0.5 in H2O restriction. Radiator shall be sized based on a core temperature that is 20F higher than the rated operation temperature, or prototype tested to verify cooling performance of the engine/radiator/fan operation in a controlled environment. Radiator shall be provided with a duct adapter flange. The equipment manufacturer shall fill the cooling system with a 50/50-ethylene glycol/water mixture prior to shipping. Rotating parts shall be guarded against accidental contact. D. Electric starter(s) capable of three complete cranking cycles without overheating. E. Positive displacement, mechanical,full pressure, lubrication oil pump. F. Full flow lubrication oil filters with replaceable spin-on canister elements and dipstick oil level indicator. G. Replaceable dry element air cleaner with restriction indicator. H. Flexible supply and return fuel lines. I. Engine mounted battery charging alternator, 40-ampere minimum, and solid-state voltage regulator. J. Provide vibration isolators, spring/pad type, quantity as recommended by the generator set manufacturer. Isolators shall include seismic restraints if required by site location. K. Starting and Control Batteries shall be calcium/lead antimony type, 24 volt DC, sized as recommended by the engine manufacturer, complete with battery cables and connectors. The batteries shall be capable of a minimum of three complete 15-second cranking cycles at 40F ambient temperature when fully charged. L. Provide exhaust silencer(s)for each engine of size and type as recommended by the generator set manufacturer and approved by the engine manufacturer. The mufflers shall be stainless steel, extreme application grade with attenuation range of 45 to 52dBA. Exhaust system shall be installed according to the engine manufacturer's recommendations and applicable codes and standards. M. A UL listed certified 12 amp voltage regulated battery charger shall be provided for each engine- Diesel Engine Generators 26 32 13-5 generator set. The charger shall be mounted at generator set. Input AC voltage and DC output voltage shall be as required. Chargers shall be equipped with float, taper and equalize charge settings. Operational monitors shall provide visual output along with a form C contact rated at 4 amps, 120 VAC, 30VDC for remote indication of: Low AC power - red light Low battery voltage - red light High battery voltage - red light High AC voltage—red light Power ON -green light (no relay contact) Charger shall include a DC voltmeter and ammeter, 10 hour equalize charge timer, and AC and DC overcurrent protection, and temperature compensation capability. N. Subbase Fuel Tank. 1. Provide a subbase fuel tank for generator set. Fuel tank shall be equipped for automatic unattended operation. The fuel tank shall be a standard product of the manufacturer of the engine-generator set. The tank shall be UL listed, made of painted steel with welded construction, and pressure tested to 3 PSI. Tank shall be sized for 48 hour operation at 100% load. Fuel tank shall be provided with epoxy based rubberized corrosion resistant coating. 2.3 AC Generator A. The AC generator shall be; synchronous, four pole, 2/3 pitch, revolving field, drip-proof construction,single pre-lubricated sealed bearing,air cooled by a direct drive centrifugal blower fan, and directly connected to the engine with flexible drive disc. All insulation system components shall meet NEMA MG1 temperature limits for Class H insulation system and shall be UL1446 listed. Actual temperature rise measured by resistance method at full load shall not exceed 105 degrees Centigrade. B. The generator shall be capable of delivering rated output (kVA) at rated frequency and power factor, at any voltage not more than 5 percent above or below rated voltage. C. A permanent magnet generator (PMG) shall be included to provide a reliable source of excitation power for optimum motor starting and short circuit performance. The PMG and controls shall be capable of sustaining and regulating current supplied to a single phase or three phase fault at approximately 300%of rated current for not more than 10 seconds. D. The subtransient reactance of the alternator shall not exceed 15 percent, based on the standby rating of the generator set. E. Provide anti-condensation heater for the alternator. 2.4 Generator set Control. A. The generator set shall be provided with a microprocessor-based control system that is designed to provide automatic starting, monitoring,and control functions for the generator set. The control system shall also be designed to allow local monitoring and control of the generator set, and remote monitoring and control as described in this specification. B. The control shall be mounted on the generator set, or may be mounted in a free-standing panel next to the generator set if adequate space and accessibility is available. The control shall be Diesel Engine Generators 26 32 13-6 vibration isolated and prototype tested to verify the durability of all components in the system under the vibration conditions encountered. C. Active control circuit boards in the generator set control system shall be fully environmentally protected, either by potting or enclosure of the components in a UL/NEMA 3R enclosure. The entire control system shall be suitable for operation over a range of-20 to+70 centigrade. D. The generator set mounted control shall include the following features and functions: 1. Mode Select Switch. The mode select switch shall initiate the following control modes. When in MANUAL and the START button pressed, the generator set shall start, and accelerate to rated speed and voltage as directed by the operator. A separate push-button to initiate starting is acceptable. In the OFF position the generator set shall immediately stop, bypassing all time delays. In the AUTO position the generator set shall be ready to accept a signal from a remote device to start and accelerate to rated speed and voltage. 2. EMERGENCY STOP switch. Switch shall be Red "mushroom-head" push-button. Depressing the emergency stop switch shall cause the generator set to immediately shut down, and be locked out from automatic restarting. 3. RESET switch. The RESET switch shall be used to clear a fault and allow restarting the generator set after it has shut down for any fault condition. 4. PANEL LAMP switch. Depressing the panel lamp switch shall cause the entire panel to be lighted with DC control power. The panel lamps shall automatically be switched off 10 minutes after the switch is depressed, or after the switch is depressed a second time. E. Generator Set AC Output Metering. The generator set shall be provided with a metering set including the following features and functions: 1. Digital metering set, 1.0% accuracy, to indicate generator RMS voltage and current, frequency, output current, output KW, KW-hours, and power factor. Generator output voltage shall be available in line-to-line and line-to-neutral voltages, and shall display all three-phase voltages (line to neutral or line to line) simultaneously. 2. Analog voltmeter,ammeter,frequency meter, powerfactor meter,and kilowatt(KW) meter. Voltmeter and ammeter shall display all three phases. Meter scales shall be color coded in the following fashion: green shall indicate normal operating condition, amber shall indicate operation in ranges that indicate potential failure, and red shall indicate failure impending. Metering accuracy shall be within 1.0%at rated output. Both analog and digital metering are required. 3. The control system shall monitor the total load on the generator set, and maintain data logs of total operating hours at specific load levels ranging from 0 to 110% of rated load, in 10% increments. The control shall display hours of operation at less than 30% load and total hours of operation at more than 90%of rated load. 4. The control system shall log total number of operating hours, total kWH, and total control on hours, as well as total values since reset. F. Engine Condition Metering. The control shall display the following data for the generator set: 1. Control power system DC voltage. Diesel Engine Generators 26 32 13-7 G. Generator Set Data Display. The control system shall display for the following data for the generator set: 1. Generator set model information 2. The control system shall also incorporate a data logging and display provision to allow logging of the last 32 warning or shutdown indications on the generator set, as well as total time of operation at various loads, as a percent of the standby rating of the generator set. H. Generator Set Alarm and Status Display. 1. The generator set control shall include LED alarm and status indication lamps. The lamps shall be high-intensity LED type. The lamp condition shall be clearly apparent under bright room lighting conditions. Functions indicated by the lamps shall include: • The control shall include green lamps to indicate that the generator set is running at rated frequency and voltage,and that a remote start signal has been received at the generator set. The running signal shall be based on actual sensed voltage and frequency on the output terminals of the generator set. • The control shall include a flashing red lamp to indicate that the control is not in automatic state, and red common shutdown lamp. • The control shall include an amber common warning indication lamp. 2. The generator set control shall indicate the existence of the warning and shutdown conditions on the control panel.A remote annunciator shall also be provided.All conditions indicated below for warning shall be field-configurable for shutdown. Conditions required to be annunciated shall include: a. low oil pressure (warning) low oil pressure (shutdown) b. oil pressure sender failure (warning) low coolant temperature (warning) high coolant temperature(warning) high coolant temperature(shutdown) high oil temperature(warning) C. engine temperature sender failure (warning) low coolant level (warning) d. fail to crank (shutdown) e. fail to start/overcrank(shutdown) overspeed (shutdown) f. low DC voltage(warning) high DC voltage (warning)weak battery(warning) low fuel-daytank (warning) g. high AC voltage (shutdown) h. low AC voltage (shutdown) under frequency(shutdown) over current (warning) i. over current (shutdown) short circuit (shutdown) j. ground fault (warning) (optional--when required by code or specified) over load (warning) k. emergency stop (shutdown) I. (4) configurable conditions Diesel Engine Generators 26 32 13-8 3. Provisions shall be made for indication of four customer-specified alarm or shutdown conditions. Labeling of the customer-specified alarm or shutdown conditions shall be of the same type and quality as the above-specified conditions. The non-automatic indicating lamp shall be red, and shall flash to indicate that the generator set is not able to automatically respond to a command to start from a remote location. I. Engine Status Monitoring. 1. The following information shall be available from a digital status panel on the generator set control : a. engine oil pressure (psi or kPA) b. engine coolant temperature (degrees F or C) engine oil temperature (degrees F or C) engine speed (rpm) c. number of hours of operation (hours) number of start attempts d. battery voltage (DC volts) J. Engine Control Functions. 1. The control system provided shall include a cycle cranking system,which allows for user selected crank time, rest time,and#of cycles. Initial settings shall be for 3 cranking periods of 15 seconds each, with 15-second rest period between cranking periods. 2. The control system shall include an idle mode control, which allows the engine to run in idle mode in the RUN position only. In this mode,the alternator excitation system shall be disabled. 3. The control system shall include an engine governor control, which functions to provide steady state frequency regulation as noted elsewhere in this specification. The governor control shall include adjustments for gain,damping,and a ramping function to control engine speed and limit exhaust smoke while the unit is starting. 4. The control system shall include time delay start (adjustable 0-300 seconds) and time delay stop (adjustable 0-600 seconds)functions. 5. The control system shall include sender failure monitoring logic for speed sensing, oil pressure, and engine temperature which is capable of discriminating between failed sender or wiring components, and an actual failure conditions. K. Alternator Control Functions: 1. The generator set shall include a full wave rectified automatic digital voltage regulation system that is matched and prototype tested by the engine manufacturer with the governing system provided. It shall be immune from misoperation due to load-induced voltage waveform distortion and provide a pulse width modulated output to the alternator exciter. The voltage regulation system shall be equipped with three-phase line to line RMS sensing and shall control buildup of AC generator voltage to provide a linear rise and limit overshoot. The system shall include a torque-matching characteristic, which shall reduce output voltage in proportion to frequency below an adjustable frequency threshold. Torque matching characteristic shall be Diesel Engine Generators 26 32 13-9 adjustable for roll-off frequency and rate, and be capable of being curve-matched to the engine torque curve with adjustments in the field. The voltage regulator shall include adjustments for gain, damping, and frequency roll-off. Adjustments shall be broad range, and made via digital raise-lower switches, with an alphanumeric LED readout to indicate setting level. Rotary potentiometers for system adjustments are not acceptable. 2. Microprocessor-based protection device shall be provided to individually monitor the output current of the generator set and initiate an alarm (over current warning) when load current exceeds 110%of the rated current of the generator set on any phase for more than 60 seconds. The controls shall shut down and lock out the generator set when output current level approaches the thermal damage point of the alternator(over current shutdown).The protective functions provided shall be in compliance to the requirements of NFPA70 article 445. 3. Controls shall be provided to individually monitor all three phases of the output current for short circuit conditions.The control/protection system shall monitor the current level and voltage.The controls shall shut down and lock out the generator set when output current level approaches the thermal damage point of the alternator (short circuit shutdown). The protective functions provided shall be in compliance to the requirements of NFPA70 article 445. 4. Controls shall be provided to monitor the KW load on the generator set, and initiate an alarm condition (over load) when total load on the generator set exceeds the generator set rating for in excess of 5 seconds. Controls shall include a load shed control,to operate a set of dry contacts (for use in shedding customer load devices) when the generator set is overloaded. 5. A microprocessor-based AC over/under voltage monitoring system that responds only to true RMS voltage conditions shall be provided. The system shall initiate shutdown of the generator set when alternator output voltage exceeds 110%of the operator-set voltage level for more than 10 seconds, or with no intentional delay when voltage exceeds 130%. Under voltage shutdown shall occur when the output voltage of the alternator is less than 85%for more than 10 seconds. 6. When required by National Electrical Code or indicated on project drawings, the control System shall include a ground fault monitoring relay. The relay shall be adjustable from 3.8-1200 amps, and include adjustable time delay of 0-10.0 seconds. The relay shall be for indication only and not trip or shut down the generator set. Note bonding and grounding requirements for the generator set,and provide relay that will function correctly in system as installed. The generator set control shall include a 120VAC-control heater. Other Control Functions 7. The generator set shall be provided with an RS-485 network communication module to allow efficient communication with the generator set control by remote devices. The control shall communicate all engine and alternator data, and allow starting and stopping of the generator set via the network. The generator set shall include an RS-485 interface to allow remote monitoring of the control via Modbus protocol. 8. A battery monitoring system shall be provided which initiates alarms when the DC control and starting voltage is less than 25VDC or more than 32 VDC. During engine cranking (starter engaged), the low voltage limit shall be disabled, and DC voltage shall be monitored as load is applied to the battery,to detect impending battery failure or deteriorated battery condition. 9. A battery monitoring system shall be provided which initiates alarms when the DC control and starting voltage is less than 25VDC or more than 32 VDC. During engine cranking (starter Diesel Engine Generators 2632 13- 10 engaged), the low voltage limit shall be disabled, and DC voltage shall be monitored as load is applied to the battery,to detect impending battery failure or deteriorated battery condition. L. Control Interfaces for Remote Monitoring: 1. The control system shall provide four programmable output relays. These relay outputs shall be configurable for any alarm, shutdown, or status condition monitored by the control. The relays shall be configured to indicate: (1) generator set operating at rated voltage and frequency, (2) common warning, (3) common shutdown, (4) load shed command. 2. A fused 10 amp switched 24VDC power supply circuit shall be provided for customer use. DC power shall be available from this circuit whenever the generator set is running. 3. A fused 10 amp 24VDC power supply circuit shall be provided for customer use. DC power shall be available from this circuit at all times from the engine starting/control batteries. 2.5 Outdoor Enclosure 1. Weatherproof, soundproof aluminum housing, wind resistant up to 130 mph. Multiple panels shall be lockable and provide adequate access to components requiring maintenance. Panels shall be removable by one person without tools. Instruments and control shall be mounted within enclosure. 2. Aluminum Housing. Structural Design and Anchorage: Comply with ASCE 7-10 (3 second peak gust)for wind loads. 3. Space Heater: Thermostatically controlled and sized to prevent condensation. 4. Louvers: Equipped with bird screen and filter arranged to permit air circulation when engine is not running while excluding exterior dust, birds, and rodents. 5. Hinged Doors: With padlocking provisions. 6. Ventilation: Louvers equipped with bird screen and filter arranged to permit air circulation while excluding exterior dust, birds, and rodents. 7. Sound proof Insulation: Manufacturer's standard materials and thickness selected in coordination with space heater to maintain winter interior temperature within operating limits required by engine-generator-set components. Muffler Location: Within enclosure. 8. Enclosure shall be provided with additional sound attenuating insulation. Noise level shall be no more than 77 db @ 23'from generator. 9. Engine Cooling Airflow through Enclosure: Maintain temperature rise of system components within required limits when unit operates at 110 percent of rated load for 2 hours with ambient temperature at top of range specified in system service conditions. 10. Louvers: Fixed-engine, cooling-air inlet and discharge. Storm-proof and drainable louvers prevent entry of rain. 2.6 Generator Painting and corrosion Resistant Coatings. 1. Engine, enclosure, skid, and components shall have (2) coats rust inhibitive primer and (2) coats Diesel Engine Generators 2632 13- 11 epoxy paint for corrosion resistance and must surpass 3,000 hours salt spray corrosion tests per ASTM B-1117 PART 3. OPERATION 3.1 Sequence of Operation A. Generator set shall start on receipt of a start signal from remote equipment. The start signal shall be via hardwired connection to the generator set control and a redundant signal over the required network connection. B. The generator set shall complete a time delay start period as programmed into the control. C. The generator set control shall initiate the starting sequence for the generator set. The starting sequence shall include the following functions: D. The control system shall verify that the engine is rotating when the starter is signaled to operate. If the engine does not rotate after two attempts, the control system shall shut down and lock out the generator set, and indicate "fail to crank" shutdown. E. The engine shall fire and accelerate as quickly as practical to start disconnect speed. If the engine does not start, it shall complete a cycle cranking process as described elsewhere in this specification. If the engine has not started by the completion of the cycle cranking sequence, it shall be shut down and locked out, and the control system shall indicate "fail to start". F. The engine shall accelerate to rated speed and the alternator to rated voltage. Excitation shall be disabled until the engine has exceeded programmed idle speed, and regulated to prevent over voltage conditions and oscillation as the engine accelerates and the alternator builds to rated voltage. G. On reaching rated speed and voltage,the generator set shall operate as dictated by the control system in isochronous state. H. When all start signals have been removed from the generator set, it shall complete a time delay stop sequence. The duration of the time delay stop period shall be adjustable by the operator. I. On completion of the time delay stop period, the generator set control shall switch off the excitation system and shall shut down. J. Any start signal received after the time stop sequence has begun shall immediately terminate the stopping sequence and return the generator set to isochronous operation. PART 4. OTHER REQUIREMENTS 4.1 Submittals. A. Within (30) days after award of contract, provide the following information for review: 1. Manufacturer's product literature and performance data, sufficient to verify compliance to specification requirements. Diesel Engine Generators 2632 13- 12 2. A paragraph by paragraph specification compliance statement, describing the differences between the specified and the proposed equipment. 3. Manufacturer's certification of prototype testing. 4. Manufacturer's published warranty documents. 5. Shop drawings showing plan and elevation views with certified overall dimensions, as well as wiring interconnection details. 6. Interconnection wiring diagrams showing all external connections required; with field wiring terminals marked in a consistent point-to-point manner. 7. Manufacturer's installation instructions. 4.2 Factory Testing. A. The generator set manufacturer shall perform a complete operational test on the generator set prior to shipping from the factory. A certified test report shall be provided. Equipment supplied shall be fully tested at the factory for function and performance. B. Factory testing may be witnessed by the Owner and Engineer. Costs for travel expenses will be the responsibility of the Owner and Engineer. Contractor is responsible to provide two weeks notice for testing. C. Generator set factory tests on the equipment shall be performed at rated load and rated power factor. Generator sets that have not been factory tested at rated power factor will not be acceptable. Tests shall include: run at full load, maximum power, voltage regulation,transient and steady-state governing, single step load pickup, and function of safety shutdowns. 4.3 Installation A. Equipment shall be installed by the contractor in accordance with final submittals and contract documents. Installation shall comply with applicable state and local codes as required by the authority having jurisdiction. Install equipment in accordance with manufacturer's instructions and instructions included in the listing or labeling of UL listed products. B. Installation of equipment shall include furnishing and installing all interconnecting wiring between all major equipment provided for the on-site power system. The contractor shall also perform interconnecting wiring between equipment sections (when required), under the supervision of the equipment supplier. C. Equipment shall be installed on concrete foundations. Equipment shall be permanently fastened to the concrete foundation in accordance with manufacturer's instructions and wind load requirements of the site. D. Equipment shall be initially started and operated by representatives of the manufacturer. E. All equipment shall be physically inspected for damage. Scratches and other installation damage shall be repaired prior to final system testing. Equipment shall be thoroughly cleaned to remove all dirt and construction debris prior to initial operation and final testing of the system. 4.4 On-Site Acceptance Test: A. The complete installation shall be tested for compliance with the specification following Diesel Engine Generators 2632 13- 13 completion of all site work. Testing shall be conducted by representatives of the manufacturer, with required fuel supplied by Contractor. The Engineer shall be notified in advance and shall have the option to witness the tests. B. Installation acceptance tests to be conducted on-site shall include a "cold start"test,a two hour full load test, and a one step rated load pickup test in accordance with NFPA 110. Provide a resistive load bank and make temporary connections for full load test, if necessary. C. Perform a power failure test on the entire installed system. This test shall be conducted by opening the power supply from the utility service,and observing proper operation of the system for at least 2 hours. Coordinate timing and obtain approval for start of test with site personnel. 4.5 Training A. Manufacturer shall submit a training agenda on the standby generators during equipment submittal and approval process. Training shall include equipment operation in automatic and manual modes, common failures/basic troubleshooting, overview of equipment operation and maintenance manuals, and recommended spare parts. Training shall not be less than 2 day(s) in length and shall accommodate up to 6 attendees. Customer may elect to hold two sessions within the two day training period to accommodate additional attendees. B. Follow-up Training: Manufacturer shall include a (4) hour follow-up training session within 6 to 12 months after initial training scheduled at the discretion of the Owner. Topics of training session to be determined by Owner to allow focused training on operation and troubleshooting. 4.6 Service and support A. The manufacturer of the generator set shall maintain service parts inventory at a central location which is accessible to the service location 24 hours per day, 365 days per year. B. The generator set shall be serviced by a local service organization that is trained and factory certified in generator set service. The supplier shall maintain an inventory of critical replacement parts at the local service organization, and in service vehicles. The service organization shall be on call 24 hours per day, 365 days per year. C. The manufacturer shall maintain model and serial number records of each generator set provided for at least 20 years. 4.7 Warranty A. The generator set and associated equipment shall be warranted for a period of not less than 5 years from the date of final acceptance against defects in materials and workmanship. B. The warranty shall be comprehensive. No deductibles shall be allowed for travel time, service hours, repair parts cost, etc. END OF SECTION Diesel Engine Generators 26 32 13- 14 26 36 00 AUTOMATIC TRANSFER SWITCHES 1.00 GENERAL 1.1 SUMMARY A This section includes the following items from a single supplier: 1. Automatic transfer switch 2. Related Accessories as specified B Related Requirements 1. It is the intent of this specification to secure an automatic transfer switch that has been prototype tested, factory built, production-tested, and site-tested together with all accessories necessary for a complete installation as shown on the plans and drawings and specified herein. 2. Any exceptions to the published specifications shall be subject to the approval of the engineer and submitted minimum 10 days prior to the closing of the bid with a line by line summary description of all the items of compliance, any items that have been are omitted or have been taken exception to, and a complete description of all deviations. 3. It is the intent of this specification to secure an automatic transfer switch that has been tested during design verification, in production, and at the final job site.The automatic transfer switch will be a commercial design and will be complete with all of the necessary accessories for complete installation as shown on the plans, drawings, and specifications herein.The equipment supplied shall meet the requirements of the National Electrical Code and applicable local codes and regulations. 4. All equipment shall be new and of current production by an international, power system manufacturer of generators,transfer switches, and paralleling switchgear. The manufacturer shall be a supplier of a complete and coordinated system.There will be single-source responsibility for warranty, parts, and service through a factory-authorized representative with factory-trained technicians. 1.2 SUBMITTALS A Action Submittals 1. Product Data a) The submittal shall include specification sheets showing all standard and optional accessories to be supplied; schematic wiring diagrams, dimension drawings, and interconnection diagrams identifying by terminal number each required interconnection between the generator set,the transfer switch, and the remote annunciator panel if it is included elsewhere in these specifications. 2. Shop Drawings B Informational Submittal 1. Certificates 2. Test and Evaluation Reports Automatic Transfer Switches 26 36 00-1 3. Manufacturer's Instruction 4. Source Quality Control Submittals 5. Field or Site Quality Control 6. Manufacturer's Report 7. Special Procedure Submittal 8. Qualification Statement 9. Operation And Maintenance Data 10. Warranty Documentation 11. Record Documentation C Maintenance Material Submittals 1. Literature 2. Spare Parts 3. Extra Stock Materials 4. Tools 1.3 QUALITY ASSURANCE A Regulatory Agency 1. The automatic transfer switch shall conform to the requirements of the following codes and standards: a) UL 1008-Standard for Transfer Switch Equipment b) IEC 947-6-1 Low-voltage Switchgear and Control gear; Multifunction equipment; Automatic Transfer Switching Equipment EN55011, Limits and Methods of Measurement of Radio Interference Characteristics of Industrial, Scientific and Medical Equipment. c) NFPA 70- National Electrical Code d) NFPA 99- Essential Electrical Systems for Health Care Facilities e) NFPA 110- Emergency and Standby Power Systems f) IEEE Standard 446- IEEE Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications g) NEMA Standard ICS 10-2005, Electromechanical AC Transfer Switch Equipment. h) EN61000-4-4 Fast Transient Immunity Severity Level 4 i) EN61000-4-5 Surge Immunity Class 4 (voltage sensing and programmable inputs only) j) IEEE 472 (ANSI C37.90A) Ring Wave Test k) IEC Specifications for EMI/EMC Immunity(CISPR 11, IEC 1000-4-2, IEC 1000-4-3, IEC 1000-4-4, IEC 1000-4-5, IEC 1000-4-6, IEC 1000-4-8, IEC 1000-4-11) 1) CSA C22.2 No. 178 certification 2. Qualifications Automatic Transfer Switches 26 36 00-2 a) The automatic transfer switch shall be produced by a manufacturer who is ISO 9001 certified for the design, development, production and service of its complete product line. b) A manufacturer who has produced this type of equipment for a period of at least 10 years and who maintains a service organization available twenty-four hour a day throughout the year shall produce the automatic transfer switch. 3. Manufacturers a) The automatic transfer switch shall be furnished by a single manufacturer who shall be responsible for the design, coordination, and testing of the complete system. The entire system shall be installed as shown on the plans, drawings, and specifications herein. b) The manufacturer shall maintain a national service organization of employing personnel located throughout the contiguous United States.The Service center's personnel must be factory trained and must be on call 24 hours a day, 365 days a year. c) The manufacturer shall maintain records of each switch, by serial number,for a minimum of 20 years. 4. Suppliers a) The supplier of the generator shall also be the supplier of the transfer switch. Acceptable manufacturers are still responsible for meeting all requirements of this spec: 1. Generator supplier 2. ASCO 3. Approved equal 1.4 DELIVERY, STORAGE,AND HANDLING A Delivery and Acceptance Requirements B Storage and Handling Requirements C Packaging Waste Management 1.5 SITE CONDITIONS A Ambient Conditions 1. Automatic transfer switch shall operate in the following conditions without any damage to the unit or its loads. a) Ambient Temperature: -4 to 158 Degrees F b) Relative Humidity: 5%to 95% noncondensing Automatic Transfer Switches 26 36 00-3 B Existing Conditions 1.6 WARRANTY OR BOND A Manufacturer's Warranty 1. The ATS shall include a standard warranty covering five (5) years to guarantee against defective material and workmanship in accordance with the manufacturer's published warranty from the date of initial startup. Labor, travel and parts shall be included for the duration of this warranty. 2. The ATS manufacturer and its distributor shall maintain a 24-hour parts and service organization. This organization shall regularly engage in maintenance contract programs to perform preventive maintenance and service on equipment similar to that specified. A service agreement shall be available and shall include system operation under simulated operating conditions; adjustment to the generator set,transfer switch, and switchgear controls as required, and certification in the owner's maintenance log of repairs made and functional tests performed on all systems. PART 2 PRODUCTS 2.1 EQUIPMENT A Equipment 1. Furnish and install an automatic transfer switches system(s)with ratings indicated on drawings, Solid Neutral, 60Hz. Each automatic transfer shall consist of an inherently double throw power transfer switch mechanism and a microprocessor controller to provide automatic operation.All transfer switches and controllers shall be the products of the same manufacturer. B Construction 1. The transfer switch shall be electrically operated and mechanically held with double throw construction, and operated by a momentarily energized solenoid-driven mechanism. 2. All transfer switch sizes shall use only one type of main operator for ease of maintenance and commonality of parts. 3. The switch shall be positively locked and unaffected by momentarily outages, so that contact pressure is maintained at a constant value and contact temperature rise is minimized for maximum reliability and operating life. 4. All main contacts shall be silver composition. Switches rated 600 amperes and above shall have segmented, blow-on construction for high withstand and close-on capability and be protected by separate arcing contacts. 5. Inspection of all contacts shall be possible from the front of the switch without disassembly of operating linkages and without disconnection of power conductors. Switches rated 800 amperes and higher shall have front removable and replaceable Automatic Transfer Switches 26 36 00-4 contacts.All stationary and moveable contacts shall be replaceable without removing power conductors and/or bus bars. 6. Designs utilizing components of molded-case circuit breakers, contactors, or parts thereof, which are not intended for continuous duty, repetitive switching or transfer between two active power sources, are not acceptable. 7. For two and three pole switches, where neutral conductors are to be solidly connected as shown on the plans, a neutral conductor plate with fully rated AL-CU pressure connectors shall be provided. 8. For four pole switches with a switching neutral, where neutral conductors must be switched as shown on the plans,the contactor shall be provided with fully rated switched neutral transfer contacts. Overlapping neutral contacts may be used as an alternative. 9. Automatic transfer switch shall be open transition transfer switch. C Enclosure 1. The ATS shall be furnished in NEMA 1 Enclosure. 2. All standard door mounted switches and indicating LEDs shall be integrated into a flush- mounted, interface membrane or equivalent in the enclosure door for easy viewing& replacement.The panel shall be capable of having a manual locking feature to allow the user to lockout all membrane mounted control switches to prevent unauthorized tampering.This cover shall be mounted with hinges and have a latch that may be padlocked.The membrane panel shall be suitable for mounting by others when furnished on open type units. 2.2 OPERATION A Operators B Controls 1. A four line, 20 character LCD display and dynamic 4 button keypad shall be an integral part of the controller for viewing all available data and setting desired operational parameters. Operational parameters shall also be available for viewing and control through the communications interface port or USB.The following parameters shall only be adjustable via a password protected programming on the controller: a Nominal line voltage and frequency b Single or three phase sensing c Operating parameter protection d Transfer operating mode configuration (Standard transition, Programmed transition, or Closed transition) C Voltage and Frequency Automatic Transfer Switches 26 36 00-5 1. Voltage (all phases) and frequency on both the normal and emergency sources shall be continuously monitored. Voltage on both normal and emergency sources and frequency on the emergency sources shall be adjustable with the following pickup, dropout, and trip setting capabilities (values shown as%of nominal unless otherwise specified): a) Parameter Dropout/Trip Pickup/Reset b) Under voltage 75 to 98% 85 to 100% c) Over voltage 06 to 135% 95 to 100%of trip d) Under frequency 95 to 99% 80 to 95% e) Over frequency 01 to 115% 105 to 120% f) Voltage unbalance 5 to 20% 3 to 18% 2. Repetitive accuracy of all settings shall be within ±0.5%over an operating temperature range of-20°C to 70°C. 3. An adjustable dropout time for transient voltage and frequency excursions shall be provided.The time delays shall be 0.1 to 9.9 seconds for voltage and .1 to 15 seconds for frequency. 4. Voltage and frequency settings shall be field adjustable in 1% increments either locally with the display and keypad, remotely via the communications interface port or USB. 5. The controller shall be capable of sensing the phase rotation of both the normal and emergency sources.The source shall be considered unacceptable if the phase rotation is not the preferred rotation selected (ABC or BAC). Unacceptable phase rotation shall be indicated on the LCD; the service required LED and the annunciation through the communication protocol and dry contacts. In addition,the phase rotation sensing shall be capable of being disabled, if required. 6. The controller shall be capable of detecting a single phasing condition of a source, even though a voltage may be regenerated by the load.This condition is a loss of phase and shall be considered a failed source. 7. Source status screens shall be provided for both normal & emergency to provide digital readout of voltage on all 3 phases (phase to phase and phase to neutral),frequency, and phase rotation. D Time Delays 1. An adjustable time delay of 0 to 6 seconds shall be provided to override momentary normal source outages and delay all transfer and engine starting signals. Capability shall be provided to extend this time delay to 60 minutes by providing an external 12 or 24 VDC power supply. 2. A time delay shall be provided on transfer to the emergency source, adjustable from 0 to 60 minutes, for controlled timing of transfer of loads to emergency. 3. A time delay shall be provided on re-transfer to normal. The time delays shall be adjustable from 0 to 60 minutes. Time delay shall be automatically bypassed if the emergency source fails and the normal source is acceptable. 4. A time delay shall be provided on shut down of engine generator for cool down, adjustable from 0 to 60 minutes. 5. A time delay activated output signal shall also be provided to drive external relay(s)for selective load disconnect and reconnect control. The controller shall be capable of Automatic Transfer Switches 26 36 00-6 controlling a maximum of 9 individual output time delays to step loads on after a transfer occurs. Each output may be individually programmed for their own time delay of up to 60 minutes. Each sequence shall be independently programmed for transferring from normal to emergency and transferring from emergency to normal. 6. All time delays shall be adjustable in 1 second increments. 7. All time delays shall be adjustable by using the display and keypad, with a remote device connected to the communications interface port or USB. 8. Each time delay shall be identified and a dynamic countdown shall be shown on the display. Active time delays can be viewed with a remote device connected to the communications interface port or USB. E Additional Features 1. The controller shall have 3 levels of security. Level 1 shall allow monitoring of settings and parameters only. The Level 1 shall be capable of restricted with the use of a lockable cover. Level 2 shall allow test functions to be performed and Level 3 shall allow setting of all parameters. 2. The display shall provide for the test functions, allowed through password security. The test function shall be load, no load or auto test. The auto test function shall request an elapsed time for test. At the completion of this time delay the test shall be automatically ended and a retransfer sequence shall commence. All loaded tests shall be immediately ended and retransfer shall occur if the emergency source fails and the normal source is acceptable. 3. A contact closure shall be provided for a low-voltage engine start signal. The start signal shall prevent dry cranking of the engine by requiring the generator set to reach proper output, and run for the duration of the cool down setting, regardless of whether the normal source restores before the load is transferred. 4. Auxiliary contacts shall be provided consisting of a minimum of two contacts, closed when the ATS is connected to the normal source and two contacts closed, when the ATS is connected to the emergency source. 5. LED indicating lights shall be provided; one to indicate when the ATS is connected to the normal source (green) and one to indicate when the ATS is connected to the emergency source (red). 6. LED indicating lights shall be provided and energized by controller outputs.The lights shall provide true source availability of the normal (green) and emergency sources (red), as determined by the voltage,frequency and phase rotation sensing trip and reset settings for each source. 7. A membrane switch shall be provided on the membrane panel to test all indicating lights and display when pressed. 8. Provide the ability to select "commit/no commit to transfer" to determine whether the load should be transferred to the emergency generator if the normal source restores before the generator is ready to accept the load. 9. Terminals shall be provided for a remote contact which opens to signal the ATS to transfer to emergency and for remote contacts which closes to inhibit transfer to emergency and/or retransfer to normal. Both of these inhibit signals can be activated through the keypad, communications interface port or USB. A"not-in-auto" LED shall indicate anytime the controller is inhibiting transfer from occurring. Automatic Transfer Switches 26 36 00-7 10. An in-phase monitor shall be a standard feature in the controller.The monitor shall control transfer so that motor load inrush currents do not exceed normal starting currents, and shall not require external control of power sources.The in-phase monitor shall be specifically designed for and be the product of the ATS manufacturer.The in- phase monitor shall be capable of being enabled or disabled from the user interface, communications interface port or USB. 11. A time based load control feature shall be available to allow the prioritized addition and removal of loads based during transfer.This feature may be enabled for either or both sources. The user shall be able to control up to nine loads with independent timing sequences for pre and post transfer delays in either direction of transfer. 12. The controller shall provide 2 inputs for external controls that can be programmed from the following values: a Common fault, Remote test, Inhibit transfer, Low battery voltage, Peak shave,Time delay bypass, Load shed forced to OFF position (Programmed transition only) 13. The controller shall provide two form "C" contact outputs rated for up to 12A @ 240VAC or 2A @ 480VAC that can be programmed from the following values: a Aux switch open,Transfer switch aux contact fault, Alarm silenced, Alarm active, 1/0 communication loss, Contactor position, Exercise active,Test mode active, Fail to transfer, Fail to acquire standby source, Source available, Phase rotation error, Not in automatic mode, Common alarm, In phase monitor sync, Load bank control active, Load control active, Maintenance mode active, Non-emergency transfer, Fail to open/close, Loss of phase, Over/under voltage, Over/under frequency,Voltage unbalance, Start signal, Peak shave active, Preferred source supplying load, Standby source supplying load 14. The controller shall be capable of expanding the number of inputs and outputs with additional modules. 15. Optional input/output modules shall be furnished which mount on the inside of the enclosure to facilitate ease of connections. 16. Engine Exerciser-The controller shall provide an internal engine exerciser.The engine exerciser shall allow the user to program up to 21 different exercise routines based on a calendar mode. For each routine, the user shall be able to: a) Enable or disable the routine b) Enable or disable transfer of the load during routine. c) Set the start time,time of day, day of week, week of month (1st, 2nd, 3rd, 4th, alternate or every) d) Set the duration of the run. e) At the end of the specified loaded exercise duration the switch shall transfer the load back to normal and run the generator for the specified cool down period. All loaded exercises shall be immediately ended and retransfer shall occur if the standby source fails. The next exercise period shall be displayed on the main screen with the type of exercise, time and date. The type of exercise and the time remaining shall be display when the exercise is active. It shall be possible of ending the exercise event with a single button push. 17. Date and time-The date shall automatically adjust for leap year and the time shall have the capability of automatically adjusting for daylight saving and standard times. Automatic Transfer Switches 26 36 00-8 18. System Status-The controller shall have a default display the following on: a) System status b) Date,time and type of the next exercise event c) Average voltage of the preferred and standby sources d) Scrolling through the displays shall indicate the following: I. Line to line and line to neutral voltages for both sources II. Frequency of each source III. Load current for each phase IV. Single or three phase operation V. Type of transition VI. Preferred source VI I. Commit or no commit modes of operation Vill. Source/source mode IX. In phase monitor enable/disable X. Phase rotation XI. Date and time 19. Controllers that require multiple screens to determine system status or display"coded" system status messages, which must be explained by references in the operator's manual, are not permissible. 20. Self-Diagnostics-The controller shall contain a diagnostic screen for the purpose of detecting system errors. This screen shall provide information on the status input signals to the controller which may be preventing load transfer commands from being completed. 21. Communications Interface-The controller shall be capable of interfacing,through a standard communications with a network of transfer switches and generators. It shall be able to be connected via an RS-485 serial communication (up to 4000 ft. direct connect or multi-drop configuration). This module shall allow for seamless integration of existing or new communication transfer devices and generators. 22. The controller shall contain a USB port for use with a software diagnostic application available to factory authorized personnel for downloading the controller's parameters and settings; exercise event schedules; maintenance records and event history. The application can also adjust parameters on the controller. 23. Data Logging-The controller shall have the ability to log data and to maintain the last 2000 events, even in the event of total power loss. The following events shall be time and date stamped and maintained in a non-volatile memory. The controller shall be able to display up to the last 99 events. The remaining events shall be accessible via the communications interface port or USB. a) Event Logging 1. Data, date and time indication of any event b) Statistical Data 1. Total number of transfers* 2. Total number of fail to transfers* 3. Total number of transfers due to preferred source failure* 4. Total number of minutes of operation* 5. Total number of minutes in the standby source* Automatic Transfer Switches 26 36 00-9 6. Total number of minutes not in the preferred source* 7. Normal to emergency transfer time 8. Emergency to normal transfer time 9. System start date 10. Last maintenance date 11. The statistical data shall be held in two registers. One register shall contain data since start up and the second register shall contain data from the last maintenance reset. 24. External DC Power Supply-An optional provision shall be available to connect up to two external 12/24 VDC power supply to allow the LCD and the door mounted control indicators to remain functional when both power sources are dead for extended periods of time. This module shall contain reverse battery connection indication and circuit protection. 2.3 SOURCE QUALITY CONTROL A Test and Inspection 1. Upon request, the manufacturer shall provide a notarized letter certifying compliance with all of the requirements of this specification including compliance with the above codes and standards.The certification shall identify, by serial number(s),the equipment involved. No exceptions to the specifications, other than those stipulated at the time of the submittal, shall be included in the certification. 2. The ATS manufacturer shall be certified to ISO 9001 International Quality Standard and the manufacturer shall have third party certification verifying quality assurance in design/development, production, installation and servicing in accordance with ISO 9001. B Non-Conforming Work C Manufacturer's Services D Coordination of Other Tests and Inspections 3.0 EXECUTION 3.1 INSTALLATION A. Unit shall be mounted as indicated on drawings. 3.2 CONNECTIONS B. Wiring to Remote Components: Match type and number of cables and conductors to control and communication requirements of transfer switches as recommended by manufacturer. Increase raceway sizes at no additional cost to Owner if necessary to accommodate required wiring. C. Ground equipment according to Section 26 05 26 "Grounding and Bonding for Electrical Systems." D. Connect wiring according to Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables." 3.3 FIELD QUALITY CONTROL Automatic Transfer Switches 26 36 00-10 E. Testing Agency: Engage a qualified testing agency to perform tests and inspections. F. Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. G. Perform the following tests and inspections with the assistance of a factory-authorized service representative: 1. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 3. Measure insulation resistance phase-to-phase and phase-to-ground with insulation- resistance tester. Include external annunciation and control circuits. Use test voltages and procedure recommended by manufacturer. Comply with manufacturer's specified minimum resistance. a. Check for electrical continuity of circuits and for short circuits. b. Inspect for physical damage, proper installation and connection, and integrity of barriers, covers, and safety features. 4. After energizing circuits, demonstrate interlocking sequence and operational function for each switch at least three times. a. Simulate power failures of normal source to automatic transfer switches and of emergency source with normal source available. b. Simulate loss of phase-to-ground voltage for each phase of normal source. c. Verify time-delay settings. d. Verify pickup and dropout voltages by data readout or inspection of control settings. e. Perform contact-resistance test across main contacts and correct values exceeding 500 microhms and values for 1 pole deviating by more than 50 percent from other poles. H. Testing Agency's Tests and Inspections: 1. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 3. Measure insulation resistance phase-to-phase and phase-to-ground with insulation- resistance tester. Use test voltages and procedure recommended by manufacturer. Comply with manufacturer's specified minimum resistance. a. Check for electrical continuity of circuits and for short circuits. b. Inspect for physical damage, proper installation and connection, and integrity of barriers, covers, and safety features. Automatic Transfer Switches 26 36 00-11 c. Verify that manual transfer warnings are properly placed. d. Perform manual transfer operation. 4. After energizing circuits, demonstrate interlocking sequence and operational function for each switch at least three times. a. Simulate power failures of normal source to automatic transfer switches and of emergency source with normal source available. b. Simulate loss of phase-to-ground voltage for each phase of normal source. c. Verify time-delay settings. d. Verify pickup and dropout voltages by data readout or inspection of control settings. e. Test bypass/isolation unit functional modes and related automatic transfer-switch operations. f. Perform contact-resistance test across main contacts and correct values exceeding 500 microhms and values for 1 pole deviating by more than 50 percent from other poles. g. Verify proper sequence and correct timing of automatic engine starting,transfer time delay, retransfer time delay on restoration of normal power, and engine cool- down and shutdown. 5. Ground-Fault Tests: Coordinate with testing of ground-fault protective devices for power delivery from both sources. a. Verify grounding connections and locations and ratings of sensors. I. Coordinate tests with tests of generator and run them concurrently. J. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation and contact resistances and time delays. Attach a label or tag to each tested component indicating satisfactory completion of tests. K. Remove and replace malfunctioning units and retest as specified above. L. Prepare test and inspection reports. 3.4 DEMONSTRATION M. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transfer switches and related equipment as specified below. N. Coordinate this training with that for generator equipment. O. Perform a power failure test on the entire installed system as specified in Section 26 32 13 Diesel Engine Generator. END OF SECTION Automatic Transfer Switches 26 36 00-12 26 64 19 MOTOR-CONTROL CENTERS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes MCCs for use with ac circuits rated 600 V and less and having the following factory-installed components: 1. Incoming main lugs and OCPDs. 2. Full-voltage magnetic controllers. 3. Feeder-tap units. 4. TVSS. 5. Instrumentation. 6. Auxiliary devices. 1.3 DEFINITIONS A. BAS: Building automation system. B. CE: Conformite European (European Compliance). C. CPT: Control power transformer. D. EMI: Electromagnetic interference. E. GFCI: Ground fault circuit interrupting. F. IGBT: Insulated-gate bipolar transistor. G. LAN: Local area network. H. LED: Light-emitting diode. I. MCC: Motor-control center. J. MCCB: Molded-case circuit breaker. K. MCP: Motor-circuit protector. Motor Control Center 26 64 19- 1 L. NC: Normally closed. M. NO: Normally open. N. OCPD: Overcurrent protective device. 0. PCC: Point of common coupling. P. PID: Control action, proportional plus integral plus derivative. Q. PT: Potential transformer. R. PWM: Pulse-width modulated. S. RFI: Radio-frequency interference. T. SCR: Silicon-controlled rectifier. U. TDD: Total demand (harmonic current) distortion. V. THD(V): Total harmonic voltage demand. W. TVSS: Transient voltage surge suppressor. 1.4 SUBMITTALS A. Product Data: For each type of controller and each type of MCC. Include shipping and operating weights, features, performance, electrical ratings, operating characteristics, and furnished specialties and accessories. B. LEED Submittals: 1. Product Data for Credit EA 5: For continuous metering equipment for energy consumption. C. Shop Drawings: For each MCC, manufacturer's approval drawings as defined in UL 845. In addition to requirements specified in UL 845, include dimensioned plans, elevations, and sections; and conduit entry locations and sizes, mounting arrangements, and details, including required clearances and service space around equipment. 1. Show tabulations of installed devices, equipment features, and ratings. Include the following: a. Each installed unit's type and details. b. Factory-installed devices. C. Enclosure types and details. d. Nameplate legends. Motor Control Center 26 64 19-2 e. Short-circuit current (withstand) rating of complete MCC, and for bus structure and each unit. f. Features, characteristics, ratings, and factory settings of each installed controller and feeder device, and installed devices. g. Specified optional features and accessories. 2. Schematic and Connection Wiring Diagrams: For power, signal, and control wiring for each installed controller. 3. Nameplate legends. 4. Vertical and horizontal bus capacities. 5. Features, characteristics, ratings, and factory settings of each installed unit. D. Standard Drawings: For each MCC, as defined in UL 845. E. Production Drawings: For each MCC, as defined in UL 845. F. Coordination Drawings: Floor plans, drawn to scale, showing dimensioned layout, required working clearances, and required area above and around MCCs where pipe and ducts are prohibited. Show MCC layout and relationships between electrical components and adjacent structural and mechanical elements. Show support locations, type of support, and weight on each support. Indicate field measurements. G. Qualification Data: For qualified testing agency. H. Product Certificates: For each MCC,from manufacturer. I. Source quality-control reports. J. Field quality-control reports. K. Operation and Maintenance Data: For MCCs, all installed devices, and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following: 1. Manufacturer's Record Drawings: As defined in UL 845. In addition to requirements specified in UL 845, include field modifications and field-assigned wiring identification incorporated during construction by manufacturer, Contractor, or both. 2. Manufacturer's written instructions for testing and adjusting circuit breaker and MCP trip settings. 3. Manufacturer's written instructions for setting field-adjustable overload relays. 4. Manufacturer's written instructions for testing, adjusting, and reprogramming reduced- voltage, solid-state controllers. 5. Manufacturer's written instructions for testing, adjusting, and reprogramming microprocessor control modules. 6. Manufacturer's written instructions for setting field-adjustable timers, controls, and status and alarm points. Motor Control Center 26 64 19-3 L. Load-Current and Overload-Relay Heater List: Compile after motors have been installed, and arrange to demonstrate that selection of heaters suits actual motor nameplate full-load currents. M. Load-Current and List of Settings of Adjustable Overload Relays: Compile after motors have been installed, and arrange to demonstrate that switch settings for motor running overload protection suit actual motors to be protected. N. Warranty: Sample of special warranty. 1.5 QUALITY ASSURANCE A. Testing shall be as per NETA standards. B. Source Limitations: Obtain MCCs and controllers of a single type from single source from single manufacturer. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. D. Comply with NFPA 70. 1.6 DELIVERY,STORAGE,AND HANDLING A. Deliver MCCs in shipping splits of lengths that can be moved past obstructions in delivery paths. B. Handle MCCs according to the following: 1. NEMA ICS 2.3, "Instructions for the Handling, Installation, Operation, and Maintenance of Motor Control Centers Rated Not More Than 600 Volts." 2. NECA 402, "Recommended Practice for Installing and Maintaining Motor Control Centers." C. If stored in space that is not permanently enclosed and air conditioned, remove loose packing and flammable materials from inside MCCs; install temporary electric heating, with at least 250 W per vertical section. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Less than 0 deg F (minus 18 deg C) or exceeding 104 deg F (40 deg C),with an average value exceeding 95 deg F (35 deg C) over a 24-hour period. Motor Control Center 26 64 19-4 2. Ambient Storage Temperature: Not less than minus 4 deg F (minus 20 deg C) and not exceeding 140 deg F (60 deg C). 3. Humidity: Less than 95 percent(noncondensing). 4. Altitude: Exceeding 6600 feet (2000 m), or 3300 feet (1000 m) if MCC includes solid-state devices. B. Interruption of Existing Electrical Service or Distribution Systems: Do not interrupt electrical service to, or distribution systems within, a facility occupied by Owner or others unless permitted under the following conditions, and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than seven (7) days in advance of proposed interruption of electrical service. 2. Indicate method of providing temporary electrical service. 3. Do not proceed with interruption of electrical service without Owner's written permission. 4. Comply with NFPA 70E. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for MCCs, including clearances between MCCs and adjacent surfaces and other items. 1.8 COORDINATION A. Coordinate sizes and locations of concrete bases. Cast or drill and epoxy stainless steel anchor- bolts. B. Coordinate features of MCCs, installed units, and accessory devices with remote pilot devices and control circuits to which they connect. C. Coordinate features, accessories, and functions of each MCC, each controller, and each installed unit with ratings and characteristics of supply circuits, motors, required control sequences, and duty cycle of motors and loads. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace TVSS that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. 1.10 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Motor Control Center 26 64 19-5 1. Control Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. 2. Indicating Lights: Two of each type and color installed. 3. Auxiliary Contacts: Furnish one spare(s) for each size and type of magnetic controller installed. 4. Power Contacts: Furnish one spare for each size and type of magnetic contactor installed. PART 2- PRODUCTS 2.1 MANUFACTURED UNITS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: 1. Eaton Electrical Inc.. 2. Rockwell Automation, Inc.;Allen-Bradley Brand. 3. Siemens Energy&Automation, Inc.; Power Distribution. 4. Square D; a brand of Schneider Electric. B. General Requirements for MCCs: Comply with NEMA ICS 18 and UL 845. 2.2 FUNCTIONAL FEATURES A. Description: Modular arrangement of main units, controller units, control devices, feeder-tap units, instruments, metering, auxiliary devices, and other items mounted in vertical sections of MCC. B. Controller Units: Combination controller units. 1. Install units up to and including Size 3 on drawout mountings with connectors that automatically line up and connect with vertical-section buses while being racked into their normal, energized positions. 2. Equip units in Type B and Type C MCCs with pull-apart terminal strips for external control connections. C. Feeder-Tap Units: Through 225-A rating shall have drawout mountings with connectors that automatically line up and connect with vertical-section buses while being racked into their normal, energized positions. Motor Control Center 26 64 19-6 D. Future Units: Compartments fully bused and equipped with guide rails or equivalent, ready for insertion of drawout units. E. Spare Units: Installed in compartments indicated "spare." 2.3 INCOMING MAINS A. Incoming Mains Location: Bottom or as indicated on contract drawings. B. Main Lugs Only: Conductor connectors suitable for use with conductor material and sizes. 1. Material: copper. 2. Main and Neutral Lugs: Mechanical type. C. 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 Izt response. 4. Current-Limiting Circuit Breakers: Frame sizes 400 A and smaller; let-through ratings less than NEMA FU 1, RK-5. 5. Integrally Fused Circuit Breakers: Thermal-magnetic trip element with integral limiter-style fuse listed for use with circuit breaker; trip activation on fuse opening or on opening of fuse compartment door. 6. MCCB Features and Accessories: a. Standard frame sizes,trip ratings, and number of poles. b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor material. C. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high-intensity discharge (HID) lighting circuits. d. Ground-Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time-delay settings, push-to-test feature, and ground-fault indicator. e. Zone-Selective Interlocking: Integral with electronic trip unit; for interlocking ground-fault protection function. Motor Control Center 26 64 19-7 f. Undervoltage Trip: Set to operate at 35 to 75 percent of rated voltage without intentional time delay. g. Auxiliary Contacts: One SPDT switch with "a" and "b" contacts; "a" contacts mimic circuit-breaker contacts, "b" contacts operate in reverse of circuit-breaker contacts. h. Key Interlock Kit: Externally mounted to prohibit circuit-breaker operation; key shall be removable only when circuit breaker is in off position. D. Insulated-Case Circuit Breaker: 100 percent rated, sealed, insulated-case power circuit breaker with interrupting capacity rating to meet available fault current. 1. Drawout circuit-breaker mounting. 2. Two-step, stored-energy closing. 3. Standard-function, microprocessor-based trip units with interchangeable rating plug, trip indicators, and the following field-adjustable settings: a. Instantaneous trip. b. Long-and short-time time adjustments. C. Ground-fault pickup level,time delay, and IZt response. 4. Zone-Selective Interlocking: Integral with electronic trip unit; for interlocking ground-fault protection function. 5. Remote trip indication and control. 2.4 COMBINATION CONTROLLERS A. Full-Voltage Controllers: 1. General Requirements for Full-Voltage Enclosed Controllers: Comply with NEMA ICS 2, general purpose, Class A. 2. Magnetic Controllers: Full voltage, across the line, electrically held. a. Configuration: Nonreversing. B. Disconnecting Means and OCPDs: 1. MCP Disconnecting Means: a. UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents, instantaneous-only circuit breaker with front-mounted, field-adjustable, short-circuit trip coordinated with motor locked-rotor amperes. b. Lockable Handle: Accepts three padlocks and interlocks with cover in closed position. C. Auxiliary contacts "a" and "b" arranged to activate with MCP handle. d. NC alarm contact that operates only when MCP has tripped. e. Current-limiting module to increase controller short-circuit current (withstand) rating to 100 kA. Motor Control Center 26 64 19-8 2. MCCB Disconnecting Means: a. UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents; thermal-magnetic MCCB, with inverse time-current element for low-level overloads and instantaneous magnetic trip element for short circuits. b. Front-mounted, adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. C. Lockable Handle: Accepts three padlocks and interlocks with cover in closed position. d. Auxiliary contacts "a" and "b" arranged to activate with MCCB handle. e. NC alarm contact that operates only when MCCB has tripped. 3. Molded-Case Switch Disconnecting Means: a. UL 489, NEMA AB 1, and NEMA AB 3, with in-line fuse block for Class J or L power fuses (depending on ampere rating), providing an interrupting capacity to comply with available fault currents; MCCB with fixed, high-set instantaneous trip only. b. Lockable Handle: Accepts three padlocks and interlocks with cover in closed position. C. Auxiliary contacts "a" and "b" arranged to activate with molded-case switch handle. d. NC alarm contact that operates only when molded-case switch has tripped. C. Overload Relays: 1. Bimetallic Overload Relays: a. Inverse-time-current characteristic. b. Class 20 tripping characteristic. C. Heaters in each phase matched to nameplate full-load current of actual protected motor and with appropriate adjustment for duty cycle. d. Ambient compensated. e. Automatic resetting. D. Control Power: 1. Control Circuits: 120-V ac; obtained from integral CPT, with primary and secondary fuses, with CPT control power source of sufficient capacity to operate integral devices and remotely located pilot, indicating, and control devices. a. CPT Spare Capacity: 50 VA. 2.5 TRANSIENT VOLTAGE SUPPRESSION DEVICES A. Surge Protection Device Description: IEEE C62.41-compliant, integrally mounted, wired-in, solid- state, parallel-connected, modular (with field-replaceable modules) type, with sine-wave Motor Control Center 26 64 19-9 tracking suppression and filtering modules, UL 1449, second edition, short-circuit current rating matching or exceeding the MCC short-circuit rating, and with the following features and accessories: 1. Fuses, rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. Integral disconnect switch. 4. Redundant suppression circuits. 5. Redundant replaceable modules. 6. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 7. LED indicator lights for power and protection status. 8. Audible alarm, with silencing switch,to indicate when protection has failed. 9. Form-C contacts rated at 5 A and 250-V ac, one NO and one NC, for remote monitoring of system operation. Contacts shall reverse position on failure of any surge diversion module or on opening of any current-limiting device. Coordinate with building power monitoring and control system. 10. Six-digit,transient-event counter set to totalize transient surges. B. Peak Single-Impulse Surge Current Rating: 160 kA per mode/320 kA per phase. Retain "Withstand Capabilities" Paragraph below for MCCs located at or near Category C locations. C. Withstand Capabilities: 12,000 IEEE C62.41, Category C3 (10 kA), 8-by-20-mic.sec. surges with less than 5 percent change in clamping voltage. D. Protection modes and UL 1449 SVR for grounded wye circuits with 480Y/277-V, three-phase, four-wire circuits shall be as follows: 1. Line to Neutral: 800 V for 480Y/277. 2. Line to Ground: 800 V for 480Y/277. 3. Neutral to Ground: 800 V for 480Y/277. 2.6 MCC CONTROL POWER A. Control Circuits: 120-V ac, supplied through secondary disconnecting devices from CPT. B. Control Circuits: 120-V ac, supplied from remote branch circuit. C. Electrically Interlocked Main and Tie Circuit Breakers: Two CPTs in separate compartments, with interlocking relays, connected to the primary side of each CPT at the line side of the associated main circuit breaker. 120-V secondaries connected through automatic transfer relays to ensure a fail-safe automatic transfer scheme. D. Control Power Fuses: Primary and secondary fuses for current-limiting and overload protection of transformer and fuses for protection of control circuits. Motor Control Center 26 64 19- 10 E. Control Wiring: Factory installed, with bundling, lacing, and protection included. Provide flexible conductors for No. 8 AWG and smaller, for conductors across hinges, and for conductors for interconnections between shipping units. 2.7 ENCLOSURES A. Indoor Enclosures: Freestanding steel cabinets unless otherwise indicated. NEMA 250, Type 1 unless otherwise indicated to comply with environmental conditions at installed location. B. Enclosure Finish for Indoor Units: Factory-applied finish in manufacturer's standard gray finish over a rust-inhibiting primer on treated metal surface. 1. Finish: Factory-applied finish in manufacturer's standard color; undersurfaces treated with corrosion-resistant undercoating. 2. Enclosure: Flat roof; bolt-on rear covers for each section, with provisions for padlocking. C. Compartments: Modular; individual lift-off doors with concealed hinges and quick-captive screw fasteners. Interlocks on units requiring disconnecting means in off position before door can be opened or closed, except by operating a permissive release device. D. Interchangeability: Compartments constructed to allow for removal of units without opening adjacent doors, disconnecting adjacent compartments, or disturbing operation of other units in MCC; same size compartments to permit interchangeability and ready rearrangement of units, such as replacing three single units with a unit requiring three spaces, without cutting or welding. E. Wiring Spaces: 1. Vertical wireways in each vertical section for vertical wiring to each unit compartment; supports to hold wiring in place. 2. Horizontal wireways in bottom and top of each vertical section for horizontal wiring between vertical sections; supports to hold wiring in place. 2.8 AUXILIARY DEVICES A. General Requirements for Control-Circuit and Pilot Devices: NEMA ICS 5; factory installed in controller enclosure cover unless otherwise indicated. 1. Push Buttons, Pilot Lights, and Selector Switches: Heavy-duty, oiltight type. a. Push Buttons: Recessed types; momentary contact unless otherwise indicated. b. Pilot Lights: LED types; RED RUN; GREEN STOPPED; push to test. C. Selector Switches: Rotary type. 2. Elapsed-Time Meters: Heavy duty with digital readout in hours; nonresettable. Motor Control Center 26 64 19- 11 3. Meters: Panel type, 2-1/2-inch (64-mm) minimum size with 90- or 120-degree scale and plus or minus 2 percent accuracy with selector switches having an off position. B. Reversible NC/NO contactor auxiliary contact(s). C. Control Relays: Auxiliary and adjustable solid-state time-delay relays. D. Space heaters, with NC auxiliary contacts, to mitigate condensation in enclosures installed outdoors or in unconditioned interior spaces subject to humidity and temperature swings. E. Cover gaskets for Type 1 enclosures. 2.9 CHARACTERISTICS AND RATINGS A. Control and Load Wiring: Factory installed, with bundling, lacing, and protection included. Provide flexible conductors for No. 8 AWG and smaller, for conductors across hinges, and for conductors for interconnections between shipping units. B. Nominal System Voltage: 480Y/277 V,three phase,three wire. C. Short-Circuit Current Rating for Each Unit: Fully rated; 65 kA. D. Short-Circuit Current Rating of MCC: Fully rated with its main overcurrent device; 65 kA. E. Environmental Ratings: 1. Ambient Temperature Rating: Not less than 0 deg F and not exceeding 104 deg F, with an average value not exceeding 95 deg F (35 deg C) over a 24-hour period. 2. Ambient Storage Temperature Rating: Not less than minus 4 deg F (minus 20 deg C) and not exceeding 140 deg F (60 deg C) 3. Humidity Rating: Less than 95 percent(noncondensing). F. Main-Bus Continuous Rating: as noted on drawings. G. Vertical-Bus Minimum Continuous Rating: 300 A. H. Horizontal and Vertical Bus Bracing (Short-Circuit Current Rating): Match MCC short-circuit current rating. I. Main Horizontal and Equipment Ground Buses: Uniform capacity for entire length of MCC's main and vertical sections. Provide for future extensions. J. Vertical Phase and Equipment Ground Buses: Uniform capacity for entire usable height of vertical sections, except for sections incorporating single units. K. Front-Connected, Front-Accessible MCCs: Motor Control Center 26 64 19- 12 1. Main Devices: Fixed mounted. 2. Controller Units: Drawout mounted. 3. Sections front and rear aligned. L. Bus Transition and Incoming Pull Sections: Matched and aligned with basic MCC. M. Pull Box on Top of an MCC: 1. Adequate ventilation to maintain temperature in pull box within same limits as MCC. 2. Set back from front to clear circuit-breaker removal mechanism. 3. Removable covers forming top, front, and sides. Top covers at rear easily removable for drilling and cutting. 4. Insulated bottom of fire-resistive material with separate holes for cable drops into MCC. 5. Cable supports arranged to facilitate cabling and adequate to support cables, including those for future installation. 6. Isolation Barrier Access Provisions: Permit checking of bus-bolt tightness. N. Future Devices: Equip compartments with mounting brackets, supports, bus connections, and appurtenances at full rating of unit. 0. Bus-Bar Insulation: Factory-applied, flame-retardant, tape wrapping of individual bus bars or flame-retardant,spray-applied insulation. Minimum insulation temperature rating of 105 deg C. P. Fungus Proofing: Permanent fungicidal treatment for OCPDs and other components including instruments and instrument transformers. 2.10 SOURCE QUALITY CONTROL A. MCC Testing: Inspect and test MCCs according to requirements in NEMA ICS 18. B. MCCs will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and surfaces to receive MCCs, with Installer present, for compliance with requirements for installation tolerances, and other conditions affecting performance of the Work. B. Examine enclosed controllers before installation. Reject enclosed controllers that are wet, moisture damaged, or mold damaged. Motor Control Center 26 64 19- 13 C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Coordinate layout and installation of MCCs with other construction including conduit, piping, equipment, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Floor-Mounting Controllers: Install MCCs on 4-inch (100-mm) nominal thickness concrete base. Comply with requirements for concrete base specified in Division 03 Section "Cast-in-Place Concrete." 1. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch (450-mm) centers around the full perimeter of concrete base. 2. For supported equipment, install stainless steel anchor bolts that extend through concrete base and anchor into structural concrete floor. 3. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 4. Install anchor bolts to elevations required for proper attachment to supported equipment. C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. D. Install fuses in each fusible switch. E. Install heaters in thermal-overload relays. Select heaters based on actual nameplate full-load amperes after motors have been installed. F. Install, connect, and fuse thermal-protector monitoring relays furnished with motor-driven equipment. G. Comply with NECA 1. 3.3 IDENTIFICATION A. Comply with requirements in Division 26 05 53 Section "Identification for Electrical Systems" for identification of MCC, MCC components, and control wiring. 1. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label MCC and each cubicle with engraved nameplate. 3. Label each enclosure-mounted control and pilot device. 4. Mark up a set of manufacturer's connection wiring diagrams with field-assigned wiring identifications and return to manufacturer for inclusion in Record Drawings. Motor Control Center 26 64 19- 14 B. Operating Instructions: Frame printed operating instructions for MCCs, including control sequences and emergency procedures. Fabricate frame of finished metal, and cover instructions with clear acrylic plastic. Mount on front of MCCs. 3.4 CONTROL WIRING INSTALLATION A. Bundle,train, and support wiring in enclosures. B. Connect selector switches and other automatic-control selection devices where applicable. 1. Connect selector switches to bypass only those manual- and automatic-control devices that have no safety functions when switch is in manual-control position. 2. Connect selector switches within enclosed controller circuit in both manual and automatic positions for safety-type control devices such as low- and high-pressure cutouts, high- temperature cutouts, and motor overload protectors. 3.5 CONNECTIONS A. Comply with requirements for installation of conduit in Division 26 05 33 Section "Raceway and Boxes for Electrical Systems." Drawings indicate general arrangement of conduit, fittings, and specialties. B. Comply with requirements in Division 26 Section "Grounding and Bonding for Electrical Systems." 3.6 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. C. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. D. Acceptance Testing Preparation: 1. Test insulation resistance for each enclosed controller, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. E. Tests and Inspections: Motor Control Center 26 64 19- 15 1. Test system in de-energized state as recommended by manufacturer. Inspect controllers, wiring, components, connections, and equipment installation. 2. Test insulation resistance for each enclosed controller element, component, connecting motor supply,feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at controller locations are within 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Owner before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Perform each electrical test and visual and mechanical inspection stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 8. Perform the following infrared (thermographic) scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each multipole enclosed controller. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each multipole enclosed controller 11 months after date of Substantial Completion. C. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 9. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. 10. Mark up a set of manufacturer's drawings with all field modifications incorporated during construction and return to manufacturer for inclusion in Record Drawings. F. Enclosed controllers will be considered defective if they do not pass tests and inspections. G. Prepare test and inspection reports, including a certified report that identifies enclosed controllers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.7 STARTUP SERVICE A. Engage a factory-authorized service representative to perform Perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. Motor Control Center 26 64 19- 16 3.8 ADJUSTING A. Set field-adjustable switches, auxiliary relays,time-delay relays, timers, and overload-relay pickup and trip ranges. B. Adjust overload relay heaters or settings if power factor correction capacitors are connected to the load side of the overload relays. C. Adjust the trip settings of MCPs and thermal-magnetic circuit breakers with adjustable, instantaneous trip elements. Initially adjust to six times the motor nameplate full-load amperes and attempt to start motors several times, allowing for motor cool-down between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed eight times the motor full-load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Engineer before increasing settings. 3.9 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until enclosed controllers are ready to be energized and placed into service. B. Replace controllers whose interiors have been exposed to water or other liquids prior to Substantial Completion. 3.10 DEMONSTRATION A. Engage a factory-authorized service representative to train Train Owner's maintenance personnel to adjust, operate, and maintain enclosed controllers. END OF SECTION Motor Control Center 26 64 19- 17 26 69 20 PACKAGED ELECTRICAL CONTROL ROOM (PCR) PART1 GENERAL 1.01 SCOPE A. The specification covers requirements applicable to the provision of Packaged Electrical Control Rooms (PCR). The PCR shall be environmentally controlled, and shall consist of a coordinated grouping of electrical power and control equipment as indicated on any accompanying data sheets and/or drawings. Any data sheets, drawings, or any other related documents accompanying this specification shall be considered a part of this specification. B. The supplier shall furnish, install, interconnect and test the equipment and materials specified herein,as well as any equipment specified in any related documents. C. Site conditions shall be shown on the data sheet(s). These conditions shall be considered when sizing and designing equipment. D. Any exceptions to the specification shall be noted in the supplier's quotation, under a separate heading. For any portions of the specification which have not been excepted or clarified, the customer shall construe complete compliance by the supplier. E. Any exceptions to entire portions of the specification, and any notations of exception to anything which is not in the supplier's quotation shall be deemed non-responsive and shall be rejected. F. All electrical equipment including but not limited to Motor Control Center, lighting transformer, lighting panel, lighting, receptacles, and grounding shall be factory installed and wired. HVAC unit shall be installed in field. 1.02 REFERENCES A. All materials, equipment and labor supplied by the supplier shall be in strict compliance with the statutes, codes and standards listed herein. Where conflicts exist between statutes, codes and standards, the more stringent requirement shall prevail. Applicable statutes, codes and standards are as listed below: 1. American Institute of Steel Construction (AISC) 2. American National Standard Institute (ANSI) 3. American Society of Testing and Materials(ASTM) 4. American Welding Society(AWS) a. AWSD1.1Structural Welding Code—Steel 5. National Fire Protection Association (NFPA) 6. National Electric Code (NEC) 7. National Electrical Manufacturers Association (NEMA) 8. Underwriters' Laboratories(UL) 9. Uniform Building Code (UBC). Packaged Electrical Control Room(PCR) 26 69 20-1 1.03 SUBMITTALS A. The supplier shall provide the following submittals: 1. Any quality plans,forms, or procedures deemed necessary by the customer. 2. Electrical drawings including: a. Electrical notes. b. Building electrical plan, showing conduit,wireway, and any other means of wiring transit. c. Building services wiring diagrams. d. Grounding system plan. e. Interconnection wiring diagrams. 1.04 QUALITY REQUIREMENTS A. The ECR shall be manufactured under an established autonomous quality assurance program.The supplier shall have a designated quality assurance (QA) manager. The supplier must be ISO 9002 certified, or have a quality system in place,which corresponds with the requirements of ISO 9002. 1. The successful bidder shall be prepared to submit for customer approval, any and/or all quality plans,forms, and procedures applicable to the manufacturer of the ECR. PART 2 PRODUCTS 2.01 PACKAGED ELECTRICAL CONTROL ROOM (ECR) A. The ECR shall be designed and constructed for outdoor use under wind and seismic load conditions per the UBC guidelines for the jobsite. B. The building and all components mounted thereon shall be designed for and anchored sufficiently for transportation to the jobsite. C. The skid shall be of all welded, seamless construction utilizing ASTM-A36 structural steel members, sized and arranged for proper strength, and able to withstand the stress and loads which will result when lifting the complete factory fabricated and equipped assemblies. Welding shall be in accordance with the requirements of AWSD1.1. All welding shall be performed by welders certified through the 4G position. Suppliers shall be prepared to show welders' certificates. 1. Deflection shall be L/240. The building shall be suitable for installation on a concrete pad or on piers. 2. The skid shall be equipped with two (2) stainless steel ground pads located at opposite corners of the skid. 3. The skid shall be provided with an 8-10 mil coverage of bituminous mastic undercoating. D. The floor shall be a minimum of 1/4-inch H.R. ASTM-A36 smooth steel plate welded to the perimeter and longitudinal and/or transverse structural members of the skid. The floor loading shall be not less than 250 PSF. Packaged Electrical Control Room(PCR) 26 69 20-2 1. The floor shall be provided with floor cutouts where required for power and control cable entry/exit from the equipment. The cutouts shall be provided with 12 guage galvanized coverplates. E. Building construction: 1. Building walls, roof and ceiling shall be fabricated from G90 galvanized steel. Exterior walls, exterior roof and interior ceiling shall be of self-framing, interlocking design, with maximum panel width of 16-inch. Buildings of framed construction are not acceptable. 2. Exterior walls shall be minimum of 18-gauge thickness, but rated to withstand the loading requirements of the jobsite. 3. Interior walls shall be minimum 18-gauge thickness, but rated to withstand the loading requirements of the jobsite. 4. Exterior roof shall be minimum of 18-guage thickness, but rated to withstand the loading requirements of the jobsite. The roof shall be sloped at 1/4-inch per linear foot, and shall be sloped away from the personnel doors. 5. Interior ceiling shall be minimum of 18-guage thickness, but rated to withstand the loading requirements of the jobsite. 6. The entire assembly shall be designed and constructed to minimize the loss of conditioned or pressurized air and to prevent entry of rain, sleet,snow, moisture, dirt or vermin. 7. All wall seams and areas where metal to metal contact is made shall be sealed with butyl rubber caulking. 8. All roof seams shall be sealed with ethylene propylene copolymer tape to insure water resistance. F. For building which must be shipped in multiple shipping sections, miscellaneous NEMA 1 junction boxes will be provided at the shipping splits for easy breakdown of the building wiring for shipment and reconnection at the jobsite. Prior to shipment the open end/sides of each shipping section will be crated (weatherproofed) for transit to the jobsite. The crating must be performed by a company recognized and experienced in the trade. G. Where wall bulkhead penetrations are required,the cutouts shall be completely framed with 1/4" aluminum coverplates with neoprene gasket. All the penetrations shall be made in the walls prior to bending with the appropriate machinery. No manual cutting of wall penetrations via jigsaw, plasma torch,etc.,shall be permitted. H. All fastening hardware shall be stainless steel. Welding of galvanized steel and rivets shall not be an acceptable method of exterior fastening. I. The building shall be provided with a minimum of two (2) entrance doors. The doors shall be double wall construction, with brushed aluminum panic with cylinder lock and thumblatch, brushed aluminum automatic closure with built-in hold open device, prime coat hinges,threshold built into the door frame, neoprene gasket, drip shields/water flashing, "DANGER, HIGH VOLTAGE, KEEP OUT"sign, and a 12-inch removable transom above the equipment door only.The personnel door shall be 36-inch x 84-inch.The equipment door shall be 48-inch x 84-inch. Packaged Electrical Control Room(PCR) 26 69 20-3 1. When specified, the supplier shall provide landings and stairs for the building. The stairs shall be built in compliance with the UBC code, and shall be hot-dipped galvanized after fabrication. J. For equipment requiring rear access, the supplier shall provide 14-guage galvanized steel, gasketed and hinged equipment rear access doors, with 3-point latching system with galvanized padlockable handles, "DANGER HIGH VOLTAGE"sign, and drip shields/water flashing. K. The walls roof and floor shall be fully insulated, with a minimum of R-11 insulation. The walls and roof shall be provided with fiberglass batt type insulation. The floor shall be provided with polyurethane spray foam insulation. L. The building shall be provided with an HVAC system, sized and provided by the supplier, considering the ambient site conditions, the dimensions of the building, the solar heat generated within the building, and the heat generated by the equipment within the building. The system shall be designed such that the sensible cooling capacity, NOT the total cooling capacity, will remain an ambient temperature within the building of between 557 winter and 80°F summer at design conditions. The system shall be provided with an electronic, automatic changeover thermostat. When the building is specified to be located in a classified environment, the supplier shall provide a HVAC/Pressurization system in strict compliance with NFPA 496 requirements. In the event of a classified installation, the supplier shall also provide all exterior electrical apparatuses and proper seals which are rated for use in the environment in which the building shall be installed. M. The supplier shall furnish all electrical distribution equipment necessary for the proper operation of building services within and without the building. The operating voltage of all distribution equipment shall be 120/240, single phase. The primary side of any distribution transformers shall be 480V,single phase. N. The building shall be provided with LED lighting fixtures, controlled via three-way wall switches to be located at each entry door. 0. The building shall be provided with (3) 125V, 20A interior duplex receptacles and one exterior duplex receptacle. P. The building shall be provided with 60-watt LED exterior lights at each entry door, controlled via separate light switch located on exterior of building. Lights to also be provided with photocells. Q. All wiring shall be type THWN, 412 AWG minimum for power circuits, minimum #14 AWG for control circuits. For all control interconnection wiring, both ends of the wire shall be provided with polyolefin sleeve type wire markers. R. EMT conduit shall be utilized for interior applications. Aluminum conduit shall be utilized for outdoor applications. S. Any cabletray necessary shall be aluminum, 6-inch high with 9-inch rung spacing. All fittings shall have a minimum of 12-inch radius. Buildings having cabletray systems shall be provided with structural steel channel supports embedded in the ceiling.The use of unistrut fastened directly to the ceiling for cabletray support shall not be permitted. The support from the channel supports shall be via all-thread and unistrut hangers. Packaged Electrical Control Room(PCR) 26 69 20-4 T. 1/4-inch x 2-inch copper ground bar running the length of the building shall be provided, mounted approximately 6-inch above floor and connected to each end of the equipment ground bar.A#4/0 green insulated copper ground cable shall be provided from the ground bar to the exterior ground pads. A green insulated copper ground wire/cable will be provided from the ground bar to all auxiliary electrical equipment per NEC Table 250-95. U. All surfaces of the steel roof covering, wall covering, exterior trim and base shall be prepared, primed and painted in accordance with controlled Quality Control Procedure. Exterior color coating shall be beige or tan. Submit color palette for color selection by owner. The skid shall be sandblasted to remove rust and scale prior to painting. Interior wall and ceilings shall be gloss white. Floor surfaces shall be non skid, scuff resistant ANSI 61 light gray. The paint system shall meet the following performance standards after five (5) years continuous exposure in normal atmospheric conditions: 1. Panels shall show no evidence of blistering, peeling,or chipping. 2. Panels shall not show surface chalking in excess of the No. 8 rating D659-44 as established by the American Society of Testing Materials(ASTM). 3. Panels, after cleaning, shall not show color change in excess of seven (7) units when measured in accordance with the ASTM-D-2244-64T standard. 4. The underside of the structural base and all under floor areas shall be coated with a minimum of 8 mils coverage undercoating which meets ASTM E84 Flame Spread Test. 5. A packaged kit of refinishing material, with complete instructions, shall be furnished for field touch-up. This includes paint, mastic, caulk,tape, etc. in sufficient quantities to last for two years. 6. All unpainted parts and hardware shall be stainless steel or galvanized. 2.02 GROUNDING A. Grounding Connections: 1. The building shall be furnished complete with suitable factory installed grounding connections which shall bond all electrical equipment enclosures to the building frame. Grounding system shall provide grounding and bonding of all interior electrical equipment and the building frame. The grounding system shall be connected to each end of the switchgear ground bus. Four (4) 4-hole ground pads shall be located at the corners of the building. Packaged Electrical Control Room(PCR) 26 69 20-5 PART 3 EXECUTION 3.01 TESTING AND INSPECTION A. The following testing and inspection shall be performed on the building: 1. Continuity checks of all wiring installed by the supplier. 2. Operational check of all supplier furnished and installed electrical apparatuses. 3. Motor Control Center shipping sections' bus shall be re-spliced,torqued and meggered. 4. A certified test report shall be provided by the supplier's Quality Assurance Manager. 5. Secondary control power shall be provided for customer use via transformer and panel as indicated on drawings.Available control power voltages shall be 120/240 Volt, 1 phase. 3.02 FACTORY INSPECTION A. The ECR enclosure and all internal equipment shall be factory inspected by the Owner or Owner's representative after final assembly with all equipment installed and all interconnecting wiring completed and tested. B. The ECR manufacturer shall include in his costs associated with Engineer's factory inspection of the ECR before shipping to jobsite. Travel costs shall include all transportation, lodging and meals for two(2) individuals. C. Provide written notification to Engineer a minimum of ten (10) working days prior to availability of ECR for inspection. Provide detailed itinerary for each party. Owner shall forward names of individuals to contractor. 3.03 INSTALLATION A. Install the ECR enclosure as a complete assembly with all equipment factory installed and pre- wired. B. Install on foundations. Level and align structure. Secure to foundation in accordance with design drawings and manufacturers details. C. Make external power, control and grounding connections as required. D. The Contractor shall obtain, at his own expense, a Texas Department of Insurance Certificate of Compliance WPI-8 and shall furnish same to City of Corpus Christi. The certificate shall be signed by a professional engineer licensed in the state of Texas and certified by the Texas Department of Insurance to perform windstorm inspections. Packaged Electrical Control Room(PCR) 26 69 20-6 PART 4 SUBMITTALS 4.01 THE SUPPLIER SHALL PROVIDE THE FOLLOWING SUBMITTALS: A. Any quality plans,forms, or procedures deemed necessary by the customer. B. Structural drawings including: 1. General notes. 2. Building plan view. 3. Building base skid detail. 4. Building elevations. 5. Stairs and landings details(if applicable). 6. Certified structural calculations(if applicable). C. Electrical drawings including: 1. Electrical notes. 2. Building electrical plan, showing conduit, wireway, and any other means of wiring transit. Drawings shall also contain conduit fill. 3. Building services wiring diagrams. 4. Grounding system plan. 5. Interconnection wiring diagrams. END OF SECTION Packaged Electrical Control Room(PCR) 26 69 20-7 40 39 80 PUMP CONTROLS PART 1-GENERAL 1. 1 WORK INCLUDED A. This section Includes: 1. Pump controls B. Covers the furnishing and installation of controls, including all devices, accessories and appurtenances required for proper operation of the control equipment. This section is supplemented by Division 26 Electrical. Also supplementing this section are the drawings which indicate locations and arrangement of equipment. The drawings also provide one- lines and schematics regarding connection and interaction with other equipment. 1.2 COORDINATION Controls equipment supplied under this section shall be designed and coordinated for proper operation with related equipment and specifications. All equipment shall be applied in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the device manufacturer and the related equipment manufacturer. Review of drawings submitted prior to the final determination of related equipment shall not relieve the Contractor from supplying systems in full compliance with the specific requirements of the related equipment. Related equipment and materials may include, but will not be limited to, instrument/control devices, conduit, cable, and piping as described in other specifications associated with this project. Installation drawings shall be prepared for interconnecting wiring between the related equipment and the equipment furnished under this section. Pump controls shall be installed in the Motor Control Center on a back-plane and shall be coordinated with the MCC provider for space requirements. 1.3 RESPONSIBILITY The pump controls shall be provided and installed by the Contractor or his appointed subcontractors. The services of the controlled equipment supplier's technical representative shall be provided as necessary to calibrate,test, and advise others of procedures for adjustment and operation. 1.4 SUBMITTAL DATA The following data shall be submitted for approved to the Engineer prior to fabrication or assembly of the pump controls. Partial submittals of drawings or data will not be acceptable. No part of the control system shall be fabricated, assembled or shipped to the jobsite until the submittal data has been approved by the Engineer. A. Outline drawings showing equipment arrangement, dimensions and weight. Pump Controls 403980-1 B. Descriptive bulletins and catalog information on all components sufficient for the Engineer to determine whether the proposed item is in compliance with the drawings and specifications. C. Schematic diagrams showing all breakers, switches, relays, etc. The diagrams shall also show all equipment sizes and ratings and for each control circuit showing device and terminal block numbers and all wire numbers. D. Wiring diagram showing the relative physical location of all items in the back panel and all interconnecting wiring between devices. The wiring diagrams shall also show the identification of all device terminals, terminal blocks and wires, E. Interconnection diagrams shall be furnished by the supplier of the control panels. These drawings shall show the interconnection field wiring between the control panel and any remote equipment, panels, devices, etc. The interconnection drawings shall show the termination of this wiring both at the back panel and at the remote location. These drawings shall also show wire numbers, terminal block numbers, wire groupings in conduits and conduit numbers corresponding to those used on the plan drawings. F. Material list - listing the quantity, manufacturer, rating, type, and manufacturer's catalog number of all components in the panel. PART 2.0 MATERIALS 2.01. CONTROL COMPONENTS A. Control Devices: All required control devices shall be furnished and installed as specified herein. All selector switches, push buttons, pilot lights, etc., for non-hazardous service shall be heavy duty, corrosion-resistant, NEMA 4X, Square D Class 9001, type SK or equal. Push- buttons shall be extended guard type. Pilot lights shall be LED push-to-test. All devices shall be mounted on an internal hinged subpanel door. B. Circuit Breakers: Control and accessory circuits 240 volt and less shall be molded case circuit breakers for short circuit protection and switching. Breakers shall be U.L. listed for 120/240 volts with 10000 A.I.C. C. Alternator: An automatic, electronic alternator shall change pump sequence after each operating cycle to equalize run time. The alternator shall be equipped with selector switches to allow automatic alternation for one or two pumps. LED indicators shall be provided to show lead pump position. Unit voltage shall be 120 volt. Contact rating shall be 10 amps resistive at 120 volts. The alternator unit shall be U.L. listed and shall be manufactured by Time Mark, Diversified, or equivalent. D. Current Relay: Current relay shall accept a 4-20ma signal and provide alarm setpoints to trigger on a level setpoint. Contact rating shall be 10 amps resistive at 120 volts. Relay shall be as manufactured by Alpha Process AP90 series. Pump Controls 403980-2 E. Control Relays: Relays for 120 and 24 volt circuits shall be industry standard plug-in type with tube type connectors. Contacts shall be rated 10 amps resistive, continuous. An internal light shall be provided to indicate relay energization. Relay sockets shall be the single-tier type. F. Wiring: Controls shall be completely factory assembled and pre-wired. The supplier shall thoroughly test the control system and level control system for proper operating sequence under all conditions before shipment of the panel to the job site. Control wiring shall be stranded copper, #14 AWG minimum size. Power wiring shall be stranded copper, #12 AWG minimum. All wiring insulation shall be dual rated for Type THHN and THWN applications. All control wiring terminations shall be made using vinyl insulated, crimp type connectors, with spade type lugs. Each control wire shall be labeled at each end with a preprinted, tube type or heat-shrink type wire marker, or shall be color coded. Screw type terminal strips shall be provided and suitably identified for termination of field wire control circuits. Submittal drawings shall include wire identification and terminal numbers. Control terminal blocks shall be rated 300 volts minimum and shall provide four unidentified spare sets. Incoming power terminals shall be lug type rated 600 volts minimum. Separate bare copper ground lugs shall be provided for incoming and pump ground wire. All wiring shall be neatly tie-wrapped and secured. G. Legends and Nameplates: Provide an appropriately engraved laminated plastic nameplate for each control device in panel. Legend plate indicating the operating function of pilot devices (START, STOP, RESET etc.) shall be aluminum with black background and white lettering. Nameplates indicating the controlled device shall be black laminated plastic 1/2 inch wide with 1/4 inch white engraved lettering. Nameplates identifying the control panel and mounted on the exterior door shall be black laminated plastic one inch wide with 3/8 inch white lettering. Legends shall be mechanically attached with the pilot device. H. Float Switches: Wet well liquid High level shall be signaled by non-metallic float switch with a normally open contact that closes on liquid level rise. Switch shall be the non-floating type with internal weighting to keep the switch below water after tilting. Float switch shall consist of a polypropylene float housing, mercury switch and neoprene jacketed control cable. Float housing shall be leakproof, shock and corrosion resistant. Mercury switch shall be metal-encased, shock resistant, with 10 amp, 120 volt contact, N.O. or N.C. as indicated by the control schematics. Power cables shall be of adequate length to prevent splicing prior to terminal connection but not less than 20 feet. Floats shall be the product of Anchor Scientific, Inc. or Flygt or an approved equal. I. Power Supply: Din rail mounted 120VAC input, 24VDC 60W Power supply, integral surge protection, LED indicator lights. Unit shall be manufactured by Phoenix or approved equal. J. Panel Display: NEMA 4X Four digit process meter, 4-20ma input, 120V, panel door mountable, configurable and scalable for process. Unit shall be manufactured by Red Lion, Precision Digital or equal. K. Field Wiring: Panel shall include terminal strip for field wiring for the following: Pump Controls 403980-3 a. Pump Power b. Level Sensor C. Alarm Status contacts 2.02 CONTROLS A. Lift Pump Control Panel Devices: 1. Breakers/Fuses 2. Auxiliary Control Relays 3. Alternating Relay 4. Current relays (Alpha Process Relay) 5. 24VDC Power Supply 6. Panel Meter display 7. Intrinsic barrier 8. 4-20Ma current Signal splitter 9. Wireway, wire management 10. Name Plates as required 11. Field wiring terminal blocks 2.03 CONTROL SEQUENCE A. Lift Station Control Pumps 1. The lift station pumps shall be controlled by a Hand-Off-Auto switch located in the pump starter. In the "hand" position the motor shall run continuously, regardless of wet well level. In the "auto" position, each pump shall be controlled by the alternator and wet well level signal. Pumps shall start, latch in, and run until level falls below cut off level. Pumps shall alternate after each pump down. Auxiliary contacts in the HOA switch "Auto" position shall be provided for remote SCADA monitoring. 2. The pump run status, position of pump starter HOA switch, pump MCP trip, and Motor Overload, and pump run status shall be routed to SCADA panel. 3. Elapsed time meters shall be located in the MCC bucket panel and shall be interlocked with motor starter to indicate accumulated run time. A red pilot light shall be located in the pump control panel to indicate motor run status. 4. Mini-CAS units shall trigger alarms for pump seal leak and thermal overload and shall trigger a pump shutdown. Mini-CAS alarms shall be routed to SCADA panel. 5. A wet well high level alarm shall be routed to the SCADA from float switch. 6. Provide time delayed staggered restart on lift station power loss. 7. System status and alarms shall be monitored by the SCADA panel as per 1/0 list. Pump Controls 403980-4 PART 3.0 EXECUTION 3.1 INSTALLATION: A. General: Pump controls shall be factory tested simulating pump control sequence including pump alternation, status, alarms. Certified testing report shall be provided. B. Pump controls shall be installed as indicated on drawings and as specified herein. Any deviation from such must be approved by the Engineer. 3.2 STARTUP AND FIELD TESTING: A. The equipment manufacturer shall furnish the services of a qualified factory field service engineer for one 8-hour working day at the site to inspect the installation and instruct the Owner's personnel on the operation and maintenance of equipment. The qualifications of the field service engineer are subject to the approval of the Engineer B. Installation Inspection: After the motors have been completely installed and wired the contractor shall: a. Megger stator and power cables b. Check for proper motor rotation C. Check power supply voltage d. Measure motor no load current e. Check control operation and sequence C. During this initial inspection, the manufacturer's service representative shall review recommended operation and maintenance procedures with the Owner's personnel. Any defects or improper operation shall be corrected by the Contractor at no additional cost to the Owner. 3.3 CONTROL PANEL SECTION A. Labeling 1. Compartment: Labels shall be provided for control panel compartment as specified herein and on drawings. 2. Control devices: Limit switches, and similar pilot devices shall be labeled with stainless steel tags having 1/4" high indented lettering. The tags shall be permanently and securely attached with stainless steel tie wire. B. Wiring: All field control wiring shall be labeled with wire markers where entering control enclosures, terminal boxes, etc. Wire markers shall be tube type, heat- shrink type or write-on adhesive type. Single digit individual markers shall not Pump Controls 403980-5 be used. Wire numbers shall be in accordance with the approved schematic drawings. C. Voltage warning signs 1. Voltage warning signs shall be installed on all distribution enclosures or devices containing voltages over 120 volts to ground. Voltage warning signs on outdoor equipment shall be furnished and mounted by the supplier of the equipment. Signs shall read - "DANGER - HIGH VOLTAGE" and shall indicate the circuit voltage present within the enclosure. 2. Multiple source signs: Multiple source signs shall be provided for any enclosure containing voltage sources from more than a single disconnecting means. Signs shall be yellow laminated plastic with 1/4" high engraved lettering. "CAUTION: Energized wiring from sources is contained in this unit. Provide label indicating circuit and panel name from each source. END OF SECTION Pump Controls 403980-6 40 69 80 LEVEL TRANSMITTER 1.0 GENERAL REQUIREMENTS: 1.01 SCOPE This specification shall govern for all work necessary to furnish, install and place into operation all instruments required to complete the project. 1.02 SUPPLIERS All instruments shall be furnished and installed by the contractor as indicated on drawings and as specified herein for a complete and working system. 2.0 PRODUCTS/MATERIALS 2.01 LEVEL TRANSMITTER: The liquid level transmitter shall be a submersible hermetically sealed sensor suitable for water/waste water, and wet well depth measurement applications. Transmitter shall be as follows: a. Input 10-30Volt DC b. Output 4-20ma 2 wire C. Accuracy 0.5%of span d. Operating Temperature+15 deg F to 122 deg F e. Electrical connection Vented watertight cable connection f. Wetted parts 316 and 304 Stainless steel g. Transmitting fluid Silicon Oil h. Rated IP68 Provide cable clamp, NEMA 4X cable junction box, vented tube filter with desiccant, level guard anti clog attachment and sensor weight. Transmitter shall be Model #LS-10 as manufactured by Wika or approved equal. PART 3.0 INSTALLATION 3.01 OPERATION AND MAINTENANCE MANUALS: The manufacturer shall furnish to the Engineer PDF sets of complete installation, operation and maintenance instructions for the equipment furnished under this specification. The information furnished shall include erection drawings, "as-built" drawings of electrical equipment, assembly details, and parts lists. Level Transmitter 40 69 80-1 3.02 SUITABILITY CERTIFICATION As part of the submittal data required above, the General Contractor shall submit a certification stating that the manufacturer's authorized representative for the equipment furnished under this section has studied the Contract Documents (drawings and specifications), questioned the General Contractor and/or the Engineer to determine the conditions affecting this equipment and hereby certifies that they should be suitable for use on this project and should require no more than normal maintenance if not damaged or abused. END OF SECTION Level Transmitter 40 69 80-2 40 69 90 ULTRASONIC FLOW MEASURING EQUIPMENT 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to furnish and install flow meter to measure the wastewater flow. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in the Special Provisions. 1.03 GENERAL A. LIQUID TO BE MEASURED The liquid to be measured is raw wastewater. 1.04 FLOW RANGE A. 0-4000 GPM (To be confirmed) 1.05 SUBMITTAL DATA Before manufacture, the Contractor shall submit 8 sets of detailed drawings, detailed specifications, installation and other pertinent information for the Engineer's review and approval. As part of the submittal data required above, the Contractor shall submit a certification stating that the manufacturer's authorized representative for the equipment furnished under this section has studied the Contract Documents (drawings and specifications), questioned the Contractor and/or the Engineer to determine the conditions affecting this equipment, and hereby certifies that it should be suitable for use on this project and should require no more than normal maintenance if not damaged or abused. 1.06 OPERATIONAL AND MAINTENANCE MANUAL The manufacturer shall furnish the Engineer with 4 sets of complete operation and maintenance instructions. Flow Meter 406990-1 2.0 PRODUCTS/MATERIALS 2.01 FLOW METER The flow meter shall be a fixed ultrasonic flowmeter based on the transit time measurement method for measuring flow rates of relatively clean homogeneous liquids utilizing clamp-on sensors. System shall be composed of a converter and detector set. The flow meter shall provide a repeatable accuracy of ±0.5% of velocity for velocities greater than 1.0 FPS and ±1.5%to±2.0%of velocity for velocities less than 1.0 FPS. The flow meter sensor shall be mounted on a pipe as per drawings. The flow meter shall be Sitrans Ultrasonic Flow Meter Model FS230 as manufactured by Siemens. 2.02 DIGITAL DISPLAY PANEL A. LCD Integral Digital Display with Back Light Configurable from keypad to display flow rate and totalizer values, velocity or output range. Flow shall be totalized on a 9 digit, non-resetable. It shall provide a cumulative total of the measured flow. The counter shall not reset or lose data in the event of a power failure or system shut down. 2.03 ULTRASONIC DETECTOR A single, surface-mounted "Submersible Detector Set" consisting of two [21 universal clamp- on sensors for 2" to 72" pipe diameters capable of transmitting and receiving the ultrasonic signal shall be provided. Each sensor shall mount on the outside of the pipe wall with stainless steel bands. No part of the sensor shall penetrate the pipe line. The detector shall have a Polyurethane housing with stainless steel cover plate and stainless steel mounting bracket. All necessary cable between the ultrasonic detector and the electronic processor and transmitter shall be provided by the manufacturer. 2.04 ENCLOSURE The converter shall be housed in a copper aluminum alloy, coated with epoxy paint, rated NEMA 6 with a hinged cover having a clear window for viewing the display panel. The converter enclosure shall be mounted inside an auxiliary enclosure (separate enclosure) which shall be of fiberglass construction and rated NEMA 3R. The auxiliary enclosure shall have stainless steel luggage latches and a piano hinge. 2.05 ELECTRICAL CONNECTIONS The flow meter converter shall have electrical connections for 120 volt, 60 hertz. PART 3—EXECUTION 3.01 INSTALLATION: Install the flowmeter according to the manufacturer's recommendations. 3.02 STARTUP: A representative of the flowmeter manufacturer shall assist the Contractor with the field checkout, calibration, startup, and testing. 3.03 FIELD TEST REPORT: Submit a written test report showing the tests performed and the results of each test. The manufacturer's representative shall make the statement on the test report that the field test data falls within the manufacturer's recommended limits and that flowmeter and associated equipment installation is acceptable to the representative. END OF SECTION Flow Meter 406990-3 SECTION 40 94 30—SCADA PANEL PART 1—GENERAL 1.01 SCOPE A. The Control System Integrator shall work directly for the General Contractor. The Control System Integrator will be responsible for purchasing all equipment required for a SCADA system panel for the purpose of monitoring systems as indicated on drawings. New unit shall interface with existing Master Site. See also attached Wastewater Dept PLC SCADA Standards from City IT Standards at end of this section. B. The Control System Integrator shall provide all required control equipment, level transmitters, float switches, SCADA panel enclosures, software, and all necessary appurtenances to provide a fully functional system. C. Electrical controls, switches, conduits, relays, starters, wiring, and related appurtenances required for operation of the equipment shall be of the highest quality with regard to materials and workmanship, and shall be furnished and installed under Division 26 of these specifications. D. Wiring shall be installed in compliance with all applicable codes and in accordance with the recommendations as set forth by the supplier of the equipment under this section. E. In order to insure compatibility between all instrumentation components and equipment, it shall be the responsibility of the control system integrator to coordinate all interface requirements with the existing hardware and to furnish and install all signal isolation devices as required. F. All digital signals shall be protected from surges of all field wiring with suitable surge suppression devices as recommended by the equipment manufacturer to protect his/her equipment. 1.02 CONTROL SYSTEM INTEGRATOR QUALIFICATIONS A. The integrator shall be engaged full time in the design and manufacturer of PLC based I systems. The integrator shall have documented experience in the municipal water and wastewater market during the past three years. B. The integrator shall maintain a local office within 250 driving miles of the project site for the past year. This office shall be equipped with programming equipment, and staffed with a minimum of four individuals capable of performing routine maintenance, trouble shooting, and field programming changes on the proposed SCADA system. C. The control system integrator shall have a panel shop located at their main facility and shall be able to obtain a UL listing for all control panels. SCADA Panel 40 94 30- 1 1.3 SUBMITTAL DATA The following data shall be submitted for approved to the Engineer prior to fabrication or assembly of the control panels. Partial submittals of drawings or data will not be acceptable. No part of the panels shall be fabricated, assembled or shipped to the jobsite until the submittal data has been approved by the Engineer. A. Outline drawings showing equipment arrangement, dimensions and weight. B. Descriptive bulletins and catalog information on all components sufficient for the Engineer to determine whether the proposed item is in compliance with the drawings and specifications. C. Manufactures data sheets on major components provided. D. Elementary (schematic) ladder diagrams for each control circuit showing device and terminal block numbers and all wire numbers. E. Wiring diagram showing the relative physical location of all items in the panel and all interconnecting wiring between devices. The wiring diagrams shall also show the identification of all device terminals,terminal blocks and wires, F. Interconnection diagrams shall be furnished by the supplier of the control panels. These drawings shall show the interconnection field wiring between the control panel and any remote equipment, panels, devices, operator interfaces etc. The interconnection drawings shall show the termination of this wiring both at the control panels and at the remote location. These drawings shall also show wire numbers, terminal block numbers, wire groupings in conduits and conduit numbers corresponding to those used on the plan drawings. G. Material list - listing the quantity, manufacturer, rating, type, and manufacturer's catalog number of all components in the panel. H. City to provide HMI graphic configuration. 1.4 PROJECT STAFFING 1. Project Manager: a. The Project Manager shall oversee all aspects of the proposed system. b. The Project Manager shall be the primary contact for the Owner and Engineer. C. In addition, the Project Manager shall be on site during the start-up and testing period for the proposed control system. d. The project manager shall be located in the integrator's local office. SCADA Panel 40 94 30-2 e. Prior to power being applied to any control devices, the Project Manager shall send the Owner and Engineer a letter indicating that the Project Manager has reviewed the work and is satisfied that the installation is in accordance with the Shop Drawings, equipment manufactures recommendations, good industry practices, and the NEC. 2. Programmers: a. All Programmers shall have a minimum of 5 years experience in PLC and HMI programming. b. All Programmers shall documented experience with writing PLC code. C. All Programmers shall documented experience writing code for the subsystem that they are programming. Client references will be required along with examples of the code showing proper documentation and logical process flow. 3. Service Technicians: a. All Service Technicians shall have a minimum of a 2 year Associates Degree in some field related to computers or electrical maintenance. b. All Service Technicians shall have a minimum of five years of experience in PLC systems and HMIs. C. All Service Technicians shall be capable of programming the proposed PI-Cs. d. Service Technicians shall show proficiency in using the following equipment: volt meters, oscilloscopes, PLC programming software, HMI configuration tools. 1.5 RESPONSIBILITY AND COORDINATION A. It shall be the responsibility of the Integrator to furnish, install and place in successful operation a completely integrated SCADA system for monitoring of the facility's data points. All requirements for the system to be furnished shall be as defined in the plans and specifications shall be considered together and neither shall be considered complete without the other. The contractor shall be responsible for all details, which may be necessary to properly install, adjust and place in operation the complete installation. The contractor shall assume full responsibility for additional costs, which may result from any unauthorized deviation from the Contract Documents. B. As part of this responsibility, a single control system integrator shall be required to perform all work necessary in order to select, furnish, supervise installation and connection of, calibrate, test and place into successful operation all sensors, instruments, alarming equipment, all monitoring panels, and all components of the plant monitoring and control system required under this contract. 1.7 CONTROL SYSTEM GUARANTEE The Contractor and Integrator shall guarantee that the materials and workmanship of the equipment furnished are free from defects for a period of one (1) year from date of substantial completion of the project. SCADA Panel 40 94 30-3 1.8 ADDITIONAL REQUIREMENTS A. Training 1. Training, except that conducted during start-up and maintenance visits by service technicians, shall be conducted by professional training specialists employed by the instrumentation and control system integrator. 2. As a minimum the integrator shall provide two (2), four hour on site training classes to allow City to schedule all maintenance staff and operators for operational training. B. Integrator's Data and Drawings 1. The control system integrator shall submit PDF sets of the following information for the Engineer's approval: a. Point-to- Point Wiring Drawings. b. 1/0 Loop Drawings C. Dimensional drawings, wiring and drawings for field mounted equipment d. Equipment specification sheets e. For all control panels: fabrication and nameplate legend drawings and internal wiring schematic drawings. f. Systems schematic drawings illustrating all components being supplied complete with electrical interconnections. g. Computer input/output lists and a written description of the control strategy to be applied to the various process areas as applicable. h. For process computer systems: system block diagram and control room layout drawings. 2. Although a complete submittal is preferable and desirable, it shall be permissible for the integrator to submit only part of the above information first in the interest of accelerating the submittal process. A partial submittal shall only be furnished upon approval by the Engineer. A partial submittal shall include at least the following: a. Equipment data sheets. b. Panel fabrication drawings. 3. After approval, the integrator shall furnish PDF sets of the above information plus the following: a. Individual Operating and Maintenance Manuals. b. Bulletins for each piece of equipment furnished. C. Complete spare parts list for each piece of equipment. SCADA Panel 40 94 30-4 PART 2—PRODUCTS 2.1 GENERAL A. Provide all components for a complete and operational system. Specifications and drawings call attention to certain features, but do not purport to cover all details entering into design of the Supervisory Control System. The completed system shall provide all functions and interfacing requirements as necessary. B. All equipment furnished shall be the manufacturer's latest and proven design. All control components and communication devices furnished shall have been in field service for at least one year and in production for at least two years. C. Each major component of equipment including, but not limited to, control devices, communication devices, and power supplies, shall have the manufacturer's name, address, and catalog number on a nameplate securely attached to the equipment in a conspicuous location. A. COMMUNICATION DEVICES 1. Radio Transceivers a. City shall provide radio devices (Cradle Point) to be installed in panel by contractor. Coordinate with City SCADA department Jin Bohannon at (361) 826-1958. 2.2 PROGRAMMABLE LOGIC CONTROLLER A. General: All PLC equipment for new SCADA Panel shall be as specified in Section 40 94 43 Programmable Logic Controllers. B. All manufacturers of all proposed control equipment for this project must maintain a stocking distributor within 100 miles of the project site, which will provide warranty and replacement for all equipment. The local stocking distributor shall maintain a factory trained sales engineer who is capable of providing training and trouble shooting on all supplied PLC equipment. Furthermore the local stocking distributor must be involved in the project startup in order to familiarize the owner with the warranty equipment replacement procedures. C. Environmental Conditions: All PLC equipment installed on this project shall be capable of operating at a relative humidity of up to 95% non-condensing and shall be capable of operating in a temperature ranging from 0 to 50 degrees Celsius. No special environmental enclosures shall be required to meet these environmental conditions. D. Surge Protection: All 1/0 modules shall have integral surge protection equipment capable of meeting or exceeding IEEE-472 and ANSI C37-90A, latest edition. All 1/0 points shall be provided with DIN rail mounted MOV surge protection. In addition all 4- 20 mA signals shall be provided with loop powered isolators and surge protection. SCADA Panel 40 94 30-5 E. Equipment Mounting: All PLC equipment installed on this project site shall be rack mounted. The rack shall provide a common communication buss between adjacent PLC modules as well as power. F. 1/0 Modules: Each 1/0 module shall contain a status light to indicate the modules current communication status with the CPU and current status of all 1/0 functions. All analog 1/0 modules shall provide an accuracy of 99.9%. G. Power Supplies: The PLC shall operate with an electrical service of 120 VAC single phase in the frequency range of 47 to 63 Hz. The power supply shall automatically shut down the PLC whenever its output current is detected as being excessive. H. Program Storage: The PLC shall store its program in double E-prom backup RAM type storage. The memory shall be capable of storing the program for 24 months under worst-case conditions. I. Warranty: The PLC manufacturer shall provide a 3-year factory warranty covering full replacement of the proposed PLC equipment. J. All hardware shall be installed in free-standing or wall-mounted enclosure sized for the amount of equipment installed in them and appropriate for the environment they are installed in. All enclosures shall be equipped with a copper ground bus, mounted on the backplate. The ground bus shall be provided with a suitable connectors sized for #20 AWG through 2 AWG copper cable. All equipment in the enclosures shall be complete with all interconnecting wiring required, wired to terminals and connected to a UPS supplied 120-VAC and the communications equipment. Enclosure shall be provided with terminal strips, and wireway for both panel and field wiring terminations. Contractor shall provide a minimum of 20% spare terminal capacity for each 1/0 module, power and network communications. 2.3 UNITERRUPTIBLE POWER SUPPLY(UPS): A. Uninterruptible power supply shall provide 30 minute standby 120-VAC power for all Contractor-provided SCADA equipment at each Station, including all HMI and station PLC equipment. 1. The uninterruptible power supply shall have the following features: a. Input—120 VAC. b. Output- 120 VAC: Regulated to plus or minus 3 percent. Output shall consist or not less than three duplex receptacles (six receptacles). C. No-Break Power: The supply shall not allow any break in output power, regardless of what happens to the input power. Switching is not permitted. SCADA Panel 40 94 30-6 d. Lightning and Surge Protection: Passes ANSI-IEEE C62.41 Categories A& B. UL listed. e. Spike Attenuation: 2000:1. f. Voltage Regulation: Output voltage regulated to plus or minus 3 percent. g. Output Waveform: Computer-grade sine-wave, less than 5 percent THD. h. Noise (RF) Isolation: 120 dB common mode, 60 dB normal mode. i. Output Protection: Current-limiting ferroresonant transformer. j. Efficiency: 90 percent minimum, on line. k. Audible Noise: 57 dB maximum, on line. 1. Network interface. M. Self-diagnostics and notification capabilities. 2.4 SPD PROTECTORS A. 120V power line SPD protectors: Equipment connected to ac circuits shall be protected from power line surges. Protection devices shall have hybrid suppression circuitry and emi/rfi noise filtering. SPD device shall be HBLlTDR7515 as manufactured by Hubble. B. Communication Device Surge Arrestors: All communications equipment shall be protected against surges induced on any communications link. Surge protection shall meet IEEE 472- 1974 and C37.90-1978 (rev. 1983). C. Panels components shall meet the following requirements: 1. Terminal strips shall be installed for wire terminations and shall be double level type as manufactured by Entrelec, Phoenix, or approved equal. All terminal blocks shall be labeled using the manufacturer's standard plastic machine-printed snap-in labels designed to fit the terminal block. Printed labels shall denote terminal strip numbers and shall match numbers shown on shop drawings, O&M manuals and wiring diagrams. Hand written labels will not be accepted. Install a minimum 25% spare terminal strips for each type terminal strip indicated on the drawings. 2. Provide a separate D.C. power supply providing regulated D.C. power sources. Power supplies shall be sized to source all panel and field hardware burden plus fifty percent. Input of all power supplies shall be protected with DIN-rail mounted circuit breakers sized for 125% of Load. In no case shall any AC or DC power supply output exceed 10 Amperes. Power supplies/converters shall have an input to output efficiency rating exceeding 85%. Power supplies shall have an operating temperature range of-20' to 700 C. The drawings SCADA Panel 40 94 30-7 and specifications indicate the energy sources that will be provided. Any other devices or power supplies necessary to obtain proper operation of the supervisory control system or instrumentation from these energy sources shall be provided with the control panels. 3. A print pocket shall be provided in the panel and shall contain a 11"x17" control schematic and a 11"x17" wiring diagram or diagrams. The wiring diagram shall contain all wire numbers, device names and terminal numbers. Drawings shall be laminated in clear plastic for preservation of the drawings. 4. Control relays shall be NEMA rated triple pole double throw, UL listed, with contacts rated 10A inductive, 240V, enclosed in a dust proof clear plastic enclosure. Provide an integral LED light indicator which is lit when coil is energized and is off when coil is not energized. Relay shall be blade based socket type, plug in to a DIN rail mounted fixed base with spring wire relay retainer, and be replaceable without need of tools or removing wire. Control relays shall be IDEC RH series relays or approved equal. S. Timing relays in the control panels shall be digital timer relays and shall be programmable for different timing ranges and timing modes. Timing range shall be 0.1 second to 60 minutes. Relays shall provide a mode that pulses on for a preset ON time and remains off for a preset OFF time, and repeats the cycle continuously. Timing relays shall be for 120 VAC operation and shall be Allen Bradley 700-HX86SA17 with screw terminal mounting socket and restraining strap. 6. Pushbuttons and rotary switches shall be Square D Class 9001 or approved equal. 7. All switches and panel inserts shall include gaskets to seal against entry of dust and moisture into the panel to preserve the rating of the enclosure. 2.5 WALL MOUNTED ENCLOSURES A. Enclosures shall be NEMA 4X rated fiberglass or Stainless steel. B. Enclosure shall have external mounting feet, and shall have a 316L S.S. hasp and staple for padlocking. Enclosures shall have a continuous hinge and quick release latches. C. Enclosures shall have a minimum depth of 12 inches as measured from the mounting feet to the front face of the cabinet. D. Acceptable enclosure manufacturers are Hoffman, Rittal, or approved equal. E. Provide a compression-type grounding lug on backpanel. 2.6 ANTENNA: A. Antenna and coax cable shall be provided by City installed by contractor. 2.7 HUMAN-MACHINE INTERFACE (HMI) SCADA Panel 40 94 30-8 A. City shall provide HMI graphic configuration of lift station at master site. PART 3 - EXECUTION 3.1 CONTRACTOR'S RESPONSIBILITY The Contractor shall coordinate the control system integrator during construction, testing, start- up, calibration and acceptance of the instrumentation and control system. The Contractor is responsible for a complete and fully operational instrumentation and control system. 3.2 GENERAL INSTALLATION A. The Instrumentation and control system, peripherals, and accessory equipment shall be installed in accordance with the equipment manufacturer's instructions and located as shown on the Contract Drawings or as approved by the Engineer. B. The Contractor and control system integrator shall investigate each space in the building through which equipment must pass to reach its final location. If necessary the control system integrator shall be required to ship the components in sections, sized to permit passage through such areas. The Contractor shall also investigate space and allocated access (front, rear, side). C. The Contractor shall coordinate the installation, placing and location of system components, their connections to the process components, panels, cabinets and devices, as required to complete the work subject to the Engineer's approval. The Contractor shall be responsible to insure that all field wiring for power and signal circuits between existing devices, the proposed control system are correctly done in accordance with best industry practice to insure a satisfactory functioning installation. D. All work shall be coordinated with the City Wastewater personnel. 3.3 TESTS AND ACCEPTANCE A. The Engineer and/or Owner shall witness Factory Acceptance Tests, On-site Operability Tests and System Acceptance Tests. Contactor shall notify all parties to schedule such witnessing of tests. B. The integrator shall stage SCADA Equipment, PLC control panels„ and HMI hardware and software for a full factory acceptance test at the integrators facility. During the factory acceptance test, the owner and engineer shall be able to simulate any 1/0 and verify the operation of all loops. 3.4 INSTALLATION A. All equipment and devices for the instrumentation and control system shall be installed SCADA Panel 40 94 30-9 in the locations shown on the drawings, in accordance with the manufacturer's recommendations, and in compliance with the requirements of these specifications. B. The control system integrator shall provide assist in the installation, testing, calibration and start-up of the instrumentation and control equipment. The control system integrator shall provide the necessary time to ensure all systems are installed properly, tested and fully operational. C. During the work, the Contractor shall keep the treatment plant in operation and be fully functional at all times. The proposed instrumentation and control system shall be installed, tested and operating properly before the existing system is taken out of service. 3.5 FIELD ACCEPTANCE TESTS A. No power shall be activated to any part of the instrumentation and control system until the system supplier confirms that the installation is complete and ready for energizing. The Contractor is responsible for proper coordination and scheduling, and any damage to the instrumentation and control system shall be repaired by contractor. B. After the installations are completed, the Contractor through the control system integrator, shall test each component of the instrumentation and control system. After all systems are operating properly, the Contractor shall notify the Engineer and demonstrate the full operation of the system. The Contractor shall make all necessary adjustments and correct or replace faulty equipment to the satisfaction of the Engineer. 3.6 FIELD CALIBRATION A. All instrumentation and controls shall be calibrated in accordance with the manufacturer's instructions to the accuracy specified. B. The Contractor shall provide field calibration as necessary until the project is considered Substantially Complete by the Engineer. END OF SECTION 40 94 30 SCADA Panel 40 94 30- 10 SCADA Panel 40 94 30- 11 I � Wastewater Dept. PLC SCADA Standards I.T. Department Revision 6 05/06/2024 SCADA WW Lift Station PLC Standards Contents 1 Purpose and Scope ....................................................................................................................................2 1.1 Purpose...............................................................................................................................................2 1.2 Scope ..................................................................................................................................................2 2 SCADA PLC Standards................................................................................................................................3 2.1 PLC Hardware Standards ....................................................................................................................3 2.2 Network Connectivity.........................................................................................................................4 2.3 PLC Programming Standards ..............................................................................................................4 2.4 Control Panel PLC Wiring....................................................................................................................5 2.5 Relays..................................................................................................................................................5 2.6 PLC HMI Standards .............................................................................................................................5 3 Special Considerations...............................................................................................................................6 3.1 WW Lift Stations.................................................................................................................................6 3.2 OSO WWTP SCADA Upgrade ..............................................................................................................6 3.3 Additional WWTP Upgrades...............................................................................................................6 4 Revision History.........................................................................................................................................7 Page 1 of 8 SCADA WW Lift Station PLC Standards 1 Purpose and Scope 1.1 Purpose The purpose of implementing the SCADA PLC Standard is to standardize the brand and model of all SCADA equipment/devices which helps facilitate administrative duties, and improve: system functionality, support, and reliability. In addition, standardizing assists with Security Firmware Patching, Incident Response and Disaster Recovery procedures thus helping with overall security and recovery. This document specifies the City of Corpus Christi, I.T. Department's standards for PI-Cs (Programmable Logic Controllers) used at Wastewater Treatment Plants (WWTP) and Wastewater Lift Stations (WWLS) throughout the city.This document includes the specifications of the new standards to be used for any PLC upgrade, replacement, and new installation at any WWTP or WWLS Facility.All deviations must be approved by the I.T. Department prior to installation, and preferably at design time. 1.2 Scope The scope is inclusive of all PI-Cs located at all WWTPs and WWLSs.This includes local HMI screens installed at any site, if applicable. Any PLC upgrade, replacement, or new installation is required to meet the standards listed in this document. Page 2 of 8 SCADA WW Lift Station PLC Standards 2 SCADA PLC Standards The SCADA PLC Standards are the minimum system requirements for new PI-Cs. All deviations must be approved by the City of Corpus Christi, I.T. Department prior to installation. All system firmware/software versions must be compatible with City's system at time of implementation.Versions must be verified prior or at design time to ensure compatibility. 2.1 PLC Hardware Standards The PLC used shall be in the CompactLogix family of PI-Cs manufactured by Rockwell Automation (Allen- Bradley) only. Details of the components of the CompactLogix PLC system are listed below: Controllers Control Logix 1756-L81 E Description: ControlLogix 5580 Controller with 3 MB User Memory, USB Port, 1 gigabit (Gb) Ethernet port, 100 EtherNet/IP Devices, 4 Character Alpha/Numeric Display. 1756-L82E Description: ControlLogix 5580 Controller with 5 MB User Memory, USB Port, 1 gigabit (Gb) Ethernet port, 175 EtherNet/IP Devices, 4 Character Alpha/Numeric Display. 1756-L83E Description: ControlLogix 5580 Controller with 10 MB User Memory, USB Port, 1 gigabit (Gb) Ethernet port, 250 EtherNet/IP Devices, 4 Character Alpha/Numeric Display. 1756-L84E Description: ControlLogix 5580 Controller with 20 MB User Memory, USB Port, 1 gigabit (Gb) Ethernet port, 250 EtherNet/IP Devices, 4 Character Alpha/Numeric Display. 1756-L85E Description: ControlLogix 5580 Controller with 40 MB User Memory, USB Port, 1 gigabit (Gb) Ethernet port, 300 EtherNet/IP Devices, 4 Character Alpha/Numeric Display. Compact Logix 5069-L310ER Description: Controller, CompactLogix 5380, 1MB User Memory, 8 1/0, 24 EtherNet/IP Devices 5069-11-320ER Description: Controller, CompactLogix 5380, 2MB User Memory, 16 1/0, 40 Ethernet/IP Devices 5069-L330ER Description: Controller, CompactLogix 5380, 3MB User Memory, 31 1/O, 60 Ethernet/IP Devices (Only Select this Processor if Absolutely Necessary for the Application) 5069-L340ER Description: Controller, CompactLogix 5380, 4MB User Memory, 31 1/O, 90 Ethernet/IP Devices (Only Select this Processor if Absolutely Necessary for the Application) Page 3 of 8 SCADA WW Lift Station PLC Standards 1/0 Modules Discrete Input Modules: Allen-Bradley ControlLogix 1756-11316, 16-point Discrete Input Modules Allen-Bradley CompactLogix 5069-11316, 16-point Discrete Input Modules Discrete Output Modules: Allen-Bradley ControlLogix 1756-013161, 16-point Discrete Output Modules Allen-Bradley CompactLogix 5069-01316, 16-point Discrete Output Modules Analog Input Modules: Allen-Bradley ControlLogix 1756-IF16, 16-point Analog Input Modules Allen-Bradley ControlLogix 1756-IF8, 8-point Analog Input Modules Allen-Bradley CompactLogix 5069-IF8, 8-point Analog Input Modules Analog Output Modules: Allen-Bradley ControlLogix 1756-OF8, 8-point Analog Output Modules Allen-Bradley CompactLogix 5069-OF8, 8-Point Analog Output Modules Communication Module Not Required— If Modbus is required, Protocol Converter will be used. See section 2.2 Network Connectivity. Power Supplies CompactLogix PLC 24-volt DC power supplies manufactured by Rockwell Automation (Allen-Bradley) for CompactLogix PLC's. HMI Touch Screen (Optional) Allen-Bradley PANELVIEW PLUS 7 Touch Screen 2711P-T9W21D8S-B (Firmware Version must be compatible. Verify with I.T. Department at design time.) Please note that items listed above will be selected as needed and based on the requirements of the specific application and not all components will be used for each location. For example, not all Lift Stations will require a local HMI Touch Screen. 2.2 Network Connectivity The communications/networking devices selected for each location is dependent on the location and HMI Servers communicating with the PLC. Protocols allowed will be Modbus for PLCs connecting to Legacy HMI Server or Ethernet/IP for PLCs connecting to Rockwell HMI Servers.The following is the standard list of PLC components allowed for any system upgrade, replacement, or new installation. Protocol Converter (Required for PLCs using Modbus & connecting to Legacy SCADA HMI Servers) Red Lion Data Station Plus Part#: DSPLE000 SCADA Panel Switch Plant Facility- Moxa Managed Industrial Ethernet Switch Model EDS-508A-T Series (Fiber Port SC) Liftstations—Moxa Unmanaged Industrial Ethernet Switch Model EDS-205A-T Series (Fiber Port-SC) Cellular Network Devices (Only for Ethernet/IP Protocol) If Cellular communication is required for new installation, the I.T. Department will provide network connectivity via Cellular Device on a case-by-case basis. Devices used will be determined on a case- by-case basis. Fiber Page 4 of 8 SCADA WW Lift Station PLC Standards If Fiber Connectivity is available,the I.T. Department will provide network connectivity via Fiber on a case-by-case basis. Devices used will be determined on a case-by-case basis. Radio Communications (For new installations and only for Ethernet/IP Protocol) If Radio is required for new installation,the I.T. Department will provide network connectivity via Radio on a case-by-case basis. Devices used will be determined on a case-by-case basis. Radio Communications (For existing WW Lift Stations connecting to Lookout System located at Greenwood WWTP using Modbus Protocol) MDS Transit NR-100 Radio (Re-use existing Radio's currently installed at Lift Station) 2.3 PLC Programming Standards The SCADA PLC Programming Standards are as follows: PLC Programming Software Studio 5000 Logix Designer(Firmware Versions must be compatible. Verify with I.T. Department at design time.) PLC Programming • Function Block Diagram Programming • Ladder Logic • Plant PAx for Process Objects (Firmware Versions must be compatible. Verify with I.T. Department at design time.) 2.4 Control Panel PLC Wiring All control panel PLC wiring shall be labeled and shall conform as follows: Wiring Color 24 VDC+ Blue 24 VDC- Brown 120 VAC (H or L1) Yellow 120 VAC (N or L2) White Ground Green Digital Input Purple Digital Output Red Analog Input White (Loop) Black(Signal) Analog Output Grey HART White (Loop) Orange (Signal) Digital Input (120 VAC) Pink 2.5 Relays The following are acceptable relays for DI/DO Modules: Page 5 of 8 SCADA WW Lift Station PLC Standards Weidmuller, Cross Connectors, 1391600000,TERMSERIES, Cross-connector Weidmuller, Relay,1123580000,TRS 24-230VUC 2CO 2-pole Weidmuller, Relay,1984610000,TRS 24-230VUC 1CO C1D2 1-pole 2.6 PLC HMI Standards The local PLC HMI Screen Designs will use Plant PAx Graphics Library and follow standardized color schemes used by the Plant PAx. Page 6 of 8 SCADA WW Lift Station PLC Standards 3 Special Considerations 3.1 WW Treatment Plants and WW Lift Stations Currently, the majority of all Lift Station PI-Cs connect to one HMI Server located at Greenwood WWTP; all others connect to the OSO WWTP HMI Server that runs Rockwell Software and is designed for Liftstations upgraded to the new city standard PLC. All current Lift Station SCADA data is received by HMI Server at Greenwood via Radio communication using an isolated, dedicated network.This dedicated network is not connected to Corporate I.T. Network and will not be connected to Corporate I.T. Network. Please note that until all WW Lift Stations are upgraded, the current Lookout SCADA system running at Greenwood will continue to be used as required by the Utilities Treatment Department, which is currently administrating that particular Lookout SCADA System. If the PLC being replaced/upgraded corresponds to a WWTP HMI Server that has not been upgraded to the Rockwell System,then the new PLC must be able to communicate to the existing HMI Server at Greenwood WWTP using Modbus Protocol. However,the new PLC is still required to meet the I.T. SCADA PLC Standards. If the PLC being replaced/upgraded corresponds to a WWTP HMI Server that has been upgraded to the Rockwell System, then the new PLC must be able to communicate to the HMI Server running Rockwell SCADA Software via Ethernet/IP Protocol thru the Corporate Network and meet the I.T. SCADA PLC Standards. Network Connectivity devices will be determined by the I.T. Department on a case-by-case basis. Liftstations PI-Cs that are upgraded to the Rockwell System will need to communicate to the Server running Rockwell Software located at the OSO WWTP. 3.3 Additional WWTP Upgrades As other WWTP SCADA Systems are upgraded to Rockwell Solutions, corresponding PI-Cs at Lift Stations that feed into that WWTP will be configured to connect to the Rockwell HMI Server using Ethernet/IP Protocol and via Corporate I.T. Network. Page 7 of 8 SCADA WW Lift Station PLC Standards 4 Revision History Date Revised By Description of Changes 3/29/2021 Hector Leal, Document is created. IT SCADA Manager 04/20/2023 David Lopez Rev. 5- PLC Compact Logix is Upgraded. IT SCADA Manager 05/06/2024 David Lopez, IT SCADA Manager Rev. 6- PLC Compact Logix is Upgraded. Jin Bohannon, IT SCADA Administrator Page 8 of 8 SECTION 40 94 43 PROGRAMMABLE LOGIC CONTROLLERS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. References: 1. NFPA 70(NEC) 2. Programming Languages IEC 61131-3 3. City IT Wastewater Dept PLC SCADA Standards (See attachment in SCADA Panel Specifications.) 1.2 SUMMARY A. This Section includes Programmable logic controllers for control of process equipment, process oriented machinery,and process systems. 1.3 SUBMITTALS A. Product Data: For each type of PLC include dimensions, mounting arrangements, and weights. Also include, manufacturer's technical data on features, performance, electrical ratings, characteristics, and terminal connections. B. Operation and Maintenance Data: Provide for each PLC component literature detailing routine maintenance requirements(if any). 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer shall have, within 100 miles of Project site, a facility, distributor, system integrator, or panel shop capable of providing training, parts, and coordination of emergency maintenance and repairs. B. Source Limitations: 1. Provide all PI-Cs from a single manufacturer. If the PLC manufacturer has authorized third party vendors to provide modules that are compatible with their platforms, then products manufactured by these authorized third party vendors will be acceptable. 2. To insure reliability and compatibility with all aspects of the control system,all PLC equipment shall be from the same vendor as the SCADA software, Operator Interface Terminals, and Power Distribution Equipment. C. Comply with NFPA 70. Programmable Controllers 40 94 43-1 1.5 DELIVERY,STORAGE,AND HANDLING A. Deliver PLC components in packaging designed to prevent damage from static electricity, and physical damage. B. Store PI-Cs according to manufacturers' requirements. 1.6 SPARE 1/0 A. Each PLC will be sized to handle the required 1/0 plus a percentage of spares. When calculating spare 1/0 count,always round up. When configuring spare 1/0 counts, use the following criteria: 1. Analog Inputs(Al): Required for the PLC plus 15%. 2. Analog Ouputs(AO): Required for the PLC plus 15%. 3. Digital Inputs(DI): Required for the PLC plus 15%. 4. Digital Outputs(DO): Required for the PLC plus 15%. 1.7 SPARE PARTS A. Furnish spare parts as described below for each type of PLC. Material shall be packaged for long term storage and identified with labels describing contents. 1. 1/0 Cards: Provide as a minimum a spare of each type of card identified. Provide an additional spare for every 10 cards of a specific type installed. 2. Processors: Provide as a minimum a spare for each type of CPU identified. 3. PLC oriented Power Supplies: Provide as a minimum a spare of each type of power supply identified. Provide an additional spare for every 10 power supplies of a specific type installed. 4. Memory Cards: Provide as a minimum a spare of each type of card identified. Provide an additional spare for every 10 cards of a specific type installed 5. Specialty Modules: Provide as a minimum a spare of each type of module identified. Provide an additional spare for every 10 modules of a specific type installed PART 2- PRODUCTS 2.1 MANUFACTURERS A. Qualified Manufacturers: 1. Only manufacturers that have been selling PI-Cs for a minimum of 25 years will be considered acceptable. 2.2 PROGRAMMABLE LOGIC CONTROLLERS A. GENERAL: Programmable Controllers 40 94 43-2 1. Description: A module based PLC designed for up to 8192 points of 1/0. Each module shall have a limited amount of 1/0, an ability to accept communication or processor card, and an integrated power supply for that module and communication or processor card. The PLC shall not require a chassis or rack. 2. The PLC shall: a. Collect data, perform process control functions, communicate with other PLCs, and distribute process information along the local area network. b. Be able to have its program downloaded from a remote workstation over a network, or locally programmed from a portable laptop computer. C. Allow for the expansion of the system by addition and configuration of hardware. 3. Executive firmware shall be stored in Flash memory and can be updated in the field using standard programming tools. Executive firmware files shall be readily available via a public web site. 4. Each discrete point shall have a light emitting diode to indicate point status. An illuminated LED shall indicate that the point is logic level "1",also referred to as"on"or"high". S. The PLC shall utilize Ethernet protocols that meet the following: a. Protocols that are assigned to port 502 of the TCP/IP stack by the IANA(Internet Assigned Numbers Authority). b. Devices must utilize embedded web pages, or a physical means such as DIP switches,to be recognized and properly addressed on the network. Ethernet protocols that require network management software, or utilize configuration files that must be downloaded to Ethernet devices,for proper network addressing,and recognition are not acceptable. C. Will not rely on third party vendors to meet the above criteria. 6. Processor Features: a. Each processor shall have a RS-232 Modbus port for programming. Processor performance shall be rated at least 1ms/K. Acceptable processors are detailed below: 1) 5121(b of internal user RAM. Processor shall have a RS-232 Modbus port and an Ethernet port. 2) 5121<b of internal user RAM. Processor shall have a 1/0 bus port and an Ethernet port. 3) Stand alone processor with 512Kb of internal user RAM. Processor shall have a RS- 232 Modbus port and a 4 Ethernet port. b. The PLC shall utilize a battery to protect the memory in the case of power loss. C. The PLC shall have on board status lights to indicate the following various functions: 1) Program execution 2) Communication status 7. 1/0: The PLC modules shall have embedded 1/0 capability. Modules will be available that supports the following: a. Analog Inputs: All Analog input cards will offer isolation between channels. 1) Four (4) +/- 25mV, +/- 100mV, Pt100, Pt1000, Ni100, Ni1000, B, E, J, K, N, R, S, T differential input 2) Eight(8)+/-10V or 0-20mA differential input. Programmable Controllers 40 94 43-3 3) Sixteen (16)+/-10V or 0-20mA single ended input. b. Analog Outputs: All analog output cards will offer isolation between channels, 1) Four(4)channel+/-10V,0-20mA output C. Discrete Inputs: 1) Sixteen (16)channel sink 24VDC input cards 2) Sixteen (16)channel 120VAC input card d. Discrete Outputs: 1) Sixteen (16)channel 24VDC(0.5A/channel)solids state switch output card 2) Eight(8)channel 120VAC(0.5A/channel)output card. 3) Sixteen (16)channel 120VAC(0.5A/channel)output card. 8. Specialized 1/0 Cards: The PLC shall have a series of application specific 1/0 cards. These will be as follows: a. High speed counter card: Six(6) channels rated 24VDC at 10 KHz single ended,or Three (3) channels SVDC at 200Khz differential. b. Combination Card with Six (6) 120 VAC inputs, and Three (3) solid state switch output. Card will include a Modbus port. 9. Communication Capabilities: Each base module will be capable of mounting a communication card. Cards will be available for the following protocols: a. Ethernet TCP/IP utilizing Modbus TCP protocol b. Modbus Plus C. Modbus d. Fipio e. Interbus-S f. Profibus g. DeviceNet 10. Option Adapters: The PLC shall have a series of option adapters to enhance the communication capabilities of the processors. The option adapters shall fit between the module and processor card. The adapter will fit in the same spot reserved for processor or communication cards. The option adapters will be available with the following configurations: a. Single Modbus Plus port b. Redundant Modbus Plus ports C. Single serial port with RS-232 or RS-285 configuration via software. 11. Power Supplies: Each module shall have an integral power supply. The modules shall be available in both 24 VDC and 115 VAC models. The power supply should be capable of powering the 1/0 and communication adapter; 1/0 and processor; or 1/0, processor, and will be from 16 to 36W. B. PLC PROGRAMMING REQUIREMENTS: a. The system shall utilize manufacturer's standard programming software. C. PLC ENVIRONMENTAL REQUIREMENTS: 1. The PI-Cs must meet or exceed the following environmental requirements: a. Minimum temperature range: 1) Operating: 0-55°C(+32 to+131°F) Programmable Controllers 40 94 43-4 2) Storage: -25 to+701,C(-13 to+158°F) b. Relative humidity: 30 to 95%non condensing. C. Altitude: 1) Operation 0-6,500 feet minimum 2) Storage 0-9,800 feet minimum d. Degree of protection: NEMA 1(I1320) D. MANUFACTURER: 1. The basis of design is the Allen Bradley as per City Wastewater PLC SCADA Standards by IT Department. PART 3- EXECUTION 3.1 APPLICATIONS A. Select PLC based upon 1/0, memory, communication, expansion, and system requirements. If multiple PLC panels from different vendors will be supplied, coordinate with other vendors to insure that PLCs are of similar brand and are equipped to utilize identical communication networks. 3.2 INSTALLATION A. PLC mounting shall be in accordance with manufacturer's requirements. This includes anchorage within enclosures, spacing, wire sizing, and ventilation requirements. Before starting up, remove all temporary stickers used to cover ventilation holes. B. PLC lights, keys, communication ports, and memory card slots shall be accessible at all times. Lights shall be visible at all times when enclosure door is opened. 3.3 IDENTIFICATION A. Identify PLC components, and wiring according to all applicable codes, standards and contract document sections. B. Each 1/0 point shall be identified on the door of PLC 1/0 cards. C. DEMONSTRATION 1. Control panel supplier shall provide a qualified service representative to train Owner's maintenance personnel to adjust, operate, and maintain PLCs. Manufacturer's standard training will be sufficient unless specified elsewhere. END OF SECTION 40 94 43 Programmable Controllers 40 94 43-5 APPENDICES L Geotechnical Engineering Report — London Area WW Collection System Improvements, Professional Service Industries, Inc. (PSI), February 10, 2025 2. Supplemental Geotechnical Engineering Report — London Area WW Collection System Improvements — Horizontal Directional Drilling (HDD) Recommendations, Professional Service Industries, Inc. (PSI), February 12, 2025 APPENDIX 1 Geotechnical Engineering Report— London Area WW Collection System Improvements, Professional Service Industries, Inc. (PSI), February 10, 2025 intertek GEOTECHNICAL ENGINEERING REPORT ■ London Area WW Collection System Improvements (23036) ■ Various Locations Corpus Christi, Texas ■ PSI Project No. 0312-3426 PREPARED FOR: City of Corpus Christi Department of Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 February 10, 2025 BY: PROFESSIONAL SERVICE INDUSTRIES, INC. 3 Burwood Lane San Antonio,Texas 78216 Phone: (210) 342-9377 tntertek ,, Professional Service Industries,Inc. I 3 Burwo Lane San Antonio,Texass 78216 P5 Office—(210)342-9377 February 10, 2025 City of Corpus Christi Department of Engineering Services 1201 Leopard Street Corpus Christi,Texas 78401 Attn: Mr. Norberto"Bert" Garza,Jr. Engineer I RE: GEOTECHNICAL ENGINEERING REPORT London Area WW Collection System Improvements(23036) Various Locations Corpus Christi,Texas PSI Project No.0312-3426 Dear Mr.Garza: Professional Service Industries, Inc. (PSI), an Intertek company, is pleased to submit this Geotechnical Engineering Report for the above-referenced project. This report includes the results from the field and laboratory investigation along with recommendations for use in preparation of the appropriate design and construction documents for this project. PSI appreciates the opportunity to provide this Geotechnical Engineering Report and looks forward to continuing participation during the design and construction phases of this project. PSI also has great interest in providing materials testing and inspection services during the construction of this project and will be glad to meet with you to further discuss how we can be of assistance as the project advances. If there are questions pertaining to this report, or if PSI may be of further service, please contact us at your convenience. Respectfully submitted, PROFESSIONAL SERVICE INDUSTRIES, INC. Texas Board of Professional Engineers Certificate of Registration#F003307 OF PI-11LIIzLOUIS XM Louis Ratcliffe, E.I.T. ("# g14g __ Philip L.Johnson, P.E. Project Engineer 1OQy .5{CENSSpt` 4r Senior Geotechnical Engineer Mks Principal Consultant-Geotechnical Services February 10, 2025 inwww.intertek.com/building Lon TABLE OF CONTENTS Electronic Navigation:The TOC below and are hyperlinked to sections of relevance.The 0 Symbol will return the reader to the TOC. Page No. TABLE OF CONTENTS............................................................................................... 1.0 PROJECT INFORMATION ...............................................................................1 1.1 PROJECT AUTHORIZATION...........................................................................................................................1 1.2 PROJECT DESCRIPTION................................................................................................................................1 1.3 PURPOSE AND SCOPE OF SERVICES.................................................................................................................1 2.0 SITE AND SUBSURFACE CONDITIONS............................................................3 2.1 SITE DESCRIPTION.....................................................................................................................................3 2.2 FIELD EXPLORATION...................................................................................................................................3 2.3 LABORATORY TESTING PROGRAM..................................................................................................................4 2.4 SITE GEOLOGY..........................................................................................................................................4 2.5 SUBSURFACE CONDITIONS...........................................................................................................................rJ 3.0 GEOTECHNICAL EVALUATION AND RECOMMENDATIONS............................8 3.1 GEOTECHNICAL DISCUSSION.........................................................................................................................8 3.2 PIPELINE DESIGN CONSIDERATION.................................................................................................................8 3.3 CORROSION POTENTIAL............................................................................................................................12 3.4 SITE SEISMIC DESIGN RECOMMENDATIONS....................................................................................................14 4.0 CONSTRUCTION CONSIDERATIONS.............................................................15 4.1 INITIAL SITE PREPARATION CONSIDERATIONS..................................................................................................16 4.2 MOISTURE SENSITIVE SOILS/WEATHER RELATED CONCERNS...............................................................................17 4.3 EXCAVATION OBSERVATIONS.....................................................................................................................17 4.4 DRAINAGE CONSIDERATIONS......................................................................................................................17 4.5 EXCAVATIONS AND TRENCHES....................................................................................................................17 5.0 REPORT LIMITATIONS.................................................................................19 APPENDIX.............................................................................................................20 Vicinity Boring Locatioa. . .... Hydrometer Results Boring Logs Key to Terms and Symbols Used on Logy INDEX OF TABLES Page No. Table1.1: Project Description.................................................................................................................................1 Table2.1:Site Description.......................................................................................................................................3 Table 2.2:Field Exploration Summary......................................................................................................................3 Table 2.3:Field Exploration Description...................................................................................................................4 Table 2.4:Laboratory Testing Program....................................................................................................................4 Table 2.5:Generalized Subsurface Profile Table(B-01&B-02)..................................................................................5 Table 2.6:Generalized Subsurface Profile Table(B-03 to B-08,B-10 to B-17,B-19 to B-27).........................................5 Table 2.7:Generalized Subsurface Profile Table(B-09).............................................................................................5 Table 2.8:Generalized Subsurface Profile Table(B-18).............................................................................................5 Table 2.9:Generalized Subsurface Profile Table(B-28&B-29)..................................................................................5 Table 2.10:Generalized Subsurface Profile Table(B-30)...........................................................................................5 Table 2.11:Generalized Subsurface Profile Table(B-31)...........................................................................................6 Table 2.12:Groundwater Levels(Depths)................................................................................................................6 Table 3.1:Lateral Earth Pressure Coefficients...........................................................................................................9 Table 3.2:Equivalent Fluid Pressures.......................................................................................................................9 Table 3.3:OSHA Soil Classification—SH 286 Crossing..............................................................................................10 Table 3.4:OSHA Soil Classification—Webber Road Crossing...................................................................................10 Table 3.5:OSHA Soil Classification—Oso Creek......................................................................................................11 Table 3.6:General Pipe Bedding and Backfill Recommendations............................................................................11 Table 3.7:Compaction and Testing Recommendations for Pipe Backfill Materials...................................................12 Table 3.8:Corrosive Ratings Based on Soil Resistivity.............................................................................................12 Table 3.9:Soil Resistivity Test Results....................................................................................................................13 Table 3.10:Chloride Content and pH.....................................................................................................................13 Table 3.11:Requirements for Concrete Exposed to Sulfate.....................................................................................13 Table 3.12:Sulfate Test Results.............................................................................................................................14 Table 3.13:Recommended Design Seismic Parameters..........................................................................................14 Table 4.1:Subgrade Preparation for Non-Structural-General Fill...........................................................................16 Table 4.2:Fill Compaction Recommendations Outside of Building and Pavement Areas..........................................16 Table 4.3:Considerations for Demolition,Abandoning Utilities and Tree Removal..................................................16 iii London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 1.0 PROJECT INFORMATION 1.1 PROJECT AUTHORIZATION Professional Service Industries, Inc. (PSI), an Intertek company, has completed a field exploration and geotechnical evaluation for the proposed London Area WW Collection System Improvements project.Mr.Jeff H. Edmonds, P.E., and Ms. Ratna Pottumuthu, P.E., representing The City of Corpus Christi Department of Engineering, authorized PSI's services on August 23, 2024, by issuing Task Order#21 approving PSI Proposal No.432945. PSI's proposal contained a proposed scope of work, lump sum fee, and PSI's General Conditions. 1.2 PROJECT DESCRIPTION Based on information provided by the Client and PSI's review of a site plan entitled"London Area Wastewater Collection System Improvements", prepared by UA Engineering, and the results of this geotechnical investigation, a summary of our understanding of the proposed project is provided below in the following Project Description table. TABLE 1.1: PROJECT DESCRIPTION 24"Wastewater Line, 16" Force Main, 10"Force Main,30" Project Items Wastewater Line and Lift Station. Approximately 19,000 lineal feet in combined total length. Horizontal bores at Oso Creek and SH 286. The geotechnical recommendations presented in this report are based on the available project information, structure locations, and the subsurface materials encountered during the field investigation. If the information presented above is incorrect, please inform PSI so that the recommendations presented in this report can be amended, as necessary. PSI will not be responsible for the implementation of provided recommendations if not notified of changes in the project. 1.3 PURPOSE AND SCOPE OF SERVICES The purpose of this study is to evaluate the subsurface conditions at the site and develop geotechnical engineering recommendations and guidelines for use in preparing the design and other related construction documents for the proposed project. The scope of services included drilling soil borings, performing laboratory testing,and preparing this geotechnical engineering report. This report briefly outlines the available project information, describes the site and subsurface conditions, and presents the following: • General site development and subgrade preparation recommendations. • Boring logs and laboratory test results. • Groundwater Observations. • Auger Bored Segment Information including geotechnical considerations, bore pit considerations. • Open Trenching Information including open cut excavation, OSHA considerations, construction dewatering, lateral pressures for trench shoring, and backfill requirements. PAGE 1 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 • Seismic design site classification per the 2018 International Building Code. The scope of services for this geotechnical exploration did not include an environmental, mold nor detailed seismic/fault assessment for determining the presence or absence of wetlands, or hazardous or toxic materials in the soil, bedrock,surface water,groundwater,or air on or below,or around this site.Statements in this report or on the boring logs regarding odors,colors,and unusual or suspicious items or conditions are strictly for informational purposes. The report also does not include a detailed settlement analysis or slope stability analysis. PAGE 2 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 2.0 SITE AND SUBSURFACE CONDITIONS 2.1 SITE DESCRIPTION The following table provides a generalized description of the existing site conditions based on visual observations during the field activities, as well as other available information. TABLE 2.1:SITE DESCRIPTION Site Location SH 286 near Oso Creek, FM 43 and CR 22,Corpus Christi,TX Site History/Ground Cover Existing agricultural fields,undeveloped properties and road and creek crossings Site Geology (Geologic Atlas of Texas) Beaumont Formation(Qb) Ground Surface Soil Support Capability Firm Enough for Field Equipment During Dry Periods 2.2 FIELD EXPLORATION Field exploration for the project consisted of drilling a total of thirty-one (31) borings. The boring design element,approximate depths and drilling footage are provided in the following table. TABLE 2.2:FIELD EXPLORATION SUMMARY Number of Boring Depth Drilling Design Element Borings (ft) Footage (feet) 15 30 450 24"Wastewater Line, 10" Force Main& 15 105 30"Wastewater Line 6 10 60 Lift Station&Oso Creek 10" Force Main 3 50 150 TOTAL: 31 --- 765 The boring locations were selected by PSI personnel and located in the field using a recreational-grade GPS system. Elevations of the ground surface at the boring locations were not provided and should be surveyed by others prior to construction, if required. We have estimated ground surface elevations at the boring locations from the topographic survey provided and estimate an approximate 1-foot accuracy.The references to elevations of various subsurface strata are based on depths below existing grade at the time of drilling.The approximate boring locations are depicted on the Boring Location Plan provided in the Appendix. PAGE 3 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 TABLE 2.3:FIELD EXPLORATION DESCRIPTION Drilling Equipment Truck-Mounted Drilling Equipment Drilling Method Continuous Flight-Auger Field Testing Hand Penetrometer Standard Penetration Test(ASTM D1586) Sampling Procedure ASTM D1587/1586 Sampling Frequency Continuously to a Depth of 10 Feet and at 5-foot Intervals Thereafter Frequency of Groundwater Level During and After Drilling Measurements Boring Backfill Procedures Soil Cuttings Sample Preservation and General Accordance with ASTM D4220 Transportation Procedure During field activities, the encountered subsurface conditions were observed, logged, and visually classified (in general accordance with ASTM D2487). Field notes were maintained to summarize soil types and descriptions,water levels,changes in subsurface conditions,and drilling conditions. 2.3 LABORATORY TESTING PROGRAM PSI supplemented the field exploration with a laboratory testing program to determine additional engineering characteristics of the subsurface soils encountered.The laboratory testing program included: TABLE 2A LABORATORY TESTING PROGRAM Laboratory Test Procedure Specification Visual Classification ASTM D2488 Moisture Content ASTM D2216 Atterberg Limits ASTM D4318 Material Finer than No.200 Sieve ASTM D1140 Unconfined Compression Strength ASTM D2166 pH of Soil ASTM G51 Sulfate&Chloride Determination TEX 620-J Laboratory Resistivity SM2510B The laboratory testing program was conducted in general accordance with applicable ASTM Test Methods. The results of the laboratory tests are provided on the Boring Logs in the Appendix. Portions of samples not altered or consumed by laboratory testing will be discarded 60 days from the date shown on this report. 2.4 SITE GEOLOGY As shown on the Geologic Atlas of Texas, Corpus Christi Sheet, reprinted in 1975,the site is located in an area where the Beaumont Formation (Qb) is present at or near the ground surface. The Beaumont Formation consists mostly of clay and sand intermixed with gravel.The Beaumont Formation thickness varies from 3 to 10 meters to over 100 meters toward the southeast. PAGE 4 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 2.5 SUBSURFACE CONDITIONS The results of the field and laboratory investigation have been used to develop generalized subsurface profiles along the project alignment. The following subsurface descriptions highlight the major subsurface stratification features and material characteristics at various locations along the alignment. TABLE 2.5:GENERALIZED SUBSURFACE PROFILE TABLE(B-01&B-02) Top(ft) Bot.(ft) Soil Type W (%) LL(%) PI -200 Sieve M N PP/Uc 0 28.5 Fat Clay 19—39 69—94 38—55 78—92 -- 1.5—4.5/0.67 Fat Clay with Sand 28.5 30 Silty,Clayey Sand 19—30 24—27 5 43—47 11-12 -- TABLE 2.6:GENERALIZED SUBSURFACE PROFILE TABLE(B-03 TO B-08,B-10 To B-17,B-19 To B-27) Top(ft) Bot.(ft) Soil Type W (%) LL(%) PI -200 Sieve M PP/Uc Fat Clay 0 30 15-37 50-100 27-73 71-100 1—4.5/0.86—4.18 Fat Clay with Sand TABLE 2.7:GENERALIZED SUBSURFACE PROFILE TABLE(B-09) Top(ft) Bot.(ft) Soil Type W (%) LL(%) PI -200 Sieve M PP/Uc 0 18 Fat Clay 25—31 56—82 28—55 84—92 2.5—4.5/1.79 Fat Clay with Sand 18 23 Lean Clay with Sand 19 36 17 76 4.5 23 1 30 1 Fat Clay 1 31 1 42 1 39 1 99 1 2/2.63 TABLE 2.8:GENERALIZED SUBSURFACE PROFILE TABLE(B-18) Top(ft) Bot.(ft) Soil Type W (%) LL(%) PI -200 Sieve M N PP/Uc 0 6 Fat Clay with Sand 20—28 65—67 42—43 79—84 -- 2.5—4.5 6 13 Lean Clay with Sand 16—17 41 23 77 -- 3.5—4.5/4.61 13 30 Fat Clay 22—23 50 25 96 19—20 2.5—3/2.08 TABLE 2.9:GENERALIZED SUBSURFACE PROFILE TABLE(B-28&B-29) Top(ft) Bot.(ft) Soil Type W (%) LL(%) PI -200 Sieve M N PP/Uc 0 23 Fat Clay 22—38 60—85 36—57 79—94 10—15 1—2.5/2.2 Fat Clay with Sand Lean Clay 23 50 Lean Clay with Sand 18—32 22—43 1—25 56—99 10—19 3—4/0.78 Sandy Silt TABLE 2.10:GENERALIZED SUBSURFACE PROFILE TABLE(B-30) Top(ft) Bot.(ft) Soil Type W (%) LL(%) PI -200 Sieve(%) N PP/Uc 0 18.5 Fat Clay with Sand 22—37 61—68 39—51 75—79 -- 1-2.5 18.5 23 Clayey Sand 21 47 30 41 2 -- 23 50 Fat Clay 26—33 52—72 32—44 96—100 -- 2—3/1.3—1.71 PAGE 5 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 TABLE 2.11:GENERALIZED SUBSURFACE PROFILE TABLE(113-31) Top(ft) Bot.(ft) Soil Type W (%) LL(%) PI -200 Sieve(%) N PP/UC 0 43 Fat Clay 21—31 60—82 36—52 72—100 -- 2.5—4.5/2.5 Fat Clay with Sand 43 50 Lean Clay 22—25 33 15 97 18 1.5/3.02 Note: 1. c =Moisture Content(%) 2. LL=Liquid limit(%) 3. PI=Plasticity Index 4. 4200 Sieve=%Passing the#200 Sieve 5. N=Standard Penetration Test blow count(blows/foot) 6. PP/Uc—Hand Penetrometer, Unconfined or UU Compressive Strength(tsf) The boring logs included in the Appendix should be reviewed for specific information at the boring locations. The boring logs include soil descriptions,stratifications,locations of the samples,and field and laboratory test data.The descriptions provided on the logs only represent the conditions at the specific boring location.The stratifications represent the approximate boundaries between subsurface materials. The actual transitions between strata may be more gradual and less distinct. Variations will occur and should be expected across the site. 2.5.1 GROUNDWATER INFORMATION Water level measurements were performed during drilling and after completion of drilling. Specific information concerning groundwater is noted on each boring log presented in the Appendix of this report. Groundwater was encountered during the field investigation of this site. The groundwater measurements are summarized in the following table: TABLE 2.12:GROUNDWATER LEVELS(DEPTHS) Boring Boring Depth During Drilling After Drilling Hole Collapse Designation (feet) (feet) (feet) Depth(ft) B-01 30 28 18 24 B-02 30 28 18 26 B-03 30 Dry Dry N/A B-04 30 Dry Dry N/A B-05 30 Dry Dry N/A B-06 15 Dry Dry N/A B-07 15 Dry Dry N/A B-08 30 Dry Dry N/A B-09 30 23 29 N/A B-10 30 23 23 N/A B-11 30 Dry Dry N/A B-12 15 Dry Dry N/A PAGE 6 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 Boring Boring Depth During Drilling After Drilling Hole Collapse Designation (feet) (feet) (feet) Depth(ft) B-13 15 Dry Dry N/A B-14 15 Dry Dry N/A B-15 15 Dry Dry N/A B-16 15 Dry Dry N/A B-17 30 22 22 N/A B-18 30 21 16 N/A B-19 10 Dry Dry N/A B-20 10 Dry Dry N/A B-21 10 Dry Dry N/A B-22 10 Dry Dry N/A B-23 10 Dry Dry N/A B-24 10 Dry Dry N/A B-25 30 28 27 27.5 B-26 30 25 28 28.5 B-27 30 24 28 N/A B-28 30 23 23 N/A B-29 50 23 11 26.5 B-30 1 50 1 15 1 9 1 16 B-31 1 50 25 1 18 1 42 Groundwater levels fluctuate seasonally as a function of rainfall, proximity to creeks, rivers and lakes, the infiltration rate of the soil,seasonal and climatic variations and land usage. In relatively pervious soils,such as sandy soils, the indicated depths are a relatively reliable indicator of groundwater levels. In relatively impervious soils, water levels observed in the borings may not provide a reliable indication of groundwater elevations, even after several days. If a detailed water level evaluation is required, observation wells or piezometers can be installed at the site to monitor water levels. The groundwater levels presented in this report were measured at the time of PSI field activities. The contractor should be prepared to control groundwater, if encountered during construction activities. PAGE 7 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 3.0 GEOTECHNICAL EVALUATION AND RECOMMENDATIONS 3.1 GEOTECHNICAL DISCUSSION The geotechnical recommendations presented in this report have been developed based on the subsurface conditions encountered and PSI's understanding of the project. Should changes in the project criteria occur, a review should be made by PSI to determine if modifications to the recommendations will be required. The deeper bore pits will have water bearing granular soils at a depth that will require well pointing to lower the groundwater table sufficiently to allow for construction.Our borings did not indicate groundwater in most areas when excavations are 10 feet or less.We have included lateral earth pressure information for various soil types. The following design recommendations have been developed based on the previously described project characteristics and subsurface conditions encountered. If there are changes in the project criteria, PSI should be retained to determine if modifications in the recommendations will be required. The findings of such a review would be presented in a supplemental report.Once final design plans and specifications are available, a general review by PSI is recommended to observe that the conditions assumed in the project description are correct and to verify that the earthwork and foundation recommendations are properly interpreted and implemented within the construction documents. 3.2 PIPELINE DESIGN CONSIDERATION The pipeline design consideration should include the overburden soil pressure on the pipe material. Pressure from surficial dead and live loads above the overburden is not anticipated to be significant due to the anticipated depth of pipe installation. If the preceding is not the case,it should be accommodated in the pipe cross-section and material type selection. 3.2.1 BORE PIT-LATERAL EARTH PRESSURE Soils excavated from the bore pit can be stockpiled until construction is complete and upon completion can be backfilled into the bore pit. PSI recommends that the temporary structures retaining the bore pit walls should be designed to resist lateral earth pressures. Equivalent lateral earth pressure values for both at-rest and active earth pressure conditions are shown in the following tables. PAGE 8 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 TABLE 3.1: LATERAL EARTH PRESSURE COEFFICIENTS Type of Backfill Soil Soil Active At-Rest Behind the Retaining System Parameters, Parameters, Condition Condition (Free of organics,other deleterious materials) Above W.T. Below W.T. (Backfill) (Backfill) Fat Clay(CH) y=110 pcf, y=48 pcf, 0.50 0.65 Max.particle size of 3-inches 4'=200 =200 Lean Clay(CL) y=110 pcf, y=48 pcf, 0.41 0.58 Max.particle size of 3-inches 4'=250 (�'=250 Clayey Sands(SC)/Silty Sands/ y=120 pcf, y=58 pcf, 0.33 0.50 Crushed Limestone 4'=300 (�'=300 Sands(SP)or Sand with silt(SP-SM) y=120 pcf, y=58 pcf, 0.27 0.43 Less than 10%fines 350 350 Note: • (W.T.):Water Table The backfill be properly compacted behind the retaining structures to reduce possible stresses on adjacent slab-on-grade construction. TABLE 3.2:EQUIVALENT FLUID PRESSURES Type of Backfill Active At-Rest Behind the Retaining System Soil Soil Condition Condition Parameters, Parameters, (Free of organics,other Above Below Above Below deleterious materials) Above W.T. Below W.T. (a) �a) W.T. W.T. W.T. W.T. Fat Clay(CH) y=110 pcf, y=48 pcf, 55 20 72 31 Max. particle size of 3-inches (�'=200 (�'=200 Lean Clay(CL) y=110 pcf, y=48 pcf, Max. particle size of 3-inches. �'=250 �'=250 45 20 64 28 Clayey Sands(SC)/Silty Sands(b)/ y=120 pcf, y=58 pcf, 40 19 60 29 Crushed Limestone �' =300 (�'=300 Sands(SP)or Sand with silt(SP-SM))b) y=120 pcf, y=58 pcf, 32 16 52 25 Less than 10%fines �' =350 350 Notes: (a)Buoyant Equivalent Fluid Weight:No hydrostatic fluid weight effect of 62.4 pcf;(W.T.):Water Table (b)Granular Soils:At least a one-foot clay cap over granular soils at top of the wall (c)Values are pounds per square foot per foot of wall height 3.2.2 OSHA SOIL CLASSIFICATION FOR BORE PIT EXCAVATION The subsoils can be classified in general accordance with OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926,dated October 31,1989.OSHA soil classification system categorizes the soil and rock in four types based on shear strength and stability.Based on our geotechnical exploration and laboratory test results, details of soil classification at each boring are summarized in the following table. Additional geotechnical design parameters presented in the Appendix for consideration. PAGE 9 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 TABLE 3.3:OSHA SOIL CLASSIFICATION—SH 286 CROSSING Maximum Allowable Boring Depth(ft) Soil Type OSHA Soil Excavation Slopes(H:V)for Classification Considerations Excavation Less Than 20 Feet Deep 0-4 Fat Clay with Sand Type A Very Stiff 3/4:1(53°) B-08 4—30 Fat Clay Type A Very Stiff to Hard 3/4:1(53°) 0-6 Fat Clay with Sand Type A Very Stiff to Hard 3/4:1(53°) 6—18 Fat Clay Type A Very Stiff 3/4:1(53°) B-09 18—23 Lean Clay with Sand Type A Hard 3/4:1(53°) 23—30 Fat Clay Type A Very Stiff 3/4:1(53°) TABLE 3.4:OSHA SOIL CLASSIFICATION—WEBBER ROAD CROSSING Maximum Allowable Boring Depth(ft) Soil Type OSHA Soil Excavation Slopes(H:V)for Classification Considerations Excavation Less Than 20 Feet Deep 0-2 Fat Clay with Sand Type B Stiff 1:1(45°) 2—18 Fat Clay with Sand Type A Very Stiff 3/4:1(53°) B-17 18-23 Fat Clay Type B Medium Stiff 1:1(45°) 23—30 Fat Clay Type A Very Stiff to Hard 3/4:1(53°) 0-6 Fat Clay with Sand Type A Very Stiff to Hard 3/4:1(53°) B-18 6—13 Lean Clay with Sand Type A Very Stiff to Hard 3/4:1(53°) 13—30 Fat Clay Type A Very Stiff 3/4:1(53°) PAGE 10 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 TABLE 3.5:OSHA SOIL CLASSIFICATION—OSO CREEK Maximum Allowable Boring Depth(ft) Soil Type OSHA Soil Excavation Slopes(H:V)for Classification Considerations Excavation Less Than 20 Feet Deep 0—18.5 Fat Clay with Sand Type B Stiff to Very Stiff 1:1(45°) B-30 18.5-23 Clayey Sand Type C Very Loose 1-1/2:1(34°) 23—50 Fat Clay Type B Stiff to Very Stiff 1:1(45°) 0—13 Fat Clay with Sand Type A Very Stiff to Hard 3/4:1(53°) B-31 13—43 Fat Clay Type A Very Stiff to Hard 3/4:1(53°) 43—50 Lean Clay Type A Stiff to Very Stiff 3/4:1(53°) 3.2.3 PIPE BEDDING AND BACKFILL RECOMMENDATIONS The following table outlines general waterline backfill and bedding recommendations. TABLE 3.6:GENERAL PIPE BEDDING AND BACKFILL RECOMMENDATIONS Undercut Extent Undercut of the unstable trench bottom should terminate at stable materials. Trench bottom should be clean and dry and free of silt, Trench Bottom Bearing Level debris,trash,and other deleterious materials with a maximum particle size of 1%inches Bedding Materials Thickness Minimum 6 inches beneath the bottom of the pipe and as required to embed the lower quadrant of the pipe. Bedding Materials Well-graded crushed stone or gravel with conformance to Modified Grade 5 Gravel Initial Backfill Thickness Materials should extend from the surface of the bedding materials to 1 foot above the top of the pipe Initial Backfill Materials Well-graded crushed stone or gravel with conformance to Modified Grade 5 Gravel Compaction of Bedding and Initial Backfill Bedding and initial backfill materials should be compacted using a hand-held vibrator.The vibrator Materials should be inserted every 3 feet on each side of the pipe. Compacted materials should extend from the surface of Secondary Backfill Thickness the initial backfill materials to the top of the trench or bottom of the pavement. Secondary Backfill Compacted on-site materials free from debris,trash and brush or Flowable Fill PAGE 11 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 Maximum Secondary Backfill Loose Lift Thickness 12 Inches TABLE 3.7:COMPACTION AND TESTING RECOMMENDATIONS FOR PIPE BACKFILL MATERIALS Optimum Location Material Density Test Percent Moisture Testing Method Compaction Frequency Content Pipeline Secondary 1 per 400 Linear Trench gackfill ASTM D-698 >_95% -1 to+3% Feet Areas 3.2.4 GROUNDWATER CONSIDERATIONS Groundwater was encountered in the exploratory borings during our field exploration at the deeper bore pit locations at the SH 286, Weber Road, and OSO Creek crossing locations at a depth range of 9 to 16 feet. Due to this,wellpoint dewatering for these Bore Pits will likely be required. Depending on the pipe material type, size, and depth of installation, uplift and buoyant forces may be of concern when groundwater is present around the pipe and should be considered in the design but may be significantly proportional to the increase in pipe size. When an empty pipe is placed below the groundwater table, the bottom may be subjected to the uplift force equal to 62.4 pounds per square foot for each cubic foot of pipe below the water table and will be at the maximum when the pipe is empty. If design requires uplift considerations,uplift forces may be resisted bythe mass of the pipe,buried concrete dead man anchors, if feasible, and by the weight of the overburden soils above the pipeline installation. 3.3 CORROSION POTENTIAL Both metal and concrete elements in contact with soil are subject to corrosion or degradation due to the chemical activity of the soil.Therefore, buried metal and concrete elements should be designed to resist this chemical activity. Corrosion potential at the site was evaluated by measuring laboratory electrical resistivity (SM2510B) on selected soil samples.The table below presents general corrosive potential ratings as a function of electrical resistivity. TABLE 3.8:CORROSIVE RATINGS BASED ON SOIL RESISTIVITY Electrical Resistivity Corrosivity Rating (Ohm-cm) Greater than 20,000 Essentially Non-Corrosive 10,000 to 20,000 Mildly Corrosive 5000 to 10,000 Moderately Corrosive 3000 to 5000 Corrosive 1000 to 3000 Highly Corrosive Less than 1000 Extremely Corrosive PAGE 12 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 TABLE 3.9:SOIL RESISTIVITY TEST RESULTS Boring Number Depth(ft) Electrical Resistivity Corrosivity Rating (Ohm-cm) B-08 13—15 193 Extremely Corrosive B-18 8—10 210 Extremely Corrosive B-28 23—25 186 Extremely Corrosive B-29 23—25 90 Extremely Corrosive B-30 33—35 145 Extremely Corrosive Based on the electrical soil resistivity tests performed at this site,the average resistivity is approximately 165 ohm-cm along the alignment. Based on the electrical resistivity, the soils at the site are rated as extremely corrosive. The corrosion potential of the soils is also dependent on the pH of the soil and chloride content present in the soil. The result of a laboratory chloride content and pH tests performed on selected soil samples obtained from drilling are indicated in the following tables. TABLE 3.10:CHLORIDE CONTENT AND PH Boring Number Depth(ft) Chloride Content pH (mg/kg) B-08 13—15 800 7.4 B-18 8—10 800 7.7 B-28 23—25 950 8.8 B-29 23—25 <100 7.3 B-30 33—35 1,800 9.2 3.3.1 CHEMICAL ATTACK POTENTIAL FOR DEGRADATION OF CONCRETE The concentration of water-soluble sulfates is considered to be a good indicator of the potential for chemical attack on concrete. Based on ACI Manual of Concrete Practice (ACI 201.211-10) or (ACI 318/318R-33), the amount of water-soluble sulfate in soil can be used to evaluate the need for protection of concrete based on the following table. TABLE 3.11:REQUIREMENTS FOR CONCRETE EXPOSED TO SULFATE Water Soluble Sulfate in soil (percent by weight) Sulfate Exposure 0.00 to 0.10 Negligible or Class 0 Exposure 0.10 to 0.20 Moderate or Class 1 Exposure 0.20 to 2.00 Severe or Class 2 Exposure Over 2.0 Very Severe or Class 3 Exposure PAGE 13 Lon London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 The results of the laboratory sulfate ion concentration tests performed on soil samples obtained at the site are as follows. TABLE 3.12:SULFATE TEST RESULTS Boring Number Depth(ft) Sulfate Content Cement Type mg/kg Percent by Wt. B-08 13—15 956 0.09 Type I B-18 8—10 619 0.06 Type I B-28 23—25 717 0.07 Type I B-29 23—25 <100 0.00 Type I B-30 33—35 2S0 0.02 Type I Based on the test results of selected soil samples,the sulfate ion concentration is negligible and the potential for reactions within concrete exposed to sulfates is Negligible with a Class 0 Exposure. Evaluations of soluble sulfate content contained within the selected samples suggest that Type I cement should be utilized. The actual cement type to be used shall be determined by the project Structural Engineer. 3.4 SITE SEISMIC DESIGN RECOMMENDATIONS For the purposes of seismic design, based on the encountered site conditions and local geology, PSI interpreted the subsurface conditions to satisfy the Site Class D criteria for use at this site as defined by the International Building Code(IBC).The site class is based on the subsurface conditions encountered at the soil borings, the results of field and laboratory testing, experience with similar projects in this area, and considering the site prepared as recommended herein. The table below provides recommended seismic parameters for the project based on IBC 2018/ASCE 7-16. TABLE 3.13:RECOMMENDED DESIGN SEISMIC PARAMETERS Seismic Parameter IBC 2018/ASCE 7-16 Site Class D Risk Category II 0.2 sec(Ss) 0.06 1.0 sec(Sl) 0.018 Site Coefficient 0.2sec, Fa 1.6 Site Coefficient 1.0 sec, F 2.4 0.2 sec(SDs) 0.064 1.0 sec(SD1) 0.028 PAGE 14 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 4.0 CONSTRUCTION CONSIDERATIONS Geotechnical Engineer Involvement at the Time of Construction — Foundation pad preparation recommendations on expansive clay sites in this area depend on the soil moisture conditions that exist due to the prevailing climate at the time of construction as well as the expansive properties of the clay. Having a Geotechnical Engineer retained to review the earthwork recommendations in the Construction Documents and be an active participant in team meetings near the time of construction can often result in project cost savings. Therefore, PSI recommends that an AASHTO accredited 3rd party laboratory with qualified professional engineers who specialize in geotechnical engineering be retained to provide observation and testing of construction activities involved in the foundations, earthwork, pavements and related activities of this project. As the GER, PSI's services can be retained as the 3rd party laboratory. PSI's participation would be advantageous to the project flow and value engineering during construction since we are most familiar with the existing soil conditions at the site. The geotechnical engineer often does not have available all design information at the time of writing the original report since the report is done very early in the design process. The GER can be of great benefit immediately prior to construction since definitive information regarding the location of the building, surrounding flatwork, pavements, planned landscaping, and drainage features is available at that time.The GER can then write Supplement letters to the original geotechnical report often resulting in less risk and significant project cost savings. PSI cannot accept responsibility for conditions which deviate from those described in this report, nor for the performance of the foundations or pavements if not engaged to also provide construction observation and materials testing for this project. The PSI geotechnical engineer of record should also be engaged by the Design Team during construction,even if periodic on-call testing is contracted with PSI Construction Services. PAGE 15 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 4.1 INITIAL SITE PREPARATION CONSIDERATIONS 4.1.1 SUBGRADE PREPARATION FOR SITE WORK OUTSIDE BUILDING PAD AND PAVEMENT AREAS Grade adjustments outside of the foundation pad and pavement areas can be made using select or general fill materials.The clean excavated onsite soils may also be reused in areas not sensitive to movement. TABLE 4.1:SUBGRADE PREPARATION FOR NON-STRUCTURAL-GENERAL FILL Minimum Undercut Depth 6 inches or as needed to remove roots,organic and/or deleterious materials Proof-roll subgrade with rubber-tired 20-ton(loaded) Exposed Subgrade Treatment construction equipment Alternate Equipment can be used with Geotechnical Engineer Approval Excavate to firmer materials and replace with compacted Proof-Rolled Pumping and Rutting Areas general or select fill under direction of a representative of the Geotechnical Engineer Any clean material free of roots,debris and other General Fill Type deleterious material with a maximum particle size of 4 inches Maximum General Fill Loose Lift Thickness 8 inches TABLE 4.2:FILL COMPACTION RECOMMENDATIONS OUTSIDE OF BUILDING AND PAVEMENT AREAS Test Method for Plasticity Percent Optimum Location Material Density Index Compaction Moisture Testing Frequency Determination Content Outside of Structure/ General Fill ASTM D698 PI >_25 94%to 98% 0 to+4% 1 per 10,000 SF; Pavement min.3 per lift Areas PI<25 >_95% 0 to+4% 4.1.2 EXISTING SITE CONDITIONS The following table outlines construction considerations in consideration of demolition of existing structures, demolition of existing paving, procedures for abandoning old utility lines and removing trees. TABLE 4.3:CONSIDERATIONS FOR DEMOLITION,ABANDONING UTILITIES AND TREE REMOVAL Existing Structures Foundations of former structures located below new Impact of foundation of former structures should be footprint of proposed structure evaluated on a case by case basis Foundations for former structures located below new Cut off at least 3 feet below finished paving grade paving Existing Pavement Former paving located within footing of proposed Remove concrete and/or HMAC surface course and structures base entirely or review impact on case by case basis Former paving located within footprint of proposed new Remove concrete and/or HMAC surface course and paving evaluate if base can be reused Abandoned Utilities PAGE 16 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 Utilities of former structures located within new footprint Remove pipe,bedding and backfill and then replace of proposed structure with select fill placed using controlled compaction Utilities of former structures located outside of footprint Abandon in place using a grout plug of proposed structure Tree Removal Remove root system for full vertical and lateral extent Trees located within proposed building footprint; and extend removal for at least 3 feet beyond presence roadways, parking,and sidewalk areas;and within 15 feet of building area of root fragments and replace void with compacted general fill or flowable fill 4.2 MOISTURE SENSITIVE SOILS/WEATHER RELATED CONCERNS Soils are sensitive to disturbances caused by construction traffic and changes in moisture content. During wet weather periods, increases in the moisture content of the soil can cause significant reduction in the soil strength and support capabilities. In addition, soils which become wet may be slow to dry and thus significantly retard the progress of grading and compaction activities. It will, therefore, be advantageous to perform earthwork, foundation, and construction activities during dry weather. A relatively all-weather compacted crushed limestone cap having a thickness of at least 6 inches should be provided as a working surface. 4.3 EXCAVATION OBSERVATIONS Excavations should be observed by a representative of PSI prior to continuing construction activities in those areas. PSI needs to assess the encountered materials and confirm that site conditions are consistent with those discussed in this report. This is especially important to identify the condition and acceptability of the exposed subgrades under foundations and other structures that are sensitive to movement.Soft or loose soil zones encountered at the bottom of the excavations should be removed to the level of competent soils as directed by the Geotechnical Engineer or their representative. Cavities formed as a result of excavation of soft or loose soil zones should be backfilled with compacted select fill or lean concrete. After opening,excavations should be observed,and concrete should be placed as quickly as possible to avoid exposure to wetting and drying. Surface run-off water should be drained away from the excavations and not be allowed to pond. Excavations left open for more than 48 hours should be protected to reduce evaporation or entry of moisture. 4.4 DRAINAGE CONSIDERATIONS Water should not be allowed to collect in or adjacent to foundation excavations, on foundation surfaces, or on prepared subgrades within the construction area during or after construction. Proper drainage around grade-supported sidewalks and flatwork is important to reduce potential movements.Excavated areas should be sloped toward one corner to facilitate removal of collected rainwater, groundwater, or surface runoff. Providing rapid, positive drainage away from the building reduces moisture variations within the underlying soils and will aid in reducing the magnitude of potential movements. 4.5 EXCAVATIONS AND TRENCHES Excavation equipment capabilities and field conditions may vary. Geologic processes are erratic and large variations can occur in small vertical and/or lateral distances. Details regarding "means and methods" to PAGE 17 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 accomplish the work (such as excavation equipment and technique selection) are the sole responsibility of the project contractor. The comments contained in this report are based on small diameter borehole observations. The performance of large excavations may differ as a result of the differences in excavation sizes. The Occupational Safety and Health Administration (OSHA) Safety and Health Standards (29 CFR Part 1926, Revised October 1989), require that excavations be constructed in accordance with the current OSHA guidelines. Furthermore, the State of Texas requires that detailed plans and specifications meeting OSHA standards be prepared for trench and excavation retention systems used during construction. PSI understands that these regulations are being strictly enforced,and if they are not closely followed,the owner and the contractor could be liable for substantial penalties. The contractor is solely responsible for designing and constructing stable,temporary excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom.The contractor's"responsible person",as defined in 29 CFR Part 1926,should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. In no case should slope height, slope inclination, or excavation depth, including utility trench excavation depth, exceed those specified in local,State, and Federal safety regulations. PSI is providing this information as a service to the client. PSI does not assume responsibility for construction site safety or the contractor's or other parties' compliance with local, State, and Federal safety or other regulations.A trench safety plan was beyond the scope of our services for this project. PAGE 18 Lon n London Area WW Collection System Improvements PSI Project No:0312-3426 Various Locations in Corpus Christi,Texas February 10,2025 5.0 REPORT LIMITATIONS The recommendations submitted in this report are based on the available subsurface information obtained by PSI and design details furnished by the client for the proposed project. If there are revisions to the plans for this project, or if deviations from the subsurface conditions noted in this report are encountered during construction,PSI should be notified immediately to determine if changes in the foundation recommendations are required. If PSI is not notified of such changes, PSI will not be responsible for the impact of those changes on the project. The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional advice contained herein have been made in accordance with generally accepted professional Geotechnical Engineering practices in the local area. No other warranties are implied or expressed.This report may not be copied without the expressed written permission of PSI. After the plans and specifications are more complete, the Geotechnical Engineer should be retained and provided the opportunity to review the final design plans and specifications to check that the engineering recommendations have been properly incorporated in the design documents. At this time, it may be necessary to submit supplementary recommendations. If PSI is not retained to perform these functions, PSI will not be responsible for the impact of those conditions on the project. This report has been prepared for the exclusive use of City of Corpus Christi Department of Engineering Services for specific application to the proposed London Area WW Collection System Improvements to be constructed at Various Locations in Corpus Christi,Texas. PAGE 19 Lon n untertek APPENDIX PAGE 2O Lon n 1 Ii� 7 + 4• IW '�� r �j}�_ r� ;�S Her � ���mod: ��yr '� Y�,�}`. � t� "f a 1.a� sa! �.tij �I^<.,�.J�.1 'r.._y. � 4. tiA .,�-. • f T Illy sir' ' r.-f'yA 1y7 a.,e'1` +��y _ • s ! d >.. � x �► 'off ,•�, - i 1 A. t. 0.. 7_ Y s max.: i _ • •yf , 6 • • • C sY. ...... • ` 1 OD fr A t,T q-# • • n ; 1 • a. xf co o a F • �. m ii Z U W'I Y� W � V p • i (� O Q _ L N I M CO U .-O c s f vFuCLo . > 0 � O a c O y J u�- O x O N H -N C O c Q N r c Z� J M � N O O M y� m N O - U 7' W 4-0 A. aD � o o_ ♦� co 6 O C O 0 'i O O � U) U Z A) U a o > C) - r .O co 0- m o O J z S � C7> .. N X O (D 7 ~N O � C O D _� Y Q 5 U) < r � m Z/ j J � N O ,t O O m N M O r . W to aD D_ an no! a N 1 C XCO N (6 .-O U L on - C ° � UZ J o •� .) U Q O •ML � � W Q c 0 c 0 J c X 0 N H O CN C: O c Y41 Q LLL N r c ZJ S J M°' 0 N O O M 7 O CO N Cl) U J I C .L O m , w N a (a co o O 0 L Z Q Q Q � i 1 O � c N E O ^ Q li 04 N a) co M O a) CO U .-O — J O L a® O :3 ! J O O j N U a o � > od U W Q c O c O J e j X 7 m H M O O c � ' Q mX J./ LL co 4 A c n 0 N O O M i O O CO N Cl) U _ v .L w do O L Z Q � - 4 O y N 6 � E Q a E i.0 N E M O � ( xN 4- CO 6 O C f 0 "i O L Z O c) A) U a o W Q c 0 c 0 J O X 0 N H N O � O O co < C� n C J M v r 0O N O 't M O O CO N M • • O F. , - r 41 XD ., f • •ED wr 76 AWN t •mom •J,- . . • MITI yilk IWO , "' � � .,. i`� 3 + vie W dt �1 4 �} x- • r � a untcartek Boring Lags On London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-01 LOCATION: Latitude:27.6974'Longitude:-97.46 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 29.00 0 FAT CLAY(CH), brown,firm to hard 32 -- 33 0 86 80 28 52 5 29 -Transitions to a tan color at 6 feet 30 0 88 70 27 43 30 1_0_ —_—_ 33 1 92 75 37 38 0.67 87 15 -- i ...... ....:.:.. —— 39 ... 20 -- /... . .......:.. —— 24 25 —— 77 SILTY, CLAYEY SAND(SC-SM),tan, 19 0 47 12 24 19 5 3_0_ medium dense Boring terminated at approximately 30 feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/30/24 SEEPAGE(ft.):28 '"tertc* END OF DRILLING(ft.): 18 psi DELAYED WATER LEVEL(FT): 18 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-02 LOCATION: Latitude:27.6978'Longitude:-97.46 0 tz H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION j Q o o p WC LL z o Z) w Q PL 00 w Q can ~ j 0U' Q �Z 0 X p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 31.50 0 —— FAT CLAY(CH)with SAND, brown, 19 —— very stiff to hard P �;..., . ..,....... —— 27 0 78 75 26 49 ............ l: :.... ...... .;..:.:.. 5 30 -Transitions to a tan color at 6 feet 26 . 25 0 79 69 24 45 I 10 -- 34 �.:. ... ..:..:. ..:..:.:.. 15 .......... ......... -- 1 38 1 79 94 39 55 20 25 jK. .... b...:. ....:.:.. 25 17 SILTY, CLAYEY SAND(SC-SM),tan, 30 0 43 11 27 22 5 3_0_ medium dense Boring terminated at approximately 30 feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/30/24 SEEPAGE(ft.):28 ntotek END OF DRILLING(ft.): 18 psi DELAYED WATER LEVEL(FT): 18 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-03 LOCATION: Latitude:27.6978'Longitude:-97.46 ° 0 tz H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d LJJ~ 0 � cn 2.0 4.0 6.0 0 3 LU UX }LL a W SOIL DESCRIPTION U j Z Q _ o � o p Z o WC LL w U) Q 0 0 w Q can ~ j U Q <— TL��� p t: o � U Of a a s 20 40 60 z Z) Elevation: 28.50 0 FAT CLAY(CH)with SAND, brown, 25 0 74 85 27 58 very stiff —— 30 yiC.0 ...:....:. ..: FAT CLAY(CH),tan,very stiff 5_ 29 0 87 66 28 38 29 27 0 89 66 25 41 3.39 95 10 23 ..;.I...:..:..:.. .. 1_5_ \..�.. ......... .......:.. 36 cC 20 . . . . . . . . . . . . 35 0 91 82 34 48 2_5_ 1... ...... -- 37 .:..:.... ..:..:.:.. 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/30/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-04 LOCATION: Latitude:27.6978'Longitude:-97.46 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LJJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o 2 U a :3 a s 20 40 60 z Z) Elevation: 28.50 0 FAT CLAY(CH)with SAND, brown, 23 stiff to very stiff —— 32 0 83 86 27 59 (Sr 5_ 29 FAT CLAY(CH),tan,very stiff I` 29 0 89 65 38 27 �C —— 28 10 —— 20 15 -- 30 7 86 65 34 31 20 —— 36 .......:.. 25 --_ 35 0 96 83 40 43 ... ....:. ....:. .. 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/30/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-05 LOCATION: Latitude:27.6979'Longitude:-97.45 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LJJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o 2 U a :3 a s 20 40 60 z Z) Elevation: 28.00 0 FAT CLAY(CH)with SAND, brown, 31 —— stiff to very stiff 29 0 84 95 22 73 5 FAT CLAY(CH),tan,very stiff 27 27 0 87 60 31 29 l —— 25 10— 28 0 98 73 28 45 3 98 1_5_ -- ....1;.... .;. —— 31 .:. .. .. 20 -- V —— 35 . .:....:. ..:. 25— �..I.. —_—_ ....,. 34 0 99 93 37 56 O l...., 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/30/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-06 LOCATION: Latitude:27.6975'Longitude:-97.45 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 22.50 0 FAT CLAY(CH)with SAND, brown, 24 —— very stiff to hard 24 0 80 82 22 60 5— FAT CLAY(CH),tan,very stiff to hard 25 -- I. . . . . . . . . . . . . . . . . . . . . . . . 26 0 89 69 22 47 —— 26 j�:..;.... 10— 30 0 98 97 26 71 15 goring terminated at approximately 15 feet. 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER DATE: 12/30/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-07 LOCATION: Latitude:27.6967'Longitude:-97.45 0 tz H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 UX }LL a W SOIL DESCRIPTION U j Z Q _ o � o p Z o w U) Q 0 0 w Q can ~ j �U Q <— TL WC LL ��� p Z m 0 2 U Of a :3 a s 20 40 60 z Elevation: 25.50 0 FAT CLAY(CH)with SAND, brown, 30 0 82 73 22 51 —— very stiff FAT CLAY(CH),tan,very stiff to hard 5 25 0 86 71 27 44 3.97 99 -- J -- 25 . ..:...�.:..;. —_—_ 27 0 89 70 26 44 10 27 15 goring terminated at approximately 15 feet. 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER DATE: 12/30/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-08 LOCATION: Latitude:27.6959'Longitude:-97.45 0 tz H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d LJJ~ 0 � cn 2.0 4.0 6.0 0 3 CD i2' U U^ }LL a W SOIL DESCRIPTION U)Z Q _ o o p z o w U) Q 00 w Q can ~ j Q <Z TL��� p Z m o 2 U Of a � a s 20 40 60 z Elevation: 22.50 0 FAT CLAY(CH)with SAND, brown, 27 very stiff . . . . . . . . . . . . —— 27 0 80 71 32 39 -- 5— FAT CLAY(CH),tan,very stiff to hard 22 I: 23 0 86 76 23 53 —— 27 ... 10 27 6 88 70 26 44 2.77 96 15 —— 29 ... z0_ t -- 1 —— 31 25— I i 34 0 99 92 33 59 2.22 88 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/30/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-09 LOCATION: Latitude:27.6953'Longitude:-97.45 ° it NO tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ o �Lu CDcn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 22.50 0 FAT CLAY(CH)with SAND, brown, 25 —— very stiff to hard 28 ..... ,. .... ..... 5 25 0 84 56 28 28 FAT CLAY(CH),tan,very stiff 25 I —_— 28 1 92 82 27 55 1.79 95 10— —— 31 15 .. .:....... .......... .:....... ......:... :.:.. LEAN CLAY(CL)with SAND,tan, hard 19 1 76 36 19 17 20 . . . . . . . . . . . . . . ........... . —— FAT CLAY(CH),tan,very stiff 31 0 99 75 36 39 0 2.63 93 25 i 31 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 LL . . . . . . . 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/31/24 SEEPAGE(ft.):23 '"te'tc* END OF DRILLING(ft.): 29 psi DELAYED WATER LEVEL(FT):29 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-10 LOCATION: Latitude:27.6944'Longitude:-97.44 ° it NO tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ o �Lu CDcn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 25.50 0 FAT CLAY(CH)with SAND, brown, 21 —— stiff to hard 27 0 82 63 21 42 5 29 FAT CLAY(CH),tan,stiff to very stiff 30 0 89 69 23 46 C -- . . . . . . . . . . . . 27 0 86 63 24 39 10 26 15 . . . . . . . . . . . . -- 1........... ......... 34 �C 20 ........... 1 l:. _ 27 0 93 65 21 44 25— -- 29 *... 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 4J55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/31/24 SEEPAGE(ft.):23 '"te'tc* END OF DRILLING(ft.): 23 psi DELAYED WATER LEVEL(FT):23 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-11 LOCATION: Latitude:27.6937'Longitude:-97.44 ° it NO tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LJJ~ o �Lu CDcn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o 2 U a :3 a s 20 40 60 z Z) Elevation: 23.00 0 FAT CLAY(CH)with SAND, brown, 27 —— very stiff :.... . ......... -- 30 0 82 86 32 54 5 29 -- 28 I .... . -- FAT CLAY(CH),tan,very stiff 24 0 90 82 31 51 2.41 99 10- -- i ..... ...... .... . .. —— -Transitions to a tan color at 13 feet 30 0 92 77 32 45 15 . . . . . . . . . . . . . . . . . . . . . . . . :V....:...... ....:.:. —— 27 Il 20 �J —— 34 .. ......... .......... 25 — I 31 0 100 100 33 67 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/31/24 SEEPAGE(ft.):NONE ENCOUNTERED '"te'tc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-12 LOCATION: Latitude:27.6929'Longitude:-97.44 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 22.00 0 FAT CLAY(CH)with SAND, brown, 23 ............ ......... ......... ..:..:.:.. —— very stiff to hard ....;.tom.....:..:..:.. ..:......... —— 31 0 84 69 28 41 5 32 -Transitions to a tan color at 6 feet 27 1 81 61 26 35 -- 26 * .:.... ...... . 10 10 24 0 82 67 26 41 i 3.05 96 15 goring terminated at approximately 15 feet. 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER DATE: 1/24/25 SEEPAGE(ft.):NONE ENCOUNTERED '"te'tc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-13 LOCATION: Latitude:27.6926'Longitude:-97.44 0 tz H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION j Q o o p WC LL z o Z) w Q PL 00 w Q can ~ j 0U' Q �Z 0 X p Zm o 2 U a :3 a s 20 40 60 z Z) Elevation: 26.00 0 FAT CLAY(CH)with SAND, brown, 26 —— stiff to very stiff 20 0 82 80 31 49 5 20 -Transitions to a tan color at 6 feet 20 0 81 75 29 46 . . . . . . . . . . . . . . . . . . . . . . . . 20 0 78 75 30 45 10 I -- 23 X. ...... .... 15 goring terminated at approximately 15 feet. 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER DATE: 1/24/25 SEEPAGE(ft.):NONE ENCOUNTERED '"te'tc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-14 LOCATION: Latitude:27.6922'Longitude:-97.44 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LJJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o 2 U a :3 a s 20 40 60 z Z) Elevation: 26.50 0 FAT CLAY(CH)with SAND, brown, 27 —— very stiff :.... . 27 0 78 64 22 42 .:.....:...... :.:....:.:..... . 5— -Transitions to a tan color at 4 feet 28 5 I . . . . . . . . . . . . . . . . . . . . . . 28 0 78 50 19 31 24 *.:..:....:..:..:.. . 10 -- . . . . . . . . . . . . —_—_ 24 0 79 53 23 30 > 1.35 105 15 goring terminated at approximately 15 feet. 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER DATE: 12/27/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-15 LOCATION: Latitude:27.6912'Longitude:-97.44 ° 0 tz H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 UX I I IU^ }LL a W SOIL DESCRIPTION U j Z Q _ o � o p Z o w U) Q 0 0 w Q can ~ j U Q <— TL WC LL ��� p 1z o � U Of a a s 20 40 60 z Z) Elevation: 25.50 0 FAT CLAY(CH)with SAND, brown, 29 0 73 74 28 46 —— stiff to hard 31 y�.....;..:..:. ..:..:.:.. -- ..;. .... . 5_ 23 0 83 75 31 44 -Transitions to a tan color at 6 feet 28 20 0 76 51 17 34 10 --_ 22 �:.. O.. 15 goring terminated at approximately 15 feet. ...... 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER DATE: 12/27/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-16 LOCATION: Latitude:27.6902'Longitude:-97.43 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 25.50 0 FAT CLAY(CH)with SAND, brown, 30 —— very stiff to hard Q —— 26 0 81 71 25 46 5— -Transitions to a tan color at 4 feet 26 —— 29 1 82 67 30 37 1 31 0 82 77 29 48 10 22 ; .:..:.. ..:..:.:.. 15 goring terminated at approximately 15 feet. 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 15.0 Feet DEPTH TO GROUND WATER DATE: 12/27/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-17 LOCATION: Latitude:27.689'Longitude:-97.438 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 CD i2'Lu U U^ }LL a W SOIL DESCRIPTION U Q o o 0 WC LL z o o w Q 00 w Q can ~ j Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 25.50 0 FAT CLAY(CH)with SAND, brown, 26 —— stiff to hard 25 .;... . :..:..:. ..:..:.:.. 5 25 0 83 81 24 57 -Transitions to a tan color at 6 feet 24 29 0 84 61 21 40 1 IF 10 �. . . 15 . ....;..... 15— 1 FAT CLAY(CH),tan,firm to hard 24 0 99 72 30 42 �C 0.86 100 1.20 �...:..:..:1........... ..... 15 25 —_—_ 23 0 86 61 25 36 4.18 102 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/27/24 SEEPAGE(ft.):22 '"tertc* END OF DRILLING(ft.): 22 psi DELAYED WATER LEVEL(FT):22 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-18 LOCATION: Latitude:27.6882'Longitude:-97.43 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 25.50 0 FAT CLAY(CH)with SAND, brown, 20 —— very stiff to hard �...,.,r..; .. 28 0 84 65 23 42 . 5— -Transitions to a tan color at 4 feet 22 1 79 67 24 43 — LEAN CLAY(CL)with SAND,tan, very 16 ?� stiff to hard —_—_ 17 0 77 41 18 23 �.;..;.. < 4.61 113 10 —— FAT CLAY(CH),tan,very stiff 15 I: . . . . . . . . . . . . —_—_ 23 0 96 50 26 25 2.08 104 20 -- SZ22 19 I.:..:..:....:.:. ........... ......... ......... .... .... 25 22 20 30 goring terminated at approximately 30 —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/27/24 SEEPAGE(ft.):21 '"tertc* END OF DRILLING(ft.): 16 psi DELAYED WATER LEVEL(FT): 16 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-19 LOCATION: Latitude:27.6861'Longitude:-97.43 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 23.00 0 FAT CLAY(CH)with SAND, brown, 19 stiff to hard q —— 26 0 82 81 34 47 .............. 5— -Transitions to a tan color at 4 feet 29 -- 30 0 81 71 30 41 ..:..:C —— 21 10 goring terminated at approximately 10 —— feet. 15 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 10.0 Feet DEPTH TO GROUND WATER DATE: 12/23/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-20 LOCATION: Latitude:27.6841'Longitude:-97.43 ° 0 tz H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 LU UX }LL a W SOIL DESCRIPTION U j Z Q _ o � o p Z o w U) Q 0 0 w Q can ~ j U Q <— TL WC LL ��� p 1z o � U Of a a s 20 40 60 z Z) Elevation: 23.50 0 FAT CLAY(CH)with SAND, brown, 23 0 81 56 21 35 stiff to very stiff —— -Transitions to a tan color at 2 feet 32 ........... 5 32 1 79 87 31 56 —— 25 Xy . 10 goring terminated at approximately 10 —— feet. 15 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 10.0 Feet DEPTH TO GROUND WATER DATE: 12/23/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-21 LOCATION: Latitude:27.6821'Longitude:-97.43 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 26.00 0 FAT CLAY(CH)with SAND, brown, 23 —— very stiff to hard 29 0 84 70 26 44 5— -Transitions to a tan color at 4 feet 29 21 0 81 53 17 36 3.6 104 -- 21 0...:..:..:.. . 10 goring terminated at approximately 10 —— feet. 15 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 10.0 Feet DEPTH TO GROUND WATER DATE: 12/23/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-22 LOCATION: Latitude:27.6801'Longitude:-97.43 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LJJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o 2 U a :3 a s 20 40 60 z Z) Elevation: 28.00 0 FAT CLAY(CH)with SAND, brown, 21 —— very stiff to hard ...,.,r..; ......... 27 0 81 57 23 34 5— -Transitions to a tan color at 4 feet 29 0 84 79 24 55 -- 29 I..... . -- 26 x:..:....:...... 10 goring terminated at approximately 10 —— feet. 15 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 10.0 Feet DEPTH TO GROUND WATER DATE: 12/23/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-23 LOCATION: Latitude:27.6781'Longitude:-97.43 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LJJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o 2 U a :3 a s 20 40 60 z Z) Elevation: 28.00 0 FAT CLAY(CH)with SAND, brown, 23 —— stiff to very stiff ✓� I/. 24 0 77 60 23 37 — -Transitions to a tan color at 4 feet 26 — J. 26 0 77 50 19 31 -- 29 10 goring terminated at approximately 10 —— feet. 15 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 10.0 Feet DEPTH TO GROUND WATER DATE: 12/23/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-24 LOCATION: Latitude:27.676'Longitude:-97.438 0 tz H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 �� CD i2' U U^ }LL a W SOIL DESCRIPTION U)Z Q _ o o p z o w U) Q 00 w Q can ~ j Q <Z TL��� p Z m o 2 U Of a � a s 20 40 60 z Elevation: 27.00 0 FAT CLAY(CH)with SAND, brown, 24 stiff to very stiff -- 25 ........... .. 5 27 0 78 54 21 33 -- l: -Transitions to a tan color at 6 feet 28 0 78 50 17 33 -- __ 28 X..;....; 10 goring terminated at approximately 10 —— feet. 15 20 25 30 35 40 45 50 55 COMPLETION DEPTH: 10.0 Feet DEPTH TO GROUND WATER DATE: 12/23/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-25 LOCATION: Latitude:27.6743'Longitude:-97.43 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d UJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o 2 U a :3 a s 20 40 60 z Z) Elevation: 26.50 0 FAT CLAY(CH)with SAND, brown, 25 —— stiff to very stiff —— 25 0 75 60 22 38 5 26 -Transitions to a tan color at 6 feet I 27 0 76 50 20 30 1.76 100 —— 25 10 .:..:....:..:.. . ..:..`. .. l:. 23 1 79 59 29 30 15 ......... .......... —— 21 20— ..:..:..:.. —— FAT CLAY(CH)with SAND,tan,very 32 0 88 76 33 43 25 stiff —— 7 -- 19 ....._. ....... 30 goring terminated at approximately 30 —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/23/24 SEEPAGE(ft.):28 '"tertc* END OF DRILLING(ft.): 27 psi DELAYED WATER LEVEL(FT):27 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-26 LOCATION: Latitude:27.6744'Longitude:-97.43 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 27.00 0 FAT CLAY(CH)with SAND, brown, 23 —— stiff to very stiff 22 3 73 65 34 31 .4. ....IV 5— -Transitions to a tan color at 4 feet 28 0 77 53 21 32 5 —— 26 ;. ..�..... . 25 0 71 58 24 34 10 —— 24 15 -- 26 .:..:....:...... ..:..:..:.. 20 ...... .....:.:. —— FAT CLAY(CH),tan,very stiff 29 0 86 79 28 51 .............. 25 17 1 —— 29 .... .:..:.._. ..:..:.:.. 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/26/24 SEEPAGE(ft.):25 '"tolek END OF DRILLING(ft.): 28 psi DELAYED WATER LEVEL(FT):28 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-27 LOCATION: Latitude:27.6744'Longitude:-97.43 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LJJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o 2 U a :3 a s 20 40 60 z Z) Elevation: 24.00 0 FAT CLAY(CH)with SAND, brown, 23 —— stiff to very stiff Q.. .....,.. .; .:.. —— 27 0 79 65 23 42 5— -Transitions to a tan color at 4 feet 25 -- I —— 26 0 80 57 20 37 IV > ` 2.2 97 —— 22 10 22 0 84 55 23 32 15 4 ..:.... ...... ....:.:.. 30 .. 20 -- ......... —— 77 FAT CLAY(CH),tan,very stiff 30 25 ......:....:. —_—_ 32 0 99 75 27 48 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/26/24 SEEPAGE(ft.):24 '"tolek END OF DRILLING(ft.): 28 psi DELAYED WATER LEVEL(FT):28 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-28 LOCATION: Latitude:27.6744'Longitude:-97.43 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 20.00 0 FAT CLAY(CH)with SAND, brown, 22 —— stiff to very stiff 33 �C 5— -Transitions to a tan color at 4 feet 35 0 82 83 30 53 ——_ 38 3 83 71 34 37 ..... 32 10 -- 30 � ..:.... ....:. ....:.:.. 15 I I -- .:...... ...... -- 32 .. 20 ..:..:..:... SANDY SILT(ML),tan,firm to very stiff 18 0 56 22 21 1 0.. :....:. ....:. .. 0.78 108 25 SANDY LEAN CLAY(CL),tan, very 22 0 67 15 40 16 24 3_0_ stiff Boring terminated at approximately 30 feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/26/24 SEEPAGE(ft.):23 '"tolek END OF DRILLING(ft.): 23 psi DELAYED WATER LEVEL(FT):23 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-29 LOCATION: Latitude:27.6747'Longitude:-97.42 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 19.00 0 FAT CLAY(CH)with SAND,tan,stiff to 27 very stiff :.... . . . . . . . . . . . —— 37 0 81 78 42 36 . . . . . . . . . . 5 37 1 . . . . . . . . . . . . 34 0 79 60 24 36 -- 26 2.2 100 10 __ FAT CLAY(CH),tan,stiff to very stiff 25 15 I ` 15 -- 34 0 94 10 85 28 57 20— SZ /:..�..:.... .;.... . —— LEAN CLAY(CL),tan,very stiff __ 19 0 99 43 18 25 f....:. 25 _ SANDY LEAN CLAY(CL),tan, stiff to 24 17 30 very stiff Ix } 26 0 65 10 30 19 11 35 -- 25 19 ...... 40 ..1..... ...... :..:.:.. . . . . . . .. . ... ... . 26 16 45 50 goring terminated at approximately 50 feet. 55 COMPLETION DEPTH: 50.0 Feet DEPTH TO GROUND WATER DATE: 12/26/24 SEEPAGE(ft.):23 '"tolek END OF DRILLING(ft.): 11 psi DELAYED WATER LEVEL(FT): 11 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-30 LOCATION: Latitude:27.7061'Longitude:-97.46 0 tz H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION j Q o o p WC LL z o Z) w Q PL 00 w Q can ~ j 0U' Q �Z 0 X p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 12.00 0 FAT CLAY(CH)with SAND, brown, 37 —— stiff to very stiff x —— 22 i 5_ 29 0 75 61 21 39 -Transitions to a tan color at 6 feet 30 f I 1 31 0 79 68 17 51 10 26 15 17 -- __ CLAYEY SAND(SC), grey, loose 21 7 41 2 47 17 30 20 --: . —— FAT CLAY(CH),tan,stiff to very stiff 26 0 99 72 37 35 �E 1.71 94 25 1: —30 — 26 _ IC' 26 0 96 52 20 32 ! 1.3 100 35 —— 28 I� 40 -- 27 ...... .. 45— I 29 0 100 71 27 44 50 goring terminated at approximately 50 feet. 55 COMPLETION DEPTH: 50.0 Feet DEPTH TO GROUND WATER DATE: 1/2/25 SEEPAGE(ft.): 15 '"te'tc* END OF DRILLING(ft.): 9 psi DELAYED WATER LEVEL(FT):9 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-31 LOCATION: Latitude:27.7077'Longitude:-97.46 ° 0 tz H Q HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 Lu UX I I IU^ }LL a W SOIL DESCRIPTION U j Q o o p WC LL Z o o w Q 00 w Q can ~ j �U Q <Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 9.00 0 FAT CLAY(CH)with SAND, brown, 22 —— very stiff to hard �..., —— 26 0 84 82 35 47C: 5_ 26 23 0 72 60 24 36 26 yK;..;. 10 —— FAT CLAY(CH),tan,very stiff to hard 31 0 97 78 26 52 15 ':.:....:...... ....:..:.. 1.:..:M .:..:..:. ..:..:.:.. -- 1 23 .. . 20 —— 21 17 25 I: —— 25 )K. .... ..._. ..:. :.:. 30 —_—_ 28 0 100 73 27 46 I,..... 2.5 98 35 -- 24 .:.:.. 40 . . . . . . . . . . . . LEAN CLAY(CL),tan,stiff to very stiff 22 0 97 33 18 15 '..;.�1 E-Ni > 3.02 105 45 — I -- 25 18C 50 goring terminated at approximately 50 feet. 55 COMPLETION DEPTH: 50.0 Feet DEPTH TO GROUND WATER DATE: 1/2/25 SEEPAGE(ft.):25 '"te'tc* END OF DRILLING(ft.): 18 psi DELAYED WATER LEVEL(FT): 18 intertek. KEY TO TERMS AND SYMBOLS USED ON LOGS psiROCK CLASSIFICATION CONSISTENCY OF COHESIVE SOILS ROCK QUALITY CONSISTENCY N-VALUE SHEARSTRENGTH HAND PEN VALUE RECOVERY DESIGNATION (ROD) (Blows/Foot) (tsf) (tsf) Very Soft 0 TO 2 0 TO 0.125 0 TO 0.25 DESCRIPTION OF %CORE DESCRIPTION OF ROCK ROD Soft 2 TO 4 0.125 TO 0.25 0.25 TO 0.5 RECOVERY RECOVERY QUALITY Firm 4 TO 8 0.25 TO 0.5 0.5 TO 1.0 Incompetent <40 Very Poor(VPo) 0 TO 25 Competent 40 TO 70 Poor(Po) 25 TO 50 Stiff 8 TO 15 0.5 TO 1.0 1.0 TO 2.0 Fairly Continuous 70 TO 90 Fair(F) 50 TO 75 Very Stiff 15 TO 30 1.0 TO 2.0 2.0 TO 4.0 Continuous 90 TO 100 Good(Gd) 75 TO 90 Hard >30 >2.0 OR 2.0+ >4.0 OR 4.0+ Excellent(Exlnt) 90 TO 100 SOIL DENSITY OR CONSISTENCY DEGREE OF PLASTICITY OF COHESIVE SOILS DENSITY CONSISTENCY THD DEGREE OF PLASTICITY SWELL POTENTIAL (GRANULAR) (COHESIVE) (BLOWS/FT) FIELD IDENTIFICATION PLASTICITY INDEX(PI) Very Loose(VLo) Very Soft(VSo) 0 TO 8 Core(height twice diameter)sags under None or Slight o to 4 None own weight Loose(Lo) Soft(So) 8 TO 20 Core can be pinched or imprinted easily Low 4 to 20 Low with finger Medium 20 to 30 Medium Slightly Compact Stiff(St) 20 TO 40 Core can be imprinted with considerable (Slcmpt) pressure High 30 to 40 High Compact(Cmpt) Very Stiff(VSt) 40 TO 80 Core can only be imprinted slightly with fingers Very High >40 Very High Dense(De) Hard(H) 80 TO 5'7100 Core cannot be imprinted with fingers but can be penetrated with pencil Very Dense(VDe) Very Hard(VH) 511/100 to 0"/100 Core cannot be penetrated with pencil BEDROCK HARDNESS MOISTURE CONDITION OF COHESIVE SOILS MORHS' CHARACTERISTICS EXAMPLES APPROXIMATE THD DESCRIPTION CONDITION SCALE PEN TEST Sandstone,Chert,Schist,Granite, Very Hard 0"to Absence of moisture, 5.5 to 10 Rock will scratch knife Gneiss,some Limestone (VH) 2'7100 dry to touch dusty, DRY 3 to 5.5 Rock can be scratched Siltstone,Shale,Iron Deposits,most Hard(H) 1"to with knife blade Limestone 511/100 Damp but no visible water MOIST 1 to 3 Rock can be scratched Gypsum,Calcite,Evaporites,Chalk, Soft So 4"to Visible free water WET with fi ( )ngernail some Shale 6"/100 RELATIVE DENSITY FOR GRANULAR SOILS SAMPLER TYPES SOIL TYPES APPARENT SPT CALIFORNIA MODIFIED CA. RELATIVE DESNITY (BLOWS/FT) SAMPLER SMAPLER DENSITY(%) (BLOWS/FT) (BLOWS/FT) Very Loose 0 to 4 0 to 5 0 to 4 0 to 15 NO TXDOT SHELBY CLAY(CL) CLAY(CH) SILT Loose 4 to 10 5 to 15 5 to 12 15 to 35 SAMPLE CONE TUBE Medium Dense 10 to 30 15 to 40 12 to 35 35 to 65 ° Dense 30 to 50 40 to 70 35 to 60 65 to 85 LIMESTONE SHALE SANDSTONE NO ROCK SPLIT ° Very Dense >50 >70 >60 85 to 100 RECOVERY CORE SPOON ABBREVIATIONS III SAND GRAVEL FILL PL—Plastic Limit Qp—Hand Penetrometer AUGER '°= LL—Liquid Limit Qu—Unconfined Compression Test SAMPLE0 WC—Percent Moisture UU—Unconsolidated Undrained Triaxial WATER SEEPAGE Note:Plot Indicates Shear Strength as Obtained By Above Tests ASPHALT CONCRETE CHALK WATER LEVEL AT END OF DRILLING CLASSIFICATION OF GRANULAR SOILS U.S.STANDARD SIEVE SIZE(S) 6" 3" 3/4" 4 10 40 200 BOULDERS COBBLES COARSE AVE FINE COARSE MEDIUM FINE SILT OR CLAY I I nw� CLAY intertek ' COMPLETE BUILDING1 1 Everything you need from start to finish-Assurance,Testing, Inspection,and Certification Building Systems Environmental Consulting Consulting & Geotechnical Services Industry professionals provide Assuring site and subsurface a variety of acoustic,fire,AV, conditions meet the criteria for roofing system and enclosure purchase,development and consulting services to ensure construction. proper design and installation of a building's critical systems. Decommissioning & Due Diligence Building Product & Supporting the redevelopment Construction Materials and transfer of property assets Testing via environmental and property Providing testing for virtually all assessments and engineering \ types of building products, services. construction materials,and systems for safety,retail,code, and performance purposes, loll loll logo■e logo■e logo■se■ ■10 sell Property Product Certification Management & Code Evaluation Support Services The ETL and Warnock Providing a variety of Hersey Marks show a building systems testing, product or system's inspection,and consulting conformance to code and services to optimize the value and life of the ensures the on going property asset. verification of compliance. Mock-Up & Field Testing , _ Field Labeling On-site(air infiltration,water J Providing on-site services of leakage,and structural opening systems that need performance for fenestration) 1 to be re-labeled or making or in lab validation of a curtain recommendations for wall's design,workmanship,and upgraded materials. material selection to ensure its performance. Building Enclosure Commissioning Industrial Hygiene Services Design and construction Assessing a building or facility for professionals provide a variety of sources(air,asbestos, solutions to reduce the lead,mold)to minimize the risk of potential for premature factors adverse to human health. building failure,increase a building's energy efficiency, and expected life cycle. BCFSNA030-2P TOTAL QUALITY. ASSURED. intertek . psi The ever increasing challenges of designing,constructing,and maintaining a building can be difficult for any organization to navigate. From compliance to local and national codes,to ensuring an efficient design,to property management,Intertek-PSI's team of architects, engineers,scientists,and technicians understand firsthand the complexities of successfully constructing a commercial building. Our full suite of services give us unique insight into all phases of a project. Regardless of the project size or complexity, Intertek-PSI delivers engineering,consulting,and testing services to support site selection,design,construction, and property management. • As a leader in providing comprehensive solutions to industries around the globe,Intertek-PSI prides itself on bringing the expertise and services necessary for our clients to meet all of their needs across their entire operation.Our Assurance,Testing,Inspection,and Certification (A.T.I.C.)suite of services ensures that whatever your needs may be-assurance,testing, inspection,certification,or all of the above,that those needs will be met by Intertek-PSI. IF 800.WORLD.LAB � icenter@intertek.com Ej intertek.com/building Intertek Building&Construction Group / A diverse range of services from geotechnical investigations,due diligence, industrial hygiene,and site surveys,for your building environment. Our expertise offers engineering,consulting,evaluation,and peer review to ensure a well designed project. \ The most comprehensive suite of testing and certification services for construction materials and building products. Vital services throughout the construction process including inspection, testing,monitoring,mock-ups,and consulting. n Evaluation of a building's condition through inspection and testing, - investigation,and remediation plan development. Services that expedite and ensure compliance of the transferor decommissioning of property or building. APPENDIX 2 Supplemental Geotechnical Engineering Report — London Area WW Collection System Improvements — Horizontal Directional Drilling (HDD) Reommendations, Professional Service Industries, Inc. (PSI), February 12, 2025 l ntertek Intertek-PSI Tel+1 713 224 2047 3730 Dacoma St Fax+1 713 682 2665 Houston,Texas 77092 February 12,2025 City of Corpus Christi Department of Engineering Services 1201 Leopard Street Corpus Christi,Texas 78401 Attn: Norberto"Bert"Garza,Jr. Engineer I Re: Geotechnical Engineering Report London Area WW Collection System Improvements Various Locations Corpus Christi,Texas PSI Project No.0312-3426-S1 Dear Mr.Garza: Professional Service Industries,Inc.,an Intertek company, is pleased to submit this Supplemental Geotechnical Engineering Report for the above-referenced project.This report presents the design recommendations for the proposed Horizontal Directional Drilling (HDD). PSI performed geotechnical services for this project site and presented the findings and recommendations in PSI Report No.312-3426 dated February 10,2025.The results of the prior soil borings and laboratory testing have been utilized in preparing the maximum and allowable drilling pressures for HDD Installation provided in this report. HORIZONTAL DIRECTIONAL DRILLING(HDD)RECOMMENDATIONS Based on information provided by the Client and PSI's review of a site plan entitled "London Area Wastewater Collection System Improvements", prepared by UA Engineering,the proposed project consists of drilling horizontal bores for a 16-inch Force Main crossing OSO Creek, a 10-inch Force Main crossing SH 286 and a 10-inch Force Main crossing Weber Road (FM 43). Boring B-8 and B-9 as marked in the drawings shown in Figure 1-A(Plate 1) and Figure 1-6 (Plate 2)were used at the SH 286 Site. Boring B-17 and B-18 as marked in the drawing shown in Figure 2 (Plate 4)were used at the Weber Rd.Site and boring B-30 and B 31 as marked in the drawings in Figures 5-A through 5-D (Plate 6 through Plate 9) were used at the OSO Creek Site. The borings logs for the HDD sections are presented in the appendix. Recommendations with respect to maximum and allowable drilling pressures based on Queen's equations for 6-inch pilot hole are provided in the following sections of this report. HDD INSTALLATION The drilling pressure used for installation should not allow for either"blowout"or hydro fracture of the soils during installation. The maximum drilling pressures based on a pilot hole diameter of 6-inches should not exceed those reported in Figure 2 (Plate 3)for the SH 286 site., Figure 4(Plate S)for the Weber Rd. site and Figure 6 (Plate 10) for the OSO Creek site. The minimum required drilling pressure to achieve adequate return during drilling should be computed by the contractor to ensure that the maximum allowable pressure is not exceeded.These computed pressures are not applicable during the reaming process.Drilling pressures are calculated based on the client provided plan and profile of the pipeline and ground elevation. Plates 1 www.intertek.com/building London Area WW Collection System Improvements PSI Project No. 312-3426-S1 Various Locations,Corpus Christi,Texas February 12,2025 through 10 are presented in the Appendix. For Drilling pressure calculations, the interpreted soil parameters are presented in Table 1, Table 2, Table 3 and Table 4. The boring elevations for borings mentioned in the tables below are based on the provided information in the drawing and google earth. TABLE 1:SOIL PARAMETERS FOR DRILLING PRESSURE CALCULATION AT SH 286 SITE(BORINGS B-8 AND B-9) Elevation Layer Thickness (feet) Total Unit Weight Cohesion phi(deg.) (feet) Top Bottom (pcf} (psf} Clay 1 10 +22.5 +12.5 115 1,800 Clay 2 10 +12.5 +2.5 120 2,700 Clay 3 10 +2.5 -7.5 120 2,200 • Water table was assumed at Elevation-6.5 ft based on Boring B-09. TABLE 2:SOIL PARAMETERS FOR DRILLING PRESSURE CALCULATION AT WEBER ROAD SITE(BORINGS B-17 AND 18) Elevation Thickness ( )feet Total Unit Weight Cohesion Layer (feet) Top Bottom (pcf) {psf) Phi(deg.} Clay 1 10 +25.5 +15.5 115 2,500 - Clay 2 10 +15.5 +5.5 120 2,000 - Clay 3 10 +5.5 -5.5 120 2,000 - • Water table was assumed at Elevation+9.5 ft based on Boring B-17. TABLE 3:SOIL PARAMETERS FOR DRILLING PRESSURE CALCULATION AT OSO CREEK SITE STA 1+00 TO 8+00(BORING B-30) Elevation Thickness ( }feet Total Unit Weight Cohesion Layer {feet} Top Bottom {pcf) (psf) Phi(deg.) Clay 1 10 +12 +2 115 1,200 - Clay 2 10 +2 8 115 1,200 - Clay 3 15 -8 23 120 1,700 - Clay 4 15 -23 -38 125 2,500 • Water table was assumed at Elevation+3 ft based on Boring B 30. Page 1 2 London Area WW Collection System Improvements PSI Project No.312-3426-S1 Corpus Christi,Texas February 12,202S TABLE 4:SOIL PARAMETERS FOR DRILLING PRESSURE CALCULATION AT OSO CREEK SITE STA 8+00 To 15+00(BORING B-31) Elevation Layer Thickness (feet) Total Unit Weight Cohesion phi(deg.) (feet) (pcf) (psf) Top Bottom Clay 1 10 +9 -1 120 2,500 - Clay 2 10 -1 -11 120 2,500 - Ciay 3 10 -11 -21 120 2,500 - Clay 4 10 -21 -31 125 2,500 - Clay 4 10 -31 -41 125 3,000 - • Water table was assumed at Elevation+3 ft based on Boring B-30. The maximum allowable pressures calculated based on a 6-inch pilot hole with a factor of safety of 2.0 are shown on Figure 2 (Plate 3) , Figure 4 (Plate 5) and Figure 6 (Plate 10) for the sites at SH 286,Weber Rd., and OSO Creek respectively.The recommended pressures are calculated based on Queen's equations. For clay soils, the maximum allowable pressure is determined based on the Queen's equations. For sand soils,the maximum allowable pressure is determined based on the Delft equations. London Area WW Collection System Improvements PSI Project No.312-3426-51 Various Locations,Corpus Christi,Texas February 12,2025 CLOSING The recommendations submitted in this report are based on the information provided to us and are within the standard of care for similar projects and are subject to the report limitations presented in PSI's original Report No 312-3426.We trust the recommendations provided above meet your project needs at this time. If you have questions, please let us know. Respectfully submitted, PROFESSIONAL SERVICE INDUSTRIES,INC.(PSI) Texas Board of Professional Engineers and Land Surveyors Certificate of Registration#F003307 Anusha Vajapeyajula, E.I.T., Louis Ratcliffe, E.I.T. Staff Engineer Project Engineer 1� Kishor Rawal,P.E. Shai ��fictry , P.E. Geotechnical Department Manager C nee •'••:rqp 1i S.N .. ....:IENDL6 •:''i Appendix: AS 44485 • ••••�� Plates i through 10 �'<�ss��fNSEa.�����`�s Boring Logs for HDD Crossings Page 1 4 APPENDIX 11, Ln N O N N � N � M rl W N i ' JN; d I W8r) AM Npo eact f au a3a Nnu Aei sa�waS 6uuaau!6u3(o juawpoda0 t tal O m (oo+L4'ws-OO+Zf 'Y15) K1 a2i M ym�/zc%a f l ONR133NIJN3 YI"7 SVX31 0 371JWd ONY NYId A 3NIi35Y9 US18HO Sl1ddOJ / ADO N +z /WOL 'M 50KL ^. z Fii AB A�NO 5350d 101 ��� w_ �I W xaln3a MIif31Nl ao� SIN3WJAOddW1 W31SAS N011031100 J sil is NnONG 0ar3i8 d31YM31SYM V32]V NOON07 v - ulwens%ooL 0 a I V 00+Zk 3NI7H91VW if 8 M m J J o g� I r N 0 yy� \ze cn __ 2p2■ W�y �F gg Co $II �a1� ®g d 00 N Cl) w � O rx yCL Q. S 12 Id 3CL + 4.1 OL j f C I III j A I 4 a U) Ij I � � U . v I n II I a:e r s a_LLl I IR I v g Qj N I I 1 U �At� st lotl~ FU XI I ' I WNS)I 3NpaW %M3° + Z W y I I I a:mo q ..ar�aaxlu ma aue Fp 9 d R 00+Zi 3N17 H J1 YW Ili •LO > Q v S IA c Q L v° 1-1 u, V1 N O N N N M N 'DI4008nd uonHd aD sao!n�a5 6uuaawbu3�o tuampodat) W N i '9NGOIB'HOLL�f1a15N00 (oo+zg'Vis-00+zo, 0 ONRI33NION3 Vf"1 SYX31 371lOtlA QNY NI'ld V. 3NI73SY8 ^ M 'rzoz/zz/ol�' r1s,&,0 snmoo /o Aio N '3'd'3YY1N'M NYUO z AB A3N0 5350dal1d z M3v,3a rvla3inl and ��' S1N3W3h021dW7 W315A5 N011.331100 � ,I siR" rvnaoass 1131VM31SdM 4321t+ NOON07 (j) v wumensum 0 a a „ -- A --_y� 6 � li I— 00+Z9 3NIIH01VW T 1—^ T ?a a4 �D 47 x 7 �yG G]5 J 3❑ I� � to co __ r III ROW I cn'^ I I d g N3 z O I N x IIW + III jai a a 3 Q mo y��IIIA I .IpI � y a m L ai aj DD �yy z s I LL O - C a - $ � J v W _� 0 o I ---- - -- II 1 N a II w� Zi CL) t- $"z..r--'T.W Q ¢� ao+Zr 3N17HJ1YW w� 00 L Z F J Q v 555 LA c v° -1 Lr) V1 N O N N cy) M N •--I W M j in m 'H7 m m Z v w W u u_ v in 3 'D C N E N N ++ N X < < N co N v v a m m m — -- E E E -- ---- v) .x .x .x 0 0 E d iA � i a I 0 3 _ o � Q N o � a VI E � U 10 E a � •a - C m •S� � 0 6J _ 0 v _ o a a t E v E to v O U x aj Q L O K m ry b a m o 0 o b a U p � (isd)ainssaad pnyj (;aa;)uailena13 - a c 2 -j U° 1-1 u, V1 N O N N � N V M rl N i B 'swcae Nou�nalSNtrJ oRI olv a3a uai�Lei sa�was 6uuaaul6u3�o luau3yodaQ 0 W 1t31 TM6 RN (71JONd 'Y1.5-00+101 '3SY ' M >zoa�zz�ot ! 'JNRI33NI9N3vri IISINHO SOdN00 I� .CL10 371lObd ONY NY,d.Y,3NI735YH ,� CN z A9 aH(5350 DA Vr7 MI3 I al E M31n3a nIa31Nl ao� S1N3W3A0bdWI W31SAS N011037700 �I AlRlMOdYl31 alWn3a S11N3Nnoa SIH 2I31VM31SVM V321D NOON07 p n v jd11 wens%om 0 0- FYI boo 00+901 3N17H01Vrv �-- . 00 doaal v yi �4 co-9,- I , I 4 I C �p W av08 8393M lla g - - ; Big w _ lire it d 2 w W o CL 'A OX I III . a N r W � I �I m Q . o,g gyefi� T g �i♦ 44{ 4g4g l is i ee p M1ff - � aJ I O - g a6o? pbb F �ljy ° U I I aj QJ Qj U ru p 1111 a S'x,d �I S w R� 2 Aa�nOdM134l A:J3SOdDdd rI[L9 AIfL11:�-� O 2 Ip�l — & `> Q5O4 R R I 7� ca � 00+ 101 377HOlVry U C In O -a Q - - C i U 1-1 u, CA N O N N u7 M N W A - q q M o o z -;- - � LL -- O m o. CL v v I I v v � I I i d • N v 0 'a (7 o E E E L a a a 11 c o c O ........ _. Y . ____.____i -------�i _ i__t___I... L o i a ii ; Ili is I ii v � � � I = > T-jTT-1- 0 - O 11 — — o m N i I i i I I i c �—T •� I O N — U IL N I . aj � N -Ca a (Isd)ainssaad pnUU (laa})u01lenal3 c v° r-1 LP) VI N O N N l0 M N g S3SIDIH d wMld HD —1—S 6uuaaw6u3;o;uawyodap W i 'swaare'Non�nMENoO oa�� �aa weu aae< (00+v •ru 00+0•riS) '� aw a=m m>oN ems ONRI33NION3 V SYX31 37L10NA ONY NVId,9,3Nf73SY9 & M •ezoz/zz/ol No•earl IlSINHO S!!dtlOO {c AIDa N 3 d 3,V W315'M NYIAG O g -..... ^ p a A9 A"1N0 s350datld S1N3 SSry z M31AIN Aa31NI ao3 1M3h021dW! (S NO11J3170O I .I A194*dR31 03SVT3a vry ILLsi iN3 n�oa �Hi 831YM31SVM V38Y NOON07 v 7vlllwens%ooL 0 L a N n gdg t 00+110 3N17HDlYW s —� -- I I I` Fig P, I a �J t 1 O oIjJIf Li 4 CL Ad - 34 I z I xc ITS." ale€x . sY'i $ yy1 yoga y 1 itp6 I R = H �'7L MG a Za s a ib IF� a 11 $ 1t•� b I > g I Qj I'I P Igo- WI I'1 u - 1, I, iii fR y 1 p ry N V O I i ++ 1 so'unu'r w J U I � U f6 w \ x Ozw 1 I tt Q � I O O Q L v° 1-1 u, VJ N O N (14 „g 's3sodand 1IWa3d aD -01-OS&V-416w3 10 J-.Vadap tp 'oNtaGIE'NOUnHMOD M11 on oam wma 3dai (00+6 'Y15 —00+► 'Y1S) h•7 C` N ?D3 affin 33�T*6 va ONRI33NION3 VrVryl SYX31 371i011d ONY NY7d A W73SM "g� M .—I 3ztlz/zz oN O'c I151?1H0 SndN00 {o (LIO N I W c A i AS AdNO =odbnd m M3n3a wia3Iui am 91N3W3AOdc M1 W31SlS NO1103110O nl i si' N wnxaS Mb 831YM31SYM V38Y NOONO7 a z v ldlllwans%004 Il v 0 d 00+60 3N17HO1VW _ I I I F :h I 3d I I a I ' 1 EL.w O 1 � Q (n 0 I N I° Ei lI 1 I I I ' e a g PHaj I �' aj m I , > ci N j '{I♦ d���c o 0 L 0 V) w� I jF I AL F 1 Ct� ,TIi U zpJ vrwa.r,0. �o� c N'3Ri6A ANW.W�Atl151K3' 00+F0 3N11HOlYW w� aj Z'o U C ,n O :5 l3 Q C i -j U° 1-1 u, V1 N O N N 00 M N n 1 'S3SOdHQd IM3d aD SaJ!/J35 6uu3au!bu3 p j—pw dad tp� W N i '9NGOIB'NouonH1SN00 eo[�-�'on d3a naia=dei My am am 33 rn s ua SVX31 (vo+>1 its-oo+a ris) N t1 �ONRJ33NION3 VPl 371307ld QNY NYId.8. 3NI73SYB M 'rzoz/z/ol�' 1 11s,&,0 sn moo /o Aio a N '3'd'3YY1N'M NYUO y; n� (] � �� AB A3N0 5350dal1d _.._. z M3vaa rvia3ini and Vr' S1N3W3h021dW1 W315A5 N0 11 33 11 0 0 ,I 39 � siR"�rvnOOG S 1131VM31SdM 4321t+ NOON07 v wumens%om 0 a � ; U k 00+>! 3NIlHOlVW s I ry %-7 1 Cam; o O 12 N a W l O � I I•�o '.m N J�Q Q �,' I I � Q r`h a a� f I, �,I ISCPAWTf I SRUMENT� Q g � W ^ CL o - In i gg cn c +a ° u I v o V) pf si z'w Ni �" ,•" s oz� o� OO+gO 3NI7NOlYlY UD u F J 0 M Q 555 LA c Q L v° 1-1 u, V1 N O N N d1 M N p! 'S35odand IM3d aD sa�!n�a5 6uuaau!bu3 p Z—pw dad W q W N i '9NGOIB'NouonH15N00 eo[�-�'on�3a naia=dei I 0 p rou aos ate ONRJ33NIJN3 VP'1 SVX31 371308A QNY Nvld.9, 3NI735Y8 FFl5 M 'rzoz/zz/o �' ustaN0 SRdM00 /o .1110 N '3'd'3YY1N'M MfkO —....• ^ I QI AB A3N0 5350dal1d z M3v,3a rvla3ini and S1N3W3h021dW7 W315A5 N011.331100 I � I Vr7 LL si INAMOOGSSIHI 831VM31SVAA V38V NOONOI w-umens%006 O L l �f IJ— I i - � I � 11 yam 4 l g Q Ca I� w jI it 3a Q I W q E21 T. O I li I•I, ,}i l � � fn tl s i I 4111J _ , G^I T"i LL to �- g f Wd U0> x �,��€ 11FH si R + - oz�y g mLA 00+#1 3N17HJ1VW $ _ o Q v 555 LA c Q L v° -1 Lr) V1 N � O N N O M � .N-I i W z LL N E E v m m E N ti m m io N E p E E E a A 0 0 - O N L I y _ m a a� c C O d a` a II I Ln v a TT O E v v � o N �' U X p aJ 'i a o m a o o� a m Q U , LA (isd)ainssaad pnW (laa;)UOilenaJ3 O :5 � Q C: L v° London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas BORING B-08 Project No. 0312-3426 LOCATION: Latitude:27.6959°Longitude:-97.453° 0 H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d LU~ � cn 2.0 4.0 6.0 0 3 CD i2- U U^ }LL a W SOIL DESCRIPTION Z Q o o 0 z o WC LL w U) Q 00 w Q can ~ j Q <Z TL��� p Z m 0 2 U a � a s 20 40 60 z Elevation: 22.50 0 FAT CLAY(CH)with SAND, brown, 27 very stiff . . . . . . . . . . . . —— 27 0 80 71 32 39 -- 5— FAT CLAY(CH),tan,very stiff to hard 22 23 0 86 76 23 53 —— 27 ... 10 -- 4 27 6 88 70 26 44 2.77 96 15 -- I ...... ...... ....:.:.. —— 29 ... z0iV _ t -- 1 —— 31 25— I i 34 0 99 92 33 59 2.22 88 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/30/24 SEEPAGE(ft.):NONE ENCOUNTERED '"tertc* END OF DRILLING(ft.): NONE ENCOUNTERED psi DELAYED WATER LEVEL(FT):NONE ENCOUNTERED London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-09 LOCATION: Latitude:27.6953'Longitude:-97.4516' it NO tz H 0 HAND PEN(TSF) UNC CMP(TSF) d �~ o � 2.0 4.0 6.0 0 cn �� Lu U U^ }LL a W SOIL DESCRIPTION Q � o o p z o w U) Q 00 w Q can ~ j Q <Z TLeC- � p Z m o 2 U Of a :3 a s 20 40 60 z Elevation: 22.50 0 FAT CLAY(CH)with SAND, brown, 25 —— very stiff to hard 28 X..... .......... 5 25 0 84 56 28 28 —— I..:.... .: FAT CLAY(CH),tan,very stiff 25 I —_— 28 1 92 82 27 55 A 1.79 95 10— -- 31 ......:. ..:. 15 .. .:....... .......... .:....... ......:... :.:.. LEAN CLAY(CL)with SAND,tan, hard 19 1 76 36 19 17 20 . . . . . . . . . . . . —— FAT CLAY(CH),tan,very stiff 31 0 99 75 36 39 2.63 93 25 i 31 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/31/24 SEEPAGE(ft.):23 END OF DRILLING(ft.): 29 psi DELAYED WATER LEVEL(FT):29 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-17 LOCATION: Latitude:27.689°Longitude: 97.4382° 0 tz H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d LLJ~ 0 � cn 2.0 4.0 6.0 0 3 CD i2'Lu U U^ }LL a W SOIL DESCRIPTION Q o o p WC LL z o Z) w Q PL 00 w Q can ~ j 0 Q �Z 0 X p Zm o 2 U a :3 a s 20 40 60 z Z) Elevation: 25.50 0 FAT CLAY(CH)with SAND, brown, 26 —— stiff to hard 25 .;... . :..:..:. ..:..:.:.. 5 25 0 83 81 24 57 -Transitions to a tan color at 6 feet 24 3.46 98 29 0 84 61 21 40 10 V:. . :. 15 . ....;..... 15— 1 FAT CLAY(CH),tan,firm to hard 24 0 99 72 30 42 ;C 0.86 100 20 �...:..:..:1........... ..... 15 25 1..:..... :...... .....:.:.. —_—_ 23 0 86 61 25 36 4.18 102 30 goring terminated at approximately 30 . . . . . . . . . . . . —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/27/24 SEEPAGE(ft.):22 '"tertc* END OF DRILLING(ft.): 22 psi DELAYED WATER LEVEL(FT):22 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-18 LOCATION: Latitude:27.6882°Longitude:-97.4382° NO tz H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d U~ � cn 2.0 4.0 6.0 0 3 CD i2' U U^ }LL a W SOIL DESCRIPTION U)Z Q - o o p L o w Q WU 00 w Q can ~ j 0 Q -Z TL��� p Zm o U) 2 U a :3 a s 20 40 60 z Z) Elevation: 25.50 0 FAT CLAY(CH)with SAND, brown, 20 —— very stiff to hard ..:...... ...... .. 28 0 84 65 23 42 . 5— -Transitions to a tan color at 4 feet 22 1 79 67 24 43 17 LEAN CLAY(CL)with SAND,tan, very 16 stiff to hard —_—_ 17 0 77 41 18 23 4.61 113 10 —— FAT CLAY(CH),tan,very stiff 22 15 I: . . . . . . . . . . . . —_—_ 23 0 96 50 26 25 2.08 104 20 -- SZ22 19 I.:..:..:....:.:. ......... ......... .... .... 25 -- I' I...:.... ...:..:. .:..:.:.. __ 22 20 30 goring terminated at approximately 30 —— feet. 35 40 45 50 55 COMPLETION DEPTH: 30.0 Feet DEPTH TO GROUND WATER DATE: 12/27/24 SEEPAGE(ft.):21 END OF DRILLING(ft.): 16 psi DELAYED WATER LEVEL(FT): 16 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-30 LOCATION: Latitude:27.7061°Longitude:-97.4649° 0 tz H 0 HAND PEN(TSF) 0 UNC CMP(TSF) d U-1~ 0 � cn 2.0 4.0 6.0 0 3 CD i2' U U^ }LL a W SOIL DESCRIPTION U)Z Q o � o Wp LL z o cJ w U) Q 00 w Q can ~ j Q <Z TLeC- � p Z m o 2 U Of a :3 a s 20 40 60 z Elevation: 12.00 0 FAT CLAY(CH)with SAND, brown, 37 —— stiff to very stiff x —— 22 i 5_ 29 0 75 61 21 39 -Transitions to a tan color at 6 feet I 1 31 0 79 68 17 51 10 26 15 17 CLAYEY SAND(SC), grey, loose 21 7 41 2 47 17 30 20 .......... —— FAT CLAY(CH),tan,stiff to very stiff 26 0 99 72 37 35 1.71 94 25 1: —— 33 *.. 1.77 89 30 — j : 26 0 96 52 20 32 ! 1.3 100 35 —— 28 I� 40 -- 27 ...... .. 45— I 29 0 100 71 27 44 50 goring terminated at approximately 50 feet. 55 COMPLETION DEPTH: 50.0 Feet DEPTH TO GROUND WATER DATE: 1/2/25 SEEPAGE(ft.): 15 '"te'tc* END OF DRILLING(ft.): 9 psi DELAYED WATER LEVEL(FT):9 London Area WW Collection System Improvements Various Locations, Corpus Christi, Texas Project No. 0312-3426 BORING B-31 LOCATION: Latitude:27.7077'Longitude:-97.4636' 0 tz H 0 HAND PEN(TSF) UNC CMP(TSF) d �~ 0 � 2.0 4.0 6.0 0 cn �� CD i2'Lu U U^ }LL a W SOIL DESCRIPTION Q � o o p z o w U) Q 00 w Q can ~ j Q <Z TL��� p Z m o 2 U Of a :3 a s 20 40 60 z Elevation: 9.00 0 FAT CLAY(CH)with SAND, brown, 22 —— very stiff to hard �.. —— 26 0 84 82 35 47C: -- I. 5_ 26 23 0 72 60 24 36 26 .;.40 3.61 95 10 —— FAT CLAY(CH),tan,very stiff to hard 31 0 97 78 26 52 15 -- 1 23 .. . 20 —— 21 25 17 I: —— 25 *.;.... ._. 4.92 100 30 —_—_ 28 0 100 73 27 46 I,..... 2.5 98 35 -- 24 .:.:.. 40 . . . . . . . . . . . . ....... ...... ......... LEAN CLAY(CL),tan,stiff to very stiff 22 0 97 33 18 15 < �1 F....;..> 3.02 105 45 — I —— 25 18C 50 goring terminated at approximately 50 feet. 55 COMPLETION DEPTH: 50.0 Feet DEPTH TO GROUND WATER DATE: 1/2/25 SEEPAGE(ft.):25 '"te'tc* END OF DRILLING(ft.): 18 psi DELAYED WATER LEVEL(FT): 18 Utility Permit Approval-Permit number:00002/20250311/394005/507166/UP Date of Approval:05-10-2025 UTILITY PERMIT APPROVAL ADDENDUM NO. ATTACHMENT NO.2 PAGE 14 OF 18 TO: Jimenez Maridel Date: 05-10-2025 City of Corpus Christi Application/Permit 00002/20250311/394005/507166/UP 2726 Holly Rd No.: Corpus Christi,78415 District: Corpus Christi Highway Control Section Maintenance Section County FM0043-K:At milepost 558+1.098 1557-01 Nueces Schedule Dates:from 09/01/2025 to 12/31/2025 TxDOT offers no objection to the location on the right-of-way of your proposed utility installation,as described by Notice of Proposed Utility Installation No.00002/20250311/394005/507166/UP dated 03/25/2025 and accompanying documentation,except as noted below. Work Description:This permit covers the installation of a 10"C900(DR-18)fusible PVC forcemain within an 18"C900 (DR-18)fusible PVC casing using the directional drill method beneath FM 43(Weber Rd),approximately 1.02 miles east of SH 286(Coordinates:27.688308,-97.438267).This crossing is part of a larger project that also crosses SH 286 which was also submitted under a separate application,Application Number:00002/20250307/393638/506042/UP.The casing pipe will be installed as a seamless,monolithic encasement using butt-fusion joints,consistent with the requirements of TAC§21.40,which allows non-metallic casing materials when properlyjoined.Fusible C900 PVC is being utilized as the casing material in this installation due to its high structural stiffness and protective qualities. Compared to HDPE,C900 PVC offers higherflexural strength and compressive strength,making it a suitable and equivalent material in terms of strength and protection as required under§21.40(a)(2)(A).The alignment crosses FM 43 perpendicular to the roadway and will be installed entirely by trenchless methods. No open excavations will occur within TxDOT right-of-way.The contractor will access the site using existing driveways and entrances. No vehicles,equipment,or personnel will be present within the State ROW during construction,and as such,no traffic control plan(TCP)is required.Sidewalks are located at the back of curb in this area but will not be impacted,disturbed,or closed. No signs in the State ROW will require removal. Pipeline markers will be installed at the ROW line on both sides of the crossing after installation. Full construction plan sets are not included with this submittal;however, relevant plan sheets,notes,and details pertaining to work within TxDOT ROW have been provided.At least48 hours prior to construction,the contractor will notify TxDOT byemailing CRP_Utility_Locate@txdot.gov and calling 361-739-6044 to request location of any TxDOT-owned utilities. In addition,the contractor shall notify the TxDOT East Nueces County Maintenance Office when work is to begin and provide a copy of the approved permit to David Franco at 361-215-6530 or David.Franco@txdot.gov and Esmael Hernandez at 361-289-1400 (office),361-904-9055(cell),or Esmael.Hernandez@txdot.gov.All work covered under this permit will occur outside TxDOT travel lanes,and no lane closures will be required. ****ATXDOT TRAFFIC CONTROL PLAN (TCP)OR P.E.SIGNED AND SEALED TCP IS REQUIRED TO BE USED WHILE PERFORMING UTILITY WORK INSIDE STATE RIGHT OF WAY(ROW).ATCP IS A REQUIRED COMPONENT OF AN APPROVED PERMIT.NO EXCEPTIONS.THE TCP MUST RESEMBLE THE CONFIGURATION OF THAT PORTION OF ROADWAYAND WHAT THE CREW WILL BE DOING.NIGHTTIME WORK IN STATE ROW IS NOT ALLOWED UNLESS SPECIFIC APPROVAL IS GIVEN BY THE CRP DISTRICT. WEEKEND WORK IN STATE ROW IS NOT ALLOWED UNLESS SPECIFIC APPROVAL IS GIVEN BY THE CRP DISTRICT.**** --Meets or exceeds 43 TAC.Area office has reviewed this request.Recommend approval.At least 96 hours prior to entering State ROW the contractor shall contact the maintenance office to provide the permit and notification:David Franco (Maintenance Supervisor)361-215-6530 David.Franco@txdot.gov or Esmael Hernandez 361-289-1400 office 361-904- 9055 cell Esmael.Hernandez@txdot.gov. Special Provisions: You are required to notify TxDOT 48 hours(2 business days)before you start construction to allow for proper inspection 1/2 Utility Permit Approval-Permit number:00002/20250311/394005/507166/UP Date of Approval:05-10-2025 and coordination of workdays and traffic control plans. Use the RULIS website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT.You are also required to keep a copy of this Approval and any approved amendments at the job site. When installing utility lines on controlled-access highways,access for serving this installation shall be limited to access via (a)frontage roads where provided,(b)nearby or adjacent public roads or streets,(c)trails along or near the highway right- of-way lines,connecting only to intersecting roads;from any one or all of which entry may be made to the outer portion of the highway right-of-way for routine service and maintenance operations.The Installation Owner's rights of access to the througlrtraffic roadways and ramps shall be subject to the same rules and regulations as that apply to the general public except,however,if an emergency occurs and usual means of access for routine service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public,the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and ramps as necessary to accomplish the required emergency repairs,provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for the convenience and safety of highway traffic. The installation shall not damage any part of the highway,and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. If the Utility Installation Owner fails to complywith any or all the requirements as set forth herein,the State may take such action as it deems appropriate to compel compliance. 1. PERMIT-The person in charge of this installation shall have a copy of the permit and its'attachments on the job at all times. Deviations from the approved permit must have prior approval of the Texas Department of Transportation. 2. EXISTING UTILITIES-The exact location of any utilities that may conflict with the proposed installation should be field verified bythe installer during 3. SAFETY-Warning and protective devices, including flagmen,shall be used to prevent creation of a traffic hazard and to ensure the safety of the public in accordance with the Manual of Uniform Traffic Control Devices. Parking of employees'cars and trucks on both sides of the pavement will be prohibited and all such vehicles shall be parked on one side of the road and in no instance closer than a minimum of eight feet from the edge of the pavement. All construction equipment and materials stored on highway right-of-way shall be stored in such a manner and at such locations(a minimum of 30 feet from nearest traffic lane)as not to interfere with the safe passage of traffic. SME-Area Engineer Review Review Answer:Recommend Approval Response text: Proceed,as there are no conflicts with any ongoing construction projects. SME ATTACHMENTS: Included attachments: SME Answers Summary 2960171.pdf ADDENDUM NO.4 ATTACHMENT NO.2 2/2 PAGE 15 OF 18 Utility Permit Approval-Permit number:00002/20250307/393638/506042/UP Date of Approval:05-08-2025 UTILITY PERMIT APPROVAL ADDENDUM NO. ATTACHMENT NO.2 PAGE 16 OF 18 TO: Jimenez Maridel Date: 05-08-2025 City of Corpus Christi Application/Permit 00002/20250307/393638/506042/UP 2726 Holly Rd No.: Corpus Christi,78415 District: Corpus Christi Highway Control Section Maintenance Section County SH0286-A:At milepost 7.746 0326-01 Nueces SH0286-K:At milepost 7.746 0326-01 Nueces SH0286-L:At milepost 7.746 0326-01 Nueces SH0286-R:At milepost 7.746 0326-01 Nueces rSH0286-X-.At milepost 7.746 0326-01 Nueces Schedule Dates:from 09/01/2025 to 12/31/2025 TxDOT offers no objection to the location on the right-of-way of your proposed utility installation,as described by Notice of Proposed Utility Installation No.00002/20250307/393638/506042/UP dated 03/12/2025 and accompanying documentation,except as noted below. Work Description:Installation of a 10"C900 (DR-18)fusible PVC forcemain within an 18" C900(DR-18)fusible PVC casing using the directional drill method under SH 286(Crosstown Expressway),0.53 miles north of FM 43(coordinates: 27.695604,-97.452280).The fusible casing will provide a seamless,monolithic encasement, meeting the requirements of TAC Rule§21.40,which allows non-metallic casing materials when properlyjoined.The wastewater line will be installed perpendicular to SH 286 within the TxDOT right-of-way,and no open excavations will occur within TxDOT ROW.A sidewalk is present along the west ROW,tied to the back of curb of the southbound frontage road; it will not be disturbed or require closure. No signs in the State ROW need to be removed or replaced. Full construction plan sets are not included—only relevant details,specifications,and notes for work within TxDOT ROW are provided.At least 48 hours before construction begins adjacent to TxDOT ROW,the contractor will notify the TxDOT maintenance office and provide a copy of the approved permit: David Franco(361-215-6530, David.Franco@txdot.gov)and/or Esmael Hernandez(Office:361-289- 1400,Cell:361-904-9055, Esmael.Hernandez@txdot.gov).The construction work for this permit will be performed entirely outside TxDOT travel lanes,no work vehicles will be in TxDOT ROW,and lane closures will not be required. ****A TXDOT TRAFFIC CONTROL PLAN (TCP)OR P.E.SIGNED AND SEALED TCP IS REQUIRED TO BE USED WHILE PERFORMING UTILITYWORK INSIDE STATE RIGHT OF WAY(ROW).ATCP IS A REQUIRED COMPONENT OF AN APPROVED PERMIT.NO EXCEPTIONS.THE TCP MUST RESEMBLE THE CONFIGURATION OF THAT PORTION OF ROADWAYAND WHAT THE CREW WILL BE DOING.NIGHTTIME WORK IN STATE ROW IS NOT ALLOWED UNLESS SPECIFIC APPROVAL IS GIVEN BY THE CRP DISTRICT. WEEKEND WORK IN STATE ROW IS NOT ALLOWED UNLESS SPECIFIC APPROVAL IS GIVEN BY THE CRP DISTRICT.**** --Meets or exceeds 43 TAC.Area office has reviewed this request.Recommend approval.At least 96 hours prior to entering State ROW the contractor shall contact the maintenance office to provide the permit and notification:David Franco (Maintenance Supervisor)361-215-6530 David.Franco@txdot.gov or Esmael Hernandez 361-289-1400 office 361-904- 9055 cell Esmael.Hernandez@txdot.gov. Special Provisions: You are required to notify TxDOT 48 hours(2 business days)before you start construction to allow for proper inspection and coordination of workdays and traffic control plans. Use the RULIS website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT.You are also required to keep a copy of this Approval and any approved amendments at the job site. 1/3 Utility Permit Approval-Permit number:00002/20250307/393638/506042/UP Date of Approval:05-08-2025 When installing utility lines on controlled-access highways,access for serving this installation shall be limited to access via (a)frontage roads where provided,(b)nearby or adjacent public roads or streets,(c)trails along or near the highway right- of-way lines,connecting only to intersecting roads;from any one or all of which entry may be made to the outer portion of the highway right-of-way for routine service and maintenance operations.The Installation Owner's rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as that apply to the general public except,however,if an emergency occurs and usual means of access for routine service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public,the Utility Owners shall have a temporary right of access to and from the througlrtraffic roadways and ramps as necessary to accomplish the required emergency repairs,provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for the convenience and safety of highway traffic. The installation shall not damage any part of the highway,and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. If the Utility Installation Owner fails to complywith any or all the requirements as set forth herein,the State may take such action as it deems appropriate to compel compliance. 1. PERMIT-The person in charge of this installation shall have a copy of the permit and its'attachments on the job at all times. Deviations from the approved permit must have prior approval of the Texas Department of Transportation. 2. EXISTING UTILITIES-The exact location of any utilities that may conflict with the proposed installation should be field verified bythe installer during 3. SAFETY-Warning and protective devices, including flagmen,shall be used to prevent creation of a traffic hazard and to ensure the safety of the public in accordance with the Manual of Uniform Traffic Control Devices. Parking of employees'cars and trucks on both sides of the pavement will be prohibited and all such vehicles shall be parked on one side of the road and in no instance closer than a minimum of eight feet from the edge of the pavement. All construction equipment and materials stored on highway right-of-way shall be stored in such a manner and at such locations(a minimum of 30 feet from nearest traffic lane)as not to interfere with the safe passage of traffic. SME-Area Engineer Review Review Answer:Recommend Approval Response text: For the construction project CSJ 0326-01-056,which is taking place in the vicinity,the contractor is required to contact the following personnel at least 48 hours in advance(excluding weekends)to coordinate the placement of programmable message boards—one facing each direction—and to discuss the messaging that will inform the traveling public about the scheduled closure. Contact Information: • Paul Reyes(Project Manager) Phone:361-806-7952 Email:Paul.Reyes()txdot.gov • David Franco(Maintenance Supervisor) Phone:361-215-6530 Email:David.Franco(atxdot.gov • Esmael Hernandez(Maintenance Crew Chief) Office:361-289-1400 Cell:361-904-9055 Email: Esmael.Hernandez(a)txdot.gov SME ATTACHMENTS: ADDENDUM NO.4 ATTACHMENT NO.2 2/3 PAGE 17 OF 18 Utility Permit Approval-Permit number:00002/20250307/393638/506042/UP Date of Approval:05-08-2025 Included attachments: SME Answers Summary 2968059.pdf ADDENDUM NO.4 ATTACHMENT NO.2 3/3 PAGE 18 OF 18 $ saowag 5uuaau(5u3 ;o ;uaw�jodap f� 9VE-�' N'Da2 Wald 3d21 Ih o �!iW.biyy SdX31 133HS 37111 d- n �i �ONIN33NI'ON3 Hf� I1SIHHO SnddOO fO ADO vr7 S1N3W3AOHdW1 W31SdS N011037700 —i 831dM31SdM V38V NOON07 j NOLLdItlO53O A9 3LV0 'ON NOISN3tl NOI1dItlO53O A9 3LY0 'ON 71— Nasn3a u 88aaa8aaa8a8aaa�a h 8-nN n..rhem..mw A -- ------------ og ar _N»,..�..,„,...^ :....iNM< §§§§ dd<ddd FFld ld ld FFld IdFFFNddddddddFddddddd � I`o 3 wrvrvw wrvrvrvn�^dpppd a ������ � H ggaadGGGGGGH"""«"""««"" GGGGGGGG"GGGGGGG '� :..� ory GGG IIIIIIIIIIIIIIIII dGG �M�-�nnnn�n §� ,m � §§aaaasaaaasaaaaaaaaags ooa ����UM c ss.... «N F:;a�me �maa nem m gg ------ gggggggggggggg � � aadd a 8 ......�hh�� �.:�^$333�338d$$3������� dfifi......... '39'�`� � �G�h���hh�������������������Ws G�GG aaaa—n.,.�, ����� � 0�aaaaGGGGGGGGGGGG������ MOy� g��������������� `3g ������������aaaaaaaaaaaaaaaaaaaaaaaaaa �aaaa������ ��g3gggg3gg3g"gg'gg ggggggg g=g__�g�g� g�g�� � RI�� PIRR &&s8sss�5�d cj�Wp O UI WmG � 111 W ears'n zz Ica - LQ I1�11 go Zo o oN ¢ ~ W p a m � ga oho L �2^ 8 : o al U ZW—o JUZ D;I• �5�J $ P, o a a QJ u�yl I a zOy r\\^ UW CL WW cr: CL LLJ o:� U 7 Q�WOU8 �JU AINUNE3 F8 Z L ZSLU oj= s3j rs s w C Q Lu _ w z a O Z I IVI ZLu J O O W = O [ j NoutlN VN a 3''b Q CL co syoe ga N� <GWa Go 9 an3alw 3or W �a J� ppW� C9C WJ z� ei� 4 VU '---------«<— V P loHNno9 n Z o oc noOmNaYIU nnOMNNYYd � � ;Z�z IV ` ae ulnas � aw�� _ � oG Inn 'NNE 5 w-EE2 i Fa a� �� � go A =+ i Q aN 3¢N�n'ry � �- w3 0♦ II y o I > o ° 98Z H$ 0 U3 ti -'"� is sn In o � .o oho s c a o stzz- g` � o� w � g gzi 0o Z N WI= G a y �� �w " G a OMQ i1 3H5 TiIiASNV'dANb'OAHM MiS/.S Nou311100 MM VINV NoaNOI 6811Z\L-33 dO,1L1OAS1NT1 D', $ saowaS 5uuaau16u3 ;o ;uaw�jodap f� 9M-d ON'Da2 Wald dd21 o *i i SdX31 N011011a15N00!0 30N3l103S M ONIM33NI'JN3 Hf-1 -T S310N 7VN3N30 'SNOIIVU3888V 'ON3037 a 6 US18HO SIIddOO fO ADD vr704 S1N3W3/1021dW1 W31SdS N011037100 L, —i 831VM31SVM V38V NOON07 N a �j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItlOs30 A9 —0 'ON NOISI— .Nas a § o W -p A 11 g n p wIsIp _ Boas o ^e �o ��° w;=' gpz� pq - s<" �o �6 o €� 3 ao0 8 3 h �� £p°Qma 6€w�w = ���' �o m po LL g�8 - eg e� Nw a Z. aw= ep " zgp pG - e € imp �mw a � o= $ o p�o� J .ygoo K _ - F & �6 F =� � °F as=1 �'" s" �� ° a, .Ea w z :� `� °� 8i g� ?€G- o �Rgz z z �oG z= = - p€ � 'a3�..n- �� o= Fagg = a' a �sz oM, o�� €��o= � z odsgW z�ow�m € o= oawa2 ZE °< - la =giprafis �z� �s "o &wmp � pzyp z a=� o"� oW xp. _ l =w �o =n _ �s . zz.g HHE �E�z p =°= <z� g„ m p o a ;o a 3„ �gpG H. I. oa g "pip&U� Z,=wawgWa ;€„ " omLoo�w�9 wF o $EZ $ ,� s's=o o � �� 6€a"�assw� o w -zzW=e=Em za " "gyp o mE 4 a= Ww _ gyp= <o�� m s c w h e � eo-.IN x� �p � s= ;say ms a p p m= " = �a „a w" z I �IQPMQz 69m�Law� x � ��€°w ="3 zp=� �z zs �� cps€o o sa€=mW = "xg= =coi 6n�W3 90 " � z c�so�o= p FW a� �8 a wsx.�=° =a =° €s "w� m o� yy1"� � � w p< g ,wz 2 ; .zp- e= he � = o= Ld Go a=oxF W"=a€ Reg � wego _zdw_g=w€p � p � Boa t _� �_� w = ss� w p� eo � C.z.M p�� _ gym" a p $m - w= _ m E3,pW W W.b=zz Z. 1a b Jw 3� �s O, w e =s _ zea� p t �- sa` �°�j - W"'eo $o° 3 ° ���� zo s mW _ o �PQMZ �-Se 4ME 1 p w _ a €N "pFppW . w °° 's zs g- pn$ sno LL� " en �s�a ° �" � z zw€�€<�=w�go ��w n o w oa-o s� 2 w " aim- cps � W'� � a w" ao<°=4+ os"ow < .e32 62E � €_ S S �Y= �d � w ° `.-M =G� - kw%�� 8pp- E!w� o V=�€N �� g pN § a� _ �a� os� �3Wa°p w " z �w "age"g g �m oap Q � " � aV� �oQs�}3mm�� oopp� '3.�p�==�c = FG�G " waV " �� 'd G �o ZB W boa t_ p -w =" e & m �°� 3 =�s �ag =� sews=° e= _�� � aF=� 0�=J °- o1�= m m=F a���=� --a� 'aG w "� w "wy °� a "'<€' LLWso °=3n W -,.ZzMw o �� > oH 0 U� °3WE'p p°ry .xN ap3 03 N< a pSE €Gp 6�4 tf` o<pww€o - E _ °�o�: �a p p� wo aoLL= w a =3 =� ;< GaGpmw°z6GF�Z F s� occ Eat aE, a� =sr �< z s� oo �sE sgI ?_ € p"sip G m�=� o=o€ °€ w ox-a< �e =mssa�sws �= o `6��� 11 a� � oo� sso st :pp= p���e�� �sw �pa�� � w ppo�p p _ a� p__s p _ _ s o HER_ SSEH s� f= a a Jm� p€- p= = W _'_ _ =e a§ g o €e dpR 6 w doe € Ho= z o�� � � m �� �€ € §g p a o� Bw oa d p - wU° m LL�wz �a �� m '`�' ~W @ oa s 5p p a �wp y"ag ap,pws�w LL� 1 a, oso s a amp Boa wop am.E m m= :=p p => w o���eF LL;w ao a �a € „a a p " ys = wjo w wnw c �G tS�am"` 8 �t 3 �p G �= 80� Iw o j G= b = 8 - G 3 o Gw`> ��p �. m 0- 2ZfiS s xz -°-oz �. s - xW ap� vw a= 2I " 3 .__ "a Gp�"p��o="= dap E, =a a p 4 w @n a� o= €ep G=" g°� 9 .N 8 a w ffi� 9p �Jwo°E,=w�8 dp r�> E," $dw Q. - sd3 � etl�F�s°� Wp �w" mop p° �n " p zz H°°M�� en s= � pz "� �� � �� z s& �3 _ W e o e pm=pp =n an - ;wm =_ nG so= osp z =€pp�--0-„ �� ems° a R OM -p.� o� a=s � m," pil,§<°y�S�pw,q � 8 ��Maosg o F Gw as a io p —fl H onx��p�Q 3o "Eg ewF "zw <$ o =oo =3�w�E MIX sas €��-wpw `�� := Z. s� '6 Tm p�„ x � o d o sw W� _"�°^ �� p=�= =s�� Z. F XaV g W o =b € p ' Z G6yBu=� sos; w "o�wwaypa ° ° ep� m��pon- op" K€ >;€w A -a - § >;� 2o € a� e� oars=`= =E W"€0 M. =Fp" "saw _ gym" o�jz.o o ri�xe� s o- ". �a<N�� M s wz �s o_p, pssap� wpp= =o `9ww of° m - w ��=�s& xpdw° °r z pgs ewes " " = xa4a s� am$agospg� "fop€w �F@s �" J e°fin s�pp€s€° w fi ab ' ° K-' 3o— ��ps LS W ,_ �€xw w gott ��s<�€° ow8 _€° 1sx=y� �wg� s= w ""�� a �m=ae„a€ _9 po w z �S M3-25 n: `0 -00Hd �< �pp�,Ws" a °zV w wa" ° w €QGo = p �w W =w - " �� wnwp =s „° se� z�= �_$ a =�p�w-p g"� " w eiWp" €= a�= ° w= _�" tid� e `eos° boa ~3 �a m�;poo-ppo�; =a � c� s 03 0 __� aww- €g aF" ° w;wa=<F pi„ s€>s6p .,.- wwo Wmm w's s= ey"w=gip= s m ap z=nod �=N� a- €=a p pp��Go R �w"� °sGp -� PP� <�z'esp €N � a _� � ° �p"p<o s"„ ogoLLpW o�N"= a a s�° - € �sy € oe�so o �p Z ee = °w wp "sip ;=z - _� way° m � w < s=� =e�sa =ms w s �=peg ps " 3-" - wew _ tea_ .. w °s=o �� o�p4 _ €" mw��s € mww=" saGp�=gp soo�m € pa"-g<o zps� ep' e -Ss"p� - g w x _ a sJ= �pwo � w w � = a "g 0 3 gpy Vt3g E8" "gW8j� LL a" "` �t5=pwLLm�Qon x Epp° o Z U $ `N € e ap °" � " � pWp�< a �oNw w � �w��� � _e�`N w �s z z"a " § 4 apnH. off==�_ �W� �"����wpo€s�w��BE@s �_ ��&B�= zme"= � �w s �s��g p<E pEd= o " ZokG � � g"' wF r=pg3 � 000 - &PW a LLoo p � _��° ns>= o w€ m��Fwa spa= �np � JWJ "=os �� s "��� p wm� = Ga 8264w. t`-' g°mom '3 0=" w" \`,�gH m: ="ew �� w'ps Go �aa � w_ e `" Rs�op=; w=°�waBr=f �"-te z =ss F6°3�a� w�e�wwa ��s ��=§y x _ �soew s< S °� --w" �s=E�mw` as" p"p0, g�;aw€ a �p )o�pp"pp=<wp�awW =� �<=Hsi€e H �y 3 o as& H as � �a W e�ago€son s& Eda e«m Ze�;;'s�o �`�s 98sss 1�se.o, w e �sao� a d o F a a1. o Q s .Kw - ug = ow = aww 9 d " �; °iB��Go"ate$ °�pp°w" " Epp p°U��w�� o r see<�p"s ��� ss � eQaQes � ��w»>����s����lld-2g o SW�p z o �?' 3 � �Q yyo REM ""NGig Rl K F'p 1� 0 0 a� �» �wM 49; x Q ; o���� � so Z Q W Vw "� W " p � w Y o "� p�p� m w a s zw= s - z a i =W a o ass =�a< �� €wow a� a s��s wm= _ "x z u ��o m w em° °= oz s p0000W= °zma==>o o =w�_wp° �a" A hg W "'= F �N � m w _ n w - ° ��a = ��w spwxWowp� a ° w„ G s =9aae =�W ' e a° �p�=° W Qpao ° o � � o � �� � sa� 1:o=� � =ppp.dm -' g a am psm3 pa p www� ze� =ass== a_ae$ U o Q�33 x ° WG z Yndm mmmmmmm�Suo° 88$ opaappp Edwwww�t e�dd�x8° �� aka_ izzz= =oo a as �a �z� 3 "_ o 0 N Z. a �, R m 5 lZ > =°� w gp� y z 5 &Voz-i1 Z Ewpb eew u °�pa�€ s�w' c 3 J�a�x�m me oa eoa Vo p e� =o"o�z iV ' � Eo�pw »lae . 8�' o w = w3�aa zr x �w � W FwOr 9i = = o3p� fi ° e xo e — „NoswoN = ME ro �� m mwQSo — =� � w �w w< a'w »xwMNsim wwHR emaa� § " wa ovoW x E Z. =e URa z wapop 3�szo o aba � � �„ T®©o®®a®®lao�a®Q•Os hoo .dam � �� o E� Zz 6 " r l ICIa �ms m m m 0o= Anna salons -n No u.a\Z-NN AO uioASJN3noA a $ saowaS 5uuaau(5u3 ;o ;uaw�jodap 9Ve-d oN Daa iWd Edai 37nO3HOS ONI1S31 M a o �!W.bz SdX31 d `:yt r ONI2133 NI'JN3 t/f� ONY S31111NYnb 031YRUS3 ^ N ads IISIdH0 snddOO fO .UIO N vr7 _ S1N3W3/1021dW1 W31SdS N011037100 lln � 831dM31SdM V38V NOOM NOLLd.30 A9 3LV0 'ON NOI7 NOLLdI—O A9 —0 'ON NOISI— .Nas a n � - S �b b y1.9 i<�i 5933.35'335 y h 55Yn N'566 L h 4 me y669365933 3�3 61i'5'55'5'5'5'S 6 6 6 6 n n 66 ;0 - a u w 3 i m U G o c o m S wB a - ° €Nc� 1 >>n �$ g3iLLrc a � <W�z oFo o �w � 3;d=� o o "w �� ° a - � m w mood =s1.Iz <o� Sags EI o a o a iaa x a's ° wa a s�= mod ° ��� >a °° ts° o��LLw� °e off °ww oho - Iz n s �<wz o oFFS �= go so _ to ss ono ;�cs � IwNa os Q o33iio^°�o wtywwG®w mG1iLL CCC Qi wSw �a. � 3 W 3 =e Z a e e �s s Z, Np _ w w owa e o � is �dFN wee nwmmo � me 000<<<<<< << "gym w ama � 1.2 o o� o w ��a °� �3 �� � w� °�>=�� a � ^gym° .aR; o� og3� s�� w � �; ma� � may boo woo _Z. ' wok ����o 'o ay --w I I I I I I I I I I I I I o ❑T �i - md z=-------nn --- --- Wg rc� r. IC&FJ^IB �zw uj _ ss � sas ssa= eso � ag � 666g6g86 66666866g6 6gg88gg C66B8g666 8666 np $o 2 PwImw Z. p ° zo Ew zw N _^ J o npn�G �nnE�o own pggjr �� d $ o E E E E E E rc p 9 9MG saiON vVbININ M 0Na93�ASNV'dA0V3AHM Miss Nvu311100 MM vane NvaN01 62L[Z\Z-33 do uioAsiNTMA a $ eaa-doNoaa irvala adal saowag 5uuaau16u3 ;o ;uaw�jodap I� Ih *! [� $dX31 dYW A3H N� ��i g;'b�+ �JNI2133NI'JN3 t/f� ^g � ads US18H0 snddOO fO A110 N vr7 S1N3W3AOHdW1 M31SAS N011031100 —i 831dM31SdM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOI7 NOI1dItlOS30 A9 —0 'ON NOISI— 77 iQ !3 1 J a� I in n I w 1 _ wl HFo"I $ I �N I ys v 7 59 � jLLi � III r' 1� ;IM I � a ---------�----r--- ----r---y--- -t-- I� I Rv / W W III III I Ili ¢ � �, o / of=t r$ i / y/ A/ oi / - , sgz-�� �gtJ o W / - 99Z HS I W its Ina I h / fJim I p WI of �' ill I o If OQ I� p W -1 "lic r— i e� Q 41 I I 1 rc rc z _ z ^ a He ww L Q / —-- 7 __ 7- O o o o Z.qz to 0 s� III Q `JMQ'd VIW 1J ,.-��oo $ Baal-doNoaa irvala adal saowag 5uuaaui6u3 ;o ;uaw�jodap I� Ih $dX31 NYId 70M1N0o 7P ln0AY7 1o3fOLd�JNI2133NI'JN3 t/f� ^g � ads I1SIdH0 snddOO fO .UIO N to S1N3W3AOHdW1 M31SAS N011031100 vr7 —i 831dM31SdM V38V NOON01 �j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— P/ g OWN m Lu ° w bzI CL El — - $ a z W .. ZE ww W.. Va J ro+or� ao«on aa+osi 00+0l1 onros� a o Y� +NtV 111 w a 6 W III F-- (Otl NJNtltl NtlWdtlH�7� 99Z HSi wig � _m o off: ��� &off< ' � 0 �W u nn III / n:l W IY r II �n II o i o onm < IW o 11 N Z n 0 3pV wp o R coy�~ a� z a m _ o o _ _ z _ o z IJi Cap h b b �z Sao zw - - 8 - 3 �z F . a .� xw o0 `�� �g z m w w w w i �a_ �? 'g' 0 8 "d 8 owl N Iz o F N m�' m U 2 '� `oy ` n �Q Q b 7a b variE iao S' w - - - - - S 9 5 oZ m m ov, "dam z, z m z n 7 $ Po oaF ? �orc o o f i m m m `u `u `u $ u ",• u d ~ oo in o>� 1. xo � mmmaaa aQaaaQ � vi a� ���a NEE 0 O Z OMo"NVId I2OlNOO N inoAv' 103fo2Jd\swb d\OVo\HM W31SJS NOU311100 MM VI2V NOON01 68LLZ\L-30 J0.1L10\S1NT1 D\'N e$ saowaS 5uuaaui6u3 ;o ;uaw�odap N 9aa!-d ON oaa Irvala adal Ih - o $YX31 (NOIlYls llll) �JNI2133NI'JN3 t/f� NY7d 7oaLN00 -v ln0AY7 103f0bd g ads I1SIdH0 snddOO fO .UIO N vr7 S1N3W3AOHdW1 M31SAS N011031100 —i 831dM31SdM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOISN3a NOI1dIa0530 A9 —0 'ON NOISI— 'M'0'a 09 3aNNd '8'd'0 BLSb£OLZOZ'ON'000 1N3N3SV3 A un,9! n _ ... 03SOd0ad 8A05,L!!3.0Z, I mu 00 Jco I I V9 wi9 N LL m �o w CL o wlw ry E=n Zi w ® _ CL ry I yxU 1 IWYo p o i 8 MMLCMMLC N 'III rvI IIII m I 8 =I1I F F n a O Gm ZVI 7 p = C0 _ g w wm3N wowa 0WWGi 00000000 w Gaa ff Illo _ m � I o� I-III 01 I4 V oIIF of III pII � n � III=' ^'� �� �� 1 E oIry III � Qo � o f 3 I I ww N oo I m d' sE � I III }I _ u I I I r x l l I � Z m i� 8 m i o o m o G oc MMocMMac acMMoc c p z _ Ew o ry P I w y k'� G a2. i z o tt N ~ w ri m � I <� y my i y o III it wz Ite '� 4 w 1 311S NOIIVI lilt,LLL 03SOdONd � m o o m a g g w " gg oom � 3 o m� A Iho o ��n18 u z. o m O ;W INI o o_ w a p N z oo w a z 'a'd-0 6L9KOLZOZ o w rcl rc w 'ON'000 1N3N3SV 3 o o 1 Zry n a �I `AIIINfI A SS300 S 'M'0'a 0NLL51 x3,06�1 '-31,0*ONI-3 Urc N Z p \ O x - 4 O g ? < N ? n m o ? m m o W ? a a $ ? Z w y w •rS_ R R o W R R R R K W R R R o W R R 5t R W U O ry = V. a Z� W n yW u W-7 u F 2 ^ S p�W �: N iO y u n m o $ <2 A <� Z �v o N7 pv a o 9 U rc = n W 4 W y Z z n W O 4 W & W W a I 4 xT T T T T T U o i y z i z z 6 U y u m ^ u m c� R y u N 4 R m $ 3 R n 5 S 3 e 3 M z N r y 3 $ 3 & 3 m ? R m 3 0 i5RRRR nnnn y f+i�' C v n CZ F 'I p� n !W/1 F 3 F 3 n n W� F n y OQ O� W W p�p y LL R z U U U U U U OMO"NYIl I2OlNOO N ino0 v' L03f02J\SNV'd\0V3\HM W31SJS N011031100 MM V33 J0 KiI3\S1NTM\'N ^$ saowag 5uuaaui6u3 ;o ;uaw�odap N +*: eaa�-doNoaa irvala adal (£!0 1) M o b �JNI2133NI'JN3 Hf� SdX31 "€ x ads US18H0 SnddOO f0 .UIO drn asre am N vr7 S1N3W3AOHdW1 M31SAS N011031100 —i 831dM31SdM V38V NOON01 �j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItlOS30 A9 —0 'ON NOISI— b—d 3N17HD1dW 3-0 3NIIHOIVPV o �{T--- III 03 o� ss„sWWsWow p W w to Q ®� i g®V a�gII U o 'T a —4 3NIIHD1dW a � - -----�T731-----� t9� ® Y�qo a Il � ® a a ,E go x I � Io� 6U1 __ W l013, 3�p ao ISm k it 8-8 3N/7H01 d`y ®a w �` 1 I � a 0 I dT I 27 Q� Uv ml /-�/ / 1 u�M ufi-o I mI II ® ®zz m .� Im "a3 3 @ m 1 — e^ !,o- � N h H a l x 'T� _ vg IrI W l o III o W k o� 6U L � m VIF �ry ,so, gel I�1 1 I d Noy RN° aw.., �� 3 .S z ti� off' F pW��s�% Cs7GaH1 ,W Q� + I p o a� �l� MA - � I UI III.. ®W6��m �wy 6S 4® II �ao BF T e I —J IY i�2H I :I 210 ANa33Na d—d 3NI1H01dW 0-3 3N17HO1dW I m$ saowag 5uuaaui6u3 ;o ;uaw�odap N +*: eaa�-d ON oaa irvala adal (£!0 Z) M o b �JNI2133NI'JN3 Hf� SdX31 "€ x ads US18H0 SnddOO f0 .UIO drn asre am N vr7 S1N3W3AOHdW1 M31SAS N011031100 —i 831dM31SdM V38V NOON01 �j NOLLd.30 A9 3LV0 'ON NOI— 4O1— A9 —0 'ON NOISI— � w 3-3 3NIIH01VM 9-9 3NI7HOIVPV s Iwll ��_>- ego o 1 �= �2 a i of 81 =a®®®-0®aaa=tea H—H 3N17H0lVM I to m yI /i W I @ I all I ug I�I< r Io I � I I I of I I g a3 o� ull jo ®moa mTl �b �klo of 11 --4 �I ® w � I �=a s I Ti o /� S vi; IIIowo li � oo o ' � ____ o.a .000 2� \o�_-- - 5 w� Oroa a3M v _ -zzo,3a.N \�CFlIF 201?A2�806. o \ II I ro�� �\ zw ��V� v e � � II •`I I an 9c _�� my �_ �v g�o I I I �B10 m IF Isl I-I I I Y w _ I o : I� III it ICI I �a l 3-3 3N17HO1dW131 � I I I II I Llsl pa„. I&31 d�a � III alll III $ I vA- �.,. I � I o}I I ml � Se4. ® jobs 116 �ao °s ad Y �ao I Y aI--�2 I�'ol; o a�o� �d. Im lal I � FII m vi --1 I-90I l -- ------�-!0 3 -- --�--�-------- J�- -------- 0—a 3NI7HO1dW 3-3 3NIIH01VPV 0-0 3NI7HO1dW saowag 5uuaau(5u3 ;o ;uaw�jodap N 9Ve-d oN Daa iI adai (£!0 £)SVX31E)NIN33NION3 Hf� drn asr 83201 € CdNvr71S1aHO sndaoO sa u10 o S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOI7 NOI1dItlOS30 A9 —0 'ON NOISI— 1'—[' 3N17HD1dW w IIII != o=> 6 i I I ��I � lo�`�� J� a �� n co of IIIII m ®a w � '��.� E 8 sa®©o40O a#p i�%41 i�IIID� a yllll �n og zoo sal ; a �o Iw ail I a i�a I i Iwoo CS I a _ � I III ---1-1 3NI7HD1dW � �= o � I a Can mdxa naaNs m�wo) � I I w F IW � a Z 88� W ' a Z �I J F J OdOa �J N1 I gip 0 01 � ® w QI ��aI ®�ao xe<Z i ems° I'I ado III "a C I >>� ®,� i S z o —1 oo I I ,a s� y l ol s I IIIII Pad o 43 �o o ag2—I CREEKE R o C I o S I o�a � o I a o o i o Ill m o zl o �aoo IQ .. }I ® o \ � IIIII ego oII III �o pll IIII I � I w �2� III J g'�kiti � 1, �a III � 1 1 J ®p 6 R .=III I a� II I I ��r� � e�lsl �®�Qo I Illllll�a III a 1 \\ On l o II ®®3m IIVIII " }� �In m e ill ®��o° �III�N a $N14 ®�3 ICI IIII o I � IIII �li z e I II II 11III I o � Elul T� I I H—H 3NI-lHDIVn r—r 3N17HD1dW $ saowaS 5uuaaui6u3 ;o ;uaw�odap N +*: eaa�-doNoaa irvala adal (£!0 1) M o �JNI2133NI'JN3 Hf� S1>X31 dYW 3sVB a31rM31srM "€ x ads US18HO snddOO f0 .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037700 —i 831dM31SdM V38V NOON07N 9j NOLLd.30 A9 3LV0 'ON NOI— 4O1— A9 —0 'ON NOISI— b—d 3N17HD1dW 3-0 3N17HO1VPV --- ------ ---- -�o------- Rj III 8 'wwoww =jF `�; w al om Zoe �..z� mz a a N III s 88 110 e o a p�ot{Z{Z{Z{aa x ma .,a a„ MCL a ®� 0-4 3NI7HD1dW rm 2 Q I -- 2 2 o i _ e bd�� ®®�o P82IN� III $ Pwli l i }el IwOf� I S go g; 121I�1 I�'I 0� lo�lo ell 6�1€ a WI toy ao �o �o i x 3N/7HOl A® I e ® To111p � xA, I� III a I I � � � �j I* a w I IV // ���/ •�� �a�o I I NI v I� -$ e om FI s of�� �s I � _ _l L �o I I g�a5eug �I ®6o .5m �I- 01 ®17gMIQ I W mlI .�2 �_- m^ o I N h I l o u I all� hlr� d No RN° $o � T- 0 ��o ®� x® � Al —ioZ a�N so l wg } e �0- lHI ®W.o gym oW 68 L oo" -r— d—d 3N17HO1dW 0-3 3N17HO1dW `�� ,d - -- - - --- $ saowaS 5uuaaui6u3 ;o ;uaw�odap N +*: eaa�-doNoaa irvala adal (£!0 Z) M o �JNI2133NI'JN3 Hf� S1>X31 dYW 3sVB a31rM31srM "€ x ads US18HO snddOO f0 .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON01N 9j NOLLd.30 A9 3LV0 'ON NOI— 4O1— A9 —0 'ON NOISI— i ------ N17HOIVPV � o 3-3 3N17H01dW 9-9 3 —�^T----------- — ��oF��i ------ s= Rj�x €w j of �w of o AWN A=RY ,71,11 46 lo, I wo - zo� 33� �..z�omz aN— �www � otSZSZSZSa a a=� o 01 1 H—H 3NI7HO1dW 2b y li I S� Ij pl j II z -��p I I of � a Al =1oa ��o M��� ate= alll ga ®�� Ia gy >3 o� ck 8yy �.&pzi I �o I II Tm LL1'i o a / ao of a ®�� o � w I o N Io 01 to (.M.o.a ,000 Or08183M o o C— \ _ dz Zw � p �� 30. of a v li III U aSg I� li li _� ®�_ 1 141L >\_ &� zEo � z III- y � o�. I Flzi I -- 3-3 3N17HO1dW o 7 ,. awo � I � loll of ® —om, ��d� �s o1111a z �� �I ®3 i� l� gl �6 � a� �� ®boo I I to T� �R 6� WI•-1�� �/ /® FH��� � �mm h 'I -- I of ---------- -----J I 0—a 3NI7HO1dW 3-3 3NIIH01VPV 0-0 3N17HO1dW $ saowaS 5uuaaui6u3 ;o ;uaw�odap f� 9Ve-d ON Daa ii adai (£d0 £) M o SdX31 _ _ d- �i DNIM33NI'JN3 Hf� dYM 3Sve a310WISrM "g x a s US18HO snddOo fO .UIO a R N ?2,. �r7 S1N3W3AOHdW1 W31SdS N011031100 —i 831dM31SdM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOI7 NOI1dItlOs30 A9 —0 'ON NOISI— _I'-[' 3N17HD1dW Il;il� ow _ oQ �g III s W m CL ®Q ge�� �3`h a ��Iyli A\ � a 7 �a wwww LLLLLL x�0Qo �o �o iwll \\ o o " ��Ivh1 0 ®so a �¢ o = _.. I 1-1 3NIIHO1dW II I I z m} O Crouado�cso�mz ) �� off" l�i'h eB ri (Oil mdxa naaNs mwo) III a �W � a Z cr a m � P,Iw, �o� -- IIIII41* Z I " po III X � �o �� Ili l k@�o y 'o� BNx w g '1 --- V �Ogo $� �� _Io IIIII ' z JI� Sao x,¢m IIIII eaz - o CREEK p50 of I°Ii m II + - ��' li III w I I I I I oll 11 >_° o II IIIII oldlMp 10 oom Hill I 5 - �o p l,,:00 Ire I S Vo III � ti o IZ \\awl I O' 4 <�d� IIIII Ian �� � of T W \\ .1'�o ti III 0 Illll�a xoR d Illlll m � - ®�N m 0 g`I ®®3� Iliiio a "il Fk� III a I All, �1 a I ®®' w- a kds3o I o �A I e�o. a" IIIII _ I or I I III � I Q= III � I z � Imo— I III w � S A I II I I , ---------LIJ-L --- -------1 III L-- '---- ¢ H-H 3N11H01V?V r-r 3N17HD1dW 2$ saowaS 5uuaaui6u3 ;o ;uaw�odap N +*: eaa^-doNoaa irvala adal (£!0 1) M o �JNI2133NI'JN3 Hf� S1>X31 dYW 3sYB a3lrMwa0ls "€ x ads US18HO snddOO f0 .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON01N 9j NOLLd.30 A9 3LV0 'ON NOI— 4O1— A9 —0 'ON NOISI— b—d 3N17HD1dW 3-0 3NIIHOIVPV _ = w Is I�--- 8 I wkk� z a �tititiaz Ill a ®� o� g®v 1 1 AMP g g®e C) l l a�g 11 r a —Q 3NIIHD1dW lY - c� �� 2� ib� Z a910 IN H� m lY go =o mIrE o� ems iogI of �'3o Ia I a'�o I all o ®� mT a ®qq 01 z g— o I IN o � o to "_ mr1 A K�� up - - e III � CLCsl m I"� Lo of a I to m rvi msus�mscxvaoa a �� EL '- I II �� II ITT � o I ao — c ado Ig � o plot o taaP 'oo ��I I a ���I < ®® �A �� �® I III.. `y} <a o II \ T, I II msza msa d—d 3N17HO1dW 0-3 3N17HO1VPV $ saowaS 5uuaaui6u3 ;o ;uaw�odap N +*: eaa�-doNoaa irvala adal (£!0 Z) M o �JNI2133NI'JN3 Hf� S1>X31 I1SIdH0 snddOO f0 dYW 3sY6 a3lrMwa0ls "€ x ads AM vr7 S1N3W3AOHdW1 W31SdS N011037700 —i 831dM31SdM V38V NOON07N 9j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— 3-3 3NIIH01VM 9-9 3NI7HOIVPV w � / vol 01 i ` la bo I I I PP eoII 8 TH col ®�% a Qlor a a li � � it H—H 3N17H0lVM I / y Q r--------- I� I S _.>• ICI ���p 8 �o o mT h� `Ck Hk to o� - I� �Jo &z ® w I� I [q$9 s - wa / o o � o 0 M \� — y M54 FM� E MSYX£ MSbXf CM.o.a ,00l�end exa o zo,�zaos. � Z. �lo o� I,ol m� I I III �g ® wa v li" -m_2w� J ° z �N i ill g10 m I� � � a ®j,�'�. ♦ � �,w I' II I I �se /�G`Z• lol I a® � 13-3 3N17HO1dW Y} 1 II G6 ®9Em 1�1 �� Pol � � �"aow iIN a g o ® xW" ® �� 0 of Y I I oI o I�7I YTSo` m h FII m II �0 1=1 r r I I —i"=;—� F6�ii ymr =o 0—a 3NI-IHD1dW 3-3 3N17HD1dW 0-0 3NI7HO1dW $ saowas 5uuaaui6u3 ;o ;uaw�odap N 9M-d oN Daa ii adai (£!0 F) M o SdX31 _ _ d �i DNIM33NI'JN3 Hf� dYW 3SYe 83IYMWMOIS "g x a s US18HO snddOO fO .UIO a N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON01 j NOLLd.3O A9 3LV0 'ON NOI— 4OI1dItlO53O A9 3LY0 'ON 71— r—r 3N17HD1dW ------- -- ----- 717 w gaICI yll & � ®�= IIz ct� �md . „�I �� �o� a �tststsaz ®❑ ®�aI o S� z of z- CL l l o v� Iwo 26 � a1 ad0e } ."o 1-1 3N17HO1dW IIII ^N "Coll I � 1 0,mdxa naaNT m wo) III w F W a? 1 IIlw vaigyn-vna—u'—.� IIII 8 i� i 0 0 � 1 °�� I III II e a � _ ® w_ ®38�� z �� sl `� o aWN SHoo of II U U T1 NG �3 < a- � s i<� I�o o a 1 � w� 1 ®� > >a I E a a ao 0 0 oa m 0 o ao OSO CREEK k „ N o g � o �� IIIo _gr1 I o �o �R R® a� 1�1 " I I ��va Ili Apo oll IIII 11h \ ki pil � � I I 1 � I a < pill i I �o o � 11iOil �i a" �+ e� = III i '� s� Ilp�---- oo®�o al T Ilm i _ �� 1 I w® ¢ �i21 1 .N— IIII , 'I 7 ®a of aH�Z �a-'i I � IIIby �' a Im < 9 �\ � � � I Illllll�o Q � 1�ia�' IIII �a oll I o1 �P,Em � li ®��o° 111ji� > All, ® ®a�� �lol1 11 �NI� 1 I11j o 1 \ �e 1 11111111 w � I IV11i a II II II I Ilil I � IIII'I PT --------aLLl------ -------� --�----- H—H 3NI7HOlYn r—l' 3N17H0fVH e$ saowag 5uuaaui6u3 ;o ;uaw�odap N +*: eaa�-doNoaa irvala adal (£!0 1) M o _ b �JNI2133NI'JN3 Hf� SdX31 "€ x ads US18H0 SndM00 f0 A.U0 dvw as►e sr� N >s- � ...... coy � �_. vr7 S1N3W3AOHdW1 M31SAS N011037700 —i 2131dM31SdM t+321D NOON07 Ng �j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— b-d 3N17HD1dW 3-0 3N17HO1VPV lj � � 88 y e III I I� a 8 �®,� a�g T -4 3NI7HD1dW . � � � I I" I a�p T— �� � I: � ��. �$ ®paaoo a z I l �X-qW ILT J 1A RD of =r I 8-8 3N/7HO1 d`y ®� ®m N " E, ITT 7��' pa�� I ao o+ o I _T I= � a a� a 1 s I dT I o aw� � Ub � - - e a o �y I" ®6 r a to ®w usm� WI '^I I 1 L� Si to - rl p ^H I hl " a � o �6w �Islll � � I I to w o I_ "$ N No RN pY OP p.P Lo Lu Imo- �81 ' Hi o IYa po �4 " of 210 Aaa33aa d—d 3N17HO1dW 0-3 3N17HO1dW C$ saowag 5uuaaui6u3 ;o ;uaw�oda0 N +*: eaa�-d ON oaa irvala adal (£!0 .0 M o b �JNI2133NIDN3 Hf� SdX31 dvw as►e sr� "€ " x ads US18H0 SnddOO f0 .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037700 831dM31SdM V38V NOON07N 9j NOLLd.30 A9 3LV0 'ON NOI— 4O1— A9 —0 'ON NOISI- 3-3 3NIIH01VM 9-9 3NI7HOIVPV —r — ---------__ __—__— —o��� ------ '-w A i 71,111 711, g i v wm Ali qw �� 10l =I Ewa z as In Is I I / �I H—H 3N17H01VM �Nr—--—-- a I S _.>• ICI a Flo ®mow �ppa �o ®moa mTo� - � �Jo &z I tl 1 9 �01 ij I �o0 M �.m.0.8 ,00l) Or08a3M --I w ow w o So �' mu to 16 a= SR ® mow or 4-o to as o_N oz I g10 m I� � � a ®j,�'�. ♦ � �,w I' II I I �� `�s� ` � �e g� /�G`Z• � of li li 1 _.I I a® � 13-3 3N17HO1dW IIII ' R} I 1 II I I I I G6 x g o ®W" o uKgo ilo' I a -� o �� 0 of ® Y � FYT a� I it 11 / W h II m II a= � I WI 1 I � .= ail F6�iiNz. "d II 0—a 3NI7HO1dW 3-3 3NIIH01VPV 0-0 3NI7HO1dW m$ saowag 5uuaau(5u3 ;o ;uaw�jodap I� 9Ve-d oN Daa ii adai (£do £) M o SdX31 d r �JNI2133NI'JN3 t/f� dYw 3SYe S" "€ x a � USIHH0 SnddOO fO .U10 vr7 S1N3W3AOHdW1 W31SdS N011037700 —i 831dM31SdM V38Y NOON07N9 j NOLLd.3O A9 3LV0 'ON NOISN3tl NOI1dItlO53O A9 3LY0 'ON NOIS— r-r 3N11HO1dW IIII � II g 11j1 uo III J �� d� ¢ wyy SWM T. 3�w Ln 0 ��o a� e a a� I I O Crauad oY�cso�mz xn) III I �� 1..1 I An dB mdxa naaNs m�wo) � I III �' � w F IWI a Z o s � IIII & z I i i g uu.N +-(7dT)?1.06)ZZ 2A7- W ' J J OdOa �14 �o ® N1 III gip -SS300YI ® wJ V z'J s l I @��¢� o o ® aWN I I � SHoo o(I III U I I a Ivo � z r� of will d ® 19 �a\2. go B gel III - `��` aW oil. � n� i<� I E. �3 II o � b II e - w� ®a Via= ®� > >a III E o a 0 0 0 0 o N 50 CREEK o 0 _ - ® oo I hill goo ���R� z I „ 0 k I ��' III Paz of III \ I I� " I � I I li II �a y o P I h I a o I r I i I I I �o II o a I �o aIr�o ®gig v I �>30 �a I Z \ a� II �I I a�g o Z x® II I w II a®. wo h ®�a�o � I i lo ' � - o � III z aR\ �� II 4-- I I PIII I w I I Q - I I II W I ti II - oI II�� Q H-H 3N17HOlYn r-r 3N17HO1dW $ saowaS 5uuaaui6u3 ;o ;uaw�odap N eaa�-doNoaa irvala adal Ih o .*. i SdX31 (s eo t) �JNI2133NIDNB Vr-I 5NOI11oNo� MIS ONIlslX3 g ads I1SIdH0 snddOO JO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON01N 9j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— b—d 3NIIH31t/W 8-8 3N17HD1dW 0-0 3N17HO1dW VZ o o® i J 1 10, / I�LLw �� _ m f as> LIj a o - ry /45rAt M596 M58b� /� 3 III � III II � II 1 \ 0 a I �N W� W� ' n / pm4 d ®w d y w „ 3 o3 .0. a I _X li - o � b N 1 4- A �,o� a� o1. bz Mez MM 5 w0 I O --Poi \ 0 Mm�n o w w N� ��II �m ���3w Too Np z.I-E a� --—-- / --—--go Nw V—d 3N17HO.L 8-8 3NI�HD1dW III I� $$ saowag 5uuaaui6u3 ;o ;uaw�odao f� eaa�-doNoaa irvala adal M o ..*. i SdX31 (s eo z) �JNI2133NIDNB Vr-I 5NOI11oNo� MIS ONIlslX3 g ads I1SIdH0 snddOO JO .UIO o N N S1N3W3AOHdW1 W31SdS N011037100 vr7 —i 831dM31SdM V38V NOON01N 9j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI- 3-3 3NI7HO1dW 3-3 3N17HO1dW 0-0 3N17H31dW o f`65' GRNEWAY' Q u) g q 330 i II � I �i �Il _ it II�' �.I� IIFRONT 'GE N� o TH B 2 F l OR II T SH `� Q s -E 1 INORTHL UN o LL 4 aD, � -5 H 2 / �\ �o)UTH 9NDI � rr 7— — � � m V Cl - p�_�! -S 4TN oUNp--- 3 m 0-0 3NI7H01dW i� B ED o I v I I I H nI �s b WZ IM 9 � w o /I --- w / I a 0 a a I a � c 0 3Ja 0-3 3NI7HD1dW 3-3 3NI7H;D1dW 3-3 3N17HO1dW w$ eM-doNoaa irvala adal saowaS 5uuaaui6u3 ;o ;uaw�jodap N Ih o ..*. i SdX31 (s eo F) �JNI2133NIDNB Vr-I 5NOI11oNo� MIS ONIlslX3 g ads I1SIdH0 snddOO JO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037700 —i 831dM31SdM V38V NOON07N 9j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— 1-1 3NIlHOIVPV Y-)f 3NIIHOldIN IN-PV 3NIIH01VPV —7_—__ --- ---IT__ -gym— 7 q i op 10 � IIII -3'n.S9 I e 1 I 12 m 3 W —J CL 3 l-1 3NIIHOlVPV 3n ea Ir W I / 1 I � I II C� —3,n se ��. I v III 11 I I I v I I I H-H 3NIIHO1dIN 0 �� I I I I o N` i � E, I I I I P� \Aot - I N II I - a a w I - r � r-f 3NIIHDIVH� I I I � i I I / I -3'0 II_ w d- w II i 'a �I I III I IIII , I � I� I Iv IIII , I , I I II � I I m I I I a 0 0-0 3NIIHO1dW 1-1 3N17HO1dW Y-Y 3NIIH31dW r$ saowag 5uuaaui6u3 ;o ;uaw�odap N saa�-doNoaa irvala adal Ih o SVX31 (s eo t) sJN12133N 191149 r-1 5NOI11oNo� MIS ONIlslX3 g s I1S121H0 SI1d2100 JO .UIO N04 N S1N3W3AOHdW1 M31SAS N011031100 vr7 —i 831dM31SdM V38V NOON01N 9j NOad.30 A9 3LV0 'ON NOISN3a NOI1dIa0530 A9 —0 'ON NOISI— N—N 3NIIHOldW 0-0 3N17HOldW d—d 3NIIHOldW II I �� I - I I II II ,I ol, lal I III a =1 II =I I al I I r-I��II bl I � o lI�Il III v` III ' I I Iry - I II I III I I I I I a I II �I g LI I III; I W N II I� I o f III I I J n - 8' U m III � I I II I �I w o C I C I I I a s I I a wll o o , olo CIL c & v \ S w�q I � IIII=i I � Ii I III �I I I I vI I I I III to NI I wll� Ii I o � II Irl II I I III I - L_ II I o a,l l III I I li I II � oiolr I I � I' I sz I Ih � o 4 I 5 w I I - III kl III II I I \ I a -.M.o.a .3.N I sz n=II III III I I or I sz I w l � �I a I � B III � I I - G g -llla I I lot01 II I I � n I v P o I I I n III v P I I o g i' li I Ir k I I n I 18 I Ii i I g � I I I o IliI I II I I � IPR I I I I I I I a I III I kkku I I IIoI h� I I � \ I II I vl I I II i( I II� III I � Imo, I� I II - '3 o n 11 V I I lob UI II 1 U g m sz ' z =.o6 SS IIo \ l o IIII j w IIII I \III \o III III m'� III � g D f I � III o IIII o \ n IIo I - M rv\ _ IIII o\IIII \ =1 I In II II Ib <� � I ti b O21 21393M I I I Iw I 8 I 3 o d p m & I I / I III I I I III I `li I a / a �33 IIo II — w F'J III .SB 3(^3'f1 Name U � o III � b ��J 03--�-- I..-1--- W—W 3NI7HOldW N—N 3NI-lHOldW 0-0 3NI-IHOldW r$ saowaS 5uuaaui6u3 ;o ;uaw�odap N eaa�-doNoaa irvala adal Ih o ..*. i SdX31 (s eo s) �JNI2133N I�JN3' r-1 5NOI11oNo� MIS ONIlslX3 g ads US18HO snddOO JO .UIO M N N S1N3W3AOHdW1 W31SdS N011037100 vr7 —i 831dM31SdM V38V NOON01N 9j NOLLd.30 I'ON NOISN3tl NOI1d160530 A6 —0 'ON NOIS— cc b—b 3NIIHD1dW S—S 3NIlHO1dW 1-1 3NIIHO1dW 77 7_ \\ U IN III w N I 10 �3 v ' II III I I I ws I II I � I� IS IL I 1 Q �y� I I �y I II II III II II II III I /Y d g v m ,oai 8 gtl I II�'� I Ij� ��II I �w.nb I I sill I , I + v, I II II ¢ g 8b I I N ail IIIII ,I Yl� / w �'MVa pbi an CL b � I U x I I � I I I I Bm I III I 2 I I I I I � � �N I I I I I II IIII I of ICI III I � Ali o II ICI 8 p � ICI IW II 22 SI I z z i011 < I� � 9� a of INI ICI UI i I NO I w I w VICI I i I lII I I I III I I I I a ICI I I � -- �I I � v IIII � I � II r o IfV I I Ila I g�� � IvI vl b ga II,v w l / I o I a li wl � I sI I I ai I I / I\ 0 8, I V i 'Ma sz si it Li I I I I I I II I aI �� III A A r vi I II � I I III V I I I i I I �I I III I V I I IIIv A I I I I II I I I I V \ I j. I � II III II � 1 I I III I I II I I II I ry d—21 3N17HD1 dW Flo I I a I I I rr MD31 / \ O & i 18� � I I b'n i ,Qla I III Y \ -- 1 d / ow Z I i i - Z 21� V �o VVV w 0 I w I d—d 3NIIHOldW 0-0 3NIIHbldW S—S 3NIIHO1dW „T,$ eM-doNoaa Irvala adal saowaS 5uuaaui6u3 ;o ;uaw�jodap N Ih o .*. i SdX31 (s eo 9) �JNI2133NI�JN9 Vr-1 5No111oNo� MIS ONIlslX3 g ads US18HO snddOO JO .UIO N N S1N3W3AOHdW1 W31SdS N011037700 vr7 —i 831dM31SdM V38V NOON07N 9j NOad.30 A9 3LV0 'ON NOISm3a NOI1dIa0S30 A6 —0 'ON NOISI— - n_n 3N17HO1 dW-- - -60 �� -1 w Qco T zLL o Q C1J O O 8 I II'III \ `r0 I II I II I II 3 I II I I I I© II Irt II w I I 1��11 �V I© A I I � ��111�1 1 II`1 1 I �I11 �I li 1 I 1�1 II I 1 11 a 1 a 1 moa,os 1 o- $ i U.E� III r 3 I �y e go sI 0 w 1 lzE Zg r -�-- ©=1I g 3 - 11 Fz �ioi i4 0 V 111 1111111119 gllfll � I y III w 141M riM1i� 1 x� IOflyiii1 �\ IW Of x� r`yIl I Y II Q) g _�C'4 Z net �� 1 �II W W S 8 U ti mw ws O Z 1 a 1 Z /T/ARIEgi -� n b l (V in ,OZ.OZ .OZ 1 1 T .66 MD D, I��e ea ---I- all ------I-1 _L_J'�-- ----- 1-1 3NI7HD1 dW n-n 3N17HO1 dW r$ saowaS 5uuaaui6u3 ;o ;uaw�odap N eaa�-doNoaa Irvala adal Ih o .*. i SdX31 (s eo L) �JNI2133N I�JN3' r-1 5NOI11oNo� MIS ONIlslX3 g ads US18HO snddOO JO .UIO N N S1N3W3AOHdW1 W31SdS N011037700 vr7 —i 831dM31SdM V38V NOON07N 9j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItlOS30 A9 -0 'ON 1 NOISI- _—__ l—1 3NIlH0dW 3 v o - rc �a- o v X o LLO o W 3 � � _- ZZ ___ z � I I 3 3 O _ -- I a Llj w c 3 � a-35V3All1-OOZ N9900 m 1j 1 II O �ll� / CL e ---------- _ 3 xx .' m1 v I I m�1 I � m w iv Ii p -- ---- s o 1 I i o \ m z � N Q 00 � •m »non f� ofl� Jinafn �1�91 � O n _ O O I 3H0�3NO�3N0 13�a I I m I 3N0 3HO 9t 9 N9l�M9i-M9l�M91�M91 � p �o a 91�M 3 -___ _ > 3HCL 3H0 3H0 3H0 c I 7 O 3HO 3 0 -'1 O __- 00 _ 3 l g A k \ IP Z m w Do y n w H w I qq N 0 W w N � C9 3I' Wckc C, 131 i NSLXb�wSCYL.-=MS�� �b z - 3 w 3 ..... --- _ I �-'- 3 - --- ------ - - '1 - Z z QU--____. -- U-_-_ m --I - -- _ � w - V V) m w --- m _ v - � O WW 3 P S'SIOEN'NJ( ,. pRNEWAY' Gi ---- i -I_- ia - -- --- HU 3Ha 3r� o - O 'tl' z d'0 9041Z0600Z'ON'000 �w 1 LL 1N3M3 A110.09 F-1 3NIIHO1dW - I___ r$ saowag 5uuaaui6u3 ;o ;uaw�odap f� eaa�-doNoaa irvala adal Ih o SVX31 (s eo a) �JNI2133NI9N9 Vr-I 5NOI11oNo0 MIS ONIlslX3 g ads I1S121H0 SI1d2100 �O AM co N N S1N3W3AOHdW1 W31SdS N011037100 vr7 —i 831dM31SdM V38V NOON01N 9j NOad.30 A9 3LV0 'ON NOISN3a NOI1dIa0530 A9 —0 'ON NOISI— I I o I T wm WL9�-WE9�WE- Wj9�Wj9WE9fwJ9 Wf9 WL9�-Wj9 ------ OX e M � 26 R. o I I r w ore w a 0 �tlN b� I I oai o ✓' o � £ MfJO£ �MMDC of —MMo£ M H ov �I /s I a o ,a I o / �Ml Ml 'A TMl cE ll ML L�MI D I � I cj / 3 TOrc /a � w og z d'0 llSIIDIZOZ'ON'000 a \ 1N3MSV3 A nm*SS300V,04'dN31 ry w I I I II I I �-69' I � I I/ I �a � yew isw - Dao �oN71— -„I I w yad0 9L9a0a0oz0N °00 \ 1N3N3SV3 AlImn,SS o m �I n la la --- — -- -- a - p DHE onE� onE DHE o E xx CL r _ yrcy� I So A - ° - -_ z w 4 �3 W T. yid 93 03i 3 W o � 3 w ow l l 5 zw zw zw o •{ b x .1.11a 98010900z ON o w AM35 /.01I1N x m ; rc a l --- a 16W 16W Its 48W a w�48W aeW 8 48W, 48W / 98W BW 48W 8W 48 w/ 8 x -8W 98w 48 48N/ � 48W SW Zow -- L o N n z m ] > p, pin o� --- ---=- -- Boa I N l 3 boo / - �5 -x I r � �5 "o wz a sw /zasw zasw zasw- �zasw zasw zasw zsz. ow 3 �F Mo / m r$ saowaS 5uuaaui6u3 ;o ;uaw�jodap f� 9M-3 ON'`J3a Wald 3d21 Lh SdX31 NV7d NOIIIIOM30 N g;'b+ ONIN33NION3 Hf� ^g ads I1SIdH0 snddOO JO ADD ^ N N S1N3W3AOHdW1 W31SdS N011037700 vr7 —i 831dM31SdM P V38V NOON07 N 9 j NOLLd.30 A9 3LV0 'ON NOISW3a NOI1dIa0530 AB —0 'ON NOISIA w�� w 4� oG o j ; o > 6600�P'N gY m � 33 n ; E> o_ aF36� Q�Lu W a �N w o ! 2 i�. w g FUN o Z. ` ' oP ssN c wN m� �aFHN -- 82 z a d w u 5 ' �� s `�CL - O ZEZ a " IIQLL-pwo 000uta � �s La9 ooGSJF�� n o v m m m e o 0 -z �ow�rco R66 owe WU' " o C I — K LLI O -W U Z. I> v�'i a —�z W) a 2O > �J " — w �zBg m m< �g�g f Orc l a�D w a y — r3------.qUp--�--- Q e3r —_.-- Nom •W i °.e O r e ---- -- ----d N O ~'I - Na " T z I m� — w± I W �I �� of n omoa,09 W I U 1 o H U tm J — Ili ^� --i----= ------------------------------- =o------ o — i — i A---------1�I�.---------- 1 I�d9Wd9fN39 Wd W38—WlBNU9 W NdB—Wd9WJ9fWj9 1 I I1 z I o W �m W I I 4 I o > z I Ig I f—NI—MI —MI—Ml pMI—ML—NLN I 03Z I I I Z I I L I 3 y o10 QVoa 55300tl,OZ � $ 1 I I I I w I I I x a I 1 1N3N35V3.W3011 S P I in 1 w S300V,04'dN3L N.I. 1 Z2— I I I I I I I I11 1N3N3Sb3.Wll1f1 1 3115 NDLLtl15 11N,Lll 0350dOtld i ,5L 03SOd0ad 1 I OMO W30\SNV'd\0V0\HM W31SJS NOU311100 MM V3Nd NOON01 6811Z\L-33 J0.1L10\S1NT1 D\'N r$ saowag 5uuaau16u3 ;o ;uaw�jodap I� 9M-d ON'`J3d INdld dd21 Ih o *i i SdX31 MV7d 311S M011M Idn X33MO OSO 03SOd0dd N ONIM33NION3 Hf� ^g US18H0 SnddOO fO .UIO N N S1N3W3AOHdW1 W31SdS N011037700 vr7 —i 831dM31SdM V38V NOON07N 9 j NOad.3a A9 3LV0 'ON NOISLA3a NOI1dIa0s3a A6 —0 1'ON NOIS— 'a .11 31f M I 'd0ad - Vi -- ---- ---- --- ---- --- ---- ----- — l� LJ3Y135tl3 ALf111N NOILBIf100tl 3LB NOIlV15 lifl ,Lll a350d0ad 'M'0'a,W ONMDG in I- .SZ 03S0d0ad — — ---------- ------ -- ---- �%—�—%—.%.—X—X�X—X. X—X o X—^ o X—X—X�X I I � n I wd4—VU9Y139f NiB—Yii8—Nd9fNd9W39NdBf/Vd8 iII - i n Lo Dl CL I I Q o w� I I I'�' T�MMas—MMBc w•5v,c�M+wc—Mxac—luwe�x.Ma¢-�Mwc � � \1 °.. Mmof I I°� x9—" a T I I I I Er° o F - _ II $4° So � I x°I f1° -" ,5'C° 0 1�4 Sk I -� ° o I I Nj_ I I I I I M I I I - n IIiOI- lam 1 I LL x III.Z- .8'SL •°v♦ v 1 • - o II ('ao m 9).5,5z o o I Y a ('0'0 03-9).S-6Z W I I%I II i I v� I I 4 . zo Tt it tiLL 'I :r g I I I II I s W 8- o °L; Ill oo � i Zr I I I �� rI Z yM� Z I IIII�,1I, �FFF\ I I I I I ,9 n ,Z'bL ,H'b C ,Z'L 1Hb ,901 j IxiIII; $ I ; o � IL I� iII; j li j `4 I oc Tz `_ �wwoc— �MMo< I aw i I I �M�—F�we—,rwus�.woe—.aLoa�wec wl�, I x � w i I I % X—K K -X n X.a°X—`k—X X x_s—K—K K K w y I � LP I II M3 I I III o -_ t5�� I N II ; III zfi S �� En Y � z Boa I II3 ; I wl � p � p �_ � � � � o � Nw I l� l N o � _ w Ip pI a aka =m= 7g Bz Z �Z5 3wrv3sv3 unlln �I 0u`G� � Bw s p83� m Bpy - �� � �R < ,oL a3sodoad I4g` Of w 3: z`da22 N N d'< 3vasvd anon a avoa III A m m m"_ 5900tl1N ,ob'dN3 ONa51X3 3'0 ,SL o00000000000000mm�®oo��o�o® �I SMa NVId ails Nouvis iAn eaaaN oso doadASNVndAavoAHM Miss Nvu311100 MM vane NvaN01 62LLZ\�-33 ao KiloAsiNanoA a N$ 9M-doNoaa Irvala adal saowag 5uuaau16u3 ;o ;uaw�jodap I�SdX31 N01103S ONY NYId M o ..*. i �� �i ""_•,"�+ �JNI2133NI'JN3 t/f� Nollris ten X3383 oso 03sodoad x ads I1SIdH0 snddOO f0 .UIO N 04 vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON07 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0930 A9 3LY0 'ON NOI—d 1 IF J = € Z CLII II w� ' < < � ] �n N oF� li of g �m i <m �j c9 Z. f =ao ° ;w wa 08 w g�g y 88 \ s wNo a<w3 a a m - ° " I v ' A�A�i�A//�A �i `o ro a �g ///� 0 0.'as�&ok''" g& o " F � :i i- //i .N S� to z x b g�ig and mm ww8 s = o w z = w° o `Gg�� //� a w��.m pG wU F� �o���i Y=z� a mac" -� T n�a IIVM T[3M 13M J W Z� • � L m k -I I- - - 9 wz a w " ���1���'A'A A`V�V�\ia.�.•� =m n 3 na r7i¢ �Fo AA ��8a p w w o xam' awl° o" a � map a�8 _ m LLq w"� Raw "� ��� Gmo ft 9-jz o$� � .b ,b .b w °Qr •Irc o� °� = Z. 030�° ME n� w iF -Ap > =W = a� za m .1m w wG a sew .i w �x of rc w - / o ?m w rcmm d a _ U - a° " °o - o � z r m" - - G 9,01 w wow ��° H j �> K Z w g oar9 ; og od o Z _z -Z.8 c� 113M -�z _ Oo Fyn 1 T SdNnd 3J Q i cG y > _• it _ � V�dni=3. Z. - m y = I I I 9a '" a _< Csu _ uw _ I Z. =�'a ww SMO'S�IV13O N011'.. 'SI.S NOU311100 MM VINV NOON01 62L[Z\L-63 J0.1L10\S1N3r6\'a $ saowaS 5uuaaui6u3 ;o ;uawpodap N 9M-d ON Daa iI ddai Sl1Y130 M o ..*. i SVX31 " �i ""_•," + �JNI2133NI'JN3 t/f� NOUVIS 1lll H33MO OSO 03SOdOLd ^g n a x ads USIdHO Snd2100 /a .wo N Vr7 S1N3W3AOHdW1 W31SAS N011031100 2 —i 831VM31SVM P V38V NOON01 9 j NOad.3O AB 31Y0 'ON NOISN3a 4OI1dItlO530 A6 3LY0 'ON N0151/3tl II II aLlo1w€1 0 m &oo " I;gym I ~ a _ b o„�LL< '� 05 g aS��G ��"o�$�'�J"' $� m=o � H yy H— Q �� U " Nz zw � wG.ocw� � 6G � o d� Q //\//\ X/X \ NOI—NNOO i— n dF ul� " z VA//AA/ //�A//AA/ //�A//AA//�A// `A /AY%`/%`'/ % iN. of nu nevmo� otco NNIaHs-NON.I -jY//>ij i/ h oNf� M:�Tyt / m =�9 eau anN OW SnOe n laoddnS 310ws \ J /M l3OQYS 3dld SS 3dld 319Y1Snf \z \\o / / F I F W $ O � �,I 3i zd y ��ti W II 1 `N llYM 113M 13M �waT W �Q!R " 4 AA/AA/ wo /� Ra3�v/v/v/v/vww/v,vA cic " a�oW v/vv/vv/vvwvwi �a or�w�a� �o =3� pnd �o.$� o� �wa�m� xo.7tR .e `§ ® agg W=o a - --- - -- - - - w. W in 9 S d0 d01 NOIIVLS J n„9-jz l o M a rc Z o z �$ -- - -.3Id01100d� ONIN3d0 ONIN3dO ONIN3d0 �ww W 'z HDIVH jla 1VH - --- -_-- --- ,6-,Z „9-, ,9-,I „9-,Z ,9-,I ,9-,Z ,£-,B .H O d w�< z pq LN I�o� wr �.. rn W. t zZZ,�m � �x aUZ- I � 5 � .94.0£ o _ M M _ w�b Z w ,F-,S ,£-,S w rwi I A 6 nd�j �n0 tt m b� �ONIN3Y310O ON�IN�3dO0.9-.l OdulOO IF F So wx = G y.I s§o - P CdW'aro.z w iI w`ate gg EO W C �i _ o K 13 M N• W � arc �N Y z Aga W eegg :mg ;��� gg < � _ �a www W ,� w`� �UN � Mm pp "o m.f "� ffi� Zi p.f " aF �lz _ i.13:� $ saowag 6uuaaul6u3 ;o ;uaw�jodap N +*: 9M-d ON'`Jdd INdId dd21 o 1 NOIlY15(Z!0 !) NY7d ONIOYMO ONY ONIAYd SVX3 M �JNI2133NI'JN3 t/f� Lill)133M0 OSO 03SOdONd g ads US18HO snddOO fO .UIO CN vr7 S1N3W3AOHdW1 M31SAS N011O3110O —I 831VM31SVM V38Y NOON01 j NODd.3O A9 3LV0 'ON NDISN3tl NOLLdItl053O A9 3LYO 'ON N0151A3tl I I I I I m 3'n,Sl'dONd � rci > >�A s a� m TO sz'do ad -- -- -- — — -- -- --- -- wl �- ° o 0 ° .tl - , b i m idols I �, I m tI In / 112 12 -°.0. 1 YDDz- ^ O xC VD— �� 3dO15 —�^°—_ _ —" ° °--� +--� —4✓— °— / I 3dOls g I idols r -�e� O IMT- I �T� P "°v °adms 11 I. I al P/oe�' o °� °I. 3d— ° I oybm I I I I °I lam% I �a 11 I ------ c —I'- - --- --b—F— I I O I li 9 1 (' 1 — — y—I$— --�—I t o I Y 1 < w l 173 ° d I 3-04 I °I F9 N ,111 1 �i 1 - l _j1�11I1 �111111 l'0/i/ /i/�i/i 9 l I al ill/�/:/i/i/l II '_ ols id l m�ml� 1 JI i I I YtcD- I 1 l l 1 1 r I I l L R: L of xvry DI xvw I �l of xvw o I I 1= D3DVd5 ATMlIO3 m MDVdS'lVD03 lNI01'M. I I1 lI 03DVdS lilo(I 3 1NI01'03MVS_ LJIOf 03Mb5 NV O �OtNOI Kyw O�KVry _O •�%Vd -orSNVd%3,0Y a ICI�IlI1I1 LJIO�NOISd%3,8f /lI/IIII I i I _ I 1NIOf NOISNtld%3.9Z � I / t�Ii �11�1�1t� •. �pI 1 I � 0 I-� I I I m,1 I t"tlllll�ltlill11111 lllllllj v II�I I 1 O p I j I 1i Illllll�Il i�i lil ilildl �g ililll it ll 1�j1�! PI 1 I tr I I I I�IIIII�IIIIIIIII� h i � II I .o I - I 1 � I � I I 1 I q, 1 �lililillifilrl Il M" � 11ililll- I��i e� � �� 1 I Ue 1 I I I I I I I I I I� � 1III1111 1 ;1 o l ll�l llilililll Ili11111.I X I 1 l Al o Q N to 8 8 a = w al;ll ll,llll ` Ili1;1111�; If I 'I lil„II Ii11.7111111 Z. B B m m l ll'Illllll�llli m plllll�lll'lllA U w 1111� CIL YSD'l O I 1 J IJy�I Y d VV � I idyls m I U o ° I ^f LLOl fZ _ I dON0'I 11 m ^ I l II BLSi£DlL`�LO 'ON'0 60 �i 11J3Yf35V3.WIIN A 553DDV,Ob'dw31 V—V 3NI1HOIVW DMO NVnd DNIOVd S 0NV ONIAVd NOIlViS 1An N]13 3 OSO doddASNV'dAOVOAdWl MiS/S Nou311100 MM V]NV NoaN01 62LLZ\L-33 do Kil3AS1NTMA'N $ saowaS 5uuaaui6u3 ;o ;uawjodap f� +*: eaaL-doNoaa irvala adal o SVX31 (Z!0 Z) NY7d ONIOYMO ONY ONIAYd M �; ONIM33NION3 Hf- NOUVIS Lill)13380 OSO 03SOdONd g a ;g US18H0 snddOO f0 .UIO N N S1N3W3AOHdW1 M31SAS N011031100 vr7 —i 831VM31SVM V321V NOON01 j NO6d.3O A9 3LV0 'ON NOI7 NOI1dItlOd3O A6 —0 'ON NOISI— V-V 3NI1H01VW I 3dOIS IXSO.L-� m� I I 9 I I I 3dO"� m I 1 I n I 3'n,OL i 4 " I I � �doad 6L54£OLZOZ a'ON'0� �^1N3Y135V3 ALllln R(663OOtl,Ob"dW31 � F �I/ J_ - Z. I a s tS t5 c c c g tS i oL .oL I I DI I mm mW QI "� 1 I � WI I I QI I I I I 0 I CD I Z I I w I N a I �I Cl! 9 I WI I m Im I I - I I I m � I I I I I r I j I �10 isZ. J m U b o 3-wi m II II CL m f U x d u z Q w d U 3 � rc f3 d < a '� V U m �5rcrc D O N O o fn j i3� W U 2 5 Jill it Sim b �i I €�` eis o 2j m nm� N: 3-n w m m m 3'n'1 � m. MMO'NVId `JNIO'daS ONV ONINVd NOUV1S 1A1� N]13 J OSO d02 A\SNV'd\OVO\HM W31SJS NOU3111O0 MM V32' $ saowag 5uuaaui6u3 ;o ;uaw�odap f� +*: oaa�-doNoaa irvala adal o SdX31 (oo+r vu - oo+o vls) M � `JNIM33NI`JN9 Vr-1 371dOMd ONV NV7d A 3Nn35V8 '�€ a ads US18H0 snddOO fO .UIO M N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOISN3a NOI1dIa0530 A9 —0 'ON NOISI— IN // IIII III 1 � o�m o III 3 �1 sr o - m Wwt / rc 91\Y,11 li : i 89 10 � a m asela � Im 3 a Jm p o lz _ C �o � o NW00 f~�o=� s�� a I pz„ - I aZ WRco P10 Z 0 219: �a aw WG, /ryn - s�WLL a€o �I '1'�'dsaa xx-xx mc 'aa xx'0, (xxxx-x-x a31va'-8 ooa) Imo = o ; J IN—I—NI 31Vatld35 aid F w `1N3——in,Ob 035odOad o � m � U('I9IIU U9Uo'1_ I I I 0&to R. V II II O10 3 �I I �8a _ I � I mYn�w I I o 0 I I aw Im I o zoJ O w JL o U _ O� Zj W j �O �M `JMO'd Nd ,V, 3W3SV9\SNV'd\OVO\HM WMS/S NOU311100 MM V]2V NOON01 6811Z\L-33 J0 ul3\S1NT1 D\'N $ saowag 5uuaaui6u3 ;o ;uaw�odap f� +*: eaa�-doNoaa Wald ddal o SVX31 (oo+a rou - oo+r rols) M � ONIN33NION3 Vf-I 371dOMd ONV NV7d A 3Nn35V8 '�€ a ads I1SIdH0 snddOO fO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —) 831VM31SVM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOISW3a NOI1dIa0530 A9 —0 'ON NOISI— V/ � J 00 +90 3N17H01VW in I K K O o m III Oo I s I m I +np — od — I I I I I I I I I — I I � I I I W I I g I I I ) I 3a I g V) s I col nCL I I I ao�so z��m g =9 F� w- 0<w Ng LL�a€ I 0 �- I ono m3 I ZLS�o Z�=m�n I ooy0 sssa_> I I6 ~ — I I I I o 0 I I I I 1I 3MSSNI Ouon 3S aid I U ,OS Aatl80dW31 03SOd0ad W C) '1'OWSWUxx-x-x XX-Xaaw '0d xX o0a =: W (xxx NnH 0I 31 dM ooa) z o H3Wf1a I 31Va a3 aid O W 1N3W3Sb3.WlLLfI1,Ob 03SOd0ad �\ F�O 00 +£0 3N17H01VW W> °o F U � 111 1SVH\S NV�d\OVO\dWI W31 SJS N01103ZZ00 MM VI NV N00N01 62L LZ\L-33 J0 ul0\S1N31�6\'N $ saowaS 5uuaaui6u3 ;o ;uaw�odap f� +*: eaa�-doNoaa INaId adal o SVX31 (�+r1 rou - oo+a rocs) M � `JNIM33NI`JN3 Hf-1 371dOMd ONV NV7d A 3Nn3SV8 "€ a ads US18H0 SIlddOO fO .11l0 N vr7 S1N3W3AOHdHl W31SdS N011037100 —i 831VM31SVM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 1'ON NOISI— V/ U 00 +£ l 3N17H01VW m Lo Um I I I � ly I I o Z O 1 I � m Ln I I � Ln Q I Job V) Iw« o R a O CL CL I s i I ee era s= a mgg� o hw o o sEmo pZ=s m; pis oZ =,1� - >w >w �W I I I U 1N3W0111NI 31YaVd3S 83d 03S 1N3W3Sb3 J r NOLLOa — U AWtlOdW3L 03SOdOd0ad.1'ald'S'a'a XX—XX'X'Od XX IM Z p J (xxxx-x-x a31va'—#ma) Z w 10Naa15NI 3MYVdM a3d F p 1N3ffl5 Al M,0*03SOdMd o Q 00 +80 3N17H01VW wW Zo U `JMO'dNd ,V, 3NMSV8\SNV'd\0V3\HM WMS,S N011031100 MM V]NV NOON01 62L[Z\L-33 J0 ul3\S1NTM\'N $ saowag 5uuaaui6u3 ;o ;uaw�odap f� +*: eaa�-doNoaa irvald adal o SVX31 (oo+a1 rou - oo+r1 •Vu) M � `JNIM33NI`JN3 Hf-1 371dOMd ONV NV7d A 3Nn35V8 "€ a ads US18H0 SIlddOO fO .1110to N S1N3W3/1021dW1 W31SdS N011037100 � vr7 —i 831VM31SVM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 AB —0 'ON NOISI— V/ � o U 00 +91 3N17H01VW m --7 f' j to o I I� I o o W I = QC 1a I 6 0 jLn Q 9 a - Q�a — " I V) V) y 18 I w l o la g" - � I K -�� I a I I I Z I I I old o flz- 4,86 s�Rm g � f✓ � w POP 3 °zm ZO 890 z ; I I I m H N II II I I I = & f v y I � 1N3rvnalSNl 31u S t— L N3d 1N3 r NOLLOaaLSN00,05 _— U AWtlOdN3L 03SOdO8d...... 'l0A W 10 d 5 a a XX—XX'Od X% o, Z p (xxxx—x—x a31va'—#00a) Z w 10Nna Nl MY VdM a3d F p 1N3i3 A M,0*03SOdMd O Q < o 00 +£ l 3N17H01VW WW z° F U `JMO'd Nd ,V, 3NMSV8\SNV'd\0V3\HM W31S;S N011031100 MM V]3 V NOON01 62L[Z\L-33 J0 ul3\S1NTM\'N q$ saowag 5uuaau(5u3 ;o ;uaw�odap I� +*: eaa�-doNoaa Wald ddal 0 o SdX31 (oo+£z rou — oo+e1 •Vu) M � `JNIN33NI`JN3 Vf-I 371d0dd ONV NV7d A 3Nn35V8 "€ a ads I1SIdH0 snddOO fO .UIO ^ N vr7 S1N3W3AOHdW1 W31SdS N011037100 —) 831dM31SdM P V38V N00N01 N 9 j NOLLd.30 A9 3LV0 'ON NOISW3tl NOI1dItl0530 AB —0 1'ON NOISI— V/ U 00 +£Z 3N17H31dW ni Lo �a fl 9 z € IN B III fil'f � e I I� I I�I z I IN I g W QC 5 �uj W cceZ o ti W I ~z EnQ 3a I m W z � v.I cc I I a� b�� nee s fiPZ in 21 T. W _ozq�s j I N Wl I m- I I I I I I 1N3Wf1—I 3lYdVd3S I N ~ 131 1-3SV3 N0110f1a15N00 AaV80dW31 0350d0ad..:... p W l O d S N 0 XX—XX'0d%% (xxx Nnd 031V0 d S ooa) O Z w Ll x—x—lSNl 31Vatld3 83d H p 1UN35 . IM,Ob 03SodONd 7 U Q . �. C' fig 0 00 +91 3N17H01VW w� °o F U � `JMO'd Nd ,V, 3NMSV\SNV�d\0V3\HM WMSJS N011031100 MM VINV NOON01 6811Z\L-33 J0 KiI3\S1NTM\'N $ saowag 5uuaaui6u3 ;o ;uaw�odap f� +*: eaa�-doNoaa Wala adal o SVX31 (oo+ez rou - oo+rz •Vu) M � `JNIM33NI`JN3 Hf-1 371dOMd ONV NV7d A 3Nn35V8 "€ a ads US18H0 snddOO fO AM N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 31V0 I'ON NOISI— V/ r/ U 00 +8Z 3N17H01VW ----r-�� � --- h I I m I � s z �a I I yz N I I o I o ° J O a m` g �di — � H . MR. m I n l gs aSI I I Ln wa � 1N31 31VWd3S H 131 11 Sb3 I— 3W3 NOUD 1NLLOfIXLSN00,05 _.F U AWtlOdW3L 13SO1011 'I !. W Od5W0 G3a '0d O (xx 1 #D G) Zp 1N3N0a1SN13 MVd3S a3d U Z W 1N3Yi 1 AI an.06 a3SOdOdd ~0 <OQ 00 +£Z 3N17H01VW WW Zoz �x U 'S OMO'd Nd ,V, 3NMSV8\SNV'd\OVO\HM WMSJS NOU311100 MM V'32V NOON01 6811Z\L-33 J0 ul3\S1NTM\'N saowag 5uuaaui6u3 ;o ;uaw�odap f� +*: Baal-doNoaa Irvald adal o SdX31 (oo+zr rou - oo+az •Vu) M � `JNIN33NI`JN3 Hf-I 371dOMd ONV NV7d A 3Nn35V8 "€ a ads I1SIdH0 snddOO fO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —) 831dM31SdM P V38V NOON01 N 9 j NOad.30 A9 3LV0 'ON NOISN3a NOI1dIa0530 A9 —0 'ON NOISI— V/ /a ♦�px� / s ti l'5 IF I =wI o / / 5" / g uj a / I En / I��syb�db / V 444�x,a / /� I a y c I a Z{ / a I 28 m+s I �� �e & 5L / bo % I I hL song �m w� �e 9z--<� a3noa NilW,5 MER I w P w I x col m w pis o Dim a=a =o w - I n�� _ B'5 1N311a15Nl 31VaVd31 H avl� aid 11,31435v3 NOIlOf1a15N00 AMUM 03SOd0---1'O'd5'a'0 XX—XX'Od IX'30A (XXxx-x-x a31va!—;f ooa) p o w 1 NOa1SNl 31V d3S a3d p 113M3 . IIM,1b a3SOd0ad Cc,Q I + momolim p C,- V'W BC'S o 0 0 +9 Z 3N17H01 w� °p U � `JMO'd Nd ,V, 3NMSV9\SNV�d\0V3\HM WMS/S NOU31700 11Z\L—JJ J0 KiI3\S1N31Z0\'N 5a -doNoaa Iad adal saowag 5uuaau(5u3 ;o ;uaw�odap (oo+cr ro - oo+zr •Vu) f� � SdX31 JNIN33NIJN3 Vf-I 371.i0Md ONV NV7d A 3Nn35V8 a I1SIdH0 snddOO fO . IO o o N ��� S1N3W3/1021dW1 W31SdS N011037100 t- —i 831dM31SdM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOIS— NO.1-30 A6 —0 'ON NOISI— V 1�1 F � 2 III U SG 00 +L£ 3N17H3IVPi I o III g w•� - I 3 o z 31♦{0 � 3No � m I � II G,�T'� - A �� I � � II 1 � LS W I F N I I wrc (L.Ww .�e or zssl o a oT m W K EL I I I $ �¢ 3C o I I i I Im i e j i i T z3 O 83A00 MIN.9 I I � o I` I I � I gg I o ml o I I' I tSlm I Nag � o�N & m w• P o' Ia 3' I IL 2 I I I m I :1 w o0 m <w W- I I I I � I � L I g o 0 iI I of sl 1N3NNl05NI 31tlaYd35 r � 83d 1N3N35V3 ANtlWd"M SN03OOO d,O0Sa d 'LO'YN3a 3SbO A9ll6141N{Z M,05 oOZ N#LL'6O1W%3 U—Z'pp W I� I III I 5OQ , 00 +Z£ 3N17H01dW wW ZU U `JMO'd Nd ,V, 3NIMSV\_ VI2V NOON01 62[[Z\L-33 d0 S$ saowaS 5uuaau16u3 ;o ;uaw�jodap f� 9M-d ON Da3 iI ddal (00+Z> 'V1S - OO+L£ 'V1S) M o SVX31 d DNIM33NI'JN3 Hf� 371lOYd ONV NV7d A 3NI73SYS ads US18H0 snddOO fO .UIO °�<Z6 N vr7 S1N3W3AOHdW1 W31SdS N01103710 I�0 � —i 831VM31SVM V38Y NOON07 �j NOLLd.30 !9 3LV0 'ON NOISW3a NOI1dIa0530 AB —0 'ON NOISI- 00 +Z� ?N1-I 04 �- III Z'94 O I e I I I I I IIII I I I� I w IIII I I � g d I I I I �xg Q�U�� r�-8m a 8 m� I I I uah�� 3 I I o I I III g I I Tt I I III f I I I Im I z I I I a I I I I I I I I I I Ila I Z I Lw Qc � �J Wa 9 0 I VZ V)Q I I I I m 3 a • I � o a� i � o ti In o T p a I I 0 I O I I o l 3 I I Imas w RE p FQm I I I I I I I I I I I I li I S I I I I I N $N 3 � II II - I I • I o 0 I I 3 I I A I w v sL sL .m 1N3N0.M 31 .3S a3d " .SZ 143MSV3 901100a1SN00 J ,OS Aad80dN3L 03SOd0ad Z Q '1'0'N'a'd'O 96*LZO4OOZ#'000 Z W 1N3W3SV3 A un.09 OINIM�IMI O 00+L£ 3N17H01VW c�Of Ww > o U `JMO'd Nd ,V, 3NIMSV9\SNV'd\OVO\dWl WMSJS N011031100 MM V32V NOON01 62 Z\L-33 J0 KiI3\S1NTM\'N .".$ saDwas 5uuaau16u3 ;o ;uaw�jodap f� saes-d ON °J3a iWd ddai (00+L> 'V1S — 00+Zf 'V1S) M o �!W.bz SdX31 d ONIN33NION3 Vf� 371l0Yd ONV NV7d A 3NI73SYS ads I1SIdH0 snddOO fO .UIO °�<Z6 N vr7 S1N3W3AOHdW1 W31SdS N01103710 I�0 � —I 2131dM31SdM V32 Y N00N07 �j NOLLd.30 A9 3LV0 'ON NDISN3tl NOI1dItl0530 A9 —0 'ON NOISI— \ �l ~ 00 +Lti 3N17H01VH m TXDOT R.O.W. I I I N rc J vs, I I� 80 II _ �II wS I i i L e� sz u>�I & I J o b YB Q i �� yz om �d�W I NI I I W I LQ ac > I I W `a W wz W c D i ' ~z fi _ w o to I r I 3a ,vi P 1 0 j O y I 1 } 217 i e T ejrc8 tDAO0 Nil ,9 a I all e- S z-t a g m =_���= < z-- PER �o I �mo�o�o" m l I i i o ��ys I � � lo � li I�a I 16 I h $ � "II II 9O'9l a I , I pno I.DL II 91 1NMnN1 N)31VdVd3S aid 1N3N3SV3 NOinn4i 1403 —=— �1'0'N'N'd'0 9844ZO400Z$'O0O .OS ANVtlOdN31 O350dONd �F O z w 1N3113S A LLn,OS ONLLSIk3 0 p L= es9� 00 +ZP' 3N17H01VW z LL �w w� p0 z U OMO'dNd V, 3NMSV9\SNV d\OV3\HM MiSAS N011031100 MM VI2V NOON01 6811Z\L-33 J0.l I3\S1NTM\'N $ saowag 5uuaaui6u3 ;o ;uaw�odap I� +*: eaa�-doNoaa Irvala adal o SVX31 (oo+zs rou - oo+cr •Vu) M � `JNIM33NI`JN3 Vr� 371dOMd ONV NV7d A 3Nn35V8 "€ a ads US18H3 snddOO fO ADD M N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItlOS30 A9 —0 1'ON NOISI— J U 0 0 +Z 9 3NIIH31VW T T^ 4 .W 3 ffl d'0 1SL80 /'000 i 1N3N3SY3 lllfl.0,SB ONLL51X3 ��II�� < paa L.o, ,S'ZL > wa& LL M o f p z R W I1xom Et � m�7" Z. — + ry dew — II �Ih—n3r �rHqJ �i nin Wa 3H0 dll7,0 3uQy M8 pon� — � o Fn °s I R o.w. o 3 ,-Ho aH 3 o�3Ho o K a II1 II 111 << �� o o W� Ao III _ Q Qo �m m 0 Z W ILIJI O w IIII P g� Im .0 ? it O o� � II 3 2me CL W. 8 LL2lll Imo 3 a „ate 8g�II �lll I i NO o o � o f z Nm Nm _� H � eZ yo II yo Ism H gz p6 << ee po w fl H_ �u 50 o � roo III LS soa U.- me y o � III I NH <€ o N Wm u9u II o Iv h a$ tS �MSLXb� 'NIN,Ol lu SlXb MSIXro�MS[X�i—�� x � � � 3 1�Iyy1I F� � ry w II �N 9 II2 z II I` O W — Z I w wv �m o� tz_ zi � H §•.SICEWN.K _ 41 . Z11-n.�, z_ i%OOt . F'0 _ �OQ 00 +LP, 3N1IH31VW �w w� �o �w 7 � U 5 `JMO'd Nd ,V, 3W3SV9\SNV�d\0V3\HM WMSJS N011031100 MM V]NV NOON01 6811Z\L-33 LO.1L10\S1N31�6\'H g$ saowaS 5uuaau16u3 ;o ;uaw�jodap f� 9M-d ON Daa Wald adai (00+LS 'V1S — OO+z4 'V1S) M o SVX31 d DNIM33NI'JN3 Hf� 371lOYd ONV NV7d A 3NI73SYS ads US18H0 snddOO fO .UIO °�<Z6 N vr7 S1N3W3AOHdW1 M31SAS N011037100 —I 831VM31SVM V38V NOON01 �j NOad.30 !9 3LV0 'ON NOISN3a NOI1dIa0530 AB —0 'ON NOISI— III U J 00 +L9 3N17H01VH I Ili - I I .S'Zf ,5'LFi I 4 II .ol�-szz s'zz I l I I I I - I jIII 11a -1 I Ilo• I �� �� �� � w 111 W gel 'mmY z O a3no�NIW,9 a ' x i u ilw� e I I Pr m. �a77 � � � I I w 3 Z R 6 I $a I I Q w cr I I o o a <� a III DilN- �p " ao�a z�am g I w� I I I tS 'Qo a _' __ ER"ozoold 0 0 z-> < -K _ b_Y J " mF 8g� IW IaA II o o m o miszz: s o ,ai O 4 w& _TOWN d'0 1SL800£OOZ�'000 z p� g w� 1N3WNa19Nl 31 V 35 1N3W3S JILUG,S9 ONLI%3 O z W Ro — aid 1N3W35 NOI10Na15N00 II F p 4 ,09 A8"OdW31 03SWONd P9 r O Q ffi 00 +ZS 3N17H01VH �W w� po z F pw p v3 U 3 `JMO'd Nd ,V, 3NIMSV9\SNV'd\OVO\dWl WMSJS NOU311100 MM V32V NOON01 6811Z\L-33 J0 KiI3\S1NTM\'N $ saowaS 5uuaaui6u3 ;o ;uaw�odap f� +*: saa�-doNoaa irvald adal o SVX31 (00+Z9 'V15 - 00+L5 'V15) M � `JNIM39NI`JN9 Hf-I 371d0Md ONV NV7d A 3Nn3SV8 "€ a ads I1SIdH0 snddOO fO AM N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM P V38V NOON01 N 9 j NOLLd.30 !9 3LV0 'ON NOISN3a NOI1dIa0530 AB 3LY0 'ON NOISI— 1 J ll r L Z U SG 0 0 +Z 9 3N17H01VPi — Im a I I I I I I I I`P I — _ �I I I I 31 I I I / 8 I p I 8 I I o I o II I I 4 I I II I I I I I I I I I I I I �I W W I II of I 0 ¢ I S of 3 W mlLLJ � a NI..9 IL O c I I o s I m I Rca �08 s�wo a � i -0 :o 9-0 OR u9u' I I I I I I III JJ � I Z o a o 0 nn I s"T a s 11 as I' Loy a'zz+f.szz Pll.ol-j wU tz .5'ZChF.5'62I, r '1'0'N'a'd'0 1SL800£ODZ f1a15N1 31Va0d35 aid 1N3M3 . 13 ,0 9NILSIX3 1N3N O 1N3N3S NOa.00a1SNOD O Z W .09 AMU 31 03SWd d `3 I o III i s9 �0 O o 00 +ZG 3NIIH01VI'Y w� 90 r U 3 OMO'dNd !\SNV d\0V3\HM MiSAS N011031100 MM VI2V NOON01 6811Z\L-33 J0.l I3\S1NTM\'N .e.$ saowaS 5uuaau16u3 ;o ;uaw�jodap f� 9M-d ON Daa iWd adai (00+L9 'V1S - OO+Z9 'V15) M o �!W.bz SVX31 d ONIM39NION9 Vf� 371lOYd ONV NV7d A 3NI73SYS ads US18H0 snddOO fO .UIO °�<Z6 N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM V38V NOON01 �j NOLLd.30 !9 3LV0 'ON NOISN3tl NOI1dIW0530 AB —0 'ON NOISI— ` J�111 L Z U SG 00+Z9 3N17H01VW s - I I m I I 6 I �I I � I � � I � o T o I I 8 I o � o% I I I I I II I I a o I I I I I I pll I II I I W;A a ;mom Zm 3�w W ��t� I az ac LLo�n: < it CL LLI Wn j axoG� a �I �m 3a I °I 3 I c a _ 1i 2 ml a ssa o 0 0 s ck: EL - I I I I fi I � dll I �rc8 EflAM NIW,9 w l U a Z58 Wm II NIX ��� � i`S.-9- aw J�a i LL Imo 0o� a LL � mo 105 o �z o g Ml.o I I i II I I I I I I I I - 3 o =5 � N II II I� I Im I t o I 'z n S I I I I I N I I I I N I 16 t! tl I I I I I P,OI -�U 0'N'ii'd'o 1SL800£OOZ Pow yJ Z Q W 1N3WWi SNI M"Vd3S U34 llN3W3Sb3. lun,SS ONOSIi O W 1N3MM NOIL')ni N00 O ,09 A8VNOdW31 03SOdONd O O Q �Of a£« 00+Z9 3NIIH01VI'Y WW °o z F U 3 OMO'dN f113SV9\SNV d\0V3\HM W31SAS N011031100 MM V]2V NOON01 62L[Z\L-33 J0.l10\S1NTM\'N sa -doNoaa a adal saowag 5uuaau(5u3 ;o ;uaw�odap (oo+z[ 'v - oo+cs •Vu) f� � SVX31 JNIM3314I91143 Hf-1 371dOMd ONV NV7d A 3Nn35V8 a US18H0 snddOO fO . IO o ^ N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 AB —0 'ON NOISI— J H N 7�+ 00 ■ U MA?OHLI:E ■ ee 1 I Grc .77 ■� �'<W `I 1 N�I I I w� 1 3w 1 LL III 1e Ism= 1 s Iwl w LL8 moo 'oa w 6 VN o T1, 1 1 NIW,9 I I I III I I � III I I I I I � III 1 � I I I I I I I I I I I W I � O I I Z j g J j I P W s'ol R a I ~Z 3a i3 / /` w 1 �S✓ /� p o C a3f\00 NIW,9 - I 1 / Iees Jig bob 2zho I I ohm— ors $ ItS�o &gym I o �s ss�� I 1 I I I �& s _ @ �d� 0 NIN.s I I I I I I I Ism I I o 0 � I I I. 1 I ♦~sz£ sz£ I _.F� '1'0N'd'O I9L-0200z#'000 2 O W 1N3NnWSNI M1 dM a3d i 3N'N'3M Alnico,s9 ON0 lm I O o W 1N3MMU NOLL nO NW H D O ,OS Aa OdN 03SOdONd �. m. O Q -4 - �- UO= BZI� OO+L9 3NIIH.91VP1 wW z z F U � OMO'dIV, NI�35V9\SNV'd\OVS\dWl MiSAS N011031100 MM V3Nd NOON01 6811Z\L-33 J0.l ID\: $ saowaS 5uuaau/6u3 ;o ;uaw�jodap I� 9M-d ON °J3a iWd ddai (00+LL 'V1S - OO+ZL 'V15) M o �!W.bz SVX31 d ONIM33NION3 Vf� 371l0Yd ONV NV7d A 3NI73SYS ads US18H0 snddOO fO .UIO °�<Z6 N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V N00N01 �j NOLLd.30 A9 3LV0 'ON NOISLA3tl NOI1dItl0530 A9 —0 'ON NOISI— J \ j > \ � U 52 00 +LL 3N17H01dW � I I _ s f ,-z szz �,o L I gx _� I � I I II akin N�W�N^ a-w- � i I fiZ54� II w W ac tS WW ecu W or X ti a I I I W ~Q N I I I CL y f I 3 '1'0'N'd WD fhf LSZ0OZ p"wQ 1N3NnWSNI ML d3S N3d 1UM3S A 14n,99 ONNSIX3 1N3W3SV3 NOIlOWL15N00 W m ,O9 AYVtlOdW3l O3SOd09d N3/00 NIW,9 t R S r O I I I I W I I I I m g I a I � _ I r• �p.� am_ i e� Boa a� 9L LL - � 2ZA & - OR ro � rc N�zq .o "yeao °u "4z ond/ in�u'b'd'o/S! / -���"* zL�Smo_zoo w� 03SRlObd / / /.!/1(�000pr �..� oov�i c�iguvt I pO f 0 ! l 'se ON -1/ - p /4.ol s.re .srri / WT S'rr 10w o 0 0 w P�/�$ o / 3 ! Z OO K= 8f51+ W W n 0MO'd Nd ,V, 3W3SV9\SNV�d\0V3\HM W31SAS N01103ZZ00 MM V3if NOON01 68LLZ\L-30 J0 KDD\S1NTM\'� 3$ saowag 5uuaaui6u3 ;o ;uaw�odap f� +*: eaa�-doNoaa irvald adal o SVX31 (oo+za rou - oo+cc •Vu) M � `JNIM33NI`JN3 Vf-1 371dOMd ONV NV7d A 3Nn35V8 "€ a ads US18H0 snddOO fO .UIO N It ��� S1N3W3/1021dW1 W31SdS N011037100 � —i 831VM31SVM P V38V NOON07 N 9 j NOad.30 !9 3LV0 'ON NOISN3a NOI1dIa0530 AB —0 'ON NOISI— / 1N3 32 8. - �r " y - o m I` �s_ ii/. off LLe m m I" o t o awl I I - I I I i a� III �e I I I I I I I I I Z W L cc Qa w E 3a e <� o _ w I a� I V7 ! e O m aann�N1ry,s R S j K00 EL I I I I I LL el o }I :li - I I I pfn 50 goR 2419 I ppzoGoes � u9 �n I I $ I I I I I I I tS $ - I I I I I 1 I I I I I I I wQ I o U sz£; _I_ '1'O'N'a'd'0 E4 MOOZ#'J00 z p 1N3Nf1a15N1 3LYaVd3S Yid 1N3N35V3 ALI31N.Sa ONa I yi j Q 1N3N35V3 N011Of 14OoO ,OS Aa OdN31 03SOd0ad Q K W I 00 +LL 3N17H01VW wW zoz F U 3 `JMN'd Nd ,V, 3NMSV9\SNV�d\0V3\HM N3111S NIU111O1 It n$ saowaS 5uuaau16u3 ;o ;uaw�jodap f� 9M-d ON Dad Wald ddai (00+LB 'V1S - OO+ZB 'V15) M o �!W.bz SdX31 d ONIM33NION3 Hf� 371lOYd ONV NV7d A 3NI73SYS ads US18H0 snddOO fO .UIO °�<Z6 N vr7to S1N3W3AOHdW1 M31SAS N011031100 a —i 831dM31SdM V38V NOON01 �j NOLLd.30 A9 3LV0 'ON NOISN3a NOI1dIa0530 A6 —0 'ON NOISI— \ J \ j > 00 +LB 3N17H3lVPi 8. 8= w I I - � •i�� I 1 III I I _� ��� I � � I I I I \ m s W aw I a o III I �O 99re� I I I o a Vz I I I V) 3 3CL ? is e o NIW,9 31 9�o21 3 I I MI I I I o I I 13 I I I Id I I I I o f III I � � � 49re1 q I I I 13 I - I l 1.0 91'aw & I U� zO3a I I I I I li I I I I I I I I o I� I w o0 I I I I I - I I I I < I I I I o 0 I I h I I I I P9s I� I J F- I U I �zs�r szsl � 1N3Wf1.W 3LVdtld3S aid v{ 1N3W3SU NOILONa1SN00 �1'O'N'a'd'0 o6SB90Z0oZ$'000 yJ rc w ,09 AaVa0dW3l 03SOdOad 1NM35 . iun.99 ONIM3 O Z W <O< 00 +ZS 3N17H01VW wW Zoz U 3 OMO'dNd V, 3NMSV9\SNV'd\0V3\HM MiSAS NOU311100 MM V]NV NOON01 62L[Z\L-33 LO.l10\S1NTM\'N h$ saowag 5uuaaui6u3 ;o ;uaw�odap f� +*: eaa�-doNoaa Nala adal o SVX31 (oo+zs 'vu - oo+ca •Vu) M � `JNIM33NI`JN3 Hf-1 371dOMd ONV NV7d A 3Nn35V8 "€ a ads US18H0 snddOO fO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM P V38V NOON01 N 9 j NOSd.30 !9 3LV0 'ON NOISN3a NOI1dIa0530 AB —0 'ON NOISI— \ v J \ j > 00 +Z6 3N17H01VH 1N3NnWSN 3LHadd Lim I.1N3N35V3 NOIloMNW F~1N 'UW A*lL o56OONtoo � ,06 A�Va0—03SOd0ad O .0l 'ZZ S'ZZ m,OL 1f \ I � I I I _ I I I16 I j I 11� I I a I VA I 41 � I I I I I I I I I I I I I I I I m W I ] I m mT a I w I I ° V) e I o I Q J I I Iwm 3 a o m W m o S. W H a y a3 W NIN,s 8 I Icic W Ro I I S I I $ I I I I ��LS Lg�m I I w t' Bww I � I Ilm � w ti�ax i ps z.I�. zog I � I III I � I I I Ile � I to zr I�'1'0'N'a'd'0 OOOZ M'OOO yl z IN3N35V3.WIM lllfl.9,S9 ONIISI%3 O z W I I I � 00 8 3N17H01V#1 wW zoz F U � `JMO'dNd V, 3NMSV9\SNV'd\0V3\HM MiSAS NOU311100 MM V]NV NOON01 62L[Z\Z-00 SO n$ saowaS 5uuaaui6u3 ;o ;uawjodap f� +*: 9aa�-doNoaa Wald ddal o SVX31 (00+L6 'V15 - 00+Z6 `JNIM33NI`JN3 Vf-I 371dOMd ONV NV7d A 3Nn3SV8 "€ a ;s I1SIdH0 snddOO fO .UIO N N €Y i to S1N3W3AOHdW1 M31SAS N011031100 vr7 —i 831VM31SVM V38V NOON01N 9 j NOLLd.30 A9 3LV0 'ON NOISN3a NOI1dIa0530 A9 —0 'ON NOISI— J \ v \ j > 00 +Z6 3N17H01VW °\ I = TO'N'a'd'0 49LSO EOOz q'ooa rr: LJ34Y M A ni,a,99 ONLLSIM 6x m® I I I I 11� I I o I s3 � p3 I I I I I I I I I I I I I I W Z W I I II� I W I I I I I Is I I p aW E :x 3 L'B � a I I ot?m Q � ffi I i & O a3roo NIW,9 8 a cc EL vo yd n�� s � �� 9 II liz aOo W.g 'm / III -R g�w I I I �Fo I :o I i o T I� � porch Go�� ZLSmo �=m 5�go HIS I I I I I I $ I I I I I I I I 3 - I I I I I I c I o 0 I I I I I I I .m 4—.szz '1D'N'a'd'0 ILIL ZOOZ#900 Z J 1N3WWaLSNI 3LYWd31 Id 1313—.Uf lLLfl,11 9NLLS. j Q 1N3W3SV3 Noinna15Noo ,OS Aada0dW3L 0350d0ad Cc)(_ e,B o H� y OO +Z6 3N17H01VI'Y wW ' ZoF U � `JMO'dNd ,V, 3W3SV9\SNV�d\0V3\HM MiSAS NOU311100 MM VINV NOON01 62L[Z\L-33 J0.l I3\S1NT1 D\'N $ saowag 5uuaaui6u3 ;o ;uaw�odap f� +*: 5aa�-doNoaa Nald adal o SVX31 (00+1o1•rls - oo+�s •rls) M � ONIN33NION3 Vf-I 371doMd ONr Nr7d A 3Nn35r8 '�€ a ads I1SIdH0 snddOO fO .UIO M N to S1N3W3AOHdW1 W31SdS N011037100 vr7 —I 831VM31SVM P V38V NOON01 N 9 j NOLLd.30 !9 3LV0 'ON NOISN3tl NOI1dItl0530 AB —0 'ON NOISI— �o �a\ I II �� x \ / om a o d<<4 bo ZW I I m Z.LQ Lo Epp o W. ac - a W a u I a osI �� 01 W s81 I I I ti a ¢ I I I I I N¢ I I I I w I I I I3 I o h o cic � w I I w I 0 I a3A00 NIW.9 3 l9� mTza m I - I I00I 3 I I I I I �G� tS H� 9 oRoo I l o w t I p�mo Goes � o I^s ow�io 090 I I` I • I I I I I I I -- I I I I I I w an I I I I I I - I I I I I I I I I I I I I I I szc s zl v y J .m szz szz I3,oL -: w .9. 1N3N WSNI a1 d3S N3d m O Q 1N3W3SV3 NOIlOWN15N00 1'0'N'N'd'0 i5L90 �'000 1N3W35V3 ANO11,59 ONN51X3 ,OS AaVa0dW3l 0350dONdI �0 Q CD 09+L6 3NIIH01VN wW zo U -.!d\sNv'd\ovl\HM W31SA NOIU03��00 MM b'3Nd NOONO� 62[[Z�z—JJ J0.l 10\S1NT1 D\'N $$ saowaS 5uuaau16u3 ;o ;uaw�jodap I� saes-d ON Da3 iWd ddai (00+901 'V1S - 00+101 'V15) M o SVX31 d ONIM39NION9 Hf� 371l0Yd ONV NV7d A 3NI73SYS ads US18HO sndd00 fO .UIO °�<Z6 N vr7 co S1N3W3AOHdW1 M31SAS N011037100 —1 831VM31SVM V38V N00N01 �j NOLLd.30 !9 3LV0 'ON NOISN3M NOI1dIa0530 AB —0 'ON NOISI— \ p p 2 \ � U '� SG 00 +901 3N17H01VH °�vv x;oa or = c LJ34NnaLSNI U 8 >� 301,sz'load I I G � 3-n oz W S �3 �cl: 4 0 & U el•I� I I 19 I �i - __� _�=-- M �I p I\\\ utl3 rnrc mm \\ _ ,OZ� ,OZ 1 �I b xc sexcnns a a aRq, OVOd d383M IiWz 8 ail goo zs� I LQ �oa�s p > r 3 is g Cz 'I 6 e � 5 as's 4r W a G s 3 3{ 0 .3�Ao +I / _ P 6 / p / I III O I I II II ILu / 8 19S�os Ny. / I II I O f�MbyPolydo I I III g � ck: �I •oho � � 3 � I I I�yly� I ✓ w _ I _ - p ��o�ofi ;> pro aEp�� +en Yu o'm8ap� a8 ® II 1m17Gz�Z -1. 11 ec� l p 2 Ilz 7 8 I N S 4 SSy 'oo p a3A0O NIN,9 iy I I I - I p m � s'z r —n—NI 31b1Nd3S Mad �� 3 W y� 1N3N35 NOIlOni N00 �lO N'M'd'0 iSLBO0f00Z J'000 Z p 1 Aa OdIN31,OS O3SOd0ad SS ON]13 W35v3 ANLLn, O z Q 00 + 101 3N17H01VW wW ❑> z(D � U � `JMO'd Nam' 'd\SNV'd\OVO\HM N=/S N011031100 MM V]NV NOON01 68; $ saowaS 5uuaau16u3 ;o ;uaw�jodap I� 9M-d ON Daa iI adai (00+111 'V1S - 00+901 'V15) M o SdX31 d ONIM39NION9 Hf� 371lOYd ONV NV7d A 3NI73SYS ads US18H0 snddOO fO .UIO °�<Z6 N vr7 S1N3W3AOHdW1 M31SAS N011037100 —I 831dM31SdM V38V NOON01 �j NOLLd.30 A9 3LV0 '0N NOI— 4O1— A9 —0 'ON NOISI— Hill � 2 U S< 00 + { { { 3N17HDIVH I� lN3WNtll5Nl (�5p 31tldVd35 83d dill da 3M,SL'dOld .OZ I .OZ 5 w.OZ .OL ,Ol Im IIII I I �II I I I I , I I � I IIII I I I III I I I � IIIII I I I I eM- � a3e3M al'zc e ul'ac j m LL3 or7 LL O I 1 TT W� ez'a I I I I Ids. I I 3 tl � U I I 3a w i pil I d o m y0 m w l I IX g <� O y a3n0O Nm,9 p I I IDS o I I -o I « o I I I !3 lA I N I �''zo 608 I Imo I I I Im + I o I I ml l I513 p.3 pz.g �9z9. pl I I I I I I HI P WI $ - ILS, srci I I 8 .31 ww ItSI 8= md _ N I I � j III mg$ U I I � OZw to I I ��❑ 00 +901 3N17H01VN wW U `JMO'd Nd ,V, 3NIMSV9\SNV'd\0V3\dWl WMSJS N011031100 MM V32V NOON01 62L Z\L-33 J0 KiI3\S1NTM\'N Ba -doNoaa ia adal saowag 5uuaaui6u3 ;o ;uaw�odap (oo+s11 ro - oo+1 •vls) I� � SdX31 JNIM33NIJN9 Vr-1 371.i0dd ONV NV7d A 3Nn35V8 a US18H0 snddOO fO . IOto o N to S1N3W3AOHdW1 W31SdS N011037100 vr7 —I 831dM31SdM V38V NOON01N 9 j NOLLd.30 A9 3LV0 'ON NOISw3a NOI1dIa0S30 A9 —0 'ON NOISI— � 2 4 II U SG 00 +911 3N17HOIVPV m'o'a,m II 1Nawn8ls141 nlili Fp .0-31 aid 01,5L o 0� oz 3d0ad �o I III I III I I I0, I I o III - i l I I I I II I I I I I MR LLJ I I I �IIII I IT � I I m I ql I I I I I I p I I 11 c� o Ifa 'a I I I I I i o f I I �zc zc a3e3M II o I I I I I II I I I 13 i I ti I I I & I 3 I I I I I gLLJ w �o I I a I 3 hCL .s I Wa8 I II I I to Q� rL I I m Im I I i I M�I w j j LS y - II w S aano3 NIW.s CIL 9 r o II I i I �S I I I I m I Frcvi FOw =oP� I I I o z. zq Ii I I I I w�b�m B�mN w m it Roo z� III sRES.ssa' q I I I o n— 1 11 S I I I I I � 0 1 II d I I I I o 0 I I I F W�w I I ��❑ v = Al Ise U' 0 0 + 111 3rN17H01VN wW °o F U � `JMO'd Nd ,V, 3NIMSV8\SNV'd\OVO\dWl WMSJS NOU311100 MM V]2V NOON01 6811Z\L-33 J0.1L10\S1NTM\'N Ba -doNoaa ia adal saowag 5uuaaui6u3 ;o ;uaw�odap (oo+tzt ro - oo+9 •vls) � SdX31 ONIM33NION3df-1 3711 ONV NV7d A 3Nn35V8 a o I1S18H0 SIlddO0 fO .11l0 ^ N to S1N3W3AOHdHl W31SdS N011037100 vr7 —i 831dM31SdM P V38V N00N01 j NOaa.30 A9 3LV0 'ON NOISN3a 4O1— A9 3LY0 'ON NOISI— III ~ J Z e� U SG OO+ Ill 3N17H0IVM . .MPI I i i wo II I. OI I I III I I I I'lll li I I I I I I IGII jl It � I I 13 I - II I I I II o g I II a l I I I� I �I WTII i I I I II II II�� I I ill � III II I I II I I - o � e3M I II o it � i I li I aa��M//I�l I I I I I I II li IM I j I j ti I I I p I I W I g J I I � I I 3rL II ob I I I Im I ILL) V) u I I O it - � I w i III i o y Ir a CIL I I I l a l 3 i I � 1 I i i �w I IPo 83A00 NIP .9 II I l e I I I I e II _^ om I I o "� o'e noUL "a o I SF� a-� 10 5ni� I I I dfim - 6 I I H Bw tS I I II` �iig 9: o�s�g o��s & G a l Zt M ZEM it �di I I I III I I I - j I I " I � I o I IP I �.Oz M U m'o'a,or IW O w I I u+3nnauNl I" 3iYaYms aaa I I ��o e's I UOf 00791I 3NIIH0lVW wW zo F U 'S `JMO'd Nd ,V, 3W3SV9\SNV'd\OVO\dWl WMSJS N011031100 MM V]2V NOON01 6811Z\L-33 J0 KJI3\SJNT1 D\'N $ saowaS 5uuaau16u3 ;o ;uaw�jodap f� 9M-d ON Dda iWd ddai (00+9Z1 'V1S - 00+1Z1 'V15) M o �!W.bz SVX31 d `.5: r ONIM39NION9 Vf� 371lOYd ONV NV7d A 3NI73SYS ads US18HO snddOO fO ADD °�<Z6 N 00 vr7to S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM V38V NOON01 �j NOad.30 A9 3LV0 'ON NOISw3a NOI1dIa0530 A9 —0 'ON NOISI— J III ~ � O > � II U SZ 00 +9Z1 3N17H01VW o II i �u LL I I d I 'Il I � I I - it I I II o I' I III F I I I I I II m II I I II I 9m I II � _ O I I //h ai I I Im I II �i m l I m I ZI I II o l W e II I u I I 31 � li<mI I ml 6 II w"DLLI I wl O a I ao y �W w� i �BIdI Im I g= W or Ile o I Iw a 'c a� d I i I W II o I I 3CL cr I ti W I I I aaw3 NIw,a I I � I �I a �I N ) � � � []+ J a it I is I�. Frc'� R. 5R0� xo I 1GRA 9: -00 Ne4Nom I III I c LLzz os o Io<F aw'° �K MpUg�g pzqgzM s�esy ssH I I II I a I I � I I I IIw I e I I rc I w oo T I I e I I a I I I I - II I �41 I I I I I I I wQ II .oz ,oz M'0' ,04 Z J I1N lsM d3 O z w 31Vdtld3S aid Z 01 13 sz'doad IB D O 00 + 1Z1 3N17H01VPV wW �u u U 5 `JMO'd Nd ,V, 3NMSV8\SNV�d\OV3\HM WMSJS N011031100 MM VIOV NOON( '.... '.!-33 J0 Ki10\S1NTM\'N h$ saowaS 5uuaau16u3 ;o ;uaw�jodap f� 9M-d ON Dda iI ddai (00+1£/ 'V1S - 00+9Z1 'V15) M o SVX31 d ONIN39NION3 V£� 371lOYd ONV NV7d A 3NI73SYS ads US18H0 snddOO fO .UIO °�<Z6 N vr7to S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM V38V NOON01 �j NOLLd.30 A9 3LV0 'ON NOI— 4O1— A9 —0 'ON NOISI— J..IIII III ~ � O > � II U SZ 00 + 1£ 1 3NI1H01VW I I I I �ZN w rci ww N ��I� a� rc I Iro o od`i E z a 4 5 I I I II I i I I I I1 r I' I I (IIII LJ3NNtl15 3 31VdVd3S d f I I' 301 sz dO8oadl s I e II I ,oz ,oz I I`r I � III III d II I I I I II � oz of g,o� I� IIII III I I m I -III - I, liI _ IIa a I o_ml I I I Z II w�l I I W II $I I 4 1 II NI oI h aW -z � CL z I III o III I I wS ILL) NIw s Ih a 'I I I a l I o y CIL I I I I ao II rc goowN boB RE II I , I I "g��m gwmH GNP-220 II I I 3 1 o €jo< II I: I I I � I pips =ems II II LSw��OR I s�esy sssS I li I I I I I I S I I. l a I w o0 non J II J I I 8= a� o fn p o 0 0- TZ II I J ~� z w II I I a� I I O�w -- -----TTttl -o 0 00 +9Z1 3N17H01VN wW �u u U 5 `JMO'd Nd ,V, 3NIMSV8\SNV�d\OV3\dWl WMSJS N011031100 MM VIOV NOON( '.... '.!-33 J0 KiI3\S1NTM\'N e$ saowag 5uuaaui6u3 ;o ;uaw�odap +*: eael-doNoaa irvala adal 0 o SVX31 (oo+srt rou - oo+trt •vls) M � ONIM33NION3 Vf-1 371dOMd ONV NV7d A 3Nn35V8 '�€ a ads US18H3 snddOO fO ADD o N ��� S1N3W3/1021dW1 W31SdS N011037100 t- —i 831VM31SVM P V38V NOON07 N 9 j NOLLd.30 A9 3LV0 'ON NOI— 4OI1dItlOS30 A9 —0 'ON NOISI— V/ J � O > � II U SZ 00 +9£1 3NIIH01VH N I I I wo Nil I I I I I I III I I I I I I I III I I ��III I I I m I III I I II d l I ,TIT B i I i I I I I I - I I Iwo I I I p I I IL W g_ I I h I IL I $ 3 IL cr m ' � I I I CIL I � I o i l I I a gl gal I o s I o �.a � I I I � I 3Fz brcfi ¢sOw F - �_ I I I ���NI✓saN1✓ RR°RG1i ore I o l o-'wi=o s F H q� � I w 0�e-0s0,1 I I I I I I I I Otl - ol I I I I I I I I I I I w l 0Z I II� wQ o rt.oz ,oz J al , -mow M'0'a,Ob 1N3NN1ll5 3LVtltld 35 HadNl p U w 1 F 0 3.,5z'd0ad U Q 00 + 1 £1 3NIIH01VW wW �u u U 5 `JMO'd Nd ,V, 3W3SV9\SNV�d\OV3\dWl WMSJS N011031100 MM VIOV NOON( '.... '.!-33 J0 KJI3\S1NT1 D\'N $ saDwaS 5uuaau16u3 ;o ;uaw�jodap f� 9M-d ON Daa iWd adai (00+1>/ 'V1S - 00+9£l 'V15) M o SVX31 d ONIM39NION9 Vf� 371lOYd ONV NV7d A 3NI73SYS ads US18H0 SIlddOO fO .UIO °�<Z6 N vr7 S1N3W3/1021dW1 W31SdS N011037100 � —i 831VM31SVM V38V NOON01 �j NOLLd.30 A9 3LV0 'ON NDISN3a NOI1dIa0530 A9 —0 'ON NOI—d F � O > 00 + 141 3NIIH01VW 13�D o J � I 11a�8 I IUD o� ��IIII w� D -4- I,pl I I III I I i I � I I �IIIII � a I I I I dlllll � I I w I III I ill _ zl � n I I zee//h a E- I I I "I III I I I & VJ o II¢ 3 W gU-j Im I D �1 1 uj IX I I I I I WIX c'1 > � D Q I I a3n�NI1.9 o� n I o y al o h-�m� a tl3�irc� I p I Igo CL ,32 , I I t��o1✓5ai1✓ I I I _ Dzp I I rz �D I D —f3o—�i I m-�Dio O Q1rcU w � I gwmm =dames sz o I I �z S w-�'a ' I 9 5o €5. a , - -I I I z$D Ozd� �s�zDg � D g tS z�k'='D':Szm �1 i o I � I Nili I I - � I — I I tol 1 n l I I IJo � aI � > ' N 1 I I I g I m I I i I I I I I ,OZ ,ol a.oL, K �z ,DZ -mow M'0'a 06 1N3ND}LSNI v z W 1301 5�L Sd0ad`t. F�0 00 +9£ 1 3N1IH01VN1 w> zz0 �u u U 5 DMO'd Nd ,V, 3W3SV9\SNV�d\OV3\HM WMSJS NOU311100 MM VIOV NOON( '.... '.!-SJ J0 ul3\S1NT1 D\'N Ba -doNoaa ia adal saowaS 5uuaaui6u3 ;o ;uaw�odap (oo+srl ro - oo+1r1 •vls) f� � SVX31 --I- JNIM33NIJN3 Vf-1 3711 ONV NV7d A 3Nn3SV8 a o�US18H0 snddOO fO .UIO N N S1N3W3AOHdW1 W31SdS N011037100 vr7 —i 831dM31SdM P V38V NOON01 N 9 j NOad.30 A9 3LV0 'ON NOISN3a 4OI1dIa0S30 A9 —0 'ON NOISI— ~ J 00+9 1 3N17H01VW M'O�.Oi - IIIII I� a 1143mna NI IIIIII ML Vd3S a3dl u ,oz ,oz 13a.Sz'doadl IIII I I I I I I II I i IIII �o � a I I g l I I I I IjIII I IIIII - I lS'0 I I I I _ I III I I I o I _--- _�a3e3M� __� -�- I I Z W I I O LJ �I o l g—j Or L.a Q W 1 u I a o U i y a3A00 NIry,9 I I I I & s� 9s o s'a w I I aFo rcB �sFrc�boo_ 5gKo� 1 a I $g�o RUE e I I g l I b I I 5oa� I z SM.z zH - � I I wl I I a I � � I I I III B I I I I I � o s : I I I I - I I - I I I I I I I I I I I I I I I I I I I I Zp 1I � I oZw - I F�p I . 7O + l-ti1 3N17H01VN w� zz0 �u u U 5 `JMO'd Nd ,V, 3NIMSV9\SNV�d\OV3\dWl WMSJS N011031100 MM VIOV NOON(' '.... '.L-SJ J0 J,iI3\S1NTM\'N 3$ saowaS 5uuaau16u3 ;o ;uaw�jodap f� 9M-d ON Daa iI adai (00+191 'V1S - 00+9>1 'V15) M o SdX31 d ONIM39NION9 Hf� 371lOYd ONV NV7d A 3NI73SYS ads US18H0 SIlddOO fO ADD °�<Z6 N vr7 S1N3W3/1021dW1 W31SdS N011037100 t, —i 831dM31SdM V38V NOON01 N a �j NOwa.30 A9 3LV0 '0N NDISN3a 4O1— A9 —0 'ON NOISI— � 2 00 + ISI 3N17HDIVH IIIII U SG 1 94 III I I I N , I `fig of IIII I I I �¢�II __ II _z aa- jI 1a I I rc l 1 a I I w I I I g Il I Iy I � I I I IW,61 I = II d ¢ - I I I all yo o I =a I I I t o I mll x I I I I � I I I mll I O ;gym wl Q.W j I o I j tSo< o tr 0 gz� LLJ la� a CL I j ; Ia Ml el I � I 33f In - V Q 3 I- I 0 3a ,w m O e I R W r yo EL y a—NIry.B j I I CIL CR I I I I I -g I I I I I rE o rcSo F I - IFrcvi °w. 95 Bwm� I I I S w S flz p� �� �I G; o o'�s w�— F �g� s�esN ssa� Iw I I a OR $ I IBI I�m I i is t si I^ ws I � ��.I I-ol I8 - - I � I Ala j b wB o m+ _ 3�p o o02 I - I �a Fl i o i -'� wa rU I0., I I ,oz ,oz U~ I z I I o� w _z I I �wrvnauNl I I ��� 31tl�Vd3S aid W R Q �pp 13w='a0aa .ems a - U jj 00 +9ti l 3N17HO1dW wW °o F U � DMO'd Nd ,V, 3NIMSV8\SNV'd\OVO\dWl WMSJS N011031100 MM V32V NOON01 6811Z\L-33 J0 KiI3\S1NTM\'N $ saowaS 5uuaau16u3 ;o ;uaw�jodap f� 9M-d ON Daa iI adai (00+991 'V1S - 00+191 'V15) M o SVX31 d ONIN39NION3 Vf� 371lOYd ONV NV7d A 3NI73SYS ads IIS18HO snddOO fO .UIO °�<Z6 N „ to vr7 S1N3W3AOHdW1 M31SAS N011037100 —i 831VM31SVM V38V NOON01 �j NOLLd.30 A9 3LV0 'ON NOI— 4O1— A9 —0 'ON NOISI— J F � O > U SZ 00 +991 3NIIHOIVW . .. .7 l I I I I rD'021 SS3D'i��� �a s I I I I I I I 3 � Iw I V I 1 I III � II K w� 1 I I I a I I 1 I I �I o ao 1 I I � I �I = Z _ a I a 1 I g l W W 1 1 I jMlol o 1 I �- I to 8 3OL 0 III NII I 1 I I I I I I I I I I I I I I 1 �m I 1 I II 1 � 81 no � HEo.9 o .e L1pfi so I � I � I I 1 � � 1 t.�N1✓5aZ1✓ I I I I I I "B m gw I I - ZENw�zz 11I �od2€ J o<IE WIR a=ar z G� j � zsReO, 8' I I I 1 I I N-F ax3�"= ,oL o,m 1 I oz .oz 1 1 z o o 'M'0'tl,ob 1N3NNNLSNI O Z W 1 aivaVI3 Idi 1 I 1301,5Z'_ 00 + 1S1 3N11H01VW wW �u u U 5 `JMO'd Nd ,V, 3W3SV9\SNV�d\OV3\dWl WMSJS N011031100 MM VIOV NOON( '.... '.!-SJ J0 KJI3\SJNT1 D\'N $ saowaS 5uuaaui6u3 ;o ;uaw�jodap 9M-d ON Daa iWd adai (00+191 Y1S - 00+981 'Y1S)SdX31 371lO _ _ONIM33NION3 Vf ,US18H0 snddOO fO ADD fM� oN S1N3W3AOHdW1 M31SAS N011037100 —i 831dM31SdM V38V NOON07 j NOLLd.30 A9 3LV0 'ON NOISN3a NOI1dIa0S30 A6 —0 'ON NOISI— �11I II III U 00 + 191 3N17H01t/W s g oLO � Iw a I+ to ow I I xn I I I ,� III III o�Js% I Wei u I i IN 3 �1 gp G S 8 awl o ; IIIII aV n, l � I � I� illl o .Oz o c oz ,Zl y ' S 1z, Ro &f I I N III o f I o pl i I I : I� I a3n00 NIW.e z= I y - � Ili �ww I z$ I a V o Z I W o 1 i a W f I I hrj- 'll o zc'e V Z el u I I & o�pip g 3 3 a m9 s I I I I f I1 I O io I O � I I �wj � l II I e 8 h n I S. 64 s< � . c 9. 6'61 s= ew=o boa I - �g� eo e�E'"��o � o I _ E'�Nw rZ.3l E w 3 zg o� (o I-ry N,6Z9S 3,80,84.00S aE l It NEIoEN 8¢ �o ,V,3NI33 1't 3 'O 3 i Lw Z $ -t0iLf10if/ m $ an I m b 61 J, -R-o I g 3 totw o W. II J �- o y "�-98W 4 48 e 48W & 48 �\ _ ( o o , w Q U OZw �OQ U = O I w w z0 I I 3 L�MQ'dNd ,V, 3W3VV9ASNV'dA0V3AHM W\VJS Nou311100 MM V]NV NoaN01 68LLZ\L-33 EC e$ 1. saowaS 5uuaau16u3 ;o ;uaw�jodap f� aM-d ON Da3 iI ddal (00+99/ 'V1S - 00+191 'V15) M o �!W.bz SVX31 d `.y: r SINIM39NION9 Hf� 371l0Yd MY NV Id A 3NI73SYS ads US18H0 SnIl fO AM °�<Z6 N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM V38V N00N01 �j NOLLd.30 A9 3LV0 'ON NOISLA3a NOI1dIa0s30 A9 —0 'ON NOISI— IIIU 00 +991 3N17H01VWoz ,� I I/ a3 n3a iN3w3 N i ai n +ava aw313 wLt I~M'0' ,09 � II a gNl m: bl ++ II .0I SAS I a�. II &g8� 41' '� _ ^+ g III j iaiG - I I I I I �33 z - .g=. 6P s'r b I K W J LL'S Z o� II I I Q g I 3 R I W iy 3 I o � l m I a III 21 NI..a �1 I11I I oo I of i� zo m = III ,� a Ho - - N n , y r3+w ZS a I Fz b£5 m So 3� aw� m qd OSl I N\ pao Bm Z.a s III I I � o ICI� I 60 m m 1 oGm Z. - �� I � I I ' a ry il3/AO NI41.9 fN off: III eaa V Cfil� I'�v II II ,oah m �� �oUml w m .07 1 � � loges IIse I o F3 U -053 L I I z � o® 0 �u 1N3111 L 11 3MY 13S aid 1143N3SV3 e ' ' N� m m momsNOaO0a1SN00 LLL Ma OdI O3SOd0adLiLvu S OQ 1 L.a U O= 4O'SL 00 + 19 1 3N17H01VW wW _ 0o F 2� &� 3 OMO'd Nd V, 3NIMSbz OHM MiSkS N011031100 MM V3Nd NOON01 62LL7\L-00 d0.110\S1NTM\'N e$ saowaS 5uuaau16u3 ;o ;uaw�jodap f� 9M-d ON Daa iWd adai (00+1L1 'V1S - 00+991 'V15) M o SVX31 d ONIM39NION9 Hf� 371lOYd ONV NV7d A 3NI73SYS ads US18H0 snddOO fO .UIO °�<Z6 N vr7 S1N3W3/1021dW1 W31SdS N011037100 t, —i 831VM31SVM V38V NOON01 N a �j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— IIIU 00 + IL 1 3N17H31VPi A� �E i .a�a��3 . . . N 77, 3 �NOI�a o 'N'oa,w -►� 'S oz ,oz��j I a I IIII - I III §si I I Hm e - I I I N t7 = o �3 II III I j So y W LL Cz ti �gI �� O�� z owl o0 I I I - � ¢ o w a l l I o��:I I� I l a 3 a � I b g al11 �x i& I 6 y y li .0 + I N ¢ a I 3 s d3 00 Nm,s I� IIII a e Ir of oo, zg p III VY III I LL G =GN P. wLl 4 R NO io I �m I= 11^ I� IIII�01 � � _m�i✓� ��� Is IS 0os 3 o - - 12 I I l I l i l 0H 0!t� s6 I 11 x1 I I S g I III m1 , w w I Illg�l 0 � I I 1�7 1 <� z = 'e i g �� �b o�r -0� bra `o o� I III W 01"` r• =a: o Z. I� z o`.. w aG�� _ III a��H ¢so o w MIA S U C7= .g� 00 +991 3N17H01VPV wW m 00 Z U `JMO'd Nd ,V, 3W3SV9\SNV'd\OVO\HM WMSAS NOU311100 MM VlNv NOON01 6211Z\L-JJ J0 ul3\S1NT1 D\'N $ saowaS 5uuaau16u3 ;o ;uaw�jodap I� 9M-d ON Daa Wald adai (00+9L/ 'V1S - 00+ILI 'V15) M o SVX31 d DNIM33NI'JN3 Hf� 371lOYd ONV NV7d A 3NI73SYS ads US18H0 snddOO fO ADD00 °�<Z6 N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM V38V NOON01 �j NOLLd.30 A9 3LV0 'ON NOISW3tl NOI1dItl0530 A9 —0 'ON NOISI— L U 00 +9L I 3N17H01VH 9« o f~'M'0' ,OY,�►, I_ IIII i � R ' IIII I I I � I I ,919 I I ;II�55 I ,.az I I I I I�o I o f I �p III Mew ° s I= lilli��i <1 wt+ cgs �I 7 n I� lily I I ^� IIII III' I �� 11 zoo III �m I � I � �III' ��� III �T a = �T Han I �>I � - I 71 I I I I I i I I I , I IIII - I I IIII zs , I I I z 0 d , W L I III I + I �Cz II yaK w I x orr � R ICI li 9: im I ;w oQC LL� K 0'9l If IIIax la g yg I I� a g I I III �z Lu o W� 3 I "f,i I II I I I I aao� to �o I= Q I 3 NIW a QI" IIII i I I e. N w y s Iry �"�� o8 `�`' Lf i zo z i13A00� M.W rn�l .9 �s AEI II I o I I I I:' III III:m 1 I o osm YJ g o No I - 1N3WN NON a1L L M N3d Q3SOVa _I II NOIL'1fRILSN00,LIL ANtltlOdW31 0350dONd 1� I�� o3Sn3d.1N3w3sV3 rvo11ona1srvoo AaVaodW31 jo S11W1 o - $ Nj n n '- 13 i� ill I I I o 0 000 Nam II I i III LL y l IIII i , I I �U I � zoo I W m, OZw I �o Q 9C'f IIII U U' = W., r 00 + IL I 3N17H01VW wW 0 z 0r � 3 0MO'd Nd ,V, 3NMSV9\SNV'd\OVO\HM WMSJS N01103700 MM V]2V NOON0l 6811Z\L-33 J0.1L10\S1NTM\'N $ saowag 5uuaau(5u3 ;o ;uaw�jodap +*: 9M-d ON'Da2 INdId 3d21 o W. SVX31 (oo+tet rou - oo+9[t vls) M `JNI2133NI`JNa vr-1 371d0dd ONV NV7d A 3Nn3sV8 ads US18H0 snddOO fO .UIO °�<Z6 N vr7 S1N3W3/1021dW1 W31SdS N011037100 t- —i 831VM31SVM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOISLA3tl 4O1— A9 —0 'ON NOISI— III v U 00 + 191 3N17H01VW so g NJ3N0 NI ML dM Md 1N3143SV3 I NoImn 5NOO,LLL MS OIJHM 03SWONd�~PI 09 ►� 1 1 m l I.oz .o g I °3� yy � BZ`4 + TTT ° L° _ I III II & I�I W CL Ct: Ix =� a � 7LI s- �oL LLJ O�W � ® II ml I CL III a 4gv I p i �� w I 1118 1 ��oa 3 I a�z °' ate � I ¢CL I MMOO NIW.a I- 111I�T1 I w I � i �o I I I I III 1 � w� III 1 1 1 I I I - za . R_ I III I,- I�I 1 I Zl m A-zgo �w I3 I 1 °wsm q 1 o w00 III 11 I I - woo 6z. - s I sN L ,z m c - p m zo is I II I 11 9 l I I I to n 'II II ff`LO ° a I!!3 a n - � kS o � I I 1 — oo. o l- I11 1aas� I ° I , IjIIII II I III 1 , I A� I ° Ihj -o° z ozw o I + I �8Q I I I Q W 8'fL 00 +9L1 3N17H01VN WW °o z F Uv 3 `JMO'd Nd ,V, 3NIMSV9\SNV'd\OVO\dWl WMSJS N011031100 MM V32V NOON01 62 Z\L-33 J0 KiI3\S1NTM\'N $ saowaS 5uuaau16u3 ;o ;uaw�jodap I� 9M-d ON °Jdd iWd ddai (00+991 'V1S - 00+191 'V15) M o �!W.bz SVX31 d `.5: r ONIN33NION3 Hf� 371lOYd ONV NV7d A 3NI73SYS ads US18HO snddOO fO ADD °�<Z6 N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM V38V NOON01 �j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 AB —0 'ON NOIS— m� � Y ad U #m; m Qim �k > � I <a +e �i n —1LL �• �w-----y�W__ w o Q_3 m --- N -- ry ---- �` � cr �fna� off. p � - aE „w w �I W z qq =o m INS e:aol ��� Eo �J IM 1 lz =b Rrrm f° �w I --- L= - m o3N , I �mma 5'9 r mi I I 0'Ol� I _w� �s��'� ���_ • � �<9 �m �. WET ml III o �� I �„ a -� ���o � S� o l g;c of ym� 3� o<m� II Z al ?� w :gym �I LL _ � LLrnm W II n I <;� 83fi0ONIN n� rvo am. m'e M. o `w= o � ��� o ® ms� Ia = Z �< o3ns wo n�Sm W4 e�3�s ��� ��� *`� ry v1= NO rv5o mOo s' m� a o I O mmo tii� -I wy0� rct� W �N�t�e �mi �� as>mm I i � f o =' I m n Imc g& &g m12 n - jl� Ism = + I x#I 1111� Im=�� �z s�axl _lz - =I_ m off.a1 Ial �<c I ;amp oQ1 I wel q�g g bpi° q1l I �R � p o ws it B'ol I III I I rvl _ Em N3/�00 NIN.9 3 x & I I I 9L'0 0 I —gym I I d<s m I I - I� III III iga� I �w y ry p I III I= to w 5'9 I m ry l b I p o f I I m o a l I I Il o'— I t wQ au I; I I=m I B L BI =:jU dm I'I 1�9 mm1 Psi oz Oil �{ ppw ICI I z I I 1NWdBNI 31tld S N3d IN3N35V3 ~p p NOILOON15N00,LLl FNtPlOdN31 03SOdO8d�i 0 'w U = �vz., I �K !•' I�� � �� �� 0 0+ 191 3N17HOlVH �o J zm m � v U `JMO'dNd ,V, 3NMSV9\SNV'd\0V3\HM WMS,S NOU311100 MM V32V NOON01 62L[Z\L-33 J0 ul3\S1NTM\'N $ eM-doNoaa irvala adal saowag 5uuaaui6u3 ;o ;uaw�jodap 1� Ih o $VX31 3NI73dld NOIlY1s 1l17 031YM39'JYX3�JNI2133NI'JN3 t/f� ^g � US18H0 SnddOO f0 .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037700 —i 831VM31SVM P V38V NOON07 N 9 j NOLLd.30 A9 3LV0 'O'ON NOIS— NOLLdItl0530 A9 —0 'ON NOISI— �111I -V 3N 7H 1V 7T[ �mmVII'i a� LL fyy III 9U- ,�� �o o ° n1 o ofi $� o W �3 1 G3 a W a� m e p W sa- ZiL � 60 �O o II Pi - LU s w uj K W �Zn l n 6 R"k4�'°�a 2 V O 01 OL e �+mooGi" I i IT n-Z k 41 6 ��wN U�IN da ot$w9 e tS�m ionN _ OR V-V 3N1 H0 VW �tsH,g � o a+n n a ZL'0 w U H� w r U 5 OZw F 0 U�_ U' a, �W W> ZO vr7M $ saowag 5uuaaui6u3 ;o ;uaw�jodap f� 9M-�ON'Da2 i Id 3d21 Ih o *i i SdX31 SWIM 3j0 M078 3Nn 831YM N�i "=s'b+ DNIM33N'JN I3 Hf� ^g x.a s US18H0 SnddOO f0 .UIO N vr7 S1N3W3AOHdW1 M31SAS N011031100 831dM31SdM V38V NOON01 NOHd.30 A9 3LV0 'ON NOISN3H NOI1dItl0530 AH —0 'ON NOISI— F U v � F G I mi s o m R R �T �o $ 3 U 3 =go M� W OZ s N �m Z N t5 K^ o �w o o;I � Z. 3 Q m3 � � Z. Z. g �am g S U B 2 B aR L 0 S z( R s m 1 og=N m - n .ww 3 _ Z Z. oo F .� a'n l\ V `�-LI—III � f _ _ _ _ _ _ <,'• �I� III 1_-----IF , w ----------I \; LL------ — �f J =z w 69 AI u 3 u 3y S= o Y` gg �g > R n $ W wrc �o a a O U sazln ag 6uuaaul6u3 ;o ;uawpodap h 9Mr °ON 3a hold 3d2i (00+4 'V15 00+0 'Vjs) M o 3 `^'x`' `ONIN93NION3 df'l SVX31 371108d MY NVU S, 3Nn3Sva ._g d n a IISINHo snd800 !0 .WD VON 31VN&317V <=a=¢ N Vr7 S1Na31dM31SVM V38Y NOON07700 � NOLLd.30 AB 3Ltl0 'ON NOISN3tl NOI1dItl0530 A5 3Ltl0 'ON NO-d H � N 00 +yO 3N17H01VN U ��SZ sz I i I I I e E— ' o ig6 ww I I = U � {II I% o I LLop I I ~ mmF I Z I I I j W I oow I � I 0 O s, IC�� ry l z o I= T c w aza o a m I I = m WNZ m m� -I 0 I I v> �w LLJ �3 Iawo�m - aehG�� € - a = WT J - n ma $I�y �rc � wug8N +,n haw w>n�wi_ Id,pg m I �zwo MU, 3 Io Zo yH I g Iz I II wF G- 3 = N 1'/.5 I _T.5.1 w $ o rc 25' � -- m I I III N .I a s x3�m I V - m�i�p f U N � wpm ' a I � II �*1� � =wzz I m $w I I o m a -as�� li li ten i�rc IIXISTINO 50'Ut1UlY EASEMENT' W Q � �. � � t MKI WW [ p w olo zw wv=z zoo;m :a I I I w zo II I III I4, m;! ws � I c�Df ozo-a Gs z z s.= s= ww = o w II $ saowag 5uuaaui6u3 ;o ;uaw�odap t\ +*: eaa�-d ON�oaa irvala adal (00+8 'Y1S - 00+4 'Y1S) ONI2133NI'JN3 t/f-I SVX31 371d08d ONY NV7d,8, 3Nn3SYS a x°ads I1SIdH0 SnddOO f0 AM7'ON 31YNa317Y CN vr7 S1N3W3AOHdW1 W31SdS N011031100 —i 831dM31SVM V38Y NOON01 N 9 �j � NOLLd.30 A9 3LV0 'ON NOISM3tl NOI1dItl0530 AB —0 'ON NOISI— U 00 +60 3NIlH01VW I I I T T I wa � II 1 � 1. B+ 11 cA—o 1 11 11 � 11 I 111 t 11 1 11`11 lI 11`J' GEC 1 1 W I 9^ Imo o 111 0 11 W 0 11 I 1 � mE GAG I 1 11 011 C) c'n ON 1 1 ti�Q 1 1 1 � 1 1 Q 3 a m w Ili �w " i 11 0ll o - - I I 1 = I I cl� 9 I I I o a � 1 I I 1 T �� 6 J— I b' Ho I � �sa 5so� I 1 I 1 _ t 1 NN- -R F '=Som I 1 I I 1 1 IIi % IT - 1 r I PI `n I I I � I � I• I I I I I Z 1 w Lo.5Z .SL 0 1,W —V W NM00 AV ,OS I1N3N3SYa.WI ,OS ONLL51X3� ~D 0 7 ji� � U = S fZ 00 +f•0 3 Nil H.91VN w> �o F U M � SMO'd Nd ,9, 3W3SV9\SNV�d\0V3\HM MiSAS N011031100 MM VIiV _.._ _. ..L-33 J0.l 10\S1NT1 D\'N $ saowag 5uuaaui6u3 ;o ;uaw�odap t\ +*: eaa�-d ON�oaa irvala adal (00+f! 'Y15 — 00+B 'Y15) DNI213314I91143 t/f-1 SVX31 371d08d ONY NV7d,8, 3Nn3SYS a x°ads us18HO SnddOO f0 .UIO VON 31YNM317Y CN to vr7 S1N3W3AOHdW1 W31SdS N011037700 —i 831dM31SdM V38Y NOON07 N 9 �j � NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— o�E J J ~ U 00 +y1 3N11H31VW =-- o eb� i LLJ I if 1 11 I I \ B z g I I I g > � LA1 z�j a . pc a3a o Pe (51 _ l I a o \ \ � y �PRIoP.I ILI11'E4SEMENT a /I PER SEPPFATE INSIRIIMElR.. XX I\ F I X—X--XXX)Rs XX PG. XX—XX O.R.S.P.C.T. 1 0� 'a o sz i I I 1N�sa io J A- W -�z Of om� m" -z z8fl. i it 01 � -w flJs� 7 I � Ir I I I Moy I I III I I I I I I I I I oil I 7, I I � —mow sz LsIZHLLI O 19 w 1N3 sf3 unlin.os ONUUI O Q 00 +60 3N17HO1VW w� �o F U M � SMO'd Nd ,9, 3W3SV9\SNV�d\0V3\dWl W31SJS NOU311100 MM V]NV NOON01 6811Z\L-33 J0 ul3\S1NT1 D\'N R$ saowaS 5uuaau(5u3 ;o ;uaw�jodap I� +*: 9M-d ON Daa iWd adai ((0+91 ws - 00+>1 'V1S) LL M o DNIM33NI'J1143 Vf SVX31 Id 371l0ad ONV NY 9, 3NI735YB a ads " US18HO snddOO fO .UIO VON 31YNH317V a CN vr7 S1N3W3AOHdW1 M31SAS N011037100 —i 831VM31SVM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— z II R. �- ow _ pn w I1 el'i I/oN -W rye �W a 16 0� m3oa N I ws �I 8 qARN iji 6 b q i ,�, ----o E—W. 1 o F t 3 sU A. tb u�a ao� a 31 _ �0 1 - s wz off ) W 3 c Z 3 aS za m€nzo b H. �� 3 a� o0 s=s =s XT Nes n` o i w�$�14 a o: Nis 0 � . s S. .c o.s�.c .o� wZ. -oz 'G ?aa� 2�w1� ag 7 7 � S0. - i syom-z .vo- a osSe�o� �s I �o _ �3 773M� I - " =x -W - m" � _ o "_ ,i�n i �i >�(oio�toiom?07 a > it I�>g Imo Bw ale w $ _ 0 dal c3 in �2 N ry i SSFi � e 6 II - o LL S'B � � w o� �s m f �LL Ir .9l n C + €� n _ ;gym wM 1 +°n tz� nssx.1z zoo <s�n O W ah G,a=_ �,�� , o `� o U"of= a 0 0 + 1 3NIIH01VW �w w� 00 Z � s �w � 3 U N `SMO'd Nd ,9, 3N1�3SVH\SNv'd\OVO\HM Mi S N01103��00 MM b'3Nd NOONO� 6811Z\L-JJ J0.1L10\S1N31�0\'N m$ saowaS 5uuaaui6u3 ;o ;uaw�jodap f� 9M-9 ON'Da2 Wald 3d21 Ih *i i SdX31 SNV7d NOlVON of N g;'b+ ONIN33NION3 Hf� ^g ads I1SIdH0 snddOO fO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOISN3B NOI1dItlOS30 AB —0 'ON NOISI— WX wW �X ka ¢N Je wb 5 o y 3a zo„ ria _ 8 "F \\G ®m o o o m o� I I s: �I �I 0 p% ww ao Z NF l � J rc� O o I a� «m �N M 60 M, .p ool � too WoM. rc�g a® II p� �12 d I rill/- x 77 x O 0' 0 0 o z a� a a =E w 3w f f _ Nww w Z.I LL ' �w Ro w .N 0o ae 8� o E�p a'w wmw a� Iz wY yw - X� 4 w J� �zmom m� 2 1- E i Ywo IV d Q $ o t --- = s w Zlz I aF zm , 8 i �;S. \ gy lb �o o m8 B Z 'W� LLB.. oo±i w z. w = u O = wow O W w iW �$ r --- --- Z G� woo - z gw - I -� a Ewa 3 Z$ M 0Mo'SIIv13o N0I1V0Nnod\sNv'dAovoAHm N31s/S Nou311100 MM VINV NoaN01 6211Z\L-33 d0,1L10AS1NT1 DA'N I°.$ saowaS 5uuaaui6u3 ;o ;uaw�jodap f� 9M-9 ON'Da2 Wald 3d21 N) *i i SdX31 S71V130 SNIAVd MHONO3 N g;'b+ ONIM33NION3 Hf� ^g ads US18H0 snddOO JO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON07 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— xg Lu �m w .3= NCL o nn Ea j� / z ohm cr, o � ti� „ €F gimp of „I III T%//%\ Mir §i hwmm i i H �<�' elan I _ m� H g � 'NIN.Z I I iiii TO.UOW !Eo w_ R AZ, o �i�s i ' e o; 8cfmi p3 w Z.8 =wo xafli O " � p < p Cp NWinit- a w mwE3 iiii V E b o � un III I�/\\ �fio 1/" .nm uu � "gym—H m� \ \\ mod �. / j o = Qrp 11111 � to bm3mz I 11111 % i d � tum um� \ um ����� =tw o a nm //� o�� /A/A AIM / so i= -'Inn �/ 8`�' a Inns kill ININ o' d o3oa map 8z 4M tee= z w 2.m. 03 O�ys r>• NW F g- gz �w�wGg n„>>> V� rc$a gg �g A/a <" m \/ /�A z -Inn /R/X//�V! - . iiiii � i o, j ci q it o� nt z �KK o RE it �mli S. - S s€� m os xz &N o� x msa Xmo �� m$ saowag 5uuaau16u3 ;o ;uaw�odap N 9M-d ON Daa iWd adai IA31A NV7d 83171.4018 M o ..*. i SVX31 _ b ONIM33NION3 Hf- -11Nn 7oumoo d000 ^€ d N x ads US18H0 SnddOO f0 .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM P V38V NOON01 N 9 j NOBd.30 A9 3LV0 'ON NOISLA3tl N011dltl0530 AB —0 'ON NOISI— Lu ] N + a ry Oo II II Q - w g w T1 1 31 Ol g U •8 -0-,L,0-,L-0-,1,0-,1 YdOlS owV ¢ ry I 16 a m c� �N ¢ �6 as m - m.. <i�ag ul b wmgw uF -yQUpy�� �oIn H w O� w ¢a �m wok B 00 - 'S y >� 1oZo= LOH� - a U. mm�¢QLL F� � �w O ��i= Z��moFxu - m�0 Z?¢tF¢iHG¢§ OV= ZVOF xtW.i r�-¢ai-3dNF F ;OLLO -nn<n mnmm �i IW 8=0 - oKz n r� o� 3 O W• >°I iK 9 3 1; 1 ` I o= o pw 9 Z. pp Z. ZO \ 113M 13M a � i1311Id018 01 H ya p F� O o ¢ 3H a p Fo Eo : O O O Z, o 3 �9 ls_ .0-.a .0-.a .07,Z- .0�.a .0-.a -99 X o owa a5 �N go g0 �dAL'NOIS ONINNVM m 3003 80011 tl311L10IB.0-JL n dIL15 M04Y -O -8 SMO'W90 099-SM310 NOIlO3S Nb'1d 2liTJ019\SNb'1d\0VO\dM W31SJS N011031100 MM b'3Nd NOON01 6211Z\L-33 90.1L10\S1N31�6\'N $ saowaS 5uuaaui6u3 ;o ;uaw�jodap I� ""=' `JNI2133NI�JN3'df- SdX31 M31A N01103S M3171d018 g: 0 -11NI1 lOM1N00 M000 gas I1SIdH0 snddOO .UIO N S1N3W3AOHdW1 W31SdS N011037700 vr7 —i 831dM31SdM V38V NOON07N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItlOS30 A9 —0 'ON NOISI— a�1 , � z oLu J wj r a �� w 00 oo zo mo / / O / / - •I V1010N I a � 4� �w SON' � Y Se w t / n � N 81. o o e9 a &o t /� C o Wow / n 1 s �� n n j; N/g 2fv. / 2-0 11 zoo ll J� ll azo" ll NN Z. WU) z o l l O t �w L a l N' z u� 1 / K 3NM 113M AM i /� " e n a w R �o � it M. W. 3� 4 - <g Z. in Ez Nm .9 6N a a -z aka o zyo 3H IN a�z elms 3ws ,0 Z. ,b 9p w 3 M Z. z o -.9 O o 8 33 3vwi � ,S.Z Ga 03 z oQ o w SMO'W9O 099-SM310 NOIJOIS NV�d 2]jTj0l9\SNV'd\0V0\HM MiSAS NOU311100 MM VINV NOON01 6211Z\L-33 90.l 10\S1NTM\'N m$ saowaS 5uuaaui6u3 ;o ;uaw�odap I� +*: 9a£Md ON Daa iWd adai (Z�0 Z) k1 o ""=' `JNI2133NI�JN3'df� SdX31 M31A N01103S a3171d018 x.a � US18HO snddOO f0 .UIO -11Nn ioaiNoo a000 - N vr7 S1N3W3AOHdW1 W31SdS N011037700 —i 831dM31SdM V38V NOON07N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— J u \m a aN CI P. 0 ry n �ti n z� „0.l U \\j U II II iH m /�� R' Taw VAjA; o .9-4 o V ZZ. . m Z. w OR n. �o www /\�AA� \ \ \ \ t aJ Xv XvA//VA/ \ \ \ \ �ZwLi Z. 10 _ n �. a� Z1 o u i-9 .0 =z C ' V1034N lIOS B 0.4 i 03 Em •I •I Ql p J,\X/\ 91 5 V/AAA/\91 AA< q c00 m \/A Z. 0 ziI 5 Z. �o // / w0 =0i�A SMO'W90 099-SM310 NOIJOIS NV�d 2J31Tj019\SNV�d\0V3\HM MiSJS N011031100 MM V]NV NOON01 6211Z\L-33 90 ul3\S1N31�6\'N $ saowaS 5uuaaui6u3 ;o ;uaw�odap N 9M-d ON Daa iWd adal NOIlY01MM1 M o ..*. i SVX31 �i ""_•," + ONIN33NI'JN3 Hf� 70alNOD L000 83111JOIS ^g N x ads I1SIdH0 snddOO f0 .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— a InCL II II D° D o� w 0 B'o - S o m3 S ° D o� a� D �z: gg Jz: `FUoi =ow 0 0 0 .c zL D D 4J" D a 8 a a o a a s i W 1 Z a z 0 m � 0 rc- — J .b I � =o O II O G 55 O F $ IIIIII IIII IIIIIII II R / A I -- ---—a ----- — --a ---- ----- — — SMO'W90 099—SM310 NOIJOIS NV�d 2]jTj0l9\SNV�d\0V3\HM MiSJS NOU311100 MM VINV NOON01 6211Z\L IJJ 90.1L10\S1NT1�\'%+ $ saowag 5uuaaui6u3 ;o ;uaw�odap - 9Ve-�oN Daa iWd adai SlIV130 7081N00 d000 �awmw" M o SVX31 �JNI2133NI'JN3 t/f7 GNd 370HNVW 3A7VA 3Sd373d did g USIdH3 SllddO0 fO A.UO N vr7 S1N3W3A0ddW1 W31SdS N011037100 � 831VM31SVM V38V N00N07 (J� NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItlO530 A9 3LY0 'ON NOISIA3tl 1 IF a 62 ®N Ld r`9 - J I rctR u989sm O z N < � NN Tl Z „ � � J J O tiS\GG���\. Q QQLd olz �� u v F ¢ fob uo O N � g z� zs 3w 00 � z� W P.-Z. O Z.rZ. W Ld � s offi 8 LL o€ W 6om cgs ag J� m� Wg€ ^g€ a 9 - 9 mo o* a s o= 9V Lz � slw glz- ��� W ` �� o_ 2 w < u z TA �o P n5 Z Jo � � � 8���t�� n o ayy Z s ao �'a�or oN�� LL, a wo�o Z z sum Ld LLI ¢ �_ w zFoQo `p x o zt�3. 3 Q Q "' o i o \ s z _� m g > z w x 0 i G � LLgz o x'du � � � 531NVA NIN,S SMO'SIV13O O1S 2J31VM31SVM\SNV�d\OV3\HWj N31SJS N0U311100 MM V]NV NOON01 6211Z\L-33 J0 ul3\S1NT1 D\'a $ saowag 5uuaaui6u3 ;o ;uaw�jodap I� 9M-d ON'`J3d iWd dd21 Ih .*.U. SdX31 S71YI30 3ON3!u)ann3s N g;'b+ ONIN33NION3 Hf� ^g ads I1SIdH0 snddOO fO ADD N vr7 S1N3W3AOHdW1 W31SdS N011037700 —) 831dM31SdM P V38V NOON07 N 9 j NOad.30 A9 3LV0 'ON NOISN3a NOI1dIa0530 A9 —0 'ON NOISI— =b m 3 Ell ,� & .z 8�o'� d mi iHow 5 Bmpm La � No 3 e 3 Q m P. m � I` �� a?m w -b oW ; N mm o w N =� No o � .,o z z N z R ma 6 �w 2 Q g IgaS.d mE8.__ W. Nn my p g�a W (du),f z � a> ogez o 3 j w uU a w ��ac�i S� Ud u oWiaa M - �J �m 'tea 8� 9 l Z §GoJ 6'o Zs-,- ms Ae'�' U Bo ssa iBE O g $u Gib 3wo rc o z mz �� 9 0 wz z ap m V 0 3 a.v �F W n Su x c�� Q Wig& N 08 0w p w b F IYR z Ld &o U d vwi cg KlON3l ti p4u u HO IT d a z J r WIN.5 n Q m 3o m 9-.L S PW :� zp p K _E! o 0 5� 6SI i& im - Zo p Sao: of m= a z a Z o 0 - w O U m OV� b - + � No - oo y zm'a m Uo �a m a a LLJ Z � � w .—.r Q •opt � $fie 3 S Od l 0N3 ltl C5 JJ iE g GY Q w a U_ U /rT mi Z 'NIN r Z ESN Og �n o Z m �t 1105—an-aNn o1NI W w�m H -O-,B Od aN3®.0-,b z i s8 S S Od 3NI3®.0-.2 U m o U3_ 0 r w 0� w N �dU' a m LL a m paJ Of - Z O_� w F RRm ryW N OQ G� m �w U G U aoB �m Q w< O Od 3NIl lltl rc� oa - U U U 0 Wg �a. aJ? 'I ;od�ZB Ja y Z = o�a o b Ew a wM S o wm so Iw UzB w 5".3p i w - o W. Zowmmo Zz ^� �� o= _ off _ So' <8h m m� n Z nmw �k _ off' ui� k pU w 0. m W ci8 a 'If Of z. — 3 o m ? - N M 8 $& Of Q F ww z w ao� 'du m 3 o� g z 30 -a-.L (dW.9 ZA1 F_ JMO'3JN3J\SNV'd\OVO\HM W31SJS NOU311100 MM VINV NOON01 62LLZ\L-JJ J0.1L10\SiMll�\'N m$ saowaS 5uuaau(5u3 ;o ;uaw�jodap 9M-3 ON'Dal iWd 3d91 MI o SdX31 SWIM S/7O3NY7130SIW d- n ONIN33NION3 Vf� ads I1SIdH0 snddOO fO .UIO vr7 S1N3W3AOHdW1 M31SAS N011037100 —i 2131dM31SdM V32 Y NOON07 �j NO9d.30 !9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— .Nas a Lu Z. II II N�� "oa3 =�r^m One MoK.8 o \� o ��- � "� Q g �g ffi pwp mwmoG G mw NIO.01SNvYmR?= ffi5< lZ Ho W - = d "_ o�j�mo w o� o y �mmm w o gp N z UZ. � ��_ � =Diz : e o P-2 mod= o �w 0In . HNIH6 €a te! ..�o 8 = G y3 oD \� �" a w� s3lavn Y U Nw - 8 'NlH 'NIN Q wg wx �m gQ 10301 I i W mi o r oon w Lz 9 z Nn QNIN d m zS O Q�w oI w v o gin a3L�l w¢�� go m i Ez R € L �ffz _ o wo ,v wV w� mozi� .m U .a ub yW F rc \ m =ZS mz 03 �m o eF �, _s.o8 n pq w w a€� 5o. 3 � / \ � � 1 or; www� � '1--� o. [Fi[Fi cFi[Fi 1=J _ rc F ow m w r r o 0 0 0 o r x u < Ira.,<�im„mm � F 1 ma [Z-i mo 1 ma =G ww� ;yea w m iw € "�o Fz 2 yw < _ 0 �Ed� (D og r. G Z _ W �N W J - - m� K o z w o w � O QQ z 3 � sop a= is fit' �) N 8m o a z t\°� �._ w8 8 t . om :�.;::•} r of _ Z. I Wo gg w Ew w �a �r1r`6�W` ...... .......... O w w ............... K J r - .............. W - k'• w izz m J� _ w z w a z M _�zz W o wm 'rno r =YwW. h - 12' 12' �W = a w ww���'a�o��= - -- I a �,S9'Zl SMO'SIVi30 SW\SNV'd\OVO\HM MiSJS N0110700 MM VI V NOON01 62L[Z\L- m$ saowas 5uuaau16u3 ;o ;uaw�jodap 0-0 NOI1V77V1SN1 370HNVM1 +*: 9M-�ON'Dal Wald 3d21 M o ONI2133NI'JN3 t/f SdX31 S71V130 08YONV1S d31VM31SdM x a s I1SIdH0 snddOO f0 ADD ( r\ S1N3W3AOHdW1 W31SdS N011037100 vr7 —i 831VM31SVM V38V NOON07 �j NOLLd.30 A9 3LV0 'ON NOI7 NOI1dItlOS30 A9 —0 'ON NOISI— 1 IF < In m Q E w CL a z 3 yy pp Z WNo �s mZ. �_ VZQ ��_ �y�Zf' a'= om EO o_ om &p m= g r vW W '� 0 \ r w t; C a a W m _ foci S31iMA = f �o° w � � FW0R �` ° yea -� a N � Z gw< �m=Z. od z VVN ` T z°® (%1 EmpE YYyyy Y w �m �E YYYYY YY Y ffi - g N�;o Z �w� ° S °� B YY o 3a� J o 3w3i °pw i8 �i mg °a< �S12mwpa m w Q w gg ° <wwBFa Zz 6< rx LLI m � �m�ma h 5 U oo���. � � a o E TT \ z ��� a "W°a $Nei z & � r m�a�r N� m'�Finw m wo m z rz N a o T%j�� T`"�%�?�„� gaLL �nm ;° ° e �°=z'3 9a 3 �ooH wow �goJ�&° °�_ z� Z. _wm9Z 3F3 0x V NN -�� U�u� 4 4�p°== �ivLLg��w � &gMoz m6 o=�. ° may a��_ m o w w �9�oFm��a �oz=LLZU==6 �a =FSV< °US �f m� w H ° �eaw =ems � m w �8a - w�mZ. ga of b w _ 7 3No a Zg LL �O Yid Emmw V ° To� Z. 0 �+ w Z 1� z w �z8rz "-m zcni�z zN�� -m R D J SSa is In �V= Ld ��,� m � - - � as�O� 1 80 O O r %m, « O a v 3 TT(T TT Z a w '• Q 11 J y w d 2 =` s�' oo f' Ea w N No a Q5 6N 2� as a W o: o o Y YY YY Y zo y� ?,Y TYY YY TY Y T 'N14Y,S i °i W m rcw �Z m YY Y _ oo A_ TTTTT %% o oig" Q o c> T vv T TT „� s 3 w 0 a z- s oc ¢rz 3E� En oX �nNyln m�G U mw / mH E� - JS� f3 c�i° g \ ��� o mho <5 =g �- x ° w' a ° m Eon g= p;. oo z 9M0'SjIV130 01S?J31VM31SVM\SNV�d\OVO\HM WSISAG Nn-11100 MM VINV NOON01 6811Z\L-33 d0 Kilo\S1N31�6\'0 $ saowas 5uuaaui6u3 ;o ;uaw�jodap D-W SWIM U3AOO ONY ONIH f� 9M-e ON'`J3a iWd ed21 o $YX31 37OH14YOV W 37OHNVM ONIISIX3!0 NOIlY1171aYH38 M �, ONIN33NION3 Hf� S71Y130 08YONV1S d31VM31SdM "g a a s I1SIdH0 snddOO fO AM QO CN 1. vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM V38V NOON01 �j NOLLd.30 A9 3LV0 'ON NOISN3a NOI1dItl0530 A9 —0 'ON NOISI— LU J -5 8. o a< ooz w N oGwo gw o � 9.o ; w�NNN s Z8 � �o �N w� ; �ommFU� g W,F ZC7 i rc ox w �w-m � _ iQoz � w3N w= � _ W ��6 F �ia o ci ; a w ��x g z x� 0 � WaO W o3zNy 3 > La zozx5o�w�a<o�w���wrc>No ag < Wz m-Z>. 1. 0 o G' p���w 4;W� € t J N3��u��>N> �� o» o� Z t5i ��d owO�timyNa� 3 3 - W 0 �x zGarc Ciz oN rc I rc y ow o €w oo3mo�o��= w�ea =o �=a aww a _o� J o d W a "Jo� _ �z a „o y�z N_ � � a� � g=�UopaQ�o� w m G z w�sLL� a���& Zg & k zy �-H.'w �zzw ¢"K =�H z Z wS8 9 � jQ�w wa < S &p O LLJ $ OFc� W J 8F-�mjfr]Ew�o Q�3 �3 a � V 40- o c N o Z o Op V 77� H H M. ��� _w � d' ¢ rna p�3 po'^otz�z ado 3 = aw r^�LLz�wrc LLJo o N¢wF= 9 LL o aNwos�z���� i z oHow, sas= _ �� � _1. y m jmaoa�s� a - gti � a� M. w w �� o a � ?a ww�z zo IL LL� �_ - s 07 ado o Asa aj �< w¢w a wlo zEI «z8 €o a 0 5 w �o� ol a3mnom sv Wile 3-IevMov S� 13MO3 dOl 3AON38w 531adA o an d 8 o U o= p p w� 8 o" a Z a3an13 wl o � A,A w z § d Nvw ago o N z mIz W a x W O ¢¢ U Ad tom wt O 6 __ =w Q g x o J a os 1 m LL z a w >z OU b iE W L w zr o zw ;oo x�= i / E ESN w5 F� �3�` i 1 m ® Lwow a w o �� "LL I ��< o z ono 4 4 SNP zN I V o1. o� o :=WQ 1 ^ i 1 pkza E w - lo / �S / z=; Zzt mWG F D,F7 w 3�a z. 33u JMO'SlIV130 01S 2J31VM315VM\SNv'd\OVO\dm W31SJS NOU311100 MM VINV NOON01 6211Z\L-33 J0 KJI3\S1NT1 D\'N $ saowas 5uuaaui6u3 ;o ;uaw�jodeo D-U S71Y130 N01103NNOO f� 9M-d ON Ddd Wald ddal o *i i SdX31 301Ab3S MY OHY7708 '3A7YA 3SY373N NIY M �, Ig; �JNI2133NI'JN3 t/f� S71V130 021V4NV1S 2131VM31SdM "g ' a s I1SIdH0 snddOO f0 ADD use snaro�o ew N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON07 j NOLLd.30 A9 3LV0 'ON NOI7 NOI1dItl0530 A9 —0 'ON NOI—N m� N3d330 NO,9 3 a o MZO O _ ~ m N W �Lr O RO O Z n Z5 I W N fn W �p �zw � o F \wo ; o U •N Jpl� U wIS. � C 5 O 5 \ w U ® J 2 y � � as W z�z Q \\ x � - 30 �w o Uz W o z ' . �- �g g Gi g� z a TH a =a Y z ZfEg W o 0 o�" oh o" x U �"'0-H e N = � = w€ W. ire Z w� " �o �� �wo�F� °ea e Z W g' z � Q O a a3p �5 O g M w otS�w"go p' H U ��Gw � a Li LL �e cn 4 .i 4 i Rce a sg<H 2 zo9w ap sy ww� z�� s os 6U F o o� =PiN w J m � rc 03NIf103N Stl H1d30 �p z. 9izz o i3 w Bi- \ a Q J W W • � ao o^ Q r so ti C J AA Q s >w _ C2 0 �\ W•� J WIC \ ., wogl Z �Z \ + Q � - mw 3a� p _ w" W �rc� Z s 2 • U 9 \ Q _ � tN Z = p= "a „ ao" < w l O W LLd - i3 Fv w w U €w T. 3oi N U w1 t I w -- Jm z � LLa m 'a_ aYw m�a =!o R s3lavn Nm,s w$ saowas 6uuaaul6u3 ;o ;uaw�jodap D-d SWIM ONISYD/SMON - f� +*: eM-d ON oaa irvald adal St�X31 W83N391TUDDYSISIYd3M LN3#V3AYd ONIM33NI'JN3 Hf- .erg ty n US18HO snddO0 JO .UIO S71V130 021t/0NV1S 2131VM31SdM " vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V34YV N00N01 � � �j � NOad.30 A9 3LV0 'ON NOISN3N NOI1dINO530 A9 3LY0 'ON NOIS— mG �G = S Fv -HE < �` m EV = w 1= m m m G � a c r_ w , g wa 6 n� i 000 S03 0N � mE = m mm�o:€ d wa ow3 �w = m s.. i o =,ozz w " x �� sm m o wyw 5��z o G ..z '3a�<6 o�s V`�2N i6 p6 o 7 i a ' �o€ �o l aRT 3:0 zi o ado ~a�z �z� gm 5=gym `= F��< �Z_ N Y N �prcrc� n0i zm-� n� GV °• ZZ "a± z€w= wpm po was ;� �g m mo a= �5. oo � m <� �"a .m ng ej< �^ o oww= ���� o�aFzti a <a m� < W ��a3zd Fa�da �ww�<- m W Z� ..w m m 2 zA o zW -� W w8 �� m WM m 5w �€ �� < x Y ca w�mtS pF wF„< E- a x' " o � w Q ao� �aw. a1. Q w; � �No�m z w or E � a aamo � RE o m�Nw€000 o � ww way m Ro SRF, < x �o� z oo m�aaaw a mN aid ion ` w oJ �ww a ti wm� aLL�oa �r P. �pa 8y� Yv <� os a v, a La�um=S wt�Ssa - z z 531NVA a W oLL a �X + 3 W J a LLo zo a a> o��� ; vyy y7 d 3 m m mho z. o = 3 �TTTrj ivYYY/� Y'� _ 3 Q Q w w L m miz- 2�5 A p $F4 �4 ~. z um G �A`NM ag� Q o 3 E=m= is F-m� m ai " N n = m o - LL G �y;G�� = m m w€,m, �� _ saN z �m zo � N \Y �ma9o�Q i�+; W _ mB n �o i Va3�� i1a�m o��., 61. izw aGoi Hamm== �w�o sgw a3 VdNn V N311-Z MGV1 33S IIIJN�IVNIJ iD lw w— z " p " _ mw - w w eawaa �o g zw w w m �� 3 ww� N SW �mUF —EE off= I § d wz ayww'gR�=W � _ X. Nn 0 5 3J�g � wzip, Bzad a- wr a =N 'i� plwffisjw _ _ mm z' Y a �m U oz�oo� 0s .—w �o w m 8= m < Zv-,E, mWa www Jwa„m m=` - Z �oa��mmmw t��z.g wm Gmwwm Noz=`da��ooa9w 6 m Z �� o16-3W1ywa�N= o 3 0 ; m V1v��ia wonc3a «m.m .u< 3 a� U _ N n a m z JMO'SlIV13O O1S 2J31VM315VM\SNV'd\OVO\dm W31SJS N011031100 MM V]NV NOON01 6811Z\L-33 JO ul3\S1NTM\,. w$ saowaS 5uuaaui6u3 ;o ;uaw�odap S71Y130 1N3HOWN3 ONY 771dMOY8 8 f� 9M-d ON Daa iWd adai S31ON 7Ya3N39 MMSAS NouneIa1510 a31YM M o �!W.bz ". SVX31 _ _ �y ONIM33NION3 VP_l STY130 08YONV1S d31VM "€ y g a s US18HO snddOO fO ADD (s,do i) usu�s�ao ao ua a N vr7 S1N3W3AOHdW1 W31SdS N011037100 �12 —i 831VM31SVM V321V NOON01 I j NOnd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 3 0 ON NOIS— B o ` moy ��pa LY eo a' o� ¢�w& G < �� �.. dy �34�� W =� tN d MaNn 3dld aod) w pL1 j da o ma : wo_S)__A N—ayP_ � 8 �oa s: „p =ao d4 ( m Mm� o Grp Zaa a z em� e �a. � 9 t�W. ey a _0 �m W J _ La J �oQm F3 N BB G E'm o Q _ W V Z. Lw w �'-� B ¢ W. ;��ym e � g 1 wo � a z w TO Soa - & w � ..Rb �� p B a �Idxave TMId ,z� x o �o. - a ` 'tl10„Zl Z S3dId ant'NIW„0-,b-a Hp m 'tl10„Z4>9dld ddi'NIW„0-,f-0 ? W d F Ld s - �ts�o � m �s Q y w E u �. Ld E`o 0 3B zza2 M� wp N " ro = o� miE k' w w E wo 'Ia J jw i z3� j aw�> w $�yyf9 -I S o w z HZ o z 8 _wiy § 2 - E _ �rBa 52z LLI 1W �Q � LL « _ 8 0 3 G VaF Zw o < zw- X Z. ° �z a yt Wow z aj �z � � o a go -- U 5 .z r-w 4 = w=b a ���N z Lw r�z ;3 �i II rc O 'o �F I.R.M � I I y y�y� 0 oWo ;o \\ ii J `> o ZI�rc ip� rLj Q ° w "' W rc icl� 3 � _ N RiA o $" zrcm s o od U'-"Jze cy a3g fii3 o i^ d O �w cno w MRorcw� yw mm � z ^LLynn � W x�WW a �° z� i Z w z� Wo c°i� �wc°i boo 3 qm mk'x mwrcU �~Wy Z ytaz w�dz zw m 33 �O$ cF5 � K. w z �4 0� w � 4~W3xSg�zwz �� z o� rc Wa'wo $2 N ? wz �g o tici:wmm � � 3F3 �zm xa;m m¢ � SE g 1 p^^2 W a2�W W g O W�F� o W�� 2 N Jz ww °� s �plx'��� I,Im Z w� pk' oz z o0`2 0 > off ° w y y s ug zW a3pet��z� Oo o �p ��Ia= mz ozo €zz� zQwo 3; `�G > R 0=0 a Q w 'd��o "��' QQ�yu zz� u°mo Gm m §�°c g oza G �° w mo F'm_ �W so �3 rc Q ;W � � ?OygxgQ Wmo ooaK�Oh i >> ¢ oyC�i�m�W' IC;yR a4�d VW��aIp �00p 2Zaw a 22�3 � ww=2 l-um w-�-ii� °h Nv � 3x w Z �J O��I�-W UCWZ U O 031Q- 2C o�ma� 03 aO aU w4 ww wa avoiy3o°m�83 H,$ Ww " urcrc - rc uz �3w u ao U W< W z3 zo ._ N M O m 16 n m 9MOLS�IV130 O1S 2]IVM\SNV�d\OVO\dWl W31SAS N011031100 MM V]NV NOON01 6211Z\L-33 J0 ul3\S1NT1 D\'N w$ saDwag 5uuaaui6u3 ;o ;uaw�jodap 0-U anONY XOB 3AlYA 1NYtlOAH 381! +*: 9M-d'ON'`Da2 iWd 3d21 M o �JNI2133NI'JN3 t/f7 SYX31 S71Y130 OMYONYIS M31YM g ads I1SIdH0 snddOO fO A110 UMMSnA10"0'WD N vr7 S1N3W3AOHdW1 W31SAS N011037100 —i 831YM31SYM V38V NOON01 I j NOLLd.30 A9 3LV0 'ON NDI7 NOI1dItlOS30 A9 —0 'ON NOISI— 1 IF a�i u „ZC/LZ \ry 0 Q \� a3—A—0 Z p 10—.Ol„D-,9 d3—'NIN„0-,C U Z. r VI d W o 0 O 6 O : jr& Z W o00 ~ YJ „z/I z W \` m eeee Jz W yy E-fl �Q Rw N8N M. Q Z h g W c� \yyb �2 Cif } 'NIN Nlld NO J NMONS Stl 4 � W J N g N N z a = J I Q p m 8a H Q w� Q - W Z ,'. o w Q Z. j =mow G, �O g€ OQ m � .. & 2 `R 3 93: mai W D ui B�� =Ra .� W i B��Li a� J® L� g € Wp 55 G NIN..I ; ry <b m m q 3� mo= pq Ali ffi �mc W N d W na a Z. W o Y c rc 1 o J �N mmo 5 Q B Z1(n/1 F ziQ L gD e W p$ H Q o Ia. 30 m'3 Ld = W Zi d' D Boa 11H " $ saowaS 5uuaau16u3 ;o ;uaw�jodap U 100AY7 3A7YA WAl W SN01103NN00 I� 9M-9 ON'Da2 Wald 3d21 o SdX31 '3A7YA 007! S71Y130 �JNISYO 'S1N31Y15lIf0Y M ONIN33NION3 Hf� S71V130 a21V4Nd1S 2131VM "g g ads I1SIdH0 snddOO J0 A110 uma snaro�o wn M N vr7 S1N3W3AOHdW1 W31SAS N011037100 —i 2131dM31SdM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOISMM NOI1dItl0530 M —0 'ON NOISI U aII s o r2s � S 0 } z m -m Z W U N S 4 a3 O = J HW S� € Q w w j3 N w g w W Y m• H Q z� p Z 60a 2 10 �wjo r� wQ= N = - m9 �xoIz a= =wayF m�� u Imo yy S OH z I I 8 lb Y2 m q p J os ~ � m H g N 8 x Jz m my Q onwpwM z N s z- zw m8z`>ma- o ,Ne= o w w s o y VI Ylo m (x4m o�nm s� w� J = D_' w w �y �8 w €� man nm Q? 8w a -m�o 9€gym"g o�� >� 6p� w 2 =8'wdQ=". 6m.m U Z m'w mw�ll nm W ��€ate I mpg o (AlYi sgo SaS�wgt.S _E s9,5" n �m U =J Yw 3 sew _ 06 a�sa "� ~I J w mQ "„FS" "g_ �� z d m 0 0 Y N $ o Z " B z, W 42 p Ov -§3!-6<Rw € gA RE w U J so " m Z Q m 0 o W s 9 _ g. _ = Q W Z m" z r \ 3 �m gym � 2tl s J m N "a O o U '-`. ?5 --1 ,3 NWT jS Q w H w Q Q w N ��EE��em �$ oS �� H w 6 g �� �= d 68& 3 k�wmiw S6Rm\= - W N fn 5m" 0 Xe 9�a�<" 6�mF� �� p Q z o " " p W ; �W, " w 8 = m w W = �o J y E�� m w '�oa�' ZwS 3 dz8P= h V! E2ps = b'T �E" moSp" On- 2 o Z 7 k��wSSF _ 0- m o " �g o 2p�� �ffl Rio_; H h ggmsSSB�aa� 7os m> G. sRrc N 8 0ma'STV130 01- $ saowas 5uuaaui6u3 ;o ;uaw�jodap 0-i1 S83H10 ONV S71V130 301A83S 01 NIVM ^ 0 +*: 9M-�ON'`Da2 Wald 3d21 M o ONIN33NION3 Hf SVX31 S71V130 CHWINdlS d31VM 8 x ads I1SIdH0 SnddOO J0 A110 vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM V38V NOON07 �j NOLLd.30 A9 3LV0 'ON N017 NOI1dItl0930 A9 —0 'ON NOI—d 1 IF tl� Z W rc BOOB BOOB i _z $ Q $ B p p o h= 8 m g m o yak �� UO W 4� z oz Ir Q Q Z. $ tea ui W Y z ' w cs .�' o J z'o o= q �� a o; b(=arc 8 �nm = z g o 5 Z e d > W E n 3 Q W - b^ b cYi YJ V1 oD z H h \ oO ..9-.£ 0 r W n_'& w m m o w s� m a vWi In soo maw how .s a 'e eN ESQ= Via= Q � =gem m � M. s m c zoo _ a w=soy z= a �� 1,2 r 1� E".. LLI LLI oF€ Fz. U r�8 u 0 \\�\ $ O Q o W Q -- 8 W s w Zo __ a Z5 �s rya z=o $ zo = J z € U U �o p6 rl \ U �'oou w Q . Q o- z.!IL o _ z ~ r�8 N2g n=_�< 3 z — w ww ?81 m b 9 a^ 6 m ? 6 b = m m �qII 'E Uo e� / €_ Y ..s I xo wo z >; Q II z �w O ooc w - 9a 3 w=3o - ma W - b o w- ..6 §2b a N H 3wvm-i-i o N b H J F b 3 � c �z w f w w 3 r 1nF w dim > U lo o LLz9 Sze boo ( �`o ( N mo &m E° o mR" o un G 8 W S i N fi gfim g g W Ug= 8 LLA&, off€ V s U owo U 1 N $$ saowag 5uuaau(5u3 ;o ;uaw�jodec (9 0 9M-d ON Daa iWd adal SlIV130 X1VM3015 ONV 'a311n9 'eano M O o ONIM33NION3 Hf-1 SdX31 SlId130 021VONVIS 313210N00 a a s US18HO SIIddOO fO .UIO Grp d0 A1q N in vr7 S1N3W3AOHdW1 W31SdS N011037100 —I 831dM31SdM P V38V NOON01 N 9 I j � NOLLd.30 N3 3LV0 'ON NOISLA3tl NOI1dItl0530 A9 —0 'ON NOISI— y _ F p� \� aoo= $ �o w °v nftmHJ�K- Sew € �_€ z �o W Uab Q 3� m�Ao s, ,.0h w°��8'o� laE, s $ ao o m o a z a~za ° Q, a g�mw'n, wo w rso 3p=xz� o® o 03 =w°p _ woo � _ a� €�maa w€ n � oa�o �w Lo N za w �w = VYwga rim fi� bqW° wga`< °oW wga�' `=gym° z.big ��_ =g =��w o € tea .c e wr apw=mLL Q o 0o Q - ON w zpw�' w=�ww Yid 6.— m ri oo� _" wozw Q<_><_�� € „tea ° � o�=� pgp�3woaa Viz° z< $ o wtl Hw� x " ww �� e„ sog n: owo 6 w } �I 11 o�g� wmm� _" ��_ 8�mao s� Eo MPO-w ~ z C' s g m�� �aa8 3�o RU "a�a � M"m aho s Amy Ig r 4 Q J(3lON 339) J °i = 11 V r 1 ego 3 r f Lr) S31NdA HllIIM m Y W �9 w �I.s J a aQ+z. o o F w p> r N �a• I �« +1i `� �5 Z ".ems 7_v Lr } i �' w ¢ w " m o� I. as �° rlz L j k � W W U m N o i W Z J W 1�z o8° O RE = y�hF-: �€ oo° g -� w 1 Q" eB " �I.zL co �" U� _ ` bw ° o wz. :sLL owoo a of e �� w ° W Im NU 6z MR V) 8 6 0�= Q 0 � �= 0 8 U m oS, wn Z ZQ OR wN�to s3 Xrri '%bri J o ° i o .e o W .z N9 .eL(3rnsN.eL 'we db� Qu •9 �j xnM3ms,s 0 Q ° 11 w Ha H ?� J U so Q o Q _ %� � w w yy wgo �/ W 0 z lz S 8 .b/f L nm=w. Q~ Ln W Y Q U = zW a wlz W931tlVA W S ]�g ¢ z Vl Zr Lw � nL s ° Q = 9 W m az W n u �� � s SB o W IN o" 8 a: WZ " F = ° m g s F m aB q€ ° o gym" o a p r 3 € o� z $ a .=L `3 0000 a'° z of go 0 l d' S �+mo d' �3aa z oNz F W_ c� Y � � S ° °�inwI ai Q 5 ° { -11, —k ��� so W w poh " n " z ry .... co =r< r Ld w ffi� Boa m m Li I� w �No II ", 0 0 zl E800 .e �p U V) SMO'S IV130 01S 3132J3N00\SNV'd\OVO\HM WMSJS NOU311100 MM b'3Nd NOON01 6811Z\L-33 J0 uIS` w$ saowas 5uuaaui6u3 ;o ;uaw�odap 2 U Baer-�ON Daa iWd adal SlIV130 1N3W3AVd 313i1ON00 k1 o ..*. i SVX31 SlIV130 a8vaNVIS 31MON00 tl-€ d- �i 9Nld33NI'JN3 Hf� N 11SIdH0 SnddOO J0 .UIO vr7 S1N3W3AOHdW1 M31SAS N011031100 —i 831VM31SVM V38Y NOONOI NOLLd.30 A9 3LV0 'ON NOI7 NOI1dItl0530 AB —0 'ON NOI—d 1 IF W MNN01W 1N3H3AVd=1 „9/I-„B/I o43NN01HL 1N34Y3Atld-1 �Z .b/l-,B/� ° gw Q O 0 O ° O V O ' Q� Z § q3q 0 Z -°-Mlw ;d a 3 ;=3 w O Nm k7� og m 113 moms= o J Emsh o w o,. Hip HH5 x 553NMOIHL lN3VY3Atld-1 N 0 €� r 553NNOIH 1H N3 Yd 1 r V o 4�o w N 0 0 :!o I ¢moo q J e/i VWlO z���8 8�m � W Q ° V 0 0 o3 Iz �N� N gd S `s _ .I92 �= p ]Ow8�� SN k - ��$ a5�w�j gH:z flo Z. salmon a € d oox wp wa 'N .F .B €� W Q tt r �~Li J g w 1 'NIYI \ O�ti W =Z � �� w 8 m I fqw cl� Q H U I O Z Z wr 5 r U z J WW w fn salmon U Z r f C� F O ZLLJ r W Q a o SUz �a FR 531Wn Z� ONOO SM0'S IV130 01S 3132J3N00\SNV'd\OVO\HM MJSJS N011031100 MM VINV NOON01 6211Z\L-33 J0 KJI3\S1NT1 D\',: w$ saowas 5uuaaui6u3 ;o ;uaw�jodap (cm 0 SNV)d dVM3A1M0 +*: 9M-d ON'`Da2 Wald 3d21 M o ONI2133NI'JN3 t/f-I SVX31 S71VI30 421d4NdlS AVM3AI&I g x ads I1SIdH0 SnddOO Ja .UIO vr7 S1N3W3AOHdW1 M31SAS N011031100 —i 831VM31SVM P V38V NOON01 I j NOad.30 A9 3LV0 'ON NOISN3a NOI1dIa0530 A9 —0 'ON NOISI— Q�N wd 2 z Q I p O> �a wobo w w �0 Z. a m�=LL LL Njs a o7g °E W. zyr ° N G b o 5= ta o � "�' zz uaA IS �8mw tS8 m of ' o� N � m tl s 3 g;� a� aN a m a sv w' a LSm i-0zzz E2� �i; o0 wm °8°G�o �� ow ��wee & � 3w 0 o m ° o Z. o QK. v 8z r z rn U <gy �oz €� ms z 5ffi s _ om° < � w p - - 5°� a o ce i 9� og€�a�� `€i gm8 rn iw z z s- 1. iv o w n a m 'd n m O s31WA 91 VA (a) )IltlM3015 � (e) NlVM3015 S31atln OAO mmsN .z w 0—).S (0) Z (s) } m J 'a0'0N00 lN V 31 1T t 3NLSnfW 3dOlS � y z oo ° a0a 003a SY z u m d� Eo e a (—n—d0 Nt3a9 30Ya0 (03a1n03a al) I h �IP389-3d98�S I 'NIN / Z{cwi a u 531aYA .o-R / oI °n FS Y) 2 Jg w uJi In / W 9�a / Y mso y W c3 Q jU —E J QU W W �� - 0 a 3 s y 3 tl m N y & aax � e Lj s aoI Z ° zz p 810 2 W b s W 2 I 1 K ti W ti U 3 ow 3 ® w - vi Zo 1 Z L A `, s3lavn IIIIII \ g (malnaaa A •°-,c \ xv3ae Sara° I Nvdae 3avas ____ ,z Z 5 a z l e 3 I o� d zo wa ° 8 0 � a m 8s. SMO"SIVl30 01S SAVM3AI2O\SNV�d\OVO\HWI W31S,S NOU311100 MM V32V NOON01 62L LZ\L-33 J0 Kill\S1N31�6\'N $$ saowas 5uuaaui6u3 ;o ;uaw�jodap [e n U S7�Y130 AVM3AIM0 +*: 9M-d ON'`Da2 Wald 3d21 M o ONI2133NI'JN3 t/f-1 SVX31 STY130 0HVGNdlS AVM3AI&I g x ads us18H3 SnddOO Ja .UIO rn S1N3W3AOHdW1 M31SAS N011031100 vr7 —i 831VM31SVM P V38V NOON07 I j NOLLd.3O A9 3LV0 'ON NOISN3tl NOI1dItlO53O A9 —0 'ON NOISI— a I I I b Q m 3Nf11OO-MVS I I I O cr H Z °Ll — U I 3 W } 0 J j}N W Q W R ILE W Z d a p o v x a N m _3 cl� cdw Q s® H s 00 k= l z rcj �o os 98 Liz t o T"� go j j g•tl n C S rc�� 44 bw 9 ffi m o F�r So �a $� el•Z{ 3NIl AIH31Otl1— m �aa oo m9 " ZS o s Sun wndoed wa gigs _j 3 $„ w ova B s ` p. Ld og 3 0N�� 0 y fox w y W = N ZW ZU ZU �3 OFo _ g OQ� g} � Hbi at HWQ dQ5 = g22 08. Ux5 3 Ng oho wp5 3 = co r m n N W 3 �o is x `2 gw w o9 0 \b EC r 3 lz �® a lz zk SMO"SIV13O O1S SAVM3AI2O\SNV�d\OV777 MISS NOU311100 MM V]2V Iv' $ saDwas 5uuaau16u3 ;o ;uaw�jodap @ n 53dA1 AVAA3A180 +*: 9M-�ON'`J3a Wald 3d21 M o ONI2133NI'JN3 t/f-I SVX31 S71VI30 421d4NdlS AVM3AI&I g x ads I1SIdH0 SnddOO Ja A110 0 S1N3W3AOHdW1 M31SAS N011031100 vr7 —i 831VM31SVM P V38V NOON01 I j NOLLd.30 A9 3LV0 'ON NDISN3a NOI1dIa0530 A9 —0 'ON NOISI— z NO Z.z w j � Wg�. Wu > > o mJ o pa81�a€��� o LLt N o 0 4 z J�a 03o bo M—t. F000 l i 1 I 5 — e'o W. �r 3 V 0 — W xry 0 �:D� � br3ae 30VaD)I 'e'D ,00L N 5 a VOS 31— } 3dO 5 IL W W I 3 I � � m a.D o I s D U) m I y u W I n' i e'o \yll ' I Ia) �I aB 30Va z I D I d a I I LL (Nr3a9 30ra0) '9'D I � IZA z) dry (xv3ae 3DvaD) �_ a I o 0 sm N Q a 3 ° 'NIN gl z I Src a[J 0 r M = Iltl) %tlw 3DNVa 'Kyw d POl 3dOlS V01 N W Z. f } a I $ I .s.D 4 rpm = c (r)I o I I 4 uwi :§ I of uos n (s) (o) (S) (0) I 3d— \O I I I (S) SMO"SIV130 01S SAVM3AI2O\SNV�d\OVO\HM W31S,S NOU311100 MM V32V NOON01 6211Z\L-33 J0 KJI3\S1NT1 D\'N o$ saowaS 6uuaaul6u3 ;o ;uaw�jodap I� +*: 98EL'�'ON'`Da2 Wald 3d21 Mo SdX31 (zl .4o l) lZ-0) se M �JNI2133NI'JN3'df� SOaYONY1S NOISIAIO d13drS OLMM IOGXI ads I1SIdH0 snddOO fO AM N vr7 S1N3W3AOHdW1 M31SAS N011031100 a —i 831VM31SVM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 3LY0 QQ'ON NOISIA Y i 3 � N Z fl pp N W W S 8 o Z o .r 8 c a N W W CO W C V G .4 Z g P iC 23 g=- `-+Dm b O ECy OD yN-v v 6ED OD O CO a aL>vLml EC Nn O O O ] Y v O Q pN+m 3 - O z } LO i _C + C •� - U _EypEE U`+ O t C mDQMP OL C °+V b w•C m V7 O n O •� '� N W. O_CD OO LO c U ' •EQE •� -- N C D00 b O Ln 6 Z > o O i m a p ~U U p V W ..-one, I >OaJO b J dv D O O J ~ U r +LZ 0x3 O ~ mU m] O ° O u+ Y D -mUC.m- m LO b+ = U w VN W ¢ <Z b-mm > N� m Q06>MU O 4 mm v•� 'C N Z O V� xL- mL•- pC Q - N a J V O mm<LO� }+ ]J Ol 2 O w w < N z z N mOVICN� -° ~ Om L3a N QQ Z < Z W W O 3•+mb+ by W U CD 3 Z ; O -b m ZZ n.- O L $ Lii p o• OoL Tb O > Uo tpi Z LOO>-O U] N vm S >• +Ct OLL cc b lemp m UT Z a C Z w �i om •- ]cm a < p z < of .,a 'R m - r l Um O•- W Cm 0L2 V- J D•-} Nm Y YL Lt LOW b mC T'F Y m a= L+m my Cp 1 av Lb 3.3t4 QtJ w3 U ova xa N - N �L m n C m L m m O a. + m L VI L Cl C O m VI v- ULC 3 m D a O mU3X •- i m W v C^ we -U•- D u r +mL m E L•-OW - m O m- I C-m } LF mvi� T C Um•- _ D U Om i C m ¢o .l wm O- O -- m o'er b D Jw - O •-LO ]]. my O Ow E C Dw-y O O i L O - U L+L C O•b O + C E m p>p L ��0 0 ]r+a C m p a a m C Y E°Y L x+ V U m O 0 Q c m a +E+ D p b++O - C P J C•- O L m<b D O m 0 ¢ MO- m L - vex r3+am•- co Pc+ of o _Lm o ob W OC m - vm O b<<r 0: mmmm O> b•-W - LP P mXOL b } >OL Z O 0 mm me QO 00•-LL -N +Lm m•-•-r]w m•- •- -0 W UN+o 0_ cc cc Om"m 9FZ mbW OU - mW6 a+ DC m' co LU N m000. ~ •b•Wyy OE° Cm0+ O•P mEm Ory� •O OOLE ]9 POE<n0°� .a, nam w w+3 X 0 O L 0 0 L-1+ p m L m m X t t .-a b -- s--F+�0 0 m O o n o W U'm' a Soto ZL+L+ CD 1L•DC• •; pJ�VI.3QDC - C LpDD N mOaLSC of �OL �bOL W+00 X 00 }m�0 t0 mOU C¢a+LL 3 3]° L n 0 0 O }- D L+ ] m w+U b Z m n•- pp O o T U L O c+ O m C VL }•- O+ C+ •-m b C •- P p z N° T O O L C mD++ > OC+ 0-O mL mYm O•- 3mm C•-v Ym •-b•+Lm - U Cm•- E @m@U C ao O] a•-v m]+mK U •-E L m •-P m L O O M UWC C O L to N+C E'•• U rQ COL 0c OO +E DJON;O m W U2+t Cw J 3NmL_3-mmp ° 22 TQ Q iL/f V-°b0 a mOm -L- ]Elm •8•m�O mpm Cn O- C m Omm m~]J7 mDm U L UD O .+L L m r 3 O O T +m b<•- v L LLD U m u O L-+ O C m N D b0. +LO O Cn0 TPcLmOv C- LmCa b+ CLmW.H-•- - + •- L+Pm 0. OC m N•-b3+ Oca++O: •- 00 3•r O O+Lr OE O. C O _ OCCLE o O`er O Nul V v CL c E•-U m o3 Ux0 m a C <N L•- o U D •-ba F L C C•- OOP C - Z C 3 u orn m T T-wi ow- C N N O U C Y O L U •-O> OmL•- •;L L+C—O L or ULb +DLOZ+ •- C mC- O] O LLp 0` mm -m C c-S moow000N m+ L -Om C O b'] W O -a V10E mC + OC N Onv °•OD, ;U-c.Y o� �•LOon. NNU mbZW EPU t]W b ° O Z L] c . I T m+CO•^ vmno-3 U3 U Om> E C COU-•- O O n C+C w do L C n m+O w O O C O C C°O L L 3 -C d b- -m D L P PVI W,m W N m >>W 0L -- •-L C_O Om Um0 - •-0 TOC •-OmmbH Ov +C a+ OC Omm V1YC ] v O-m O C L OCw L O•-•- O>O+ m ]•- UPLC L - D p<UO:O Ov YLDC V U - C•- m-a •-•-0 b03mL commm Ov ]•-m O b0 C +Z_0:yyO•- co ymy - L+•-•- }m p 0 J C m C m CC C m•L 00 d O La-O`O m m t d-U CO<t O O E Z~L;O m C C 3 E m C m g c_C m w S O O Cpd 3 0 C m- C_ m L Ep m L E m p a m U C +U _w w+p L b •- b O w VI C EpppEp C•CO O m °L m U b L+ O+S U P +L Y P C O ]l O C p C+ O N m J C i O M-O n U+ C w n m Z U%O m0 C+ ppT•mi CCa.O 4LIm DO a O+y.m -a 3w b•On dL C_ mNE O W EOnU [N+CNiwN mO_m ORO W•C t °OOt O C m]°m °O E°O m° C OM p 0 O v L• P W O T m3 C D T•m-- aL%ri O L° 09c.- D m m yEC O C A Co O-L C�- �U m m D.- m OO+U•-m 3 4 TP _3t 0 m0 U gam >O OD L Uv-O Z O+O_• ECm} L L m+ •- U= m C L O•- EEE Q O n0+pp} n- Ubm U>� Ov C O] UW Oe o T� N m N_P�U 00 m 3 m>~+oo L C La GI OL 00 W U}U E a-- O c m O m x m 0 C m m D no yy•-L L L-m C K O 0 0 m m 0 3 L O L -D Lm Lv0 U-^TO -�+ T CL+ b CO ONO Q•-p .D•-OW U C 0i D UL3bv°--� >•m CUOC C-0 •LHO°' °OOCOWO •OOT ODOm Em•L L00N Om<m .21m •Cm >Q 00 L O m C m C O-a O O n o•--C a D m m+m C m P -OLD N m n E - LO U•-C v0 U UL O •-UO P O C U b Um Wv•- bvb•- +L O m LUW: =4 4 L W O m m - 3 n OC yE 00.•- CW]O m m•- - c > m L C+O]F U�•- M•O - V+L O K m >m 0 m m m O_ m C m O n m m Z`O U L> m>+m -O+O m n N O C m Z E O O m> O m]O Q L+OOrN rd rD•m LU+ UO<a0 3W l0 CO rOr <NCa Fm0 ;+U OJ mU- Fn rD E•iO m O N M N N) 1- CD O- - JMO'LZ-OH\SNV'd\OVO\HM W31SS NOU311100 MM VINV NOON01 681LZ\L-33 J0.1L10\S1NT1 D\'N o$ saowaS 5uuaaul6u3 ;o ;uaw�jodao N +*: 9VE-�ON'Da2 Wald 3d21 o SdX31 (zt �o z) lZ-(z) 3e M �JNI2133NI'JN3'df� SOaYONY1S NOISIAIO d13JVS DMJM 10GXI ads I1SIdH0 snddOO fO ADD N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON07I j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 AE —0 'ON NOISI— V Qa y�o Q8Q E Pg Q S g vai a N LL< g8 g' 6 Su g m F 8 a mm m fiS gg $ 8 E po - 6, m �g'° .g "g 8 .• fib Z - o2p,9 i o o a �5� '£ p opt w ` o o x Fo �, a - 1 N m _ �gg g O 7OT Re8b s 6 6 v ' fib " m c a of o 5fi 5' fi t ° .. .` �` 1 08 ofi �� f zfi� E B-x.g yg * W -` :° 4 u - - ,g. g3 m 7E e 8=OR S Ew �o CUN "Z 0. m rvs.--- V am 3 _a--90 agY s _? o0}L F o - Y.E? o m •- Y C b Q g da" ; bE * u W k5�� m " ❑ %5�@ mmg & w8h Fuxo d I WBkb�Y 'E5 hFa '~ ss gip=4 , = Wax _ ._. m ` o:� c o x 0 a ;xo 8 in V $` Sfi oog i x i xi E p°b Sr m I -1 flu. gF mphgly g 11 = 8ofi oE� Fx p N rJ,2 zx W * MtXMt u X x s egg - 86§2 x o§ sd YU 1y g a I s1* �$? o M8� Fvh 8g --F u o R WR 3 bh5 3 g �a 5 5a C, o f - b� ¢` as - b t mo y/ R 'ca d afi `s sE as§ - Q -0- o g a 346opa8 i - Bs I� € a fig° w m $gg s �� ggS8g€5g� "$Y� z gif Eo x. F p5p56 �4 ag sa W ma_ b b �a Epp-Fgm €"' g b Q 6�E�o m ~--- gggg Fam E p~y _ Sg - oW k85 .fimga'V` fi ogQ a L Y< C RN Fr B. fi fi EN- tc. Iol a c a o$ saowaS 5uuaaul6u3 ;o ;uaw�jodap N +*: 9VE-�ON'Da2 Wald 3d21 o SdX31 (z/ �o f) lZ-(F) se M �JNI2133NI'JN3'df� SOaYONVIS NOISIAIO d13JVS DMJM IOGXI ads I1SIdH0 snddOO fO .UIO N CN o S1N3W3AOHdW1 W31SdS N011037700 vr7 831dM31SdM V38V NOON07N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— fill I.- g wi H J NJ� N NO Ng$ '�yl o g tj a - zgLa mo N � R go W�o 3 I—A 5 7 �5 toy E 8 - Z N C•c«-a �- N uR' E S '— d � o > e g = g x yg .2 a o + c no o € v w e o ` a n v 2 a Lu off= Z 5 N N L a w a }E E -_ L N m 0 O C♦G Cr C O O yp O O } y �y + •E�- 1. V =O a L V g E E -+ C - goo -; o` - O "G �L D C,Q`•O` o.E oo -fi O t n � �a � co gV d L em 5� € Ow N n a ig c a `o`oo r wa ag Z 7 colw o oa �c M o� O m� L N ] 82o �o �<m�o s � € ~ f a A-ZCDT L (,cx o, c } 3 N .r $c N > ` y o o a- 2. c000u Q ^ O 7 LO 7 O V •E O � '_ - C O Q _ +o I sm E - g _ � a33. ;o - ng ox W g' w2 0 Q o N_Q0cc no g' _c�a •E i o C C o o V1•E 3•3 Q �PitO W f• - N N - �n •E>�m w g 'N `6ay� 06 sZ g Job o o.� oo o W -` �sp�oo�o ; N sT �z o i�nrn oDEdol« coo � e�la o oh _ w i w ° u c �ry Xg c Z o = o� 3-�� i f vui H oo i �r6•yp 0 .6• $m Q� ._. i �«o0 3o aoo v..6N Omo- ~�ko�m $ saowaS 6uuaaul6u3 ;o ;uaw�jodap N +*: 9VE-�ON'Da2 Wald 3d21 o SdX31 (zt �o 0lZ-(t) 3e M �JNI2133NI'JN3'df� SOaYONY1S NOISIAIO d13JVS DMJM 10GX1 ads US18HO snddOO fO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 a —i 831dM31SdM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 q'ON NOIS— Z Y kA 0 � V N �Bu fag ex $ 8- h 6�� b ° h Q m f x "bh aot3 § 5 g 8 0 PP 8„'6 Bb € m Q W 12' It a �Fgxry sEa s 5 -a � a 2tFe g cal CL g B E h f �8 _- _ � 8� $ x W � W x °gl e e P x pE a o d k`6P S. a �b h rx? 2 b,; ikIr x g` : � Sfi \ Q co 'O -a 6 r gbge« a sc'"5 € a s BE s 'fi- $8 $ $e$ p as hS o "s �k6gg$P °E � € ao's§= �-gbg 6 .6• cgs fi -E .h•'s_ .E: p=b xNg6E� o § hY°gg € ygbFY B8 6 '-' 66 5i§ ti 8y° •8Pg g`W$ b o o_ fi° !4F $"Y "s gg„ggghggx 5 6 �6 k 2- rip h-m8«hgh Y :SF F= 6 86~ F.3 6 56 '� °6.i 6 F6g3S26o EFm n r-i.1 5�� g x' xx B. 8=`gyg`6 8 P"" 2g oh -xg - Y-P '6w� :«} �6«fix 5 gou66owEo �, s36EE s-"Yfr8=" g 9s s- gE° BE -=ms g xa-g" s age ' vq'o•" dxgo�hO'fi gg .. fi 6- 68 ._. ''£ _$vim S $ � 6:'- hg�SY ° Y F -.sgQ E :js I=V. 6 r,;19gH SA, $Is -�~xm ommog Es - h g 'Y- fi go y:yFh6 §F 5$ F 2p 6-g_6P Fg §m' m� '6� o gEgx pfi h« E `gga-h' 6gb 8°m4'a=66Sg5 5b«Y -°� ngbg € YYSv@ 5 48`~8 - " 5ts5` - °-�a Fb §8 _F'g off" fixes=!-'Smu6by �h -•LEBY" yyg 6fisx 5 °b-"6s� � S 6° x` om«Y' F°$ 8Y6 =�gg5x'gi_8a sbx fi84 .g am` y5 �' o _ gg €'- - bgf g IP«'F�« o:S�g6�" •3"e'89 m x fiygg6@gg gg gxg 'h5 ���Fo `Y�fis 8L -'h 6`°6x" b dY 3$- :"8 s°s �o g h6kO"o #me & o s«6'= z' s�. "6 •h� @ �� •- `°�."-h 63�k�, °h° `S m'. �• p � ._ x 8' a ." "�E�E6- h&=h s" os Kj g h4 � g� h§•- €h �� - €�a ��a -tilt °�� x6 E«� �- p Y§ !M gsp' � �s sh ' s �' ' a �° gay y hgs F .w s m:ag�.sF ':.YFY J•hY - , as" YxFF Y 9 ., § =2E� _ gr e z 60 n gy N fifig�8 "Y 5 a6h gg g �ogus `- g = aagg ifs E § 6yg�ypyggs �xa •g�5wo•ci u g 8 �58 °6_ Pi 8 $$ �n n `hO a �- g „�•�m ca h«64x '� fi-g` $ E 6 g ~x 6 og o$°«=in° i 6a6fi h g'«��Fp '3F��6 g6 gg8« W ad B� Sh l"" 'w '=j0i -zo 63a g - `� Sb 5= ge ~ $ �F EEo�g. �•5h �h6 fyh g _."5 F-� vg� e:.xgx -eEt� g s .a ob:em8 h 8 $„Y 'a" aFhE3 g" W& b, P;6" g€figg � g _ Sah ° fl "� zi «fi 8 gY^�gE. �� rba� _ o o- ess �= tee In ua - � 0 e S z W 0. '� u �- hffi6 $0 6 s k S G 5Y 6 (p�� ap6n Exjyy; a# n � W LL g8 g Z a0pe any IM011 8Z88�$6a o �: eE b/ �F6 I ghe xpss 6 ggkggggPp� z ®®3 g �hg_gE'^ #-�" "� �� g�g•8�yy�$ � pExg§=�� E �g jj o Yq au°I Iw°Jl .�� u4pg�� — rvn a +•n�.z-oaASNVndAavoAHM Miss Nvu311100 MM vane NvaN01 621[Z\�-33 do uioAsirs-r g$ saowaS 6uuaaul6u3 ;o ;uaw�jodap I� SdX31 (v .4o s) a-M se M �JNI2133NI'JN3'df� SOaYONY1S NOISIAIO d13drS OLMM 100X1 ads US18HO snddOO fO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 a —i 831dM31SdM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOIS 4O1— A9 —0 'ON NOISIA = Ld S Sup w IL oz IL !uY'S�gghSfi'ggg o m�}}gg fi "sd `Oe Z V�-f' Vm SA F` _8� 8h fioo = s- b cs go xfis 3gg = �' s m c© hb- b5 ,_ &°±n=«8 N c S L8 ob Yo � � fi :` ro =a8ffio �" p .zit 8 ". o ahg �o " � a bo ............. ............. .. ... ................... '" "« ............ .... .............N b 5... _ < E 3 v - O �." - 3 0f mE � xo„So;i xogm ::�: N 3 b"g O Say >a /1 oz N i z o ......................... g " SncY 53 Z m z 8 D � o . «� N .zip oz W I.—z•I U as N h-xg N oti- a w a £g b« Ewc v � d h� in �I "S W ss p y w o i .8g p z w r --�9 Z N 8 & D o pg8 N Y o - fi �g 0 LA Lj S. o e kf� ggSBax §� L8•baL� Y Y R 9 f P8S8 C=- Rd�8 Y Ym1? AJ'L/ 1 F2l1171,1 $ saowaS 6uuaaul6u3 ;o ;uaw�jodap N +*: 9VE-i ON'Da2 Wald id21 o SdX31 (zt �0 9) tz-(s) 3e M �JNI2133NI'JN3'df� SOaYONY1S NOISIAIG d13JVS DMJM 10GXI ads I1SIdH0 snddOO fO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 a —i 831dM31SdM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— La di° z ti J 5J LL�a xxx �c �X x�a xvJi aoa � X uaa �S B F E =W m y S x Wm J`W U. > y �aw9wwW9 Wiz= a ,W>-W .W>,�rc 6 N oFN S � - * hh g - ¢¢ Z-- Ng °ffia b ai O E4 =6fiE g g o 6 fans N z 6-.- -t Ii Nv N ei %x WX� W% c=i¢� iii i o. caw urcw :m' : 8bp `h+ !A UJ JX WHO J -• <LL� %J J g? -Hw mE W oCL O xm xc ZZZZ ; z o ¢ � W= ; o = o�w•s`6a zj Y N� 22 (nw VCO �� Wzx =W NJ �_ ;LLH WO KUx =O¢ N i JOn E� io—mm UO40~CUJ S 8~ C H06 Lo w_ o�W ��` sLL= inLL4 WviW �aW " N x�j EE-t o � Li o 6 a 'E =�aFa� .8 L c h c$Y-$gg%"6� Wsx g Y C % fi81' €' § F smoo;� b8 E N c O o < o<x ac mx o: r 9og8 6Fagg h W+ N ; 5 h W Q y D - a ES�P«'g° g$g�Sdd'�gggg�fi 8�g6 Nzaz�� �gy ��5 CO U F o .mR h�Efr x: W0 �0$5 oo gYg ~b 2 Z N j O¢O �Ox �Ox .xU.. LJ O o o: u Nu% �u% x•' c� Wu xux ��u xu� Iz L — fi <fid --og,:o�F ffiagfiE U _ p CLLd � W F * � �r n r m m N��'�Ym �• c J ow m<x rc �W Jsw xmW y^•`-^$"` O wN•+ < x <cx ZIN ZN ^Z� ZN �+VI WV1 %>N x S �—$«h SWux u� ¢Ju u�u � > u u ou % u h_•„ 2s- r N. 12 1. - -� u o deg $°6 s 'ggh s J g es $e �s elm 8s ON IN.-Al $ - �J�� _ g _ss-ha"Y €Fg- g$ ° 8Y •E _ IFggi z '^F 5a ° m CYO p4 g8g b g U: h« gFF mfi3 5oE L Y'irwN>SJ h�6°'W. �8'« 3d«86vY2 . F< W h.n- xW °h°- B�$" =g3 .5g€•: _ggo u r ag 'sg!�g §`er � omF" s,h gs elm mm �m Y >•b = o � s. ��•g��a�-g.;; d " � • >s""� x olI 6 ua6` $€bsxtiggs�a$a's$ffis.8t ¢�i gg ao =g ��•m i m - mg s °`s rfi asse same-� - g; sg-hog- m =v -h.°�5oz $Es6 ,� h=-_." ss a =fig °Fh F°Q 3 FF g g Id-, di x=>do�sv"sgadoffiffi �..x w 'ar9og'gWNo E':Y•`-m9o858 8868«-b'o XSSId-^di - �g :311 i o$ saowaS 6uuaaul6u3 ;o ;uaw�jodap I� +*: 98EL'�'ON'`Jal Wald 3d21 o SdX31 (v .4o c) lZ-W se M ONI2133NI�JN3'df- SCIUMNY1S NOISIAIO 113JWS OLMM 10GX1 ads US18HO snddOO fO ADD N vr7 S1N3W3AOHdW1 W31SdS N011037700 a —i 831dM31SdM P V38Y NOON07 N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 3 0 'ON NOISIA B € F g oar,uu W a N • F B =o N N J a6 h L • LL 6b °2E K-m .•. P8a sg %-eF � cm Jr ts e•.sgg a O or or t F- _ s's^ €eas€e ��gr r's5£gg CO 1*4 `aa s g% gf m'f •• •• ` • . • h b- DFh W E3a 3 m ; 'O s_s_s"ss mss a g� 4a m� •Sea gb • • jb� =m mSo b a F% cr • • 4 g.J=h b Sm os� 25!. HE sagg gF ims'_ b oDh bbsg_g o bfigyr b$ssgy�g s JW= - V) bofih 8 SgaS SoEjz-2 81 V`5 N 3 Bm ~bb%g •`g 5 FE ••• 3€aEm` yR a�sb F- '" W4 n g33g a. - %E Gov `58 zz • • • • 'fi-t1!to E4%.bgwg_ oho �'po6 E ._ • Via'-- `Fg' � rc 3� F bggb b: 1;¢Y3Pg • § o mQF'� IN ai-e$ grog$ 01 ' 9&o�3p3R %A - N F 0 W 8xn m 80 _• 9` o = m Ip$%•J ��» F %58 s °fi =_ fib W mFB gY�" - ¢¢ 5 otl $ e�8� � g b abaS s i S ¢I UA -•- O g g E-�T b hs i •h 8�R ate: 73gg"waass b'� o�ai ~ Pag «F l gg8 g g Y Y g < �J•k6��b�E P.£hb ZLLI bLL fi$%gb %E2,b % W b E gtl�� W o Y-`__ F 'EE6 .1 gggg-sFa gsaF >? p g Ebfi` $$d' liffiga ° F h W c Q m o q y ga» iX S m O ZNNilvi y p `tl �o•-h` 5FF« E „ b E 8 »'g F W 3 azN�Y 5 3 Vib«"g Z o , � °as_b fi� bFg apt €I€ � o�b j b g % f $mJ S e $ «F W b 8g88 Ygg 8-b g $gB S�SFG« � oEE'^fi fib ag bo$ m bulhe,g% rsg gg �s. b 5 g•a ` �� LL go`s� sI b, g' og ab ` �bs � s m_ Q S a�b�x•E�r6 `pS6m«°�g�% Ep- sF� k g�� • ggb -o` 5 `b=af' SSf�s u %Ei a : o£m. vF.ex g .E ,'o8m�E568b g` " �FSY �Egbb < �S8 S R of + W +fifr6«`S=8g€' i0 38» sfi d _ ho F 88b s o zFy'.' s s� •�ms 's$ + E :fix z goeygt� g efi�$ gfi8.°fi Wm yye b ge mFg%'.� aF 5% F-• Y y%F u8 - fi 5 8 8 U F'-F`�S % pfi W 5'�0+8 Ij-'- 1 h- a�h? o� ky °sog s -pb a 5 b `M k-h- - -���g %¢ N gpg g%) t,qp �E8 +Fo d �: $ bF6�% 8 O Y�_fi $b'"_mF FFoF%jjj?b bsb gad, b g �g p p � "gig W Nt a;:bkbctg gs�B5b �fiPp g 8 �S 8 6 V) b0� x 'A-Hit x F` oho %mggd S� �ofi hE ifi� V �p 8 556_ % %Rgfi jofi1;5�2 - • s : r - % o Z FF< gg$gK I i ; m od. F B< � g -baffi Saga be bg % 3a �o g•" w gg _W rb_ r -rsrb 's� k % pE5g5ggkB �Pp FSR h' u h 4 -«., h F% �•68b 88kmmfi�$ `, h 8LLJ .. .. ° Hvyit i-.1- 2$gipba o o $ bps ~ p L kg%. � s$ e% p'gggb_` s8b8g•g�» g g;o hFbh Er§�mE o�RS9±=.$8'g��L �>t600 «%��F�.`ufia+'mba-ggS Y bFm �gfi i--- I i dye° b8Y@b+ �m R'B�g YbB = g% m Em.8 €f P$1' " f���t�mgq ;og ( ) -�� �dhg 'VO\HM MiS,S NOU311100 MM V]2V NOON01 6211Z\L-33 J0 ulD o$ saowaS 6uuaaul6u3 ;o ;uaw�jodap I� +*: 98E L'�'ON'`Da2 Wald 3d21 o SdX31 (v .40 6) lZ-(a) se M cJNI2133 NIcJN3'df� SOaYONY1S NOISIAIO d13drS OLMM 10aX1 ads US18H0 snddOO fO ADD N vr7 S1N3W3AOHdW1 W31SdS N011037100 a —i 831dM31SdM P V38V NOON01 N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl�530 ZA9 —0 'ON NOIS— gy w «1i & g =2='- O 4 o. 8« ov $ ='tag« i $ `o`«e c m c F $ C N 0 _ ® �g� 2� 's g ho .mo 'ffi ga o $- F6' E m s i N �►a hh Zo �� E� ggg'y rte g 9� g �9 W a v fi�mS 5-2 'ink o+- i� W o s �gffi §moo C z � g -5�6g $g« bar =ffi 8 ca�a a6 b F v o ag�� t gx.- $t oL gB gz fis' "s_ $= ee6% 39 a _S 8^ 1 1 $ g 6Eh b $ ep�6 fi¢ gsr o6E �og§;g86h 8hb 8t8Y8 � � g8gY6a 6ga59§ L it ig fit gaF=8 g& _81EFfiM, 8 : mtaB E , EoYhS6aft: F -Ea FS 'fiI: W Ji E8"Y Ye Ykk` " - 5E" x �000 .9f 8g hg pg gg gg ar '� a x 6- gffi . j 5 't as F h3S 5F .�tF Fb t_ot .89$ S g£ 68 11, 5 €Y $ 9 s-gib WI �°� ' a g g 'Q r gs �=`�� "sp -8° ib g€: 8f aE N o o 9b It E �a� b § yk m�g6.=� ggg-a�`s; °a.• t _°- ££g % fi b ° 611i' In `-i� :a F!� 'EFt m x�fi em Fag •Ea - 38e �' EooY g.F' @tBIt da S g`g '8o F $ 5-`1 $ ca b5- 88 YmCS 6g:g gd oF$ggyy55 8 gg"�`gg E5 �8• •0'_SSggg 8-g mI z 8 8 $EbJ'-_ 11..j -�`8 of�Eh- a� 3 byE "Ag:ke YE 8 i A g�b8g -I.--t5N��L °�yb2=b�i�6 8 8hm' e8_gh3 ghS$ $cf¢ �-1_�H-«tfL_� fioN'-F =•°g =E vt 19-8 1 $r°$ E�«ag8 Hi88c$g-1t98fi 2 iot'o~g F�ya8'� W - }, S t"fit g� Em = oFafityh .b pE_._b&a b c4r�a$tf ?: �haY mF 8' gA8 mm€h'h'�"ggg_SSEx � Eb8gg�9 gbrx '$t•fis�E 'agtb° LL xc�'a a%-ah �ic2Emffip:_ : ?sx� a aS'.aabm�$se88th:m o$es e: 4E_E @m hFib R .9 ^ _ w aJ 9 m Ic W, SMO'LZ-OH\SNV'd\OVO\dM MiSJS N011031100 MM V]NV NOON01 6811Z\L-33 J0.1L10\SJMt\'11 $ saowaS 5uuaau(5u3 ;o ;uaw�jodap N +*: 9VE-�ON'Da2 Wald 3d21 o SdX31 (zt �o e) tz-(e) 3e M �JNI2133NI'JN3'df� SOaYONY1S NOISIAIO d13JVS DMJM 10GX1 ads US18HO snddOO fO ADD N 00 o ❑ "%s", ? ,. S1N3W3AOHdW1 W31SdS N011037700 vr7 831dM31SdM V38V NOON07N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 3 0 'ON NOISIA $ b� £"&m Sh « F " Ea .F $�rmmo� �m °E $ n• #E� $b eg °S"gb 0 Z Z eta rrVl s° 5 F-._ 4 Z a W W EhFfi `b =6g$og g$� y -g 8 g k ` to - a gF - F 6Ee .ggoo $ g «h iW¢ €E* _"s gc$ - �e����m�a di "'W COS - nnm E � O e "►S �"iY Fg6"^aa BE gs ._ g dgx:.Eue.�bmm xim �b xpgbgs$ox�e & § S-$ `J z c # ••&g��s'fih�s"sag$§8gbg ao��g seg�� � "_�� $€�S Foggagfig2 `�shEe °s o g5g r��g"sF�e-Bggg��gg�� •-E g�=gg ,^ 4 m 6°�SeB$YF�°Rf ll��gFSS����om�'fi5 -fit: T W .` -.e6�Ebbv1? «8aa$. 'ss g g gs xg gg 3: b82 eg`o SF v� W t «gE pb1��b a Y�FB gb ._ `Y g c - N Ma 5 x.Fo° hhEgf °g�'sg 5&fig am -- g1? W ggs« vi and F° L W m atge=bgg' tphac gg o$ fi s � gr ehpF .- hs W W 35g P "868 E8 E '�E - 2 m FY hgfi . 8 8r oo`� bg ` z o._€€a8« yg >P x« _ 4 Ss fig N �{ fiE -ffi8 N Es «>BgE� S'o N �nb°885 $ffi 8g « Y E $r � €� b Z ❑ $ a«5g of W b@ufi 5 g9_ < L, g fi-ggffi- g° `F!F "sm cgb8 xa�go�s em aE € �}'° E 5"s a z P�FSg ;f -bOSg oh PY. 5 h«`�6e W ❑ v1 $ab8 E•YF b sagSE �b _ c=i ❑ fi- $y=`tea - �� -g C �° �' '` ; ca bL$g88`m �g $$ggfiggffigge _ � ado � 8�s g�ogeQ & gggg�$���a J �g �I °$g ? bB�gfi�«m3€F m 88§$S E�yS bE4 -MflSoB� Wa g ESg�S ffi .21 m �sg�Eggg sap 9s z �g s« g a gg eg E 3�8 gP88fi 4 yE ho s.� bb z e o 8 «fifi ��-E'; hgEgE- B4h gEag ¢ dm a8j'mi2SF' ogg -e Ss o _ $ gg �k• �. o g$g"gggffi�gh_� 28$'-9§3a8P" aag8ti,� fg"_5g IL �_fi �g§soh° ¢ g.�EE bg=hsggBE ggfi8b56.:g$SZMg ' g_ okz ob goo ox$ g O ggm�`^'�4 axoas!o'N al At >«':.S d g h g o b � o T W S 8 l - Q W I ~✓ V V S MMO'LZ—OHASNV'dAOVOAHM MiSJS NOU311100 MM V]NV NOON01 68LLZ\L-33 d0 A"" ...- $ saowaS 5uuaaul6u3 ;o ;uaw�jodap N +*: 9VE-�ON'Da2 Wald 3d21 o SdX31 (zt !o ot) tz-(ot) 38 M �JNI2133NI'JN3'df� SOaYONY1S NOISIAIO d13drS OLMM 10GX1 ^ ads US18HO snddOO fO .UIO N ❑ "%s", ? ,. vr7 S1N3W3AOHdW1 W31SdS N011037700 —i 831dM31SdM P V38V NOON07 N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 AE —0 'ON NOISI— F E O 2 g eYg v '3 -s 8 0 �6b53 `fib h uT V Lai gs 8b *.��88& •88�� i «g gg � � VlW N�� 9€� 5t-F : 1 C E' e.sa J b has �I o = Os hyE«E«8E� 6$$ gg i�E RA - o Z N `•°§ - $ia HaS> i1Iss V m fib" W W m <Z b•-a Le � � C>t< �R{'���� 11,W-U✓ a V g fi_4 t ry n n n W-'QQ W �_ it•E q $emi' � 3$ bg fi R of V 0 s` • S$_ EMU I J ® ® ® ®` imIM h 1 Is vEJo MHO+W 1 cwm O w E $ $ •t 5 3 $g m E p y - BR�g 75"gE ° 3�fib 8 `s- =§ \ g 'agg'g=-,�b b`sE 6 1 / bSYY .« R� hf MA ILEEEE EEE a 8p$eg hgg�RyB g � ph a \ i _ 8 < "N-IHI•-d n+3�� U � UEg* nt c`l Wggg fia iiii �Egg ® ® ;b2.$\ _ C �Tc6 8 117 xga Y$Yggg�^ W ❑ g$« O ' ah j ryg � 9. Del- Ig � a� € Es- �= W ^k fip y$g F 5 5 �«gEgYF5 =:d" erm JE flaagg m g `�g°«_ 3h b u .oz .02 o �._ 8 ❑ b m b 4 Ell 5 �kYt fio $3 :8ego€'oSSY$ $ fi ui m Y'° ❑ 5 u �S fihg 8�8'm 8Y6Y gg ��xa 8m5 J °� Jr 9- N 13 E«b u � $� e�ia m .-E fig. �; ESg�-�•8.�6 per $$`. mgaS E 'A - ® e ���� .., ^ " e �. P F gb SMO'LZ-OH\SNVZd\OVO\HM MiSJS NOU311100 MM V]NV NOON01 68LLZ\L-33 J0 ul3\S1rl- $ saowaS 5uuaau(6u3 ;o ;uaw�jodap N +*: 9VE-�ON'Da2 Wald 3d21 o SdX31 (zt !o tt) lZ-(tt) 38 M �JNI2133NI'JN3'df� SOaYONY1S NOISIAIO d13drS OLMM l0GXl ads US18HO snddOO fO ADD N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON01N 9 j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— ag ^ o A o Ott �Z � W �fi4 N m W W a4.6 o w m >Rse. . P 4ER_ ` a € ig ooi 8� F E j 208 ou3 - m �_8 h N W cg W I� ego as gp s aff a g a Agy PE. suss a o f €W �4 �s W pp fi u 8 T _ofi� og 58g 8� E 5 E 8=� 8r #� hg: ACE �� �B � € $ ��& •�� Z w h`$ g$ 8s§ os § sv � . g > � h i a c b 2 € Phi -fi «_ g g le t fi W o � � o �- � 3 �o ��g� � a �a •� � $ -� ism s� g? � F gss a g e N - - $ a' g .�`fi^ Bog � s:a `g•3s s� �a� � g � a22 E a x Aga �g4d gm9 NU < s €g idsoo a ¢ _ r a 4 < 4 r o $ saowag 6uuaaul6u3 ;o ;uaw�jodap N +*: 9VE-�ON'Da2 Wald 3d21 o SdX31 (zt !o zt) lZ-(zt) 38 M_ �JNI2133NI'JN3'df� SOaYONY1S NOISIAIG d13drS OLMM 10GXI ads I1SIdH0 snddOO fO AM N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM P V38V NOON07 I j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISI— 0o oo k o oo n o ' -01 t— ° ° o° b °m jF s 00 00 m ~Q s $ oo / \m Do Z v ❑ ❑ - o °° u s o Do k a x a o o o oo W Y k o o TTT x C~ at Q - -oo m d on g V -w• M Lo o k fo I o 8 �u� �. - { w W 00: 01 if yToo fi III ~ �t i g�opp°" - °T° 8 n oo F N a �� \ ma yo u e o 1° ❑° ' _ a o « ry e ° orb LU r oo a w Zx o¢x dag o w o oSgo�e'`gi? ¢ Z z �6aW wLU Y Z ;> D. N J m oDO OA 1._ g Igo $ �I o I� l olalo Nro gm u o$ go 8 n g g o c >f R €o T goo ° ; a �a o 0. 5. _ ` c� o wz pp k 0 o_ aA 2 at LLI Do Q a g O0 '1LL J a >� a = c z e = g o 01 o ° °4 4° �, 004°4 o °4s4' LaW 8 J W mil W I I � I I W I II > 3a V g WN Oo w > o W Io d m an < �If m ah 3f b -z zo g q o & d < 5 oLa I II s g La v u g � sx g $g La ; £ m mY u Ir4 II4 a� 44 s 44 d 44 � e3lld $ saowaS 5uuaau(5u3 ;o ;uaw�jodap N 9VE-�ON'Da2 Wald 3d21 o . €.. SVX31 et-(t-t)dst M€ d 4 �i yl " XJNIM33NION3'df_l SOMYONYIS NOISIAIO SNOLL M3dO OIdIYMl 100X1 ads US18HO snddOO fO .UIO N N S1N3W3AOHdW1 W31SdS N011037100 vr7 —i 831dM31SdM V38V NOON01N 9 j NOLLd.30 n9 3LV0 'ON NDI7 NOI1dItl0530 Aa —0 'ON NOIS— mOx �� a frr� o v JP - O_OY 00 o& 5&_ b B xE o0o s o9v 2€ mcr — 'A 110 J 4 0 Er ` a - g�am�s° - � w ag.sa a oho �mm -�e� ULLJ I—J �+ u � o$'c Z� H�P W mma o�NOom os 0. 0 , gx $y� �s g Qo m = m -Y h^Fm O o *_S� o��oH SnLL N= ` c O acw x __ h'x o$N �N,of .1 sty e W °°ib sxa$x� s 0 - �: N-S . ----------- a;:;te_,;=--:d- ------------------------------------------. , a + o3,m w OS wen o wo}XF o v'6uai ootlsaS' uIW •OSI aoo05 xwoM B l£/I s Ww05 wo}X s .aZ as+o s n 0 - uIW O •� waDlnous • • • c7 Z O o - a - - - - - - - - - - - a - - _ o J C� U U v r c ■■ waDl noVS W O J tpw OS wano.lob xF �— Y seal .a 4tlw OS.lob x *�m v - , d' Na ooW o foo� �o+o-�a oCop•om w m Z� o c `$, ;< o"S` <vmx `oco �> Wo`��m8 t 0 u0w OS I.A.woo X£ *_ l., .fZ a+au •uIW,OSI l£/l l wo J q 6ul oo0s OZ D +o saolnaa 'uIW O Ln if wapino IS - --yi :S3�•, • • — Z O a a C' O_ U C U Q w w,pin,VS ~ 0- C N O U 40w pO5 wanw OS/oo wo}X£ Y sal VO ;z — °° � a, Ir cxt — c6c" €-- o ° °won- 8tlw OS wano l X£ WN OS woi%E a s al 1. 44a OS wOb x aoo 5 HwoM asel wo ow os wob x Mn p Q W D m W¢;x &F < C) waDInD4S O= m N o a a � � `I/ EJ W O Zo •• waDIn045 IZ W C U U ~ a , cr *7�&� * = omFm =�L$g = 3 6 - €gym 8E tm4 9M0 aL—Ldoi\SNV'dA0V3AHM wai=;=Nou311100 c': 2$ saowaS 5uuaau(5u3 ;o ;uaw�jodap N 9VE-�ON'Da2 Wald 3d21 o . €.. SVX31 et-(z-t)dsl M€ d 4 �i yl " ONIN33NION3'df_l SOMYONYIS NOISIAIO SNOIIV&3dO OI3lYMl 100X1 ads I1SIdH0 snddOO fO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOI7 NOI1dItl0530 A9 —0 'ON NOISIA gLb�� b 8 SSE'a�g c� I F Eg 8 b5f 5� �gai Z Q6. 88o$NmRvRR ��`- S @-' 5g Y ag cde ° 4 8 E $� •��'� -- bb ==6g Egg£ 3 O Y 5'8'�b 'a' Bm« .Yfr = z ~ U N x 8 - S5ggg' R$"8$8$88 :oyy ESb ndm S �zv �e9 ■ ®fi ° O SFgb 8RSR8'-RR:9 ?=w Qo yECbCB e; 'f �h =bo ..� S 4Z� ~Ll � ■ �JJ v � 4g EbeRr:e$BSoR� S. u'b� abEg g. YYi • Y« E ., � � s $rye � S Cal bS y sbb a` `m n ' $ =E�6ma �Eb� �Y b��b� 8EF«".�•g�fi s _ 6 a & ' °Y ew« a as 68E eg°E=«b�« : gib= em_ ggs ' - �� " m- -R :���e8� m - aE bxa`�$ k«`e x • °$sEx * n�b < Si pb�s3=888 #«..o�Eg�': Sm'nN bt _oeC°bE * J -•--Es6E EE T. 3 uo � bmg Q� o9,g Ex- :_ RL'9Sffi + '� Q V•� xLL 9.. �s a u �R < 3 a Z iD••a1M0 F- •osl aa°as r+a, a •uln .os r z z z U a; + . li�W i0. i i i i J J W �■ ,;y:yr7. ; w ua m ■�■L, — J —■ —■ J L •— — — — — — — Q Z d • F U o'oH. mg° h €' 'F -.aF obF W o c boom• � of o� �� rc32 '0- / r _ an" Z a 6ula°a° ,02 O ♦°swl•a0 Q N C Ou!uoas ,OZ 'm IF.OSI •aOaS H�aM 9 •ulll .OS .SI X % x O J t —■ — ■— ■— ■— — — — — — — — — — — 2J a _o U J ; N ~ W c J F o 0 0 b r Zo N opo _1 OR $ saowaS 5uuaaui6u3 ;o ;uaw�jodap f� 98EM-9 ON'Da2 Wald 3d21 o . €.. SdX31 e1-(t-0 daL M€ d �JNI2133NI'JNB Vr-I IISIdH0 SIIddOO fO ADD SOt1YONY15 NOISIAIO SNOIl►?13d0 Dl!lYMl 10UX1 ads N vr7 S1N3W3/1021dW1 W31SdS N011037100 � —i 831dM31SdM V38V NOON07 j NOLLd.30 A9 3LV0 'ON NOI7 NOI1dImOS30 A9 —0 'ON NOISI— «5 IZ o;m `• 5�V •6 aZ C - Z S ��°' J to Q & m g9.` <�a ob6m €b 'Y "&€ 0 0 1 a § o +- so:s 000000No ^oQS 08�0+ boG cLLJ .r8 _ oYgoo b� �oEfiv8o � J a c c O V U „ spa n N a� o ag a€€off€ Vow .°obgo& _ LIS a 03 b`S, o *_S� axa ���� oaf €, x' oggoeMa€ ory _ L OF =sg mN ;��Is; ¢ W +§gf 0»8E88b�cSoo P"�a n® �6 s of � .`a�Ea LLJJ C k .O °m w S-« E— ** 3m of r Q 3 --obC - V= U°8 CxLL3 w x p roz X c° o•a v 0 W • e aoos N > • N-M B -•US o S M�oM 8 l Z/I % I xZ I4 42 L • ■ m•uiw 0 W •!\ w oc ,� w N O • O + • :,w, y. of ■ !!! ♦ ■ M d J Lu w �' • �m a 3 a LL � U W rcs • -o- r} JH ■ /apl no,5 Q W Q f Q Z C p O W rc7.' e�cc « o' , W ae 3�Lrom -u J - m « xOm X■ , WO n N = w oo oog m N dc. �u O J N LO- VC- Vv n Wlo w - - b ' x <_� �_ ��� m W o = o z 3 J �ooas N,oA 9 l Z/L ..X xZ 0 3 lal by va ,00i ,os LLo i W W > VI 0 LL yap 1no4s i ♦ : o Qa O LU ♦•1♦ ••.� ♦• U; Q LL 1apino4s r Q J W Z Q 7 xZ x I Z/i % 3 z/i O C7 W g� z Q Vclo cs< _ X= / xz _1. xi / s N xgc x0 ex 7 c .00m xg fix0 9MO aL-Ldoi\SNV'dAOVOAHM Miss Nvu311100 MM vane NvaN01 sau.a\�-NN do uioAsiNanoA a $ saowaS 5uuaau(5u3 ;o ;uaw�jodap N 9VE-�ON'Da2 Wald 3d21 o . €.. SVX31 et-(r-t)dsl M€ d 4 �i yl " ONIN33NIONg Vr-1 SOMYONYIS NOISIAIO SNOIIV&3dO OI3lYMl IOOXI ads I1SIdH0 snddOO fO ADD N vr7 S1N3W3AOHdW1 W31SdS N011037700 —i 831dM31SdM V38V NOON07 j NOLLd.30 A9 3LV0 'ON NOI7 NOI1dItl0530 A9 —0 'ON NOISI— Ld Ho :b WvEt Q a u _ .F iul mo�$oo � "E gcg�Yg8 � OVwgwvra r + buweegV0o o �10 k vo ogW�nm�o �man'. € s� x� -r$ �g E Eliaragm$$ - gC. ° a. T?32 T $8* O M ONO of c0i r •,�'•�k J U• -ry n a �n r - - 1 2 6 Zz. u <25 _ � Xs >Gs 10<O 017Z WS ry JJ ■=_< O o V UIq u1N g l Z/l ■0om5 x-Al A l Z/{ x x x x .EZ.-y 'min p ,oaz o£ ui I9m I noUS ® • O ♦ H•af'..i W.+1+•, • Ham— V W — •••• . •••... ■ .■ ■ ■.■■■■••�•• a Z J -p I—'s O F F h 3 4i� x - Tx F 8' _ c = Xc WW Qo w o ry 1060 "' 0 o u x ua 9°oms x�■ e � x x x V-xo, W i J pIn04S Q j•P I noUS W Fn w _ z W F I9m I noUS I9p I-qs Z 40.OS—-k x£ _I L O i 99a1 .Io VOw OS'0,x r .�a •3+oaN - KL< dgau z3 e$ saowaS 5uuaau(5u3 ;o ;uaw:ljodap N 9VE-�ON'Da2 Wald 3d21 o . €.. SVX31 et-(s-t)ds1 M€ d 4 �i yl " ONIM33NION3 Hf� SOMYONYIS NOISIAIO SN011►H3d0 0I3lYMl 100X1 ads US18HO snddOO fO ADD N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON01 j NOLLdIt— Ut 3LV0 'ON NDI7 NOI1dItlOs30 Aa —0 'ON NOISI— a w LAB z 8a J $ o aE tL a dp 4 c 22 000000em ouo xTbo�.� Rx 80 ILA = • '€ads`° - a gib' g"- 8 0@ xg E VOJC3 o : �� F � ggfrgfrs o Exg g�9QQos $gas ixkk Ja[ ��c a W O �NV �an Ntpd > °° � OS�C °gToG LL W H V o Zc u,Hb'000 o o 3 - h_ P JC -o uei�D m c a €� 8Nfio8m $it ° PA IN V P -N W x c S rLL > m ZLL E� e *� v _� 0-20 N Wxf �o U �z� a 0.�e �s _ r a o - Z 'Otl 30tl1NOtlj �� � _ W Z; ■M■■ .009 W t a � � Z tt •u 1.,009 aPo S�I�oM 9 l f/ a U W V) J • U J 1aD InoYs m ww 1AlDaW g� �m W t oe W C) °a wo-° H •u!W .005 as S H�PM l 'u1W .00I ,000L l l£/1 X Ld ,OE Ld N a3S"�� • aLd . ' • �. a a a o J pIn.gS U -to" - . J w - - J LC �c o C ¢m * ¢ WW HWW u�i' xW - oC zw 0 2N t_J5 J KJ�Jm rc 31 uo � u 'u!W .005 aootls H�oM M l l£/1 .0001 '0091 ,009Z 0 'OIW ,oF N £-1 ,W InoWS • W ■ ■•• a a a o -pinous jQD 1 noms g —to" x 6M0'8L-Ld01\SNV'd\0V0\HM W31S,S NOU311100 MM V]NV NOON01 68L. C$ saowaS 5uuaau(5u3 ;o ;uaw�jodap f\ 9VE-�ON'Da2 Wald 3d21 o . €.. SVX31 et-(5-t)d91 M€ d 4 �i yl " ONIM33NION3 Hf� SOMYONYIS NOISIAIO SN011►H3d0 0I3lYMl 100X1 ads US18HO snddOO fO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOI7 NOI1dItl0530 A9 —0 'ON NOISI— a ww �€ z a c: "� " co $ § 5o^go9 Nate o`° wawN eR " g gg € ?o+ o" o Jp uj 8 Z pU L�m�ghg,,Bfi�+,E�f: goof �hofi $ DaaQ �� CL U - i R1 a as W ■ �� fig-._ ° J ■ �J e. u,o� �o� ' c`i '°`8og�� egg y. 5i.t 1 s;x �o� �€gaga ` o - a " ng` oE �000 " o - -V.. _ram "E'588 .�8a8'.fiomg�� 8m� "cEg:B -F -SU o gv :Fa `F$�oE «�mwtc �oYEr� axoa � * m **J ¢ B<�°d `= o � 16,11, s;z 0 o e wg J p \ Cr L, + \ R OWWp w< �< <�wo ZO V) �\ g yitr� ¢3Q .- U Z oo� w 4 y10Y J '�� oy°o°oa eulooeg .oz -- 3 O yo eaolna0 J �' rK xOW ,001 O J `0'3 °Oia 'OSI eooeS x1o4 B uiW ,0S .02 X % U 3 w °2 i i i i w � UJ a u v ¢F ■�■L ■— ■ J — ■ —■ J ■_ ■— — ■L — — — _ J cr w = aoQ Z O 3 uc V1 i C22- - z 3 m -w o o- R � z3 -O - Fs Z0® - o-N x ooc \ _ a t!) C) SO 30 g z'si Q \ Q - Q 3 + M\ 3 O V +oo J 4 a • (n r 3 Cl. \ •osl aooes x-1A a •uiw .os % % x o i z o� aulma WF3e:: ■•13 a w 3 V. W OF ^ O H U O ¢N fig F .�--oo- 9M0 a(—Ld01\SNV'dAaM0AHM W31S,S NOU311100 Pi:- m$ saowag 5uuaau(5u3 ;o ;uaw�jodap (cm 0 f� +*: 9Ve-d ON Daa iWd adai S310N NV7d k1 o ONI2133NION3 t/P-I SVX31 N►+7d N011N3A38d N01111770d 831VMWdOlS Y-€ I- ti x a s I1SIdH0 SIIddOO f0 .UIO ap� vr7 S1N3W3/1021dW1 W31SdS N011037100 —i 831VM31SVM V321V NOON01 I j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 3LY0 'ON NOISIA3tl 10 - In 42 vi _ -- - Z _ r2 - �xrrac W p Ma- -rc W U1 _ p Ool � �- v - - m5p- og z Z - N - w - - - - - - - o a z - Q ICI ICI G -_ O �u w�p - Qo - ul - _ 4 -ag0- c _ 11 O~ n > x O OMO NOIlN30321d Noiim�od 2J31VM vi Jois\swb d\OVO\dM MiSJS NOI1031100 MM VINV NOON01 6811Z\L-33 J0 KJI3\S1NTI D\'N $ saowag 6uuaau(6u3 ;o ;uaw�jodap [e+ f✓Id3)sm3mrm-v 03nssi simid N1N3MINO mm M * eaa�-doNoaa irvala adal o :=;'bI ONIM33NION3 Hf� SdX31 N1+7d N011N3A38d N01111770d 831VMWMOIS ^€ d I1SIdH0 SIIddOO fO .UIO vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831VM31SVM V38V NOON01 I j NOLLd.30 A9 3LV0 'ON NOISN3tl NOI1dItl0530 A9 —0 'ON NOISIA h ��03 - rc � QN OHja a z 3 -_o o� W6 - F - oao 80.qo �<mo s - R Egg �tw - oNw o z - 2Fd t,,Fwl �F<� z, �wZ< N�ooQ �8= Q oW _ w w W. yw Q o El S o a Z. �mww3 I Q o --9 O 9Og- j-�a Zo z m yo _ Q SE w Z-0-a- oa R o > ffi a O_ JUoT51,rrc 3m OS s rc ng oz s I� oovo I F a 8 � s 5 � m 3 o FQz wood �-Q LL� O'O�2Q -rG O� E O � dZ 13 O Q Z _ OF y E3pz a3o Z Z 0 Z Y aG G a �oZ o ° El ° z�o wrw a WN W 1; Z- F �pX$� opz5 �>_ a w 2 > _ z u e Y So W 5 s � z a ¢ 3 Q _ z � o F z 5 FS. G rc a ; m 3 o ZZ Z.Q U Z O O O G lo 5 � z� a t w gW � S . W o 1. 3 No gzo w o $wlo - o dW o z o� o wG ,� a z m o m w z w�3 u w 3a oza . a� �� o� o i w go WF ° o ; - p�: 3 azo o - W O Q u �j - o 331_nW a� w w� o c�� �w z z - w W 1- x o ; �x as w w o tZw'o po. rc z FZ K LL off n o rc vg rn �� ouo � g oW zi. _ o w cao < _ w d❑❑❑❑oo 0 0 ❑ o 2 rc rc O i a t ; rc F O ~ 3 �o ZO _ ¢t N z= ¢N ¢fi �d ztQ t g Q ri1 z S U 3� �o � wG ;o haw a _� a z o w O d ❑ OQ a 3 N n <Q S rc 3 ❑❑ ❑❑F rc N n < _ - w m - - _ 'wo❑oe❑oo 0 0 OMO N011N30321d Noiim�od 2J31VM w2J01S\SNv',\OVO\Hm MiS,S NOU311100 MM VINV NOON01 6211Z\L-33 J0 KJI3\S1NT1 D\'N $$ saowag 5uuaau16u3 ;o ;uaw�odap @ f� ^ +*: eaa�-d ON�oaa Irvala adal 571Y130 UMYONYIS b ONIN33NION3 Vr SdX31 N►+ld NOIlN3A3?Id N01111770d 2131VMW2101S �-€ -,I- J.. ti x a s I1SIdH0 snddOO fO .UIO vr7 S1N3W3AOHdW1 M31SAS N011031100 —i 831dM31SdM V38V NOON01 I j NOLLd.30 A9 3LV0 'ON NOI7 NOI1dIa0S30 AB —0 'ON NOISI— 1 IF W dw�p ,g!2gG 0�3 r W t U _ z W G� •Z ��. W �'" u,w s W ym3��o< ov��i� iN <oyp J3 Zak am = W I I ~ n uwiom�au8w �� 0 Z. �Wazd'W��w sg m F a a mao & E � i a H s ��,.smF��� gU G Z mo m $R II j z -z.m zog 9 d ow o �� ms 8 W ''<�Z R,E wp W I I V mz� 1-� 8 'W"E=a u< o w aNn I I �.=wyu< 3: W asm W g N Sws" fig€ o €k= 05� �� 3- m N��.b=zN000g=�oBe"� G$" a wG � .18H Q Wax=-=W-mg g T. -- -8B� �s Fb=s�s= N -aa d000 uHso" W _=o F 0 9k a �p 4 - 6�o W _ $vipF! zw W5 & W n�€=o Mx w Z�$ p! § � w�& s -sWb�3B w E8'"a�Jso 6o8a p�W Eooz z0 W Jz- V J W Pgs W„o yVo H 'Q i to 6''E, Q yFj a s vow„=s G G c W S= Q a" cg HszIowez 5 og 4 e8 W Q Q QV €3 om 'a- €Psh N F s Q a� J Q �_ F og;b o o a�dS o 8 xvaaa Diu^'\� O L m W �w p b„,`�Z g wb:r=o g 3�= O d p V W y = '_ 9 9 €Bbw 9 G IL n O= n j — W o d o gW= gaa'WE j €=B B��pzlz t- w �¢ '1= G o jn G ^ zoo =m o�—e Boa Z,=w W o Lj tn 5 'g O "€ oo€w €G �m �o" 11 N zoo o n b a W 08§€��¢go �� _ oo� mw oW �� a�„W 9 s zDo ^ �� O ' �zooe9�g=� o e o s n \t9� mbo€ u � Ng Ep p5 Z a � _LU �pkw�= & og8 z,-no s =5- s a€new=$ w d FEE-_- �o o e o No i- ul 6 No _" ®® ©� 3 a m_°` a c q .Na ON9Vr 2 2! ,rdNo&£kd ,onllda2 mA@S US� 1HOsnd O R uo | / 2 :w vr7 s�wnodiwi� �b�2o aIV ksk VhfV NOON01 m | y § §§ |( 2 u § § § §) §§/ � | / }\ / ) ! Es \ � � ! !S / � !/ \ . (� ! z 2 \§ 5 . < LU r § B. ( : R! `— §§ :. l ;E � Co §! [!| # T : \ , - j/\rk J� § j ] : ! i . = ( m ftz ;wz \! ] /\ §|/ §) (} m NOUNIJ : , m \, MiSa NOU311100zV]�V mw a.m—z v NM r$ saowaS 5uuaau(5u3 ;o ;uaw�jodap 9VE-�ON'Da2 i Ij 3d21 (9 do t) Ih o . [..rz SVX31 ONIN39NION3 t/f� NY7d ms NouN3A3Md NOunnod ammmacus � ads US18H0 snddOO fO A 110 N N vr7 S1N3W3AOHdW1 W31SdS N011037100 4 —i 831dM31SdM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOI— 4O1— A9 —0 'ON NOISI— 8-8 3N17HD1dW d-V 3N17H0lVM VZ II o� II � ,Lu I II V � V II o it o f z 1 �T l � � 1 lo it I Il Q1 � l ae 30�— I l I l I' } d-d 3NI7HO1dW l I' � T 7 K;p3W p OO V o a � ;o w 30� C w �z J _ VU OWW R - "Yyo cwioo o a� =o o t pz Bo ;88 p¢5�oz I_4I T SioCILn H� w o$ g op& po°W Q 2K9 c� lV nyl g rc�n� zUi o Lu L ULJ �a do no � rc gz& O�ZWa W o W 8-8 3NI7HO1dW M ozH 0MO'NMId ]LIS ddMS\SNH r$ saowaS 5uuaau(5u3 ;o ;uaw�jodap N 9VE-�ON'Da2 i Ij 3d21 (9 do z) Lh o . [..rz SVX31 ONIN39NION3 t/f� NY7d ms NpI1N3A3Md NOunnod ammmboLS � ads US18HO snddOO fO AM N N o vr7 S1N3W3AOHdW1 M31SdS N011037100 831dM31SdM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOI7 NOLLdItlOs30 A9 —0 'ON NOISI— 0-0 3N1lH01dW 3-3 3NIIHO1dW 3-3 3NIIH01dW * I I I I I I I I I I�I II T w �} I gII } I BUN NORTH OD I o I t I I I I I I I o I 286 I I � NOR BOUND �� N I I SFI 286 1 SOUTH BOUND I II �r I+, tll I I FRbNTg6E I SOU H BOUND I T IS I 1 � II II �II I II I I 01 I I® --�----1 I-- ---- -- 0-0 3N17H01dW 0-0 3NIIH01dW i I ol O�U�F �i ary 0 rr+ �_� WOEUZW V{ I I so o�a �g I I _ W u� g' KN OFm WLo 0 1 II RE, c < & �a w� tFio 2N yomO III I II a =o 0 s M jog "oZ==e Ik II Lu I 2u fn' O�� M. RKNW a j -' g=& o�ZWa k W o W 3-3 3N17HOIVH M ozH 0MO'NMId ]LIS ddMS\SNH $ saowaS 5uuaaui6u3 ;o ;uaw�jodap f� 9M-�ON'`Da2 i Ij 3d21 Ih o SdX31 (9 eo r) �JNI2133NIDN3 Hf� 3115 NOI1N3A3Md NOIllIT10d M31YMWboLS ads US18HO snddOO fO .UIO NY7d N vr7 S1N3W3AOHdW1 M31SAS N011031100 —i 831dM31SdM V38V NOON01 j NOLLd.30 A9 3LV0 'ON NOI— 4O1— A9 —0 'ON NOISI— 0-0 3N17HD1dW 1-1 3NI7HO1dW I I m I o I 3 1 � All AL- -4--1 3N17HOlvpv 0-0 3N17HD1dW ol so o�a �g I W zoo w �z psi og o o II z"oCL o yyy< & �a w duo 2N yo�O Oo B� j8U K �C12Z. HIP ■I Lu uu 2u pdp obi -I r$ 2i Ca�^p gi& p�ZWd� k I zi W �RR �o�W H—H 3NI7HD1dW M �zH OMO'NMId ]LIS ddMS\SNH r$ saowaS 5uuaau(5u3 ;o ;uaw�jodap N 9VE-�ON'Da2 iI 3d21 (9 do t) Ih o . [..rz SVX31 ONIN39NION3 t/f� NY7d ms NouN3A3Md NOunnod ammmacus � ads US18H0 snddOO fO A 110 N N o vr7 S1N3W3AOHdW1 W31SdS N011037100 831dM31SdM V38V NOON01N 9 j NOLLd.30 A9 3LV0 'ON NOI— 4O1— A9 —0 'ON NOISI— 1-1 3NIIHOlYM W-W 3N17H0ldW N-N 3NIIHO1dW Z. }} la 1 0 I I 1 +} I I f alb � al I _� -- [o (7a a3a3M Z. h f Y-)l 3NIIHO1dW ---- I I+ + `� p V o IY Flo} I I Z } .� ❑ oT ' I N -!----�--!-- a ----- - -- 111! + r-r 3N17HDiYN 1-1 3N17H,91dW I+ 0 G+ �� WOEUZW VI W �:t, w ai osi og p U L U aa �Fu HR 3�NR I� of I CIL CIL K z� yaw �1 I� a�iz9 Lu gII$ U�U I airc0 yyNW I' o d ...!!!IIWWWIII`I rc �1zg. mT �- W ��o W W-W 3NIIHO1dW ozH OMO'NMId ]LIS ddMS\SNH r$ saowag 5uuaaui6u3 ;o ;uaw�jodap f� 98EL'�'ON'`Da2 iI 3d21 Ih o . [..rz SdX31 (9 do S) �JNI2133NI'JN3 t/f� NY7d ms NouN3A3Md NOunnod ammmboLS ads US18H0 snddOO fO .UIO N vr7 S1N3W3AOHdW1 W31SdS N011037100 —i 831dM31SdM P V38V NOON07 N 9 j NOLLd.30 I'ON NOI— 4O1— A9 —0 'ON NOISI- 0-0 3NI7HOl dW d—d 3N17HOl dW 8-8 3N17HOl dW of I W I �I h 81 I' r I r I r I Ri �e3Va� I I I of ,1 I I o IsmI f I Ig aUl s �1_ 0-0 3N17H01dW o I I c 3 I I c l _ L - .Illlgil1[I o g � II I I of I II I' N—N 3N17HOldW 0-0 3N17H01dW —A I 1 e � 00 7 : �. z3 o3W IF 0 0 _ o z �u� g'q�q KN Wpm g Lyl 3zpi w a� psi mG V =1~W a & �a atFio 2N NOmO ! N CL I� a�iz9 NLu z o lu uLL-jju I -2-IIu p Ho �g yyNW � of I 2irc 4 rc gz& O�ZWd� I N Z$ SB- d—d 3N17H01dW 0MO'NV'd ]LIS ddMS\SNH r$ saowaS 5uuaaui6u3 ;o ;uaw�jodao f� 98EL'�'ON'`Da2 iI 3d21 Ih o S1>X31 (9 d0 9) �JNI2133NI'JN3 t/f� NY7d ms NouN3A3Md NOI nnod ammmacus ads US18H0 snddOO fO .UIO ^ N vr7 S1N3W3AOHdW1 M31SAS N011031100 —i 831dM31SdM V38V NOON01 �j NOLLd.30 A9 3LV0 'ON NOI— 4O1— A9 —0 'ON NOISI— S-S 3NI7HO1VPV I I \ t4L, I 4So I I ado 0 Icc s� a} ZLu Q �?I W.. ZW I F- 0 dl Ti I Ln lz Q) T I I �IQ T I I O --�I-- ----- S S 3NI'7HDIVPV d-d 3NI7HD1VPV �I Z�WyW I 00 7 Z �. ap.3 y32 �i .. .-. arryr 0 rr+ dU WOEUZW VI o a o tl S� K2 U�Gd W o II z"m o < & �a w duo 2N yo�OI R V�o -z- o 5� ww� m 9 H ono I h zzCIL Lu � n I 1}II NIg ��� oU& p�iz9� �H3ae31 11 �N W uu 2ulz pdp no �i a p 9Z- o�ZWa� \1 11 W 20 jj.- ry S 1 P- Z� ri ozH 1 0MO'NMId ]LIS ddMS\SW KZL-L66(m) saomaaS 5uuaaut5u3 ;o ;uaw}ioda4 I� a S31ON ONV SON3037 0 0 °9 °� o BLB j1 ON nS S31dVIS N 911 SYAL SV'X31 O 7VOR110313 g �N o i<e2 z'' o `J N I tl 3 3 N I'J N 3 �1S�aH0 Sndao� s ,1110 N W S1N3W3A08dW1 W31SAS N011031100 M —) ^°°° Iji U 831VM31SVM V38V NOONO-7 j a NOLLdI—O AB 3Ltl0 'ON 11I7 NOLL 1-30 A6 —0 ON NOI—d F � J ffi o� s eye _ 2F no s mw a w G -mg 1i Lu wNo _ Efset=w a �oo� LLJ w _ 8�F6 awo9 w= o m s�CD �vi 'I � w ��— oLL �g sag MR —m ��_ og3€6 mW oa ti a��waa s o BAx �m �o FdxN www ww HElg � a s �§ El & os o 9 Qe s s g g e e s e m e _ ss s as .22s _ 11 I n n JR go 35 Ld gs 8El Di Diu 8o32 F z 3 �L w 3` fk - � - T ®N x� x� d)(b LLJ � LLJ a a 21 s T �y+--po\ D m €eke Y � �� Y B .� KZZ-Z66(m) saz if a&S buuaaut5u3 ;o ;uaw}ioda4 I� Wd 311s o 0 19 o BZB jl ON OLLtlN151O3NSN 9tl SYAL SV'X31 O WJ18103U FN IlS18H0 SI1d210J d AlQ N o em 15,- �JNI tl33N1'JN3 N Q W �Amem�° S1N3W3A08d"I W31SAS N011031100 —1 ^°p0 Iji U 831VM31SVM V38V NOONO-I j a NOLLd.3O AB 3LtlO "ON NOISN3tl NOI1-S3O A6 —0 1 ON NOI—d w w W 8W� ~O Ogg Aga g Z — pay m a Gi g 3=" o =o �_ � 0 30� o R�Fo a o z o� L _ �o a J s2 U 'R,5 CE Z � >� F � f o ono Z wsiw� op Ron � 0 0 0 O a - � � II I I II I II I I I t IIX I T M 1 X+ - MMO£ MMO£ MMO£ MMDC � I 1 - ?zo 11 z X�F i II J, --_St, Ir �o I a w 1 0 I Fi Ir - I uz 1 � p x I I r r Ix I I I IX II Boa x Z L MZ I� I 3 1 c ! I w� 1 1 ¢ \\\ C5 _ I � a W m J Q b � U II I U J w M a� o� o� MMo� MMo� MM°� MM°� mma� Nma- NMo— MM° MM° � M I , KZL-L66(m) saz if a&S 5uuaaut5u3 ;o ;uaw}ioda4 F oVi e- a'<m mee�mo=w`l¢000 l N NVId WJILL U 43,98VW3s SVX31 O �i3rv �s� o ON AlQ NOlVN3N3D ONV ON1471N8 W9010373ovo IIS18HO S O JNI tl 33N1JN3 N o O Q W S1N3W3A08d"I W31SAS N011031100 —) ^°p0 Iji U 831VM31SVM V38V NOONO-7 j a NOLLd.3O AB -0 1 ON NOI7 NO1.1-3O A6 —0 ON NOI—d z _ LLJ g E! - "aa s- z � e0 0Iz a - a MMO£ MMO£ MMO£ MMOf MMOf MMOL MMO£ MMO£ MMO£ MMO£ MMO£ M ¢R , a • m� °a f/ • r3 j eLo\ n � �m a • • � W U g � Z r— ——— W U • I �z I J M I wm W 04 R �J KZL-L66(m) saz if a&S 5uuaaut5u3 ;o ;uaw}ioda4 I� a SNOIIV11373 T NV7d 0 0 d°p0a`�,� j1 ON nS S31dVIS 9999 SYAL SV'X31 O 7VORIlO3l3 g '<e2 1, IISI8HO Snd210J d AIID N °o v `e 0NI tl 33 N I DN3 w Nem ;°° � S1N3W3A08dW1 W31SAS N011031100 —) ^°°° 2131VM31SVM d321V NOON07 N I j a NOLLd.30 AB 3Ltl0 'ON 11I7 N.1.1 630 A6 —0 ON NOI—d O ddu O S 9�w odd w m o J Z �o NJ N Y yco� eo n ~ Q Z V - W Zi � oN� Z Ld U' �U 0 0 a J a Z g a c� _ AC UNR Z tt J tt J z r--M m o U f Z II LLJ J U EEI o N N o 0] ®z 3 AC UNR y w I z� �^ Q - W u i N Z� a= � U r N S KZL-L66(m) saz if a&S buuaaut5u3 ;o ;uaw}ioda4 N a S71V134 173ML3M 0 0 °9°°°p0a ,�°���o BLB jl'ON OLMMO3NSN 9999SYAL SV'X31 O 7VoRIl03l3 FM Till z,4 IIS18HO Snd210J d AIID N o em 15,- �JNI tl33N1'JN3 a W 0 m'° S1N3W3A08dW1 W31SAS N011031100 —) �e. �°o ^°p0 Iji U 831VM31SVM V38V NOONO7 j a NOLLd.3O AB 3LtlO "ON NOISN3tl NOI1dItlOS3O A6 3LtlO 'ON NOISIA3tl 5 CL CL �g4u a_ w a m N N to I II 5 J _ d' OO y a 3 vr? y�j P V o0 w m X z 0 J a 3 3 3 8 {{ \ - r. w z eat zma LL 3 y sn N.8 Ems 85 z �d z w - KZL-L66(m) saz if a&S 5uuaaut5u3 ;o ;uaw}ioda4 I� a MOVl4 3N17-3NO 0 0 °9°d°p0a`�,�°� o BLB jl ON nS S31dVIS N911 SYAL SV'X31 O 7V�RIl�3l3 g FM ;' '<e�z,4 IISI8HO Snd210J d .1110 N o em wloo 0 N I tl 33 N I D N 3] S1N3W3A08dW1 W31SAS N011031100 —) P ^°p0 Iji U 831VM31SVM V38V NOONO-1 j a NOLLd.30 AB 3Ltl0 'ON 11I7 N.1.1 630 A6 —0 ON NOI—d z y� w to g ~ �d Ld =w "�� cos d Ld & z � o --- �w �� « �U� g� zd _ y _w _ ------------------------ SO 000 00 --4- r" w1 --------- ---- --------7------ --------- -----, Nl I I I I I ti 1 119 1 on I I I I n�g I I I j i I I dZ/Ob a I I I I I I 1 I I I I I __________________________________1311011 ___ 8000 as Q C7 Of ¢ Q � o W 32� o z aLLI 0 S 5 �� I`�---r----1 o > z 20 � � iioNF i i O Z m F f dow drvnd iin = In �I _ a a I'bF S ^ ON n d,,nd Lin doN I I 4)7 I I - I I I I I ' I s a i I � I I g 6 I I w _ -- -- ------------------------- ------ —I i p dF/tl00Z I - _ L J i ) KZL-L66(m) saz if a&S 5uuaaut5u3 ;o ;uaw}ioda4 I� a SJIIVN3H�S 0 0 °9°d°p0a`�,�°� jl ON ns s3i51O3NSN 911 SYAL SV'X31 O 7V�RI1�313 g FM ;' '<e�z,4 IIS18HO Snd210J d AIID N o em M 0 N I Ll 3 3 N I°J N'3 S1N3W3A08dW1 W31SAS N011031100 —) ^°pP Iji U 831VM31SVM V38V NOONO-7 j a NOLLd.3O AB 3LtlO 'ON 11I7 NOLLdI—0 A6 —0 ON NOI—d r--------i U o� I 1 I LJ �arc� p i �E xi 2 d U N i____Q___i LLJ 6 0 9 CD za ________i O f od LLJ T i Y n am J L V _ m 0 p I I O d I I II u O I 1 1 �= II ur r--------i g w o S i sa1 i N � — I*T o Ld oEgg Y H <> W 1 a Ld L________J O rc = 1 r------ --1 Z p __ 4 F� I S 1 d CL � p I x o < r j o J VV LL I � r--------i I I rn I s O 1 1 m 9III IIIP��� 1;�a 1 o O I J I J U z z + + H w w LJ 2 0 U yg (N,Tl , I Ir -�4- -1 i� w a m of L °Q I o1 ° I �I IJF W � z � I + I I I I�Ix + I I E I a n � � 3 KZL-L66(m) saz if a&S buuaaut5u3 ;o ;uaw}ioda4 I� 4 moo nXI S��d134 dGd�S 0 0 °9°°°p0a , °� o BLB j1 ON tvg nS S31dVIS N 911 9 SVX31 0 YL30WDIN�3l3 FM Till z,4 IIS18HO Snda00 d AIID � N o em wloo 0 N I tl 3 3 N I D N3 Lo a W �Amem�° S1N3W3�021dW1 W31S lS N01103�700 —) e. °o ^°p0 Iji Is U 831VM31SVM V38V NOONO� j a NOLLd.30 AB 3Ltl0 "ON NOI7 N01.1 S30 A6 —0 ON NOI—d U C J $ Q Q a a tq N y <N< Q Q w = = U U U U rz ZU` Z yy 2 2 2 2 f E 2 2 8� W W Y a a a LL LL LL LL LL LL LL LL 4: 0 0 b chi z o 0 0 0 0 0 ° ° o 0 0 0 0 o R a ¢ $ w 8r 8r 8r orU orU oarU aor a o 0 $z K w M ti � z it $ rc it L a rc rc '° '° � L a a g a s ¢w¢ ¢w w R r tt g a m g g J g a J R 7 p R R R R D D O O j j j j j j Z d d U U a ¢ ¢ LL ¢ ¢ ¢ ¢ ¢ ¢ f ¢ ¢ ¢ ¢ ¢ ¢ ¢ J J ° W O Oa z z d F >rc Q Q Q c z z Q $ j p a j 3 W OF F 4 V) LU v� O LL� M m m F F O O D a m a g Z a w 3 3 3 a a w m w > Q j p LLp nqq. 0 � o O LL UU> > o 0 o y y a a O O � E z 2 m m m a x K x a a O J N Q W r z N N N N N N w > d o LL o 0 0 o o d d d d d d d d d d l~L LL a ° 3 3 2 ¢ rc LL LL LL LL LL LL a LL LL LL LL LL LL 3 a a v, o a 3 o 0 o a a u a a a a a a a a a p w Z a a ¢ a o 5 0 0 0 0 0 0 0 0 0 o S S S o S o 0 0 0 Oo 99 H � N M v u1 m a0 m O � N cO O N t0 I� 07 Ol O N N N N N �3 3 chi O N N u H w moo 3 UJ �F W o i g o S - Y J OLLJ Z Ui�G a - in w g Q z S�oaw m o 0 0 S LLJ j � o sy _ s= I I O I I p J z I I Q W L I O z ya u N KZL-Z66(m) saz if a&S buuaaut5u3 ;o ;uaw}ioda4 SlIV130 ^ 0 0 p6 4 m�oe 1199L'XL'IISIiIHO SOdaIXI °°,.e� 0 6Z9-J'ON NOLM OM rvaLA SV)M SV X31 7VoRI103U IISI8HO Snd2100 d .1110 N o em wloo 0NI H33 N I DN3 S1N3W N3A08dW1 W31SAS N01103-7300 —) Iji is U 831VM31SVM V38V NOON07 (j a NOLLd.3O AB 3LtlO "ON NOI7 N01.1 S3O A6 —0 ON NOI—d a x o s � �$ N .i �5 Y c Zn �So Q m z (SMIS llV) M n Fn Fn .zi i: `erg spH w(LOONOO AdVON003S'00 Alnin) p a- z LL ,E2 (1NONO0 ANVNI d'00 amn) d 3 n - wz z z & 0 8 U w g .9c x6adar os g wj- o � X& w tD z -CJkin - 4. Y B c a �B D m o z3 d a= -g z o a z e az CL g � U a m a } H J al .0-.2 z M � o zw o a w 0 0�+ avai3.c z�� - KZZ-Z66(m) saz if a&S buuaaut5u3 ;o ;uaw}ioda4 I� s37na3HJs o 0 o ndNoo BZB,.ON OLMMO3NSN 911 SYAL SV'X31 O 7V�R11�313 ^'g d' FM '<e�z,4 IIS18HO Snda00 d ADD � N o em wloo 0 N I tl 3 3 N I D N'3 � a W S1N3W3�021dW1 W31S lS N01103�700 —) ^°p0 Iji�U 831VM31SVM V38V NOONO7 j a NOLLd.3O AB 3LtlO "ON NOI7 NOLLdI—O A6 —0 ON NOI—d S U O o � 9 s 3 ° i ofm � 3W� W� Qz ag �$ 1�[ 4 A m � o ° y � � w � a w oweee � a e s � J 6 sao � � � � o w N o o 0 o 3 i 52 LL w N yo o o o o o o m f uj z J y w O R R w : Ws pp Y a a aui w U v LL w o lzzi - w ° wmm � � w ww ww w z ; a z m w N I rc ° Yi j o o a Q a w g rclo a - ass 333 mW ° 3 g g o a o o N _ . o - °z i-wr< j C,djg M,lo,, —k; ,,h,�tt,g- 1-1;c,t,—yL8 p—h,�tb